Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Contract 38708
CITY SECRETARY J D.0.£. FILE CITY SECRETAR V3 8 CONTRACT NO . K]Q SPECIFICATIONS CONTRACTOR'S BONDING CO. & CONSTRUCTION'S COPY CONTRACT DOCUMENTS CLIENT DEPARTMENT FOR .... 36" WATER MAIN EXTENSION ALONG TRINITY RAILWAY EXPRESS R.O.W. FROM TARRANT MAIN TO SH 360 AT TRINITY BLVD PART4 WATER PROJECT NO. P265-605140035287 CITY PROJECT NO. 00352 IN THE CITY OF FORT WORTH, TEXAS 2008 MIKE MONCRIEF MAYOR DALE A. FISSELER, P.E. CITY MANAGER GREG SIMMONS, P.E. ACTING DIRECTOR, TRANSPORTATION AND PUBLIC WORKS DEPARTMENT · FRANK CRUMB, P.E. DIRECTOR, WATER DEPARTMENT Prepared by: TranSystems Corporation Consultants 500 West Seventh St., Suite 1100 Fort Worth, Texas 76102 .- City of Fort Worth, Texas Mayor and Council Communication DATE: Tuesday , January 13 , 2009 REFERENCE NO.: C-23278 LOG NAME: 6036WP4-SJL SUBJECT: Authorize Contract in the Amount of $3,209,344 .50 with S.J . Louis Construction of Texas, Ltd ., for 36 Inch Water Main Extension Along Trinity Railway Express Right-of-Way from Tarrant Main Street to the State Highway 360/Trinity Boulevard Intersection RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute a contract with S.J. Louis Construction of Texas , Ltd ., in the amount of $3,209 ,344 .50 for a 36 inch water main extens ion along Trinity Railway Express right-of-way from the State Highway 360/Trinity Boulevard intersection . DISCUSSION: On March 19 , 2002, (M&C C-18999) the City Council authorized an Engineering Agreement with TranSystems Corporation , d/b/a TranSystems Corporation Consultants , for preparat ion of plans and specifications for 36 inch water main extension along Trinity Ra ilway Express right-of-way from Greenbelt Road to Centerport. This project provides for the construction of 7 ,200 linear feet of 36 inch water main line from Tarrant Ma in Street to the State Highway 360/Trinity Boulevard intersection . In addition , the project includes the installation of a new meteri ng station to meter supply water to the C ity of Grand Prairie . The project was advertised for bid on August 14, 2008 , and August 21 , 2008 , in the Fort Worth Star- Telegram . On September 18 , 2008 , the following bids were received : Bidder S .J . Louis Construction of Texas , Ltd. Conatser Construction TX, LP William Schultz , Inc., d/b/a Circle 'C' Construction Company Amount $3 ,209 ,344 .50 $3,630,000.00 $3 ,724 ,250 .00 Time of Completion 120 Calendar Days In addition to the contract cost , $5 ,000 .00 is requ i red for material testing and $100 ,000 .00 is provided for project cont ingencies. S .J . Louis Construction of Texas , Ltd., is in compliance with the City 's M/WBE Ordinance by committing to 14 percent M/WBE participation . The City's goal for this project is 14 percent. The project is located in COUNCIL DISTRICT 5, Mapsco 55V, 55J , 55K , 55N and 55S. FISCAL INFORMATION/ CERTIFICATION: The Financial Management Services Director certifies that funds are available in the current capital budget, as appropriated , of the Water Capital Projects Fund. FUND CENTERS: TO Fund/Account/Centers CERTIFICATIONS: Submitted for City Manager's Office by: Originating Department Head: Additional Information Contact: ATIACHMENTS 1. 6036WP4-SJL MAP .pdf (Public) FROM Fund/Account/Centers P265 541200 605140035283 Fernando Costa (6122) S. Frank Crumb (8207) Rakesh Chaubey (6051) $3,209 ,344 .50 r 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 TARRANT MAIN TO SH 360 & TRINITY BOULEY ARD PART4 Water Project No. P265-605140035287 BID RECEIPT DATE: 1:30 PM, October 16, 2008 ISSUED: October 10, 2008 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 23) and acknowledge receipt on the outer envelope of your bid. Failure to acknowledge receipt of this Addendum could subject the bidder to disqualification. The Plans Specification documents for 36" Water Main Extension Along Trinity Railway Express from Tarrant Main to SH 360 & Trinity Boulevard are hereby revised by Addendum No . 1 as follows : SPECIFICATIONS: 1. Proposal page nos. 14 through 22 are replaced with 14-R through 22-R with the following revisions: a. Item 40 -Pipeline Markers: Quantity is revised from 10 to 24 Each . b. Item 41 -Modification of Exist. 2-lnch Air & Vacuum Release Valve to Include above grade Vent Pipe: New bid item . c. Item 42 -Modification of Exist. 4-lnch Air & Vacuum Release Valve to Include above grade Vent Pipe : New bid item . d. Page 22 -4th paragraph : Substantial completion requirements date for the 36" Water Main construction is revised to June 30, 2009 . 2. The attached specification , "Specification for 3 or Single Phase Multi-Turn or Quarter-Turn Electric Actuators" shall become part of the contract specifications with respect to the actuator associated with the 16" remote operated butterfly valve associated with the proposed metering station. Note that the City recommended actuator model is a Rotork IQT2000 unit or approved ·equal. PLANS: 1. Plan Sheet 2 -Revised to note required installation of pipeline markers along the existing 36" water main constructed with Units 1, 2, and 3. Also revised to note requirement to modify existing Combination Air & Vacuum Release Valves in include above grade vent pipe and cabinet. 2 . Plan Sheet 10 -Cathodic insulation fitting to be installed on Ring Connection to existing 24" water main at station 265+09 . 72. 3. Plan Sheet 22 -Delete reference to Cased Crossing at stations 248+96 and 250+11. Connection to existing 24" pipeline revised from station 287 +1 O to 287+27.79. 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 23) 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: S. Frank Crumb, P.E., Water Director By:_T----+-oAj ~sL~ll __ Tony Sholola, P.E., Engineering Manager C:\DocumalU and Sdtings\Shololl\Local Sctting,\Tcmponuyir,cmd Filcs\OLK32C\Addcnd 1_2008-10-10(2.).doc I'\ P265-605140035283, DOE 5509, Part 4 LIST OF CAST IRON FITIINGS AS REQUIRED BY E2-7.11A TO BE SUBMITTED WITH BID Number of Fitti ngs Size Type 5 36" 90 11 Bend 9 36" 45 11 Bend 7 36" 22 .511 Bend 1 36 " 11 .2511 Bend 1 36" X 24 " Reducer 1 36 " X 24" Tee 1 36 " X 12" Tee 1 36" X 8" Tee 6 24" 90" Bend 5 24" 4511 Bend 4 24" 11 .2511 Bend 2 24" X 16" Reducer 2 24" X 24" Tee 2 24" X 12" Tee 1 24" Pluq 2 16" 4511 Bend 1 12" 90 11 Bend 2 12" 45" Bend 1 12" 11.25" Bend 3 12"x10" Reducer Contractor shall fill in blanks for "Weight" and "Total Weight" as a part of his bid . (weight will be based on M.J . Fittings) Weight Total Weight (lbs) (lbs) Total 17-R (Addendum No . 1) LIST OF CONCRETE PRESSURE FITTINGS P265-605140035283 DOE 5509, Part 4 C303 PRETENSIONED CONCRETE CYLINDER PIPE ADD OR SUBTRACT FOR THE FOLLOWING CONCRETE FITTINGS INCLUDING INSTALLATION BENDS 36" -90 DEGREE 36" -45 DEGREE 36" -22 .5 DEGREE 36" -11 .25 DEGREE 24" -90 DEGREE 24"-45 DEGREE 24" -11.25 DEGREE 16" -45 DEGREE 12" -90 DEGREE 12" -45 DEGREE 12" -11.25 DEGREE OTHERS 36"X 24" REDUCER 24" x 16" REDUCER 12 " X 10" REDUCER 36"X24" TEE 36" X 12" TEE 36" X 8" TEE 24" X 24" TEE 24 " X 12" TEE 24"PLUG ESTIMATED QUANTITIES Contractor shall fill in blanks as part of bid. Subtotal Subtotal Total $ $ $ Note: Contractor is responsible for correct quantity total of all fittings and specials . 36" A WW A C303 $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ 18-R (Addendum No. 1) LIST OF STEEL PRESSURE FITTINGS P265-605140035283 DOE 5509, Part 4 STEEL PIPE ADD OR SUBTRACT FOR THE FOLLOWING STEEL FITTINGS INCLUDING INSTALLATION BENDS 36" -90 DEGREE 36" -45 DEGREE 36" -22.5 DEGREE 3 6" -11 .25 DEGREE 24" -90 DEGREE 24"-45 DEGREE 24" -11.25 DEGREE 16" -45 DEGREE 12" -90 DEGREE 12" -45 DEGREE 12" -11.25 DEGREE OTHERS 36"X 24" REDUCER 24" x 16" REDUCER 12" X 10" REDUCER 36"X24" TEE 36" X 12" TEE 36" X 8" TEE 24" X 24" TEE 24" X 12" TEE 24" PLUG ESTIMATED QUANTITIES Contractor shall fill in blanks as part of bid. Subtotal Subtotal Total $ $ $ Note: Contractor is responsible for correct quantity total of all fittings and specials. AWWAC200 $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ 19-R (Addendum No. 1) TABLE 1 Grand Prairie Metering Station Bid Components City of Fort Worth Department of Engineering Water Project No. P265-605140035287 DOE No. 5509 36" Water Main Extension Along Trinity Railway Express R.O.W. The proposed metering station for water service to the City of Grand Prairie shall include, but shall not be limited, to the following items, arranged by construction category. Contractor shall adjust his bid to include all components and ancillary items necessary to meet the intent of the construction documents. All station components shall function to the satisfaction of the City of Fort Worth and the facility shall, upon commissioning , provide metered water service to the City of Grand Prairie in conformance with the specified requirements . Bl D-01197 Site Preparation-Grading-Dressing-Fence-Miscellaneous -Services • Mobilization • Clearing and Grading • 6' High Chain Link Fence w/Barbed Wire Apron • 16' Wide Chain Link Gate w/ Locks and Drop Bars • 2' Wide Concrete Mow Strip • 6" Compacted Flex Base • 6" Reinforced Concrete Pavement • 6" Thick %" Crushed Limestone w/ HOPE Geofabric Liner • 6" Thick Crushed Stone for Gravel Roadway • Light Poles (Breakover Type) • 4" Schedule 40 PVC, Capped for future use • Concrete Splash Blocks • Site Area Clean-up and Demobilization BID-01198 Vault-Vault Construction & Concrete Work -Services • Cast-in-Place Meter Vault • Cast-in-Place Butterfly Valve Vault • Double Door Access Hatch -JD-3AL • Double Door Access Hatch -J-3AL • Single Door Access Hatch -J-4AL • . Single Door Access Hatch -J-2AL • Access Ladders w/ Safety Post • 8" Meter Assembly w/ 2" Bypass Meter • Vent Fan • 8" Vent Fan Ducting • 8" Vents w/ SS Insect Screens • Sump Pumps w/ Discharge Check Valves and Tubing • Sump Pump Grating • Sampling Station • %" K-Copper Sampling Line and Fittings 20-R (Addendum No . 1) TABLE 1 (continued) Vault-Vault Construction and Concrete Work (continued) • 1" Taps • 2" Tap w/ Ball Valve & :X" Spigot • Excavation and Trench Safety BID-01199 Pipe-Yard Piping-Valves-Appurtenances -Services • 24"x16" Tapping Sleeve • 24"x16" Cut-in Tee and Closure Section • 24" Gate Valve and Vault w/ Lockable Hatch • 16" Gate Valves and Vaults • 16" Butterfly Valve with Electric Actuator • Fire Hydrant Assembly incl. 6" Valve • 16" Ductile Iron Pipe (Direct Bury) • 16" Ductile Iron Pipe (Flanged) • Cast Iron Fittings • Trench Safety BID-01200 Electrical and Telemetry -Services • Rosemont Pressure Transmitter • Pressure Gauge • Temperature Sensor • SCADA Antenna Mast & Concrete Foundation • SCADA Equipment Rack w/ Concrete Pad and Canopy • Electrical Conduit • Interior Vault Lighting • Intrusion Alarm Components • Electrical Receptacles • Lightning Arrestor • Controls and Instrumentation (FTW) • Controls and Instrumentation (GP) • RTU (FTW -new) • RTU (GP -transfer from existing metering station) • RTU Programming (by HSQ) BID-01201 Pipe-Transfer of Services-Test & Commission -Services • Testing of equipment including meters, pumps, valves, power, lighting , alarms, security , etc. • Testing of controls, instrumentation and telemetry • Provision of Training to City of Fort Worth and City of Grand Pra irie personnel • Provision of technical service manuals 21-R (Addendum No. 1) PART B -PROPOSAL (Continued) Within ten (10) days after notification by the City, the undersigned will execute the formal contract and will deliver an approved Survey Bond and such other bonds as required by the Contract Documents , for the faithful performance of the Contract. The attached bid security in the amount of 5% is to become the property of the City of Fort Worth, Texas , in the event the contract and bond or bonds are not executed and delivered within the time above set forth , as liquidated damages for the delay and additional work caused thereby. The undersigned bidder certified that he has been furnished at least one set of the General Contract Documents and General Specifications for Water Department Project dated January 1, 1978 , and that he has read and thoroughly understands all the requirements and conditions of those General Documents and the specific Contract Documents and appurtenant plans. The undersigned assures that its employees and applicants for employment and those of any labor organization, subcontractors, or employment agency in either furnishing or referring employee applicants to 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 lQ_calendar days after issue of the work order, and to complete 36" Water Main construction (Water Main in Service) within 150 calendar days and to meet the substantial completion requirements (June 30 , 2009) specified in Paragraph DA-46 of the Additional Special Conditions , 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 $2 ,500.00 for this contract for every day beyond 150 calendar days that water main is not in service. Total project, including metering station shall be complete and in service within 230 calendar days. (Complete A or B below, as applicable): [] A. The principal place of business of our company is in the State of ___ _ [] Nonresident bidders in the State of , our principal place of business, are required to be __ percent lower than resident bidders by state law. A copy of the statute is attached. [] Nonresident bidders in the State of _______ , our principal place of business, are not required to underbid resident bidders . [] B. The principal place of business of our company or our parent company or majority owner is in the State of Texas. 22-R (Addendum No. 1) SPECIFICATION FOR 3 or SINGLE PHASE MUL Tl-TURN or QUARTER-TURN ELECTRIC ACTUATORS 1. GENERAL: The actuators shall be suitable for use on a nominal 460 volt , 3 phase , or 240/120 volt , single phase, 60 Hertz power supply and are to incorporate motor, integral reversing starter, local control facilities , and terminals for remote control and indication connections . This specification requires the use of only Non-intrusive design electric actuators . 2 . ACTUATOR SIZING : The actuator shall be sized to guarantee valve closure at the specified differential pressure. The safety margin of motor power available for seating and unseating the valve shall be sufficient to ensure torque switch trip at maximum valve torque with the supply voltage 10% below nominal. The operating speed shall be such as to give valve closing and opening at approximately 10-12 inches per minute unless otherwise stated in the job specification . 3. AMBIENT TEMPERATURE: The actuator shall be capable of functioning m an ambient temperature ranging from minus 22° F (-30 ° C) to plus 158° F (+ 70° C). 4 . MOTOR: The electric motor shall be Class F insulated with a time rating of 15 minutes at 104 °F (40°C) or twice the valve stroking time, whichever is longer, at an average load of at least 33% of the maximum valve torque . Electrical and mechanical disconnection of the motor should be possible without draining the lubricant from the actuator gearcase. 5. MOTOR PROTECTION: Protection shall be provided for the motor as follows: A. The motor shall be de-energized in the event of stall when attempting to unseat a jammed valve. B. A thermostat imbedded in the windings to protect against overheating shall sense motor temperature. 6 . GEARING : The actuator gearing shall be totally enclosed in oil or grease filled gear case suitable for operation at any angle . All main drive gearing must be of metal construction . For rising spindle valves, the output shaft shall be hollow to accept a rising stem and incorporate thrust bearings of the ball or roller type at the base of the actuator. Standard SAE80EP gear oil or grease shall be used to lubricate the gearcase. Special or exotic lubricants shall not be used , as they may be expensive or difficult to source in some locations. 7. HAND OPERATION: A handwheel shall be provided for emergency operation engaged when the motor is declutched by a lever or similar means; the drive being restored to power automatically by starting the motor. The hand/auto selection lever should be padlockable in both "Hand" and "Auto" positions . It should be possible to select hand operation while the actuator is running or start the actuator motor while the hand/auto selection lever is locked in "Hand" without damage to the drive train. Handwheel or handcrank rim pull shall NOT exceed 80 pounds. The handwheel drive must be mechanically independent of the motor drive, and any gearing should be such as to permit emergency manual operation in a reasonable time . Clockwise operation of the handwheel shall give opening movement of the valve per City of Fort Worth standards , unless otherwise stated in the job specification. For safety purposes, it shall be possible to disengage the electric drive with the declutch lever. This disengagement and any subsequent reengagement shall not cause any damage to the valve or operator -even with the motor running. 8. DRIVE BUSHING : The actuator shall be furnished with a drive bushing easily detachable for machining to suit the valve stem or gearbox input shaft. Normally the drive bush shall be positioned in a detachable base of the actuator. Thrust bearings , when housed in a separate thrust base, should be of the sealed-for-life type. 9. REMOTE VALVE POSITION/ ACTUATOR STATUS INDICATION: Four contacts shall be provided which can be selected to indicate any position of the valve with each contact selectable as normally open or normally closed. The contacts shall be rated at 5A, 120V AC, 30V DC. 10 . LOCAL POSITION INDICATION : The display shall be able to be rotated in 90-degree increments in order to provide easy viewing regardless of actuator mounting position . 2 11. INTEGRAL STARTER & TRANSFORMER : The reversing starter, control transformer, and local controls shall be integral with the valve actuator, suitably housed to prevent breathing and condensation buildup . For ON/OFF service , this starter shall be a solid-state type suitable for 60 starts per hour not to exceed a rate of 600 starts per hour and of a rating appropriate to the motor size . The controls supply transformer shall be fed from two of the incoming three phases . The primary and secondary windings shall have short circuit and overload protection . It shall have the necessary tappings and be adequately rated to provide power for the following functions : A. 24V DC output, or alternate 11 OV AC output , where required for remote controls B. Supply for all the internal electrical circuits 12 . INTEGRAL PUSH BUTIONS AND SELECTOR : Integral to the actuator shall be local controls for Open, Close , and Stop , and a local/remote selector switch padlockable in any one of the following three positions: A. Local Control Only B. Off (No Electrical Operation) C. Remote Control plus Local Stop Only. It shall be poss ible to select maintained or non-maintained local control. The local controls shall be arranged so that the direction of valve travel can be reversed without the necessity of stopping the actuator. 13 . CONTROL FACILITIES: The necessary wiring and term inals shall be provided in the actuator for the following control functions : Connections for external remote controls fed from an internal 24V DC supply and/or from an external supply of (min. of 12V AC and max. of 120V AC, 60V DC or optional 120V DC) to be suitable for any one or more of the following methods of control: A. Open , Close , and Stop B. Open and Close C. Overriding Emergency , Shutdown to Close (or Open) Valve from a selectable "Make" or "Brake " Contact. 3 D . Two-Wire Control, Energize to Close (or Open), De-Energize to Open (or Close) Selection of maintained or push-to-run control for modes (A) and (B) above shall be provided and it shall be possible to reverse valve travel without the necessity of stopping the actuator. The starter contactors shall be protected from excessive current surges during travel reversal by an automatic time delay on energization of approximately 300 ms . The internal circuits associated with the remote control and monitoring functions are to be designed to withstand simulated lightning impulses of up to 2.0 kV. 14 . MONITORING & DIAGNOSTICS FACILITIES: Facilities shall be provided for monitoring actuator operation and availability as follows: Monitor (availability) relay , having one change-over contact, the relay being energized from the control transformer only when the Local/Off/Remote selector is in the "Remote" position and thermostat is not "tripped" to indicate that the actuator is available for remote (control room) operation. Where required, it shall be possible to provide indication of thermostat trip and "Remote" selected as discreet signals. 15 . WIRING AND TERMINALS: Internal wiring shall be of tropical grade PVC insulated stranded cable of appropriate size for the control and three-phase power. Each wire shall be clearly identified at each end. The terminal compartment of the actuator shall be provided with a minimum of three threaded cable entries. When required, a forth cable entry shall be provided. All wiring supplied as part of the actuator shall be contained within the main enclosure for physical and environmental protection. External conduit connections between components are not acceptable. Control logic circuit boards and relay boards must be mounted on plastic mounts to comply with double insulated standards. A durable terminal identification card showing plan of terminals shall be provided and attached to the inside of the terminal box cover indicating: A. Serial Number B. External Voltage Values C . Wiring Diagram Number 4 D. Terminal Layout This must be suitable for the contractor to inscribe cable core identification beside terminal numbers. 16 . ENCLOSURE: Actuator shall be designed for non-intrusive start up / commissioning Actuators shall be 'O' ring sealed, watertight to NEMA 6. Enclosure must allow for temporary site storage without the need for electrical supply connection. All external fasteners shall be stainless steel. 17. STARTUP KIT: Each actuator shall be supplied with a startup kit comprising installation instruction, electrical wiring diagram, and sufficient spare cover screws and seals to make good any site losses during the commissioning period. 18. PERFORMANCE TEST CERTIFICATE: Each actuator must be performance tested and individual test certificates shall be supplied free-of-charge . The test equipment should simulate a typical valve load and the following parameters should be recorded: A. Current at maximum torque setting B. Torque at maximum torque setting C. Flash Test Voltage D. Actuator Output Speed or Operating Time In addition , the test certificate should record details of specification, such as gear ratios for both manual and automatic drive, closing direction, and wiring diagram code number. 19. WARRANTY & SPARE PARTS: Each actuator shall be warranted for a period of 60 months from date of shipment. This warranty shall be held in effect regardless of precommissioning conditions in a typical indoor or outdoor environment as long as the actuator is not abused or disassembled . This warranty shall not require the use of special storage procedures (such as the use of indoor storage, plastic bags, desiccants , and the energization of heater(s) in order to be maintained. 5 • The successful bidder to allow for actuator rebuild or repair shall inventory a complete compliment of spare parts. All spares shall be available to plant personnel within 72 hours of request as not to delay City facility operations . 20. ACCEPTABLE MANUFACTURERS: Rotork Controls Inc ., or pre-approved equal. 6 Oct . 16. 2008 0:28AM TranS Ys ems No./4Lb ~· I.. , J • CITY OF FORT WORTH DEPARTMENT OF ENGINEERING ADDl:NDUM NO. 2 TO THE PLANS, SPECIFICATIONS AND CONTRACT DOCUMENTS FOR 36" WATER MAIN EXTENSION ALONG TRINITY RAILWAY EXPRESS FROM TARRANT MAIN TO SH 360 & TRINITY BOULEVARD PART4 Water Project No. ?265-605140035287 BID RECEIPT D~TE: 1~30 PM, October 16, 2008 ISSUED: October 16, 2008 This Addendum No. 2 forms a part of the Contract Documents referenced above and modifies the Original Contract Documents and Plans. Acknowledge receipt of this Addendum In the space provide below, and in the proposal (page 23) and acknowledge receipt on the outer envelope of your bid. Failure to acknowledgi, receipt of this Addendum could subject the b[dder to disqualification. The Plans Specification documents for 36" Water Main Extension Along Trinity Railway Express from Tarrant Main to SH 360 & Trinity Boulevard are hereby revised by Addendum No. 2 as follows: SPECIFICATIONS: Notlce to Bidders: Delete the foUowlng statement from this page: "The Affidavit statement of the City of Fort Worth MJnority and Women Business enterprise Specifications must be submitted w"rth the bid at the time of bid opening. Failure to submit the affidavit statement with the bid shall result in the rejection of the bid as non-responsJve.u 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 23) 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: S. Frank Crumb, P.E., Director By:____,.YM...,__':; _5,A---'o lc_o ~"-""-'-~ __ Tony Sholola, P.E., Engineering Manager SPECIFICATIONS & CONTRACT DOCUMENTS FOR 36" WATER MAIN EXTENSION ALONG TRINITY RAILWAY EXPRESS R.O.W. FROM TARRANT MAIN TO SH 360 AT TRINITY BLVD PART4 WATER PROJECT NO. P265-605140035287 CITY PROJECT NO. 00352 IN THE CITY OF FORT WORTH, TEXAS 2008 MIKE MONCRIEF MAYOR DALE A. FISSELER, P.E. GREG SIMMONS, P.E. ACTING DIRECTOR, TRANSPORTATION AND PUBLIC WORKS DEPARTMENT FRANK CRUMB, P.E. DIRECTOR, WATER DEPARTMENT Prepared by: TranSystems Corporation Consultants 500 West Seventh St., Suite 1100 Fort Worth, Texas 76102 CITY MANAGER TABLE OF CONTENTS Part A -Notice to Bidders Special Instructions to Bidders (Water Department) City of Fort Worth Minority/Women Business Enterprise Policy Part B -Proposal Part C -General Conditions Part C 1 -Supplementary Conditions to section C Part D -Special Conditions Part DA -Additional Special Conditions Certificate of Insurance Part F -Bonds (City of Fort Worth)- 0 Performance Bond 0 Payment Bond 0 Maintenance Bond Part G -Contract (City of Fort Worth) Part H -Permits I Standard Drawings Part I -Misc. Specifications Part J -Corrosivity Study/ Corrosion Protection Design Report Part K -Electrical Specifications RTU Programming Quote (HSQ Technology) Appendix A -Geotechnical Report/ TxDOT Boring Logs G:IFW0 /\2643 \Specs\Co ntract 2\Contract 2 Unit 4\TC Cl U4.doc TC-I - - - - - - Part A -Notice to Bidders - - - - - - - - - - NOTICE TO BIDDERS Sealed proposals for the following: For: 36" Water Main Ext. Along TRE R.O.W. Unit 4 (From Tarrant Main to SH 360 at Trinity Blvd.) Water Project No. P265-605140035287 CPN: 00352 DOE: 5509 Addressed to the CITY OF FORT WORTH PURCHASING DIVISION 1000 THROCKMORTON STREET FORT WORTH, TEXAS 76102 will be received at the Purchasing Office until 1:30 PM, Thursday, October 16, 2008 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 Municipal Office Building, 1000 Throckmorton Street, Fort Worth, Texas . One or more set of plans and documents may be purchased at a cost (non-refundable) of sixty dollars ($60 .00) for each set. The major work on the above project shall consist of the following: 550 LF 6,670 LF 380 LF 90 LF 1 EA 1 LS 36-inch Water Main by Other Than Open Cut 36-inch Water Main by Open Cut 24-inch Water Main by Open Cut 12-inch Water Main by Open Cut Metering Station Facility Demolition of Existing Metering Station Facility 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 Engin eering at 8 l 7-392-7910. The Affidavit Statement of the City of Fort Worth Minority and Women Business enterprise Specifications must -/. be submitted with the bid at the time of bid opening. Failure to submit the affidavit statement with the bid shall result in the rejection of the bid as non-responsive. Bidders shall comply with the City's Green Cement Policy as stip ulated in the 'Comprehensive Notice to Bidders ' of these specifications and contract documents . For additional information concerning this project, please contact Craig Schellbach, P .E. at 817-339-8950 or Rakesh Chaubey, P.E., Project Manager, at 682-432-5485 . Advertising Dates : September 18, 2008 September 25, 2008 Fort Worth, Texas C:\Documents and Se llings \chauber \Deskt op \2.2.b -No tice t o Bidders (Consultant Design -s in g le unit section).doc NB-1 COMPREHENSIVE NOTICE TO BIDDERS Sealed proposals for the following: FOR: 36" WATER MAIN EXT. ALONG TRE ROW, UNIT 4 (FROM TARRANT MAIN TO SH. 360 AT TRINITY BOULEVARD.); CPN: 00352 DOE: 5509 Addressed to: CITY OF FORT WORTH PURCHASING DIVISION 1000 THROCKMORTON S T FORT WORTH TX 76 1 02-6311 will be received at the Purchasing Office until 1 :30 p .m., Thursday, October 16, 2008 and then publicly opened and read aloud at 2:00 p.m . in the Council Chambers. Plans, General Contract Documents and Specifications for this project may be obtained in the office of the Engineering Department, Municipal Office Building, lOOO Throckmorton Street, Fort Worth, Texas 76102. One or more sets of Plans and documents can be purchased at a cost (nonrefundable) of sixty dollars ($60) for each set. The major work will consist of the (approximate) following : The major work on the above project shall consist of the following: 550 LF 6,670 LF 380 LF 90 LF 1 EA 1 LS 36-inch Water Main by Other Than Open Cut 36-inch Water Main by Open Cut 24-inch Water Main by Open Cut 12-inch Water Main by Open Cut Metering Station Facility Demolition of Existing Metering Station Facility Included in the above will be all other miscellaneous items of construction as outlined in the Plans, General Contract Documents and Specifications. NOTICES All bidders will be required to comply with Provision 5159a of"Vernon 's Annotated Civil Statutes" of the State of Texas with respect to the payment of prevailing wage rates and City of Fort Worth Ordinance no . 7400 (Fort Worth City Code Sections 13-A-221 throug h 13-A-29) prohibiting discrimination in the employment practices. Bid security may be required in acco rdance with Special Instructions to Bidders . The City of Fort Worth re serves the right to reject any and/or all bids and waive any and/or all formalities. COMPREHENSIVE NOTICE TO BIDDERS No bid may be withdrawn until the expiration ofninety (90) days from the date bids are opened. The award of contract, if made, will be within ninety (90) days after the opening of bids , but in no case will the award be made until all th e 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 Addenda Index and Receipt form(s). Bids that do not acknowledge receiptofall addenda may be rejected as being non-respons ive. Information regarding the status of addenda may be obtained by contacting the Engineering Department at (81 7) 392-7910. Bidders , using the printed copy, shall not separate, detach or remove any portion , segment or sheets from the contract document at any time. Bidders must complete the proposal section(s) and submit the complete specification book or face rejection of the bid as non-responsive. It is recommended that the bidder make a copy of the forms included in the Minority and Women Business Enterprise section for submittal within the time deadline stated below or the bidder may request a copy of said forms from the C ity of Fort Worth Project Manager named in this solicitation. In accord with the City of Fort Worth Ordinance No. 15530, the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City of Fort Worth contracts. A copy of the Ordinance can be obtained from the office of the City Secretary. The bidder shall submit the MBE/WBE UTILIZATION FORM, SUBCONTRACTOR/SUPPLIER UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM, GOOD FAITH EFFORT FORM (with "Documentation") and/or the JOINT VENTURE FORM as appropriate. The Documentation must be received no later than 5:00 p .m ., five (5) City of Fort Worth 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 City of Fort Worth received the Documentation. Failure to comply shall render the bid non-respons 1ve . As per Fort Worth City Council Resolution 3536, the City Manager is authorized to specify the purchase of dry kiln cement as the base bid in City of Fort Worth bid projects, with an alternative bid for the purchase of cement from an unspecified source and pre ferential purchasing for bids from a cement kiln with emissions not exceeding 1. 7 pounds of NOx per ton of clinker produced. In cases where cement meeting the above requirements is not available, and where cement from a non-compliant source must be utilized, the Contractor shall furnish good faith effort documentation in the form ofletters from two North Texas cement suppliers of green cement stating that no stock of green cement is available for the contractor at that time. These letters shall be considered valid for a maximum of one week after which new letters must be submitted to the Project Inspector if green cement continues to remain unavailable . All related costs for complying with the Green Cement Policy shall be considered subsidiary to the applicable project pay items . The contractor shall submit the Green Cement Policy Compliance Statement or the good faith effort documentation at the time the of bid opening of the project. A copy of the Compliance Statement is attached at the end of thi s section . Failure to comply with the Green Cement Policy may result in rejection of the bid as non-responsive. SUBMISSION OF BID AND AW ARD OF CONTRACT The proposal within this document is designed as a package. In order to be considered an acceptable bid, the Contractor is required to submit a bid for the complete proposal. A bid proposal submittal that is received with the proposal incomplete will be rejected as being non-responsive. The Contractor who submits the bid with the lowest price, will be the apparent successful bidder for the project. Bidders are hereby informed that the Director of the Engineering Department reserves the right to evaluate and recommend to the City of F ort Worth City Council the bid that is considered to be in the be st interest of the City of Fort Worth . COMPREHENSIVE NOTICE TO BIDDERS PRE-QUALIFICATION REQUIREMENTS FO R WATER DEPARTMENT WORK The Water and/or sanitary sewer improvements , if applicable, must be performe d by a contractor who is pre-qualifi ed by the Wate r Departme nt at the time of bid opening. The procedure for the pre-qualification is outlined in the "Special In structions to Bidders (Water / Sewer) The managing department for this project is the Engineering Department. For additional information, please contact Craig Schellbach, P.E., of Tran Systems C orp. at (817) 339-8950 or by email : cpschellbach@transystems .com or Rakesh Chaubey, P .E, Project Manager, Engineering Department at (682) 432-5485 . DALE FISSELER CITY MANAGER Advertising Dates: September 18 , 2008 Septembe r 25 , 2008 By:___,/_0111,lr----=-5--++-"'--' ~ ~U_4 - Tony Sholola, P .E Engineering Manager Engineering Department, Engineering Services MARTY HENDRIX CITY SECRETARY - - -· - - - - - - - - - - - - - - - - Special Instructions to Bidders (Water Department) SPECIAL INSTRUCTIONS TO BIDDERS l) PREOUALIFICATION REQUIREMENTS: All contractors submitting bids a re required to be prequalified by the Fort Worth Water Department prior to submitting bids. This prequalification process will establish a bid limit based on a technical evaluation and financial analysis of the contractor. It is the bidder's responsibility to submit the following documentation : a current financial statement, an acceptable experience record, an acceptable equipment schedule and any other documents the Department may deem necessary, to the Director of the Water Department at least seven (7) calendar days prior to the date of the opening of bids. a) The financial statement required shall have been prepared by an independent certified public accountant or an independent public accountant holding a valid permit issued by an appropriate State licensing agency and shall have been so prepared as to reflect the financial status to the submitting company. This statement must be current and not more than one (1) year old. In the case that a bidding date falls within the time a new statement is being prepared, the previous statement shall be updated by proper verification. b) For an experience record to be considered to be acceptable for a given project, it mu st 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 receive d. c) The Director of the Water Department shall be the sole judge as to the acceptability for financial qualification to bid on any Fort Worth Water Department project. d) Bids received in excess of the bid limit shall be considered non-responsive and will be rejected as such. e) The City, in its sole discretion, may reject any bid for failure to demonstrate experience and/or expertise . f) Any proposals submitted by a non-prequalified bidder shall be returned unopened , and if inadvertently opened, s hall 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 th e City of Fort Worth, in an amount ofnot less than five (5%) percent of the largest possible total of the bid submitted must accompany the bid, and is subject to forfeiture in the event the successful bidder fails to execute the Contract Documents within ten (JO) d ays after the contract has been awarded To be an acceptable surety on the bid bond, th e surety must be authorized to do business in the state of Texas . In addition, the surety must ( l) hold a certificate of authority from the Untied States secretary of th e treasury to qualify as a surety on obligations permitted or required unde r federal law ; or (2) have obtained reinsurance for any liability 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 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 di scretion, will determine the adequacy of the proofrequired 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 . 4 . WAGE RA TES: 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 wage s paid to each worker. These records shall be open at all reasonable hours for inspection by the City . The provisions ofD-3 Right to Audit pertain to this inspection . ( c) The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs (a) and (b) above . (d) With each partial payment estimate or payroll period, whichever is less, an affidavit stating that the contractor has complied with the requirements of Chapter 2258, Texas Government Code . The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times . 5 . AMBIGUITY: In the case of ambiguity or lack of clearness in stating prices in the Proposal, the City reserves the right to adopt the most advantageous construction thereof to the City or to reject the Proposal. 6 . BIDDER LICENSE: Bidder must be a licensed Contractor in the State of Texas . 7 . NONRESIDENT BIDDERS: Pursuant to Article 601g, Texas Revised Civil Statutes , the City of Fort Worth will not award this contract to a nonresident bidder unless the nonresident's bid is lower than the lowest bid submitted by a responsible Texas resident bidder by the same amount that a Texas res ident 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 di squalify 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 term s, 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 aris ing out of Contractor's and/or its subcontractors' alleged failure to comply with the above referenced Policy concerning age discrimination in the performance of this agreement. 10 . DISABILITY: In accordance with the provisions of the Americans With Disabilities Act of 1990 ("ADA"), Contractor warrants that it and any and all of its subcontractors will not unlawfully discriminate on the basis of disability in the provision of services to the general public, nor in the availability, terms and/or conditions of employment for applicants for employment with, or employees of Contractor or any of its subcontractors . Contractor warrants it will fully comply with AD A's provisions and any other applicable federal, state and local laws concerning disability and will defend, indemnify and hold City harmless against any claims or allegations asserted by third parties or subcontractors against City arising out of Contractor's and/or its subcontractors' alleged fa ilure to comply with the above referenced laws concerning disability discrimination in the performance of this agreement. 11. MINORITY AND WOMEN BUSINESS ENTERPRISES: In accord with City of Fort Worth Ordinance No. 15530, the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City contracts . A copy of the Ordinance can be obtained from the Office of the City Secretary . The bidder shall submit the MBE/WBE UTILIZATION FORM, SUBCONTRACTOR/SUPPLIER UTILIZATION FORM, PRIME CONTRACTOR W AIYER FORM and/or the GOOD FAITH EFFORT FORM ("with Documentation") and/or the JOINT VENTURE FORM as appropriate. The Documentation must be received by the managing department no later than 5:00 p .m ., five (5) City business days after the bid opening date . The bidder shall obtain a receipt from the appropriate employee of the managing department to whom delivery was made . Such receipt shall be evidence that the documentation was received by the City. Failure to comply shall render the bid non-responsive . Upon request, Contractor agrees to provide the Owner complete and accurate information regarding actual work performed by a Minority Business Enterprise (MBE) and/or women business enterprise (WBE) on the contract and payment thereof. Contractor further agrees to permit any audit and/or examination of any books, records or files in its possession that will substantiate the actual work performed by an MBE and/or WBE. The misrepresentation of facts ( other than a negligent misrepresentation) and/or commission of fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate Federal, State or local laws or ordinances relating to false statements. Further, any such misrepresentation of facts ( other than a negligent misrepresentation) and/or commission of fraud will result in the Contractor being determined to be irresponsible and barred from participating in City work for a period of time ofnot 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 li st 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 there is a dispute regarding (i) final quantities , or (ii) liquidated damages, city shall make a progress payment in the amount that city deems due and payable. g. In the event of a dispute regarding either final quantities or liquidated damages, the parties shall attempt to resolve the differences within 30 calendar days. 06/04/03 - - - - - - - - - - - - - - - - - - City of Fort Worth Minority/Women Business Enterprise Policy i\ ,, FORT WORTH ---. ~ City of Fort Worth .;--. '; ) ··!/{ if I ~I I I ·· .. -I ... ,. I I •~,) ___ / ' a - Minority and Women Business Enterprise Specifications SPECIAL INSTRUCTIONS FOR BIDDERS APPLICATION OF POLICY POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority and Women Business Enterprises (M/WBE) in the procurement of all goods and services to the City on a contractual basis . All requirements and regulations stated in the City's current Minority and Women Business Enterprise Ordinance apply to this bid. M/WBE PROJECT GOALS The City's M/WBE goal on this project is 14% of the total bid (Base bid applies to Parks and Community Services). COMPLIANCE TO BID SPECIFICATIONS On City contracts of $25,000 or more, bidders are required to comply with the intent of the City's M/WBE Ordinance by either of the following: 1. Meet or exceed the above stated M/WBE; goal, or 2. Good Faith Effort documentation, or; 3. Waiver documentation, or; 4. Joint Venture. _ SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents must be received by the Managing Department, within the following times allocated, in order for the entire bid to be considered responsive to the specifications . 1. Subcontractor Utilization Fonn, if goal is received by 5:00 p.m ., five (5) City business days after the bid met or exceeded : opening date, exclusive of the bid opening date . 2. Good Faith Effort and Subcontractor received by 5:00 p .m., five (5) City bwsiness days after the bid Utilization Form, if participation is less than opening date, exclusive of the bid opening date. stated goal: 3. Good Faith Effort and Subcontractor received by 5:00 p .m., five (5) City business days after the bid Utilization Form , if no M/WBE participation: opening date , exclusive of the bid opening date. 4. Prime Contractor Waiver Form , if you will received by 5:00 p.m ., five (5) City business days after the bid perform all subcontractinq/supplier work: opening date , exclusive of the bid opening date . 5. Joint Venture Form , if utilize a joint venture received by 5:00 p .m ., five (5) City business days after the bid to met or exceed goal. opening date, exclusive of the bid openinq date . Any questions, please contact the M/WBE Office at (817) 392-6104. City of Fort Worth Subcontractors/Suppliers Utilization Form ATTACHMENT 1A Page 1 of 4 PRIME COMPANY NAME: Check applicable block to describe prime 36" Water Main Ext. Along TRE R.O.W. Part 4 City's M/WBE Project Goal: 14% Prime's M/WBE Project Utilization: I % M/W/DBE Identify all subcontractors/suppliers you will use on this project NON-M/W/DBE M/WBEs listed toward meeting the project goal must be located in the nine (9) county marketplace or currently doing business in the marketplace at the time of bid. Marketplace is the geographic area of Tarrant, Parker, Johnson, Collin , Dallas, Denton, Ellis, Kaufman and Rockwall counties . ALL M/WBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms, located or doing business at the time of bid opening within the Marketplace, that have been determined to be bonafide minority or women businesses by the North Central Texas Regional Certification Agency (NCTRCA), or the Texas Department of Transportation {TX DOT), highway division . Disadvantaged Business Enterprise (DBE) is synonymous with Minority/Women Business Enterprise (M/WBE). · Rev . 5/30/03 ATTACHMENT 1A Page 2 of4 Primes are requ ired to identify ALL subcontractors/suppliers , regardless of status ; i.e., Minority, Women and non-M/WBEs. Please list M/WBE firms first, use additional sheets if necessary. Certification (check one) /. SUBCONTRACTOR/SUPPLIER T1-----~-i . N T Company Name Address Telephone/Fax Jlm #AT£4-IA'-~""<- P. o-7StJ>< 4i6 Alvoab; TX 162.2.5' tf 10 -42'1-20~ :r -ret q'lo ~ ~2, -2761; Fk L-k,-fAs,oa;ak~ Po. 73°'° C.6 ! ..J. £. &I/ZIY}/lt/tl~p(/1 e M r B E 8 35' t, lt>~t_ /JMV,, i>t, I V,4-L.1.-A~., ~AS 11'2Ji / :.z ,4_ 6d!I . 1 '15 -s-r e,;R 2-ti-;?~-3~ ,....~ //Alt,! t.,,v ?t/'i!' -1-/)etf'p1r IO o 3 /1. f/1"'4/1.1"1 1M K/tlf) ~VJ /'{2.~1iz.1~1ie, I 7so'5'o ,W 972 -26Z-16 QC> PA> 17'1 -'26 W//t~o lo/f///loL.f ·C ) 8{'oJ SA<-K5boyo .1-io ,Y 1'--,:.;,,z:r M., ,..t{,.. //; 11, J"J{' J sn. -2.H-t"'10 -rd I fJn -5 -l.6 -P., '"" W C X B T D E R 0 C T A Detail Subcontracting Work '{,,L..;e,fUL;OG- c!tJ,t/ ~ee-re Detail Supplies Purchased R,cz;.·1,./ 5~#0 ZII Ir£ '/),V,~"'1 (!,4-,-J1{)1)1 (, C l1J,o T£C:f'l1J•,/ Dollar Amount Rev . 5/30/03 ATTACHMENT 1A Page 3 of 4 Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e ., Minority, Women and non-M/vVBEs . I SUBCONTRACTOR/SUPPLIER ! Company Name 1 Address f Telephone/Fax 1, il ~: ,11 5 , s k tlr1"t..1rl(S /~. l.5/1 /2C£ 31tL itMor y 11ir 15'"10 i, ~Cjo3 -~7J-21Zs rd ~ -7 -f.llt ~ Please list M/vVBE firms first, use additional sheets if necessary . e M r B E Certification (check one) Detail Subcontracting Work Detail Supplies Purchased Dollar Amount Rev . 5/30/03 'FORT WORTH -~ 'Total Dollar Amount of M/WBE Subcontractors/Suppliers $ Total Dollar Amount of Non-M/WBE Subcontractors/Suppliers $ TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ 1·z 50 ; ATTACHMENT 1A Page 4 of 4 By affixing a signature to this form, the Offerer further agrees to provide , directly to the City upon request, complete and accurate information regard i ng actual work performed by all subcontractors, including M/W/DBE(s) arrangements submitted with the bid. The Offeror also agrees to allow an . audit and/or examination of .any books, records and files held by their company. The bidder agrees to allow the . transmission .of interviews with owners, principals, officers, employees and applicable · /:-~)-. subcontractors/suppliers/contractors participating on the contract that will · substantiate the actual work ,. __ performed by the M/W/DBE(s) on this contract, by an authorized officer or employee of the City. Any · intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements . Any failure to comply with this ordinance ahd 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. Printed Signature Title Contact Name/Title (if different) T X 8 13: 4-=rJ.-03 Z.t::J Company Name Telephone and/or Fax M, 't-EO ~SJZ.p.J IS . c.o n., Address E-mail Address 10 /22 . .lt:)8 C i ty/State/Zip Date Rev. 5/3 0/03 \ ) / PART B -PROPOSAL - 36" Water Main Ext. Along TRE R.O.W. Part 4 TO: CITY OF FORT WORTH PURCHACING DEPARTMENT 1000 THROCKMORTON STREET FORT WORTH, TEXAS 76102 For: 36" Water Main Ext. Along TRE R.O.W. Pay Item *la. *lb. Water Project No. P265-605140035287 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: CPMS RECORD NUMBER Bid- 00601 Bid- 00602 36" Water Main Ext. Along TRE R.O.W. Part 4 Approximate Description of Bid Item Prices Unit Quantity Written in Words Price 6,670 6,670 LF 36-inch Pre-tensioned Concrete Cylinder $ ~ (;!!:.. Pipe C-303 (min 200psi working pressure) by Open Cut, (Includes Excavation, Embedment and Backfill) Two 1-1 u" r1 .... c1 ,1.,, e,,,,1 y __________ Dollars& ___ ~_-~r,.J_Z>_ ...... ____ Cents per Linear Foot LF 36-inch DIP (min 200psi working pressure) Water Line Wrapped in Polyethylene by Open Cut (Includes Excavation, Embedment and Backfill) __________ Dollars& _________ Cents per Linear Foot $ ___ _ Total Price l I ) 36" Water Main Ext. Along TRE R.O.W. Part 4 Pay CPMS Item RECORD NUMBER *le. Bid- 00603 Approximate Quantity 6,670 LF *Contractor shall select la, lb or le **2a. Bid-550 LF 00584A **2b. Bid-550 LF 00584B Description of Bid Item Prices Written in Words 36-inch Steel Water Pipe (min 200psi working pressure) by Open Cut, (lncl. Excavation, Embedment and Backfill) -----ft _...-__ 7_W_!_N~Y--~~-W_6 _Dollars & ------.11--¥-"/{)""'" __ Cents per Linear Foot 36-inch Pre-tensioned Concrete Cylinder Pipe C-303 (min 200psi working pressure) pipe furnished and installed in 54-inch Steel Casing ( 0.50" thick) furnished and installed by Other than Open Cut, O.o ~ --rl.-u 1..1:,s::~,v cJ /tJ e.r-tb( -E~· ,ie Dollars& .__ wo -Cents per Linear Foot 36-inch DIP (min 200psi working pressure) pipe Wrapped in Polyethylene furnished and installed in 54-inch Steel Casing ( 0.50" thick) furnished an installed by Other than Open Cut __________ Dollars & __________ Cents per Linear Foot Unit Price Total Price ~'to/*~ LViJ }VS1J· ),..II t,.J $ Li D)-S' ~ $ -A't,-&if) ..s S-t...3 I 's-a oo $ $ ffi ~1d 2 I~ Pay CPMS Item RECORD NUMBER **2c. Bid- 00584C Approximate Quantity 550 36" Water Main Ext. Along TRE R.O.W. Part 4 Description of Bid Item Prices Written in Words Unit Price LF 36-inch Steel pipe (min 200psi working $--=--'---- pressure) furnished and installed in 54- inch Steel Casing ( 0.50" thick) furnished and installed by Other than Open Cut £/ifJl£/t /ltJNcfrtJ __________ Dollars& ------~Ai.c-,/w<----Cents per Linear Foot r /a **Contractor shall select 2a, 2b or 2c ***3a. Bid-425 00595 ***3b. Bid-425 00596 LF 24-inch Pre-tensioned Concrete Cylinder $ ,2 /D 00 Pipe C-303 (min 200psi working pressure) by Open Cut, (Includes Excavation, Embedment and Backfill) °1-e'-('-Dollars & ----+-fV~D ____ Cents per Linear Foot LF 24-inch DIP (min 200psi working pressure) Water Line Wrapped in Polyethylene by Open Cut (Includes Excavation, Embedment and Backfill) ---------~Dollars& __________ Cents per Linear Foot $ ---- Total Price 3 ) Pay CPMS Item RECORD ***3c. NUMBER Bid- 00597 36" Water Main Ext. Along TRE R.O.W. Part 4 Approximate Quantity 425 LF Description of Bid Item Prices Written in Words 24-inch Steel Water Pipe (min 200psi working pressure) by Open Cut, (Incl. Excavation, Embedment and Backfill) ~ /({;Atcl~ecl !irf __________ ___;Dollars& -_____ __,__..... f __ Cents per Linear Foot ,JVa Unit Price *** Contractor shall select 3a, 3b or 3c *4a. *4b. Bid- 00592 Bid- 00593 25 25 LF 16-inch Pre-tensioned Concrete Cylinder Pipe C-303 (min-200psi working pressure) by Open Cut, (Includes Excavation, Embedment and Backfill) __________ ___;Dollars & ___ f,)~_b _____ Cents per Linear Foot LF 16-inch DIP (min 200psi working pressure) Water Line Wrapped in Polyethylene by Open Cut (Includes Excavation, Embedment and Backfill) ___________ Dollars & __________ Cents per Linear Foot $ ___ _ Total Price l-Jt cJ $~zM r;).> S-00~ 4 ) 36" Water Main Ext. Alon TRE R.O.W. Part 4 Pay CPMS Item RECORD NUMBER *4c. Bid- 00594 Approximate Quantity 25 LF * Contractor shall select 4a, 4b or 4c 5. Bid-NA 12 LF 6. Bid-20 LF 00591 Description of Bid Item Prices Written in Words 16-inch Steel Water Pipe (min 200psi working pressure) by Open Cut, (Incl. Excavation, Embedment and Backfill) Mt> l(pAldJ/Ed __ __,_/0_1 /Jl_f tt_y __ Dollars & i~ ______ __,/,__V_Pv __ Cents per Linear Foot 42-inch Steel Casing ( 0.50" thick) furnished and installed by open cut (Including Excavation, Embedment and Backfill) /lib b~ Dollars& ..tlJ Cents per Linear Foot 12-inch PVC C900 Water Pipe (Including Excavation, Embedment and Backfill) 1~ Dollars & dAJ , Cents per Linear Foot Unit Price Total Price $ 29.2. ~ $21cn. <:!? OD $ 5'0.-$/000.~ 5 Pay Item 7. 8. ) 9. 10. ( CPMS RECORD NUMBER Bid- 00588 Bid- 00618 Bid- 00732 Bid- 00726 36" Water Main Ext. Alon TRE R.O.W. Part 4 Approximate Description of Bid Item Prices Quantity 80 40 5 8 Written in Words LF IO-inch PVC C900 Water Pipe (Including Excavation, Embedment and Backfill) --~,...,.~~..,.._ _____ Dollars& ____ ,{,,{)~ ____ Cents per Linear Foot LF 8-inch PVC C900 Water Pipe (Including Excavation, Embedment and Backfill) EA --1-+-Phvvtt""'-"----=,-____ Do,llars & ---~,d,=~-----Cents per Linear Foot 36-inch Resilient Seat Gate Valve w/ Concrete Valve Vault and Ext. Stem, and all other appurtenances ~~--5~ 1f)d~ fu/0 1~ Jllll, -,~=u/)-"-""'-4'1,~tv~•-"'-+~f. ___ --'Dollars & fJ EA ___ µ_V ______ Cents per Each 24-inch Resilient Seat Gate Valve w/ Concrete Valve Vault and Ext. Stem, and all other appurtenances 1JAI~ -1coa 'fi~.I A,,t)t:) ~ Dollars & ---~-'------"'V'--_____ Cents per Each Unit Total Price Price $ 1_D, co $3 2(X) -~ $ ::s o.~ $/2tXJ .~ 6 ) Pay CPMS Item RECORD NUMBER 11. Bid- 00115 12. Bid- 00717 ~J 13. Bid- 00715 14. Bid- 00749 ( ) _, 36" Water Main Ext. Along TRE R.O.W. Part 4 Approximate Quantity Description of Bid Item Prices Written in Words Unit Price Total Price 1 EA Vault for existing 24-inch Gate Valve, and $&J 15!), g.)$ &;J.5t) · ~ all other appurtenances )_~-~kh~ 1-~ Dollars& ---~tLl?~'--------Cents per Each 3 EA 12-inch Resilient Seat Gate Valve w/ Cast $/!302-~ $Sf'tn.~ . Iron Box and Lid, D-52 ~h~ Dollars& tU> Cents per Each 1 EA 10-inch Resilient Seat Gate Valve w/ Cast $ IS"()oP $ l5'aJ.~o Iron Box and Lid, D-52, (Cut-in to exist line) ~~ ),_µr,hJ Dollars& ,,4//2_ Cents per Each oD 1 EA 8-inch Resilient Seat Gate Valve w/ Cast $ LOSO---$ /()5l) ~ Iron Box & Lid, D-52 (!},u_ <tit~ Pih; Dollars& ND Cents per Each 7 ( ) 36" Water Main Ext. Alon TRE R.O.W. Part 4 Pay CPMS Item RECORD *15a. *15b. *15c. NUMBER Bid- 00571 Bid- 00569 Bid- 00570 Approximate Quantity 1 LS Description of Bid Item Prices Written in Words Furnish and Install Concrete Pressure Pipe Fittings for Pre-tensioned Cone. Cylinder Pipe (C -303) __ _,,.Q~l).._._C...-=------·Dollars & ___ -~'fv~' _· ____ Cents per Lump Sum 35 1N Furnish and Install Fittings for Ductile Iron Pipe , Including Cone. Blocking __________ Dollars& __________ Cents per Ton 1 LS Furnish and Install Fittings for Steel Pipe ----~~~Wi_"f:. __ Dollars& -----~§p_'() ___ Cents per Lump Sum * Contractor shall select 15a, 15b or 15c 16 . Bid- 00713A 2 EA 4-inch Combination Air & Vacuum Release Valve and 4-foot Dia. Manhole, (Including Tee at Main and Adapters as Required) Per Detail 16-17 (Mod). __________ .Do llars& ___ __,_/lA~tJ~ ___ Ce nts per Each Unit Price $ ) te, I $ ___ _ Total Price LVL<J $,A ~if} ,~ $~ $~$~ J,.UW Ng, & 8 ~ 36" Water Main Ext. Along TRE RO.W. Part 4 Pay CPMS Approximate Description of Bid Item Prices Unit Total Item RECORD Quantity Written in Word s Price Price NUMBER 17 . Bid-2 EA 8-inch BlowoffValves and 4-foot Dia. $,5J(J). ~$ I/ /t{)_g_o 00748 Sump Manhole, (Including Tee at Main, 2-8" Resilient Seat Valves and Adapters as Required) '4-_;JA,-s~ ~ Dollars& ttJo Cents per Each $ '?15D lO $ /~25"0 ~ --18. Bid-3 EA Remove and Salvage Existing 24" Gate 00751 Valves -Complete ~-s~~ctJ ~A Dollars& :) M) Cents per Cubic Yard . oo 19. Bid-2 EA Remove and Salvage Existing 1 O" Gate $ 151) $ /5?() '?9 00751A Valve -Complete ~~d-i,~ i~ Dollars& A/D Cents per Cubic Yard 20. Bid-NA 3 EA Cut and Plug Existing 1 O" Water Line -$ /5111 f2._0 $ 1S-(J) ~2. Complete 1~J.~ Doll ars & AIO • Ce nts per Cubi c Yard ( ) , __ 9 ,,-. 36" Water Main Ext. Along TRE R.O.W. Part 4 Pay CPMS Approximate Description of Bid Item Prices Unit Total Item RECORD Quantity Written in Words Price Price NUMBER 21. Bid-200 LF Additional Depth of Water Line -Install $ LD-~ $ 2a1?-~ 00620 Jlhz Dollars & /VO Cents per Cubic Yard 22. Bid-580 CY 24-Inch Rock Rip Rap (DA-39) -Install $ 5Da;> $21 ~Ci)~ 00095 ;114 Dollars& /Vt) Cents per Cubic Yard 23. Bid-1 LS Remove & Dispose Existing Concrete $/5{X)_.~ $ 15a, · «) 01140 Blow-off Assembly incl. Valves, Piping, ) and Vault . - "l~ t~~ ,-..... Dollars& IJL,2_ , Cents per Lump Sum 24. Bid-1 LS Install and Maintain SWPPP $/5.axJ.f!f' $/S:cetJ.~ 00100 I 7 :f~ 14~ Dollars & /f./2) Cents per Lump Sum ( ) IO \ ,·_) Pay CPMS Item RECORD 25. 26. 27. 28. NUMBER Bid- 00458 Bid- 00443 Bid- 00490 Bid- 00494 36" Water Main Ext. Along TRE R.O.W. Part 4 Approximate Quantity 200 LF Description of Bid Item Prices Written in Words Pavement -5-Inch Min. Reinforced Concrete on 2/27 Concrete Base (Figure 2000-2) -Install ____ _,_N,"-0=:..._ ____ Cents per Linear Foot Unit Price c>o $/OQ--· Total Price $)0~-~ I 20 LF Pavement -2-Inch Min. HMAC on 2/27 $ Im . @ $2a?o, ~ Concrete Base (Figure 2000-IA)-Install 56 80 __ --1-;0.c.._'t> ______ Cents per Linear Foot SY Concrete Pavement Repair per TxDOT Spec. Item 361 -Install 5~-1:we Dollars& /VD Cents per Linear Foot SY Gravel Drive Repair (6" Flex Base) ---/?'!'~~------Dollars & __ ..-,M.IL..::'O'--_____ Cents per Square Yard $ /0 9...0 $ &oo .~ 11 ) Pay CPMS Item RECORD 29. 30. 31. 32. 33. NUMBER Bid- 00372 Bid- 00852 Bid- 00541 Bid- 00181 Bid- 00134 36" Water Main Ext. Along TRE R.O.W. Part 4 Approximate Quantity 7,250 LF 20 DY 5 EA 1 LS 6,850 LF Description of Bid Item Prices Written in Words Trench Safety System #D Dollars & Dito Cents per Linear Foot Railroad Flagman (Contractor to contact TRE & arrange schedule) ~bM Dollars& Al~ Cents per Day Exploratory Excavation (D-hole) D-51 5~b~ t~ Dollars& /1[0 Cents per Each Traffic Control -Install __________ Dollars& -----'N2'---''l)"---_____ Cents per Square Yard Hydromulch Seeding _ .... (2,__,__JLL==-------·Dollars& ------'-M---'--____ Cents per Linear Foot Unit Price Total Price $ .e .. J2!_ $ 72. .. ~ $ 800.00 $ 16,000.00 $ 15'D .. ~ $5'J50 . gJ $ 3:~ <;p $5(Xt) co $ I $68So .~ 12 36" Water Main Ext. Along TRE R.O.W. Part 4 Pay CPMS Approximate Description of Bid Item Prices Unit Total Item RECORD Quantity Written in Words Price Price NUMBER 34. Bid-1 LS Cathodic Protection $ 4fi)Jo:) DO $ 4f fll) _ ~ 00619 1~4AMe~Q Dollars& .Alb Cents per Lump Sum 35. Bid-10 LF Concrete -Encasement (18" Sewer)-$/]JO, (X) $ I Oti::J . 22.> 00841 Install ($vu ~ Dollars& AV Cents per Cubic Yard c:io $2th') _co 36. Bid-20 CY Concrete -Type B -Install $ /._{)(). -~ ) 00837 ~~ Dollars& ~i) Cents per Cubic Yard 37. Bid-20 CY Concrete -Type E -Install $ /t'o _Q;) $2~-~ 00839 IJ,~p Dollars& ,,1/0 . Cents per Cubic Yard 38. Bid-100 CY Fill Material -Ballast Stone -Install $ 25 53? $2.5'£:b. f:fl. 00840 :1~ Dollars& AIIJ Cents per Cubic Yard . 13 Pay CPMS Item RECORD 39. 40. 41. 42. NUMBER Bid-NA Bid-NA Bid- 00722A Bid- 00727B 36" Water Main Ext. Along TRE RO.W. Part 4 Approximate Quantity Description of Bid Item Prices Written in Words 12 24 1 9 EA Tracking Balls -Install _____.:f_'--'-~~-=-~-----·Dollars & ---~~~Z)ce-____ Cents per Cubic Yard EA Pipeline Markers -Install __.__,~== ~----L..:f:AM/)=-..:....-~-Dollars & __ __..A/D'-=-"'--------Cents per Cubic Yard EA Modify Exist. 2-Inch Air & Vacuum Release Valve to include above grade Vent Pipe -Install ----------~Dollars & ~A//J~~-------Cents per Cubic Yard EA Modify Exist. 4-Inch Air & Vacuum Release Valve to include above grade Vent Pipe -Install ___________ .Dollars & __ ,_AIJJ~~-----Cents per Cubic Yard Unit Price $ /~99 Total Price OD $ 2.aX> -$ 2tto . ~ 14-R (Addendum No. 1) 36" Water Main Ext. Along TRE RO.W. Part 4 Pay CPMS Approximate Description of Bid Item Prices Unit Total Item RECORD Quantity Written in Words Price Price NUMBER 43 . Bid-1 LS Demolition of existing Meter Station incl. $~an ~$s tto-~ 01140A Antenna and Salvage of Components - Services 1~ Z~J Dollars& A/o Cents per Lump Swn Meter Station -Site Preparation-Grading-$ 5{){1[)~$.50oa) <)0 44. Bid-1 LS 7 01197 Dressing-Fence-Misc (See Table 1, Page 20) -Services ~-~ Dollars & /14) Cents per Lwnp Sum 45. Bid-1 LS Meter Station -Vault-Vault Construction $6.fttrJ ~$(4(a) ~ 01198 & Concrete Work (See Table 1, Page 20) -Services s~--~ ~ Dollars& N o Cents per Lwnp Sum 46. Bid-1 LS Meter Station -Pipe-Yard Piping-Valves-$ l4{ll)~$/2~{Xb ~ 01199 Appurtenances (See Table 1, Page 21)- Services ~/iu.nd,_J ~~"-7~ ~ Dollars & /YZ) Cents per Lump Sum 15-R (Addendum No. 1) • 36" Water Main Ext. Along TRE RO.W. Part 4 Pay CPMS Approximate Description of Bid Item Prices Unit Total Item RECORD Quantity Written in Words Price Price NUMBER a? (£; 47. Bid-1 LS Meter Station -Electrical and Telemetry $ /btjl)(I{}--$ /60,£/tl&- 01200 (See Table 1, Page 21)-Services I 7 tJ/tf !l{)tvdt€cl qfj J /y I T/J1tlflll/cl Dollars & Nb Cents per Lump Sum 48. Bid-1 LS Meter Station -Transfer of Services-Test $ /~ $ /~ 01201 & Commission (See Table 1, Page 21) - Services ------'tJ,1£-L-W,--=~::..___·Dollars & -------<-A&.%-t:) __ Cents per Lump Sum Project Total: 16-R (Addendum No. 1) P265-605140035283, DOE 5509, Part 4 -=---- LIST OF CAST IRON FITTINGS AS REQUIRED BY E2-7.11A TO BE SUBMITTED WITH BID Number of Fittings Size Type 5 36" 9011 Bend 9 36" 4511 Bend 7 36" 22 .511 Bend 1 36" 11 .2511 Bend 1 36" X 24" Reducer 1 36" X 24 " Tee 1 36" X 12" Tee 1 36" X 8" Tee 6 24" 9011 Bend 5 24" 4511 Bend 4 24" 11 .2511 Bend 2 24" X 16" Reducer 2 24" X 24" Tee 2 24" X 12" Tee 1 24" Pluq 2 16" 4511 Bend 1 12" 9011 Bend 2 12" 4511 Bend 1 12" 11.2511 Bend 3 12"x10" Reducer Contractor shall fill in blanks for "Weight" and "Total Weight" as a part of his bid . (weight will be based on M .J . Fittings) Weight Total Weight (lbs) (lbs) Total 17-R (Addendum No. 1) LIST OF CONCRETE PRESSURE FITTINGS P265-605140035283 DOE 5509, Part 4 C303 PRETENSIONED CONCRETE CYLINDER PIPE ADD OR SUBTRACT FOR THE FOLLOWING CONCRETE FITTINGS INCLUDING INSTALLATION BENDS 36" -90 DEGREE 36" -45 DEGREE 36" -22.5 DEGREE 36" -11.25 DEGREE 24" -90 DEGREE 24"-45 DEGREE 24" -11 .25 DEGREE 16" -45 DEGREE 12" -90 DEGREE 12" -45 DEGREE 12" -11.25 DEGREE OTHERS 3 6"X 24" REDUCER 24" x 16" REDUCER 12" X 10" REDUCER 36"X24" TEE 36" X 12" TEE 36" X 8" TEE 24" X 24" TEE 24" X 12" TEE 24"PLUG ESTIMATED QUANTITIES Contractor shall fill in blanks as part of bid. Subtotal Subtotal Total ~~Ve,) 36" A WW A C303 Note : Contractor is responsible for correct quantity total of all fittings and specials . 18-R (Addendum No. 1) LIST OF STEEL PRESSURE FITTINGS P265-605140035283 DOE 5509, Part 4 STEEL PIPE ADD OR SUBTRACT FOR THE FOLLOWING STEEL FITTINGS INCLUDING INSTALLATION BENDS 36" -90 DEGREE 36" -45 DEGREE 36" -22.5 DEGREE 36" -11 .25 DEGREE 24" -90 DEGREE 24"-45 DEGREE 24" -11 .25 DEGREE 16" -45 DEGREE 12" -90 DEGREE 12" -45 DEGREE 12" -11.25 DEGREE OTHERS 36"X 24" REDUCER 24" x 16" REDUCER 12" X 10" REDUCER 36"X 24" TEE 36" X 12" TEE 36" X 8" TEE 24"X24"TEE 24" X 12" TEE 24" PLUG ESTIMATED QUANTITIES Contractor shall fill in blanks as part of bid. Subtotal Subtotal Total $ $ Note: Contractor is responsible for correct quantity total of all fittings and specials . AWWAC200 ,c j'oe/.e- $;.,, -$ ~ J t)() $ 2/().) - $ 2. 50LJ - $ -g5o0- $ 2..200 - $ I ~co ·- $ ;7a., - $ j,t>(J - $ t C)() ..- $ /50- 19-R (Addendum No. 1) TABLE 1 Grand Prairie Metering Station Bid Components City of Fort Worth Department of Engineering Water Project No. P265-605140035287 DOE No . 5509 36" Water Main Extension Along Trinity Railway Express R.O.W. The proposed metering station for water service to the City of Grand Prairie shall include , but shall not be limited, to the following items, arranged by construction category. Contractor shall adjust his bid to include all components and ancillary items necessary to meet the intent of the construction documents. All station components shall function to the satisfaction of the City of Fort Worth and the facility shall, upon commissioning, provide metered water service to the City of Grand Prairie in conformance with the specified requirements . BID-01197 Site Preparation-Grading-Dressing-Fence-Miscellaneous -Services • Mobilization • Clearing and Grading • 6' High Chain Link Fence w/Barbed Wire Apron • 16' Wide Chain Link Gate w/ Locks and Drop Bars • 2' Wide Concrete Mow Strip • 6" Compacted Flex Base • 6" Reinforced Concrete Pavement • 6" Thick %" Crushed Limestone w/ HOPE Geofabric Liner • 6" Thick Crushed Stone for Gravel Roadway • Light Poles (Breakover Type) • 4" Schedule 40 PVC, Capped for future use • Concrete Splash Blocks • Site Area Clean-up and Demobilization BID-01198 Vault-Vault Construction & Concrete Work -Services • Cast-in-Place Meter Vault • Cast-in-Place Butterfly Valve Vault • Double Door Access Hatch -JD-3AL • Double Door Access Hatch -J-3AL • Single Door Access Hatch -J-4AL • . Single Door Access Hatch -J-2AL • Access Ladders w/ Safety Post • 8" Meter Assembly w/ 2" Bypass Meter • Vent Fan • 8" Vent Fan Ducting • 8" Vents w/ SS Insect Screens • Sump Pumps w/ Discharge Check Valves and Tubing • Sump Pump Grating • Sampling Station • %" K-Copper Sampling Line and Fittings 20-R (Addendum No . 1) TABLE 1 (continued) Vault-Vault Construction and Concrete Work (continued) • 1" Taps • 2" Tap w/ Ball Valve & %" Spigot • Excavation and Trench Safety BID-01199 Pipe-Yard Piping-Valves-Appurtenances -Services • 24 "x16 " Tapping Sleeve • 24 "x16 " Cut-in Tee and C losure Section • 24 " Gate Valve and Vault w/ Lockable Hatch • 16" Gate Valves and Vaults • 16" Butterfly Valve with Electric Actuator • Fire Hydrant Assembly incl. 6 " Valve • 16" Ductile Iron Pipe (Direct Bury) • 16" Ductile Iron Pipe (Flanged) • Cast Iron F ittings • Trench Safety BID-01200 Electrical and Telemetry-Services • Rosemont Pressure Transmitter • Pressure Gauge • Temperature Sensor • SCADA Antenna Mast & Concrete Foundation • SCADA Equipment Rack w/ Concrete Pad and Canopy • Electrical Conduit • Interior Vault Lighting • Intrusion Alarm Components • Electrical Receptacles • Lightning Arrestor • Controls and Instrumentation (FTW) • Controls and Instrumentation (GP) • RTU (FTW -new) • RTU (GP -transfer from existing metering station) • RTU Programming (by HSQ) BID-01201 Pipe-Transfer of Services-Test & Commission -Services • Testing of equipment including meters, pumps, valves, power, lighting, alarms , security , etc. • Testing of controls , instrumentation and telemetry • Provis ion of Training to City of Fort Worth and City of Grand Prairie personnel • Provision of technical service manuals 21-R (Addendum No. 1) PART B -PROPOSAL (Continued) Within ten (10) days after notification by the City, the undersigned will execute the formal contract and will deliver an approved Survey Bond and such other bonds as required by the Contract Documents, for the faithful performance of the Contract. The attached bid security in the amount of 5% is to become the property of the City of Fort Worth, Texas, in the event the contract and bond or bonds are not executed and delivered within the time above set forth, as liquidated damages for the delay and additional work caused thereby. The undersigned bidder certified that he has been furnished at least one set of the General Contract Documents and General Specifications for Water Department Project dated January 1, 1978, and that he has read and thoroughly understands all the requirements and conditions of those General Documents and the specific Contract Documents and appurtenant plans. The undersigned assures that its employees and applicants for employment and those of any labor organization, subcontractors, or employment agency in either furnishing or referring employee applicants to 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 lQ_calendar days after issue of the work order, and to complete 36" Water Main construction (Water Main in Service) within 150 calendar days and to meet the substantial completion requirements (June 30, 2009) specified in Paragraph DA-46 of the Additional Special Conditions, 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 $2,500.00 for this contract for every day beyond 150 calendar days that water main is not in service. Total project, including metering station shall be complete and in service within 230 calendar days. (Complete A or B below, as applicable): [] A. The principal place of business of our company is in the State of ___ _ [ ] Nonresident bidders in the State of , our principal place of business, are required to be __ percent lower than resident bidders by state law. A copy of the statute is attached. [] Nonresident bidders in the State of _______ , our principal place of business, are not required to underbid resident bidders. The principal place of business of our company or our parent company or majority owner is in the State of Texas. 22,.R (Addendum No. 1) I ) . ~ . , Receipt is acknowledged of the following addenda: Addendum No. 1 Addendum No. 2 Addendum No. 3 /O-/ll --0~ (Seal) If Bidder Corporation Respectfully submitted, 23 Ill II - Ill II I •• GREEN CEMENT POLICY COMPLIANCE STATEMENT ( To be fumlshed by the Contractor to the City at the time of bid opening) (Submit separate fonns for each supplier I product suppllerJ Name of Project: d,tlt \MtiJtr t4tt JA fx;-ftn:~i on -h1:J'014h .!X City Proj. No.: __._Q""-D.._.?p=-:,>-..------------ This is to certify that the cement to be utilized for the above project will meet the following criteria: The cement was manufactured in a kiln utilizing the dry process (list source below) or in a kiln that meets the emission standard of 1. 71b or less of NOx / ton of clinker released into the atmosphere. Name of Manufacturer Address of Manufacturer: ec:o ~ ·RJ, m j d. l ~ ,{)( CONTRACTOR , SUPPLIER Name ~11/'4~/v [r=ie< f dwa.oo lltle ~!Y/r ,.. ', S~;, ?0?1-1 c~m"""n-ae4-Company - . .. ~' Of?[a.fions 1 L-P 8 17 -177 -0520 Phone Number . . q'7 ~-(p~'l-33:1 J - - - - - - Part C -General Conditions - - - - - - - - - - - Cl-1 Cl-1.1 Cl-1.2 Cl-1.3 Cl-1.4 Cl-1.5 Cl-1.6 Cl-1.7 Cl-1.8 Cl-1.9 Cl-1.10 Cl-1.11 Cl-1.12 Cl-1.13 . Cl-1.14 Cl-1.15 Cl-1.16 Cl-1.17 Cl-1.18 Cl-1.19 c1-1 :20 Cl-1.21 Cl-1.22 Cl-1.23 Cl-1.24 Cl-1.25 Cl-1.26 Cl-1.27 Cl-1.28 c1-1·.29 Cl-1.30 Cl-1.31 Cl-1.32 C2-2 . C2-2.l C2-2.2 C2-2.3 C2-2.4 C2-2.5 C2-2.6 PART C -GENERAL CONDITIONS TABLE OF CONTEN~S NOVEMBER, 1, 1987 TABLE OF CONTENTS DEFINITIONS Definition of Terms Contract Documents Notice to Bidders Proposal Bidder General Conditions Special Conditions . Specifications Bond Contract Plans City City Council Mayor City Manager City Attorney Director of Public Works Director, City Water Department Engineer Contractor Sureties The Work or Project Working Day Calenqar Day Legal Holiday Abbreviations Change Order Paved Streets and Alleys Unpaved Streets and Alleys City Streets Roadway Gravel Str.eet INTERPRETATION AND PREPARATION OF PROPOSAL Proposal Form Interpretation of Quantities Examination of Contract Documents and Site Submitting of Proposal Rejection of Proposal5 Bid Security (1) Cl-1 Cl) Cl-1 (1 .) Cl-1 (2) Cl-1 (2) Cl-1 (2) Cl-1 (2) Cl-1 (2) Cl-1 (2) Cl-1 (2) Cl-1 (3) Cl-1 C3) Cl-1 (3) Cl-1 (3) Cl-1 (3) Cl-1 (3) Cl-1 (3) Cl-1 (4) Cl-1 (4) Cl-1 (4) Cl-1 C4) Cl-1 (4) Cl-1 (4) Cl-1 C4) Cl-1 (4) Cl-1 (4) Cl-1 (5) Cl-1 C6) Cl-1 _{6) Cl-1 (6) Cl-1 (6) Cl-1 ·c6) Cl-1 C6) C2-2 Cl) C2-2 Cl) ·c2-2 (2) C2-2 ( 3) · C2-2 (3) C2-2 { 3) . C2-2.7 Delivery of Proposal C2-2 ( 4) ,.:~.l., C2-2.8 Withdrawing Proposals C2-2 ( 4) ,,:=7:_: Telegraphic Modification of Proposals C2-2 (4) ,.'t, C2-2.9 C2-2.10 Public Opening of Proposal C2-2 (4) C2-2.11 ~rregular Proposais C2-2 (4) C2-2.12 Disqualification of Bidders C2-2 (5) C3-3 AWARD AND EXECUTION OF DOCUMENTS C3-3.l Consideration of Proposals C3-3 (1) C3-3 .. 2 Minority Business Enterpise Women-Owned Business Enterprise compliance.· C3-3 (1) C3-3.3 Equal Employment Provisions -C3-3 (1) C3-3.4 Withdrawal of Proposals C3-3 (2) C3-3.S Award of Co~tract . C3-3 (2) C3-:-3.6 Return of Proposal Securities C3-3 (2) C3-3.7 Bonds C3-3 (2) C3-3.8 Execution of Contract C3-3 (4) C3-3 .. 9 Failure to Execute Contract C3-3 (4) C3-3.10 Beginning Work C3-3 (4) C3-3 .. ll Insurance C3-3 (4) C3-3.12 Contractor's Obligations C3-3 (7) C3-3.13 Weekly Payroll C3-3 (7) C3-3.14 .Contractor's Contract Administration C3-3 (7) C3-3.15 venue C3-3 (8) C4-4 SCOPE OF WORK C4-4.l 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 Contr,act Documents C4-4 (2) C4-4.S Extra Work C4-4 (2) C4-4 .-6 Schedule of Operations C4-4 (3) C4-4.7 Progress Schedules for Water and Sewer Plant Facilities C4-4 (4) cs-s CONTROL OF WORK AND MATERIALS CS-5.1 Authority of Engineer CS-5 (1) CS-5.2 Conformity with Plans CS-5 (1) CS-5.3 Coordination of Contract Documents cs-s (2) ·cs-s.4 Cooperation of Contractor cs-s (2) CS-5.5 Emergency and/or Rectification Work cs-s (3) CS-5.6 Field Office cs-s (3) CS-5.7 Construction Stakes cs-s (3) CS-5.8 Authority and Duties of Inspectors cs-s (4) CS.-5. 9 In~pection CS-5 (5) CS-5 .. 10 Removal of Defective and Unauthorized Work CS-5 (5) CS-5.11 Substitute Materials or Equipment CS-5 (5) cs-s.12 Samples and Tests of Materials CS-5 (6). CS-5.13 Storage of Materials CS-5 (6) CS-5.14 Existing Structures and Utilities cs-s (7) CS-5.15 Interruption of .service CS-5 (7) CS-5.16 Mutual Responsibility of Contractors cs-s (8) , CS-5.17 Cleanup CS-5 .(8) ( CS-5.18 Final Inspection CS-5 ( 9) C 2 > ) ) C6-6 C6-6.l C6-6.2 C6-6.3 C6-6.4 C6-6.5 C6-6.6 C6-6.7 C6-6.8 C6-6.9 C6-6.10 C6-6,.ll C6-6.12 C6-6.13 C6-6.14 C6-6.15 C6-6.16 C6-6.17 C6-6.18 C6-6.19 C6-6.20 C6""""6. 21 C7-7 C7-7.1 C7-7.2 C7-7.3 C7-7.4 C7-7.5 C7-7.6 C7-7.7 C7-7.8 C7-7.9 C7-7.10 C7-7.ll C7-7.12 C7-7.13 C7-7.14 C7-7.15 C7-7.16 C7-7.17 ca-a ca-a.l CB-8.2 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY Laws to be Observed ~ermits and Licenses Patented Devices, Materials and Processes Sanitary Provisions Public Safety and Convenience Privileges of Contractor in Streets, Alleys, and Right-of-Way Railway Crossings Barricades, Warnings and Watchmen Use ·of Explosives, Orop Weight, etc. Wo~k Within Easements Independent Contractor Contractor's Responsibility for Damage Claims Contractor's Claim for-Damages Adju~tment of Reloca~ion of Public Utilities, etc. Temporary Sewer Drain Connections Arrangement and Charges of Water Furnished by.City Use of a Section ·of Portion of the Work Contractor's Responsibility for Work No Waiver of Leg~l Rights Personal Liability of Public Officials State Sales Tax PROSECUTION AND PROGRESS Subletting Assignment of Contract Prosecution of the Work Limitations of Operations Character of Workman and Equipment Work Schedule · Time of Commencement and Completion Extension of time of Completion Delays Time of Completion Suspension by Court Order Temporary suspension Termination of Contract due to National Emergency suspension of Abandonment of the Work and Annulment of Contract Fulfillment of Contract Termination for Convenience of the Onwer Safety Methods and Practices MEASUREMENT -AND PAYMENT Measurement of Quantities Unit Prices (3} C6-6 Cl) C6-6 Cl) C6-6 Cl) C6-6 (2) CG-6 C2) C6-6 (3) C6-6 ( 4) C6-6 ( 4) C6-6 (5) C6-6 (6) C6-6 ( 8) C6-6 ( 8) C6-6 ClO) C6-6 {10) CG-6 (10) CG-6 Cll) C6-6 (11) C6-6 ( 11) C6-6 (12 )· C6-6 (12) C6-6 (12) C7-7 C 1) C7-7 Cl) C7-7 Cl) C7-7 C 2} C7-7 (2) C7-7 ( 3) C7-7 (4) C7-7 (4) C7-7 (4) C7-7 (5) C7-7 (6) C7-7 (6) C7-7 (7) C7-7 (7) C7-7 (9) C7-7 (10) C7-7 {13) CB-8 · Cl) CB-8 C 1.) CB-8.3 L~p Sum . CS-:-8 Cl) 'f~~~~ CB-8.4 Scope of Payment -CB-8 Cl> CB-8.5 Partial Estimates and Retainage .CB-8 C 2) CB-8.6 Withholding Payment CB-8 (3) CB-8.7 Final Acceptance CB-8 (3) C8-8.8 Final Payment CB-8 C3) C8-8.9 Adquacy _of Design CS-8 (4) CB-8.10 General Guararity CB-8 C4) C8-8.ll Subsidiary Work CB-8 (5) CB-8.12 Miscellaneous Placement of Material CS-8 (5) C8-8.13 Record Documents CB-8 (5) (4) ''\ ·, ' PART C -GENERAL CONDITIONS Cl-1 DEFINITIONS SECTION Cl-1 DEFINITIONS Cl-1 .. 1 DEFINITIONS OF TERMS: Whenever in these Contract Documents the following terms · or pronouns in place ·of them are used, the intent and meaning shall be understopd and interpreted as f9llows: Cl-1. 2 CONTRACT DOCUMENTS: The Contract Documents are all of the written and drawn dobumen~s, such as specificatio~s, bonds, a~denda, plans, etc., which govern the terms and performance of the contract. These are contained iri the General Contract Documents and the Special Contract Documents. a. GENERAL CONTRACT DOCUMENTS: The General Contract Documents govern .all Water Department Projects and include the following items: PART A -NOTICE TO BIDDERS (Sample) PART B -PROPOSAL (Sample} PART C -GENERAL CONDITIONS (CITY) (Developer) PART D -SPECIAL CONDITIONS PART E -SPECIFICATIONS PERMITS/EASEMENTS PART F BONDS PART G -CONTRACT (Sample} (Sample) White White Canary Yellow Brown Green El-White E2-Golden E2A-White Blue White White Rod b. SPECIAL CONTRACT DOCUMENTS: The _Special Contract Documents -are prepared for each specific project as a supplement to the General Contract Documents and include the following items: PART A -NOTICE TO BIDDERS (Advertisement) Same as _ above PART B -PROPOSAL (Bid}. PART C -GENERAL CONDITIONS PART D SPECIAL CONDITIONS PART E -SPECIFICATIONS PERMITS/EASEMENTS PART F -BONDS PART G -CONTRACT PART H -PLANS (Usually bound separately} Cl-1 Cl) .s Cl-1.3 NOTICE TO BIDDERS: All of the legal publications either actually published in public advertising mediums or furnished direct to ~nterested p~rties pertaining to the work contemplated under the Contract Documents constitutes the notice to bidders. · ci-1.4 PROPOSAL: The completed written ~nd signed offer or ten·der of a bidder to perform the work which the Owner desires te -have--aone,, toge'.the·r··w-ith· the· -bid· security·,· constitutes the Proposal, which becomes binding upon the Bidder when it is officially received by th~ Owner, has been publicly opened and read and not rejected by the OWner. Cl-1.5 BIDDER: Any person, persons, firm, partnership, company, a~sociation, corporation, acting directly or through a duly authorized representative, submitting a proposal for perfo~ming the work contemplated under the Contract Documents, constitutes a bidder. Cl-1.6 GENERAL CONDITIONS: The General Conditions are the usual construction and contract requirements which -govern the performance of the work so that it will be carried on in accordance with the customary prcicedure~ the local statutes; and requirements of the City of Fort Worth's charter and promulgated ordinances. Wherever there may be a _conf~ict between the General Conditions and Special Conditions, the latter shall take precedence and shall govern. Cl-1.7 SPECIAL CONDITIONS: Special conditions are the specific _requirements which are necessary for ·the particular project covered by the Contract Documents and not specifically covered in the General Conditions. When considered with the Gerieral Conditiona ~nd other elements of the Contract Documents they provide the information which the Contractor and Owner should have .in order to gain ·a thorough knowledge of the project. Cl-1.8 SPECIFICATIONS: The Specifications is that section or part of the Contract Documents which sets forth in detail the requirements which must be met by all materials, construction, workmanship, equipment and services in order to render a completed and ~use£u1 project. Whenever ref~rence is made to standard specifications, regulations, requirements, statutes, etc., such referred to documents shall become a part of the Contract Documen.ts just as though they were embodied therein. Cl-1.9 BOND:. The bond or bonds are the written guarantee or security furnished · by the Contracto·r · for the prompt and ( Cl-1 (2) ' ) faithful performance of the contract and include the following: a. Performance· Bond (see paragraph C3-3.7) b. Payment Bond (see paragraph C3-3.7) c. Maintenance Bond (see parag~aph C3-3.7) d. Proposal or Bid Security (see Special Instructions to Bidders, Part A and C2-2.6) Cl-1.10 CONTRACT: The Contract is the formal signed agreement · between the Owner and the Contractor covering -the mutual understanding of the two contracting parties about the project to be completed under the Contract Documents. Cl-1.11 PLANS: The plans are the drawings or reproductions .:therefrom made by the Ow_ner' s representative showing in detail the location, dimension and position of the various elements of the project, inclqding such profiles, typical cross-sect°ions, layoµt diagrams, working drawings, preliminary dr~wings and such supplemental drawings as the owner may issue to clarify other drawings or for the purpose of showing changes in ·the work hereinafter authorized by the Owner. The plans ar~ usually -bound separately from other parts of the Contract Documents, but ·~hey are a part of the Contract Documents just as though they were bound therein. Cl-1.12 CITY: The City of Fort Worthi Texas, a municipal corporation, authorized and chartered under the Texas State Statutes, acting by and through its governing body or its City Manger, each of which is required by charter to perform specific duties. Responsibility for final enforcement of Contracts involving the City of Fort Worth is by Charter vested in the City ~anager. The terms City and Owner are synonymous. Cl-1.13 CITY COUNCIL: The duly elected and qualified governing body of the City of Fort Worth, T~xas. Cl-1.14 MAYOR: The officially elected ~ayor, or in his absence, the Mayor Pro tem. of the City of Fort Worth, Texas. Cl-1.15 CITY MANAGER: The officially appointed and authorized City Manager of the City of Fort Worth, Texas, or his duly authorized representative. · · Cl-1.16 CITY ATTORNEY: The officially appointed ·city Attorney of the City of Fort Worth, Texas, or ~is duly ·_authorized· representative. Cl-1 (3.) Cl-l".17 .DIRECTOR OF PUBLIC WORKS: The duly appointed official of the City of Fort Worth, referred tq in .the Charter as the city Engineer, or his duly authorized .representative. Cl-1.18 DIRECTOR, CITY WATER DEPARTMENT: The duly appointed Director of the City Water Department of the City of Fort worth, Texas, or his duly authorized representative; assistant, or agents. · · Cl~l.19 ENGINEER: The pirector of Public Works, the Director of the Fort Worth City Water Department, or their duly authorized assistants, agents, engineers, inspectors, or superintendents, acting within the scope of the particular duties entrusted to them. Cl-1~20 CONTRACTOR: The person, persons, partnership, company, firm, association, or corporation, entering into a contract with the O~ner for the execution of the wo·rk, acting directly or through a duly aut_hor i ~ ed representative. · A sub-contractor is a person, firm, corporation, or others under contract with the principal contractor, supplying labor and materials or only labor, for ·work at the site of the project. c1-1.21 ·soRETIES: The Corporate bodies which are bound by such bonds are . required with and for the Contractor. The sureties engaged are to be fully responsible for the entire and satisfactory fulfillment of the Contract and for any and all requi~ements as set forth in the ·contract Documents and approyed changes therein. Cl-1. 22 THE WORK OR PROJECT:· The compl,eted work contemplat_ed in and covered by the Contract Documents, including but not limited to the furnishing of all labor, materials, .tools, equipment, and incidentals necessary to produce a completed and serviceable project. Cl-1.23 WORKING DAY: A working day is defined as a calendar day, not including Saturdays, Sundays, and legal holidays, in which the weather or other conditions not under the -control of the Contractor permit the performance· of the principal unit of work for a period of not less than seven (7) hours between 7:00 a.m. and 6:00 p.~., with exceptions as permitted irt paragraph ~7-7.6. Cl-1.24 CALENDAR DAYS: A calendar day is any day of the week ·or month, no days being excepted. Cl-1.25 LEGAL. HOLIDAYS: Legal holidays shall be observed as prescribed by the City Council of the City of Fort Worth for observance by City employees as follows: Cl-1 (4) I / : ) 1. 2 •. 3. 4. 5. 6. 7. 8. 9. New Year's Day M. L. King, Jr. Birthday Memorial Day Independence Day Labor Day Thanksgiving Day Thanksgiving Friday Ch-ristmas Day January 1 · Third Monday in January Last Monday in May July 4 First Monday in September Fourth Thursday in November Fourth Friday in ~ovember December 25 Such other days in lieu of hoiidays as the City Council may determine When one of the above _named holidays or a special holiday is ·declared by the City Council, falis on Saturday, the holiday shall be observed o~ the preceding Friday or if it falls on Sunday, it shall be observed on the following Monday, by those employees working on working day operations. Employees working calendar day operations will consider the calendar holiday as the holiday. Cl-1.26 ABBREVIATIONS: Wherever the abbreviations defined herein appear in Contract .Documents, the intent and meaning ihall be as follows: AASHTO ASCE LAW ASTM AWWA ASA HI _Asph. Ave. Blvd. CI CL GI Lin. lb. MH Max. -American Association of MGD State Highway Transportation Officials American Society of Civil Engineers In Accordance With American Society of Testing Materials American Water Works Association American Standards Association Hydraulic Institute Asphalt Avenue Boulev.ard Cast Iron Center Line Galvanized Iron Linear or Lineal Pound Manhole Maximum Cl-1 (5) Million Gallons Per Day CFS -Cubic Foot per Second Min. -Minimum Mono.-Monolithic % -Percentum R -Radius I~D. -Inside Diameter O.D. -Outside Diameter Elev.-Elevation F -Fahrenheit C Centigrade In. -Inch Ft. -Foot . St. -Street CY -.Cubic Yard Yd. -Yard SY -Square Yard L.F. -Linear Foot D.I. -Ductile Iron Cl-1.27 CHANGE ORDER: A "Change Ordern is a written supplemental agreement between the Owner and the Contractor covering some added or deducted item or featu~e which may be fount:} necessary and which was not specifically included in the scope of the project on which bids we~e submitted. Increase in unit quantities stated in the proposal are not the subject matter -0f a Change Order unless the increase or decrease is more than 25% of the amount of the particular item or items in the orig~nal proposal. All "Change Order~" shall be piepared by the C~ty from information as necessary furnished by the Contractor. Cl-1.28 PAVED STREETS AND ALLEYS: A paved street or alley shall be defined as a street or alley having 'one of the following types of wearing sur-faces applied over the natural unimproved surface: 1. Any type .of asphaltic concrete with or without separate base material. 2~ Any type of asphalt surface treatment, not including an oiled surface, with or without separate base material. 3. Brick, with or without separate base material. 4. Concrete, with or without separate base material~ 5. Any combination of the above. Cl-1.29 UNPAVED STREETS OR ALLEYS: An unpaved street, alley, roadway or other surface is any area except those defined above for "Paved Streets and Alleys.11 Cl-1.30 CITY STREETS: A city street is defined as that area between the right-of~way lines as the street is dedicated. Cl-1.31 ROADWAY: The roadway is defined as the area between parallel lines two .(2') .feet back of the curb lines or four (4') feet back of the average edge of pavement where no curb exists. Cl-1.32 GRAVEL STREET: A gravel street is any unpaved ·street to which has been -added one or more applications of gravel or similar material other than the natural material fo~nd on the street surface before any improvement was made. Cl-1 (6) ) SECTION C -GENERAL CONDITIONS C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL SECTION C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL C 2-2 .1 ·PROPOSAL FORM: The Owner will furnish bidders with proposal .form, which will contain an ite~ized list of the items of work to be done or mate~ials to be furnished and upon which bid ·prices are requested. The Proposal form will. state the Bidder's generat understanding of the project to be completed, provide a space for furnishing the amount of -bid ~ecurity, and st~te the basis f~~ entering into a forma1 contract. The Owner ~ill furnish forms for the Bidder's "Experience Record," "Equipment ~chedule," and "Financial Statement," all of which must be properly executed and filed .with the Director of the City Water Department one week prior to the hour for opening of bids. The financial statement required shall have been prepared by an independent certified public accountant or an independent public accountant holding a valid permit issued by an appropriate state licensing agency, and shall have been so prepared as to reflect the current financial status. This statement must be current and ·not more than one (1) year old. In the case that a bidding date falls within the time a new statement is being prepared, the previous statement shall be updated by proper ·verification. Liquid assets in the amount of ten (10%) percent of the-estimated project cost will be required. For an experience record to be considered to be acceptable for a given project, it must reflect the experience of the firm seeking qualification in work of both the same nature and magnituqe as that of the project for which bids are to be received,· and" such experience ~ust . have been on projects completed not more than five CS) years prior to t _he date on which are to be received. The Director of the Water department shall be sole judge as to the acceptability of experience for qualification to bid on any Fort Worth Water Department project. The prospective bidder shall schedule the equipment he has available .for the ·project and state that he will rent _such additional equipment as may be required to complete the project on which he submits a bid. C2-2.2 INTERPRETATION OF QUANTITIES: The quantities of work and materials to be furnished as may be listed in the proposal C2-2(1) forms or ·other parts of the Contract Documents wili be considered as approximate only and will be used for the purpose of comparing ~ids on a uniform basis. Payment will be made to the Contractor for only the actual quantities of work performed or .materials furnished in strict accordance with the Contract Documents and Plans. The quantities of work to be performed and materials to be furnished may be ~ncreased or . decreased as hereinafter provided, without in any way inva·lida.ting. the. un;i t :. pr ices . bid .. o.r .. any other. requirements of the Contract Documents. C2-2.3 EXAMINATION OF CONTRACT DOCUMENTS AND SITE OF PROJECT: Bidders are advised that the Contract Documents on -file with the owner shall con~titute all ·of the information which the owner will furnish. All additional information and data which the owner will. supply after promulgation of the formal contract documents shall b~ issued in the form of written addenda and shall become part of the Contract ·oocuments just as though such addenda were actually written into t"he original Contract Documents. Bidders are required, prior to the filing of proposal, to read and become familiar with the Contract Documents, to vis{t the site of the project and examine carefully all local conditions, to inform themselves by their own independent research and investigations, tests, boring, and by such other means as may be necessary to gain a complete knowledge of the conditions which will be encountered during the construction of tha project. They mu$t judge for themsel~es the difficulties of the work and all attending circumstances affecting the cost of doing the work or the time required for its completion, and obtain all information required to make an intelligent· proposal. No information given by the Owner or any representative of the owner other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the Owner. Bidde~s shall rely ex c 1 us iv e 1 y and . s o 1 e 1 ·y up on th e i r own e s t i mate s , investigation, research, tests, explorations, and other data which are necessary for full and complete information upon which the proposa~ is to be.based. It is mutually agreed that the submission of a proposal is prima-facie evidence that the bidder has made the investigations, examinations and tests herein required. ·. Claims for additional compensation due to variati~ns · bet~een conditions actually encouniered in construction and as indicated in the Contract Documents will not be allowed. The logs of Soil Borings, if any, showing on the plans are for general information only and may not be correct. Neither the C2-2(2) ' ) ) Ow~er nor the Engineer guarantee that the .data shown is representative of conditions which actual1y exist. C2-2.4 SUBMITTING OF PROPOSAL: The Bidder sha11 submit his Pi;_oposal on the form furnished by the Owner.· All blank spaces applicable to the p~oject contained in the form shall be . correctly filled in and the Bidder shall state. the prices,· written in ink in both words and numerals, for which he proposes ·to do the work contemplated or furnishe the materials required. All such prices sha11 be written legibly. In case of discrepancy between ·the price written in words and the price written in numerals, the price most advantageous to the City shall govern. If a proposal · is submitted by an individual, his or her name - must be signed by him Cher) or his Cher) duly authorized agent. If a proposal is submitted by a firm, association, or partnership, the name and address of each member must be given, and the proposal ·mµst be signed by a member of the firm, association, or partnership, or by a person duly authorized.. If a proposal is submitted.· by a company or corporation, the company or corporate name and business address must be given, and the proposal signed by an official or duly authorized agent. The corporate seal must be affixed. Power of Attorney authorizing agents or others to sign proposal must be properly certified and must be in writing and submitted with the proposal. C2-2.S REJECTION OF PROPOSALS: Proposals may be rejected if they show any alteration of words or figures, additions not called for, conditional or uncalled for alter~ate bids, incomplete bids, erasures, or irregularities of any kind, or contain -unbalance value of any items. Proposal tendered or delivered after the official time designated for receipt of proposal shall be returned to the Bidder unopened •. C2~2.6 BID -SECURITY: No proposal will be considered unless it 1s accompanied by a "Proposal Security" of the character and in the amount indicated in the nNotice to Bidders" a ·na 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 wi11 within the r .equired time execute a formal contract and furnish the required performance and other bonds. The bid security of the -three lowest bidders will be retained unti1 the c6ntract is awarded or other disposition is made thereof. The bid security of all other bidders may be returned promptly after the canvass of bids. C2-2(3) C2-2.7 DELIVERY OF PROPOSAL: No proposal will be considered unless it is delivered, accomp~riied by its proper Bid Security, to the City Manager or his representative in the official place of business as set forth in the •Notice to Bidders.• It is the Bidder's sole responsibility to deliver the proposal at the proper time to the proper place. The mere fact that a proposal was dispatched will not be considered~ The Bidder must have the proposal actually delivered •. Each ·proposal. shall. be in a sealed envelope plainly marked with the ·word · "PROPOSAL,•· and·· the · name· or description of' the project as designated· in the •Notice to Bidders.• The envelope shall be addressed to the City Manager, City Hall, Fort Worth, Texas. C2-2.8 WITHDRAWING PROPOSALS: Proposals actually filed with the City Manager cannot be withdrawn prior to the time set for opening proposals. A request for non-consideration of a proposal must be made .in writing, addressed to the City Manager, and filed with him prior to the time set for the opening of proposals. After all proposals not requested for non-consideration are opened and publicly read aloud, the proppsals for which non-consideration requests have been properly filed may, at the ~ption of the Owner, b~ returned unopened. · C2-2.9 TELEGRAPHIC MODIFICATION OF PROPOSALS: Any bidder may modify his proposal by telegraphic communication at any time prior to the time set for opening proposals, provided such telegraphic communication is received by the City Manager prior to the said proposal opening, time, and provided further, that the City Manager is satisfied that a written ~nd 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 <•8> hours after the proposal opening .time, no further consideration will be given to the proposal. C2-2.10 PUBLIC OPENING OF PROPOSAL: Proposals which have been properly filed and for which no .nNon-consideration · Request" has been received will be publicly opened and read aloud by the City Manager or his authorized .represent?ltive 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 authori·zed·· representatives are invited to be presei;it for the opening of bids. · C2-2.ll IRREGULAR PROPOSALS: Proposals shall be considered as being "Irregular" if they show any omissions, alterations of form, -additions, or conditions not called for·, unauthorized alternate bids, or irregularities of any kind. However, the C2-2(4) Owner reserves the right to waive any and all irregularities and to make the award of the contract to the best· interest of the City. Tendering a proposal after the closing hour is an irregularity which cannot-be waived. C2-2.12 DISQUALIFICATION OF BIDDERS: »idaers may be disqualified · and .their proposal:-s not G_onsidered for any of, but not limited to, the following r~ason: a. Reasons for believing that collusion exists among bidders. · b. Reasonable grounds for believing that any bidder is interested in ~ore than one proposal for wqrk contemplated. · c. The bidder being interested in any litigation against the owner or where the Owner may have a claim against or be engaged in litigation against the bidder. d. The bidder being in arrears on any existing contract or having defaul:ted on a previous contra·ct. e. The ·bidder having performed a prior contract in an unsatisfactory manner. f. Lack of competency as revealed by the financial statement, experience record, equipment schedule, and such inquiries as the Owner may see fit to make~ g. Uncompleted work which, in the judgment of the Owner, will preyent or hinder the prompt completion of additional work if awarded. h. The bidder not filing with the Owner, one week in advance of the hour of the opening of proposals the following: 1. Financial Statement showing the financial condition of the bidder as specified in Part · "A"~ Specia1 In3~rnc~ions. 2. A current experience record snowing especially the projects of a nature similar to the one under consideration, which have been successfully completed by the Bidder. 3. An equipmen~ sch~dule showing the eqriipment the bidder ha~ available for .use on the project. The Bid Proposal of a bidder who, in the judgment of the Engineer, is disqualified under ·the requirements stated herein, shall be set aside and not opened. C2-2(5) ~~~ .-.. .. v,.; .. . ·.-~·-~ ::.,.-:...-.:_:· ) PART C -GENERAL CONDITIONS C3-3 AWARD AND EXECUTION OF DOCUMENTS SECTION C3-3 AWARD AND EXECUTION OF DOCUMENTS: C3-3.l 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 establi'shed in the Contract Documents.· The total obtained by taking the sum of the products of unit prices quoted and the estimated quantities plus · any lump sum items and such other quoted amounts as may enter into the cost of the completed project will be considered as the amount of the bid. Until the award of the ·~ontract is made by the owner, the right will be reserved to reject any or all proposals and waive technicalities, to re-advertise for new proposals, or to proceed with the work in any manner as maybe considered for the best interest of the owner. · C3-3.2 MINORITY · BUSINESS ENTERPRISE/WOMEN-OWNED BUSINESS ENTERPRISE COMPLIANCE: Contractor agrees to provide .to Owner, upon request, complete and accurate information regarding actual work performed by a Minority Business Enterpri_se CMBE) and .or a a Woman-owned Business Enterprise (WBE) on the contract and the payment therefor. Contractor further agrees, upon request by Owner, to allow and audit and/or an examinati9n of any books, records, or files in the possession of Contractor that will substantiate the actual work performed by the MBE or WBE. Any material misrepresentation of any nature will be grounds for termination of the contract and for initiating ·any action under appropriate federal, state or local laws and ordinances .relating to false statements; further~ any sucb misrepresentation may be grounds for disqualification of Contractor at Owner's discretion for biddin4 on future Contradts with the Owner for a period 6f time of not less than six (6) months. · C3~3.3 EQUAL EMPLOYMENT PROVISIONS: The Contractor shall comply with .Current ~ity Ordinance prohibiting discrimination in employment practices. C3-3 Cl) The Contractor shall post the required notice to that effect on the project site~ and, at hi~ request, will be provided assistance by the City of Fort Worth's Equal Employment Officer who will refer any qualified applicant he may have on file in his office to the Contractor. Appropriate notices may be acquired from the Equal Employment Officer. C3-3.4 WITHDRAWAL OF P-ROPOSALS: After a proposal has been read by the Owner-It cannot be withdrawn by the Bidder within for-ty-f i-ve (·45 ·) da-ys,···-after-·the · date-·on · which the proposals were opened. · C3-3. 5 AWAR ·o OF CONTRACT: The _owner reserves the right to w1thholdfinal action on the proposals for a reasonable time,· not to exceed forty-five (45) days after the date of. opening proposals, and in no event will an award be ~ade 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 lo~est and best responsible bidde~. 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 pro.posed price totals have been determined for comparison of bids, the· Owner may, at its discretion, return the proposal security which accompanied the proposals which, in its judgment, would not be considered for the award. All othe-r proposal securities, usually those of the three lowest bidders, wi 11 b~ 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 del"ivery of the Contract Docmnents, the Contractor shall furnish to, and file· with .the Owner in the amounts herein requir~d, the following bonds: a. PERFORMANCE BOND: A good and sufficient performance bond in an amount not less than 100 percent of· the amount of the .contract, as evidenced by the proposal tabulation or o~herwise, guaranteeing the -full and faithful execution of the work and performanc~ of the contract~ and for the protection of .the owrier and all other persons against damage by reason of negligence ·of the Contractor, or improper execution of ·the work or the µse 0£ inferior materials. This performance C3-3 { 2) . ' . ~ -'---\ ·) ) b. c.· ci. bond shall guarantee the payment for all labor, ·materials, equipment, supplies, and services used in the construction of the work, and shall remain in full force and effect until provisions as above stipulated are accomplished and final payment is made on the project by th_e City. MAINTENANCE BOND: A good and sufficient maintenance bond, in the amount of not ·1ess than 100 percent of the amoµnt of the contract, as evidenced by the proposal tabulation or otherwise, guaranteeing the prompt, full and faithful ·performance of the general guaranty which is set forth in paragraph CS-8.10. · PAYMENT BOND: A good and sufficient payment bond, in an amount not less than 100 percent of the amount of the contract, as evidenced by the proposal tabulation or otherwise, guaranteeing the prompt, full and faithful payment of all claiman~s as defined in Article 5160, Revised Civil Statutes of Texas, 19 25, as amended by House Bill 344 Acts 56th Legislature, Regular Session, 1959, effective April 27, 1959, and/or the latest version thereof, supplying labor and materials in the prosecution of the work provided for in .the contract being constructed under these specifications. Payment Bond shall remain in force until all payments as above stipulated are made. OTHER BONDS: Such other bonds as may be required by the~e Contract Documents shall be furnished by the Contractor. No sureties will be accepted by the Owner which are at the time in d~fault or delinquent on any bonds or which are interested-in· any litigation against the owner. ·All bonds shall be made on the forms furnished by the Owner and shall be executed by an approved surety company doing business in the City of Fort Worth, Texas, and which is acceptable to the owner. In order to be acceptable, the name of the surety shall be included on the current U.S. Treasury list of acceptable sureties, and the amount of bond written by any one acceptable company shall not exceed the amount shown on the Treasury list for that company. Each bond shall be properly executed by both the Contractor and Surety_Company. Should any surety on the contract be determined unsatisfactory at any time by the Owner, notice will be given the Contractor to that effect and the Contractor shall immediately provide a C3-3 (3) '· ' 'J new surety satisfactory to the Owner. No payment will be made under the contract until the new surety or sureties, ~s required, have qualified and have been accepted by the Owner. The contract shall. not be operative nor will any payments be due or paid until approval of the bonds by the Owner." C3-3.8 EXECUTION OF CONTRACT: Within ten (10) days after the OWper has by appropriate resolution, or otherwise, awarded the contra.ct., the Contractor shall execute ~nd fi;te with t~e Owner the Contract and such bonds as may be required .in the C~ntract Documents. No contract shall be binding upon the owner until it bas been attested by thff City Secretary, ap~roved as to form and legality by the City Attorney, and executed for the Owner by either the Mayor or City Manager. C3-3 •. 9 FAILURE TO EXECUTE CONTRACT: The failure of the Awardee to execute the required bond or bonds or .to sign the required 6ontract within ten (10) days after the contract is awarded shall be considered by the Dwrier 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 occur ing to the Owner by (. reason of said awardee's failure to execute said bonds and contract within ten (10) days, th~ proposal security accompanying the proposal shall be the agreed amount of damages which Owner will suffer by reason of such failure on the part of the Awardee and shall thereupon immediately be forfeited to the owner. The filing of a proposal will be considered as an a~ceptance of £his provision by the Bidder. CJ-3.10 BEGINNING WORK: The Contractor shall not commence work until -authorized in -writing to do so by the Owner. Should the Contractor fail to commence work at the site of the project within the time stipulated in the written authorization usually ter·med the "Wo _rk order" or "Proceed Ordern, it is agreed that the Surety Company will, within ten (10) days after the commencement date set forth in such written authorization., commence the physical execution of the contract. CJ-3.11 INSURANCE: The Contractor shall ·not commence work under this contract until he has obtained all the insurance required under the Contract Documents, and such insurance has been approved by the Owner. The prime Contractor shall be responsible for delivering to the Owner the sub-contractors' C3-3 (4) ' -(if~ ... - .C,.:.=l-,..-. ~""~: .. ~~.A~ -~ certificate of insurance for a~proval. The prime contractor shall indicate on the certificate of · insurance included in the documents for execution whether or not his insurance covers sub-contractors. It is the intention of the Owner that the insurance coverage required herein shall include the coverage of all sub-contractors. \ ) ) a. b. COMPENSATION ·INSURANCE: The Contractor shall maintain, during the life of this contract, Workers' Compensation Insurance on all of his employees to be engaged in work on the project under this contract, and for all sub-contractors. In case any class of employees engaged in hazardous work on the project under this contract is not protected under the Workers' Compensation Sta tut~, the Contractor shall. provide adequate employer's general liability insurance for the protection of such of his employees not so protected. COMPREHENSIVE GENERAL LIABILITY INSURANCE: The Contractor shall procure and shall maintain during the life of this contract ~ontractor'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 less than $500,000 covering each occurrence on account of property damage with $2,000,000 ~mbrella policy coverage. c. ADDITIONAL LIABILITY: The ·Contractor shall furnish insurance as separate policies or by additionaL endorsement to one of the above-mentioned policies, and i ·n the amount as set forth for public liability and property damage, the following insurance: - 1. Contingent Liability (covers General Contractor's Liability for acts of sub-contractors). 2. 3. 4. Blasting, prior to any blasting being done. Collapse of buildings or structures adjacent to excavation (if excavations are to be performed adjacent to same). Damage to underground utilities for $500,000. C3-3 (5) ,. 5. Builder's risk (where above~ground structures . are involved) • 6. Contractual Liability ("covers all indemnification requirements of Contract). d. AUTOMOBILE INSURANCE -BODILY INJURY AND PROPERTY DAMAGE: The Contractor shall procure and maintain, dur-i·ng : th·e ·· life -of · this Contract, ·comprehensive Automobile· Liability insurance in an amount not . 1 es s ·than $ 2 5 0 , 0 0 0 for in j u·r i es.· inc 1 u ding accidental death to any one person and subject to the same .limit for each person an amount not less than $500,000 on account of one accident, and . automobile property damage insurance in an amount not less than $100,000. e. SCOPE OF INSURANCE AND SPECIAL HAZARD: The insurance require~ under the above paragraphs shall provide adequate protection for the Contractor and his sub-contractors, respectively, against damage claims which may arise from operations under this coptract, 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. g. PROOF OF CARRIAGE OF INSURANCE: The Contractor shall furnish the Owner with satisfactory proo_f of coverage by insurance required in these Contract Documents in amounts and by carriers satisfactory to the Owner. ( Sample attached.) All insurance requirements made upon the Contractor shall apply to the sub-contractor, should the Prime Contractor's insurance not cover the sub-contractor's work operations. LOCAL AGENT .FOR INSURANCE AND BONDING: The insurance and bonding companies with whom the Contractor's insurance and peiformance, payment, maintenance and all such other bonds are written shall be represented by an agent or agents having an office located within the city limits of the C3-3 (6) ..... ,'I ) ) City of Fort Worth, Tarran~ County, Texas. Each such agent snall be a duly qualified, one upon whom service of process may be had, and must have authority a nd power to act on behalf of the insurance and/or bonding company to negotiate and settle with the City of Fort Worth, or any other claimant, any claims that the City of Fort Worth or other claimant or any property owner who has been damaged, -may have against the Contractor, insurance, and/c;,r bonding company. · If the local insurance representative is no·t so empowered by the insurance or bonding companies, then such authority must be v~sted in· a local agent or claims officer residing in the Metro~lex, the Fort Wprth-Dallas area. The name of the agent or agents shall be set forth on all of s ·uch bonds and certificates of insurance.- t3-3.12 CONTRACTOR'S OBLIGATIONS: Under the Contract, the contractor shall pay for all materials, labor and services when due. C3-3.13 WEEKLY PAYROLL: A certified copy of each payroll covering payment of wages to all person engaged in work on the project at the site of the project shall be furnished .to the Owner's representat:,i.ve within seven ( 7) ·days after the close of ·each payroll period. A copy or copies of the applicable minimum wage rates as set forth in the Contract Documents shall be kept posted in a conspicuous place at the site of the project at all ·times during the course of the Contract. Copies of the wage rates will be furnished the Contractor, by the Owner; however, posting and protection of the wage rates shall be the responsibility of th~ Contractor. C3-3.14 CONTRACTOR'S CONTRACT ADMINISTRATION: Any Contractor, whether a p~rson, person~,-partn~r~hip, company, firm, association, corporation or ~ther who is approved to do business with and egters into a contract with the City for co~struction 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 del·egate his Project Superintendent) with full authority to transact all business actions required in ·the · performance of the Contract. This local authority shall be made responsible to act for the Contractor in all matters pertaining to the work governed by the Contract whether it be , administrative or otherwise and as such shall be empowered, thus delegated .and directed, to settle all material, labor or other expenditures, all claims against the work or any other . C3-3 (7} '•,, . < ... matter associated such as maintaining adequate and appropriate insurance or security coverage for the project. Such local authority for administration of the work ~nder 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· ass·ig-nment of local autho·-rity 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 Contra~tor's respo~sible officers with the ~nderstanding that this written as·signment of authority to a local representative shall become part of the project Contract ~s though bound directly into .the project documents. The intent of these requirements is that .all matters associated with the Contractor's admi-nist~ation,. whether it be oriented in furth~ring 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 disci~tion, may demand that such local r ·epresentative be :replaced and the Engineer may, at his sole discretion, stop all work until a new local authority satisfactory t~·the Engineer is assigned. No ~redit o1 working time will be for periods in which work stoppages are in effect for this reason. C3-3 .15 VENUE: · Venue · of any action hereinunder shall be exclusively iri Tarrant County, Texas. C3-3 (8) ,",>', ' ·, .. ' < > ' j ,rf'J: { ',· ' . ,·· , i' } , r ) - ) SECTION C4-4 SCOPE OF WORK . PART C -GENERAL CONDITIONS C4-4 SCOPE OF WORK C4-4.l INTENT OF CONTRACT DOCUMENTS: It is the definite intention of these Contract .Documents to provide for a complete, useful project which the Contractor undertakes to construct or furnish, all in full compliance with the requirements and iritent 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 neces~ary to complete the project in a satisfactory and acceptable manner. The Contractor shall, unless otherwise specifically stated in these Contract Documents, furnish all labor, tool~, 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 ~ny· additional proposed work which is not covered by these Contract Documents, then "Special Provisions" covering all such work will be prepared by the Owner previous to the time of receiving bids or proposals for such work and furnished to the Bidder in the form of Addenda. All such ·"Special Provisions" shall be considered to be a part of the Contract Documents just as though they were originally written therein. C4-4.3 INCREASED OR DECREASED QUANTITIES: The Owner reserves the right to alter the quantities of the work to be performed or to extend or shorten the improvements at any time.when and as found to be · necessary, arid the Contractor shal1 perform the work as altered, inc~eased or decreased at the unit prices. Such increased or decreased quantity shall not be more than 25 percent of the contemplated quantity of such i ·tem or items. When such chang~s increase or decrease the original quantity of any item or items of work to be done or materials to be furnished by the 25 percent or more, then either · party to the contract shall upon written request to the other party be entitled to a revised -~onsideration upon that portion of the work above or below the 25 percent of the original quantity stated in the proposal: such revised consideration to be determined by special agreement or as hereinafter provided for "Extra Work." No allowance will be made for any changes in anticipated profits nor shall such changes be considered as C4-4 (1) . ' waiving or invalidating any conditions or provisions of the Contract Documents. Variations in quantities of sanitary sewer pipes ~n depth categories, shall be · interpreted herein as .applying to the overall quantities or sanitary sewer pipe -in each pipe size, but not to 1::he various depth ,. cat~gor ies. C4-4. 4 ALTERATION . .OF. CON.TRACT ... DOCUMENTS: By Change Order, the owner reserves the right to make such changes in the Contract Documents and in the character or quantities of the work as may be necessary or desirable to insure completion in the most satisfactory manner, provided such changes do not materially alter the original Contraqt Documents or change the general nature of the project as a .whole. Such ~hanges shall not be considered as waiving or invalidating any condition or provision of the Contract Do~uments. C4-4.5 EXTRA WORK: Additional work made necessary by changes and alterations of the Contract Documents or of quantities or for othe~ reasons for which no prices are provided in th~ Contract Documents, shall be defined as "Extra Work" and shall be performed by the Contractor in accordance with these Contract Documents or approved additions thereto; provided, however, that before any extra work is begun a •change Order" shall be executed or written order issued by the Owner to do the work for payments or credits as shall be determined by one or· more combina ~-ion of the following methods: a. Unit bid price previously approved. b. An agreed lump sum. c. The actual reasonable cost of Cl) labor, (2) rental of equipment used on the extra work for the time so used at Associated General Contractors 9f America current equipment .rental ·rates; (3) materials entering permanently into the project, and (4) actual cost of insurance, _bonds, and social secur i -ty a ·s determined by the Owner, plus a fixed fee to be agreed upon but not to ~xceed 10% of the actual cost of such extra work. The fixed fee is not to. include any additional profit to the Contractor fox: rental of equipment owned by him and used for the extra work. The fee· shall be full and complete compensation to cover the cost of superintendence, overhead, other profit, general and all ot·her expense not included· in Cl), ·c2>, {3), and (4) above. The Contractor shall keep accurate cost records on the form and in the method C4-4 (2) ) ) suggested by the Owner and · shall give the Owner access to all accounts, bills, vouchers, and records relating to the Extra Work. No "Change Order" shall become effectiye until .it has been approved and signed by each of the Contracting parties. No claim for Extra Work of any kind will be allowed unless ordered in writing by the Owner. In case any orders or instructions, either oral or written, appear to the Contractor to invoive Extra Work for which he should receive compensation, he shall make writt~n request to the Engineer for written ·orders authorizing such Extra Work, prior to beginning such work. Should a difference arise as to what does or does nqt constitute Extra Work, or as to the payment thereof, and the Engineer insists upon its performance, the Contractor shall proceed with the work after making written request for written orders and ·shall keep an accurate account of the actual reasonable cost thereof as provided ·under method (Item Cl. Claims for extra work will not be paid unless the Contractor shall file his clai~ with the Owner ~ithi~ five (5) days before the time for making the first estimate after such work is done and unle~s the claim is supported by satisfactory vouchers and certified payrolls covering all labor and materials expended upon the said Extra Work. The Contractor shall furnish the Owner such installation records of all deviations from the original Contract Documents -as may be necessary to enable the Owner to -prepare for permanent record a corrected set of plans showing the actual installation.· - The compensation ·agreed upon for 'extra work' whether or not iniitiated by a 'change order' shall be a full, complete and final payment for all costs Contractor .incurs as a result or relating to the change or extra work, whether said costs are known, unknown, foreseen or unforeseen at that time, including without limitation, any costs for delay, extended overhead, ripple or impact cost, or any other effect on changed or unchanged work ·as a result or the change or extra work. C4-4.6 -SCHEDULE OF OPERATIONS:. Before commencing any work under this contract, the Contractor shall submit to the Owner and receive the Owner's app~oval thereof, a "Schedule .of Operations;" showing by a straight line method the date of· commencing and finishing each of the major elements of the contract. There shall be also shown the estimated monthly cost of work for which estimates are to be expected. There C4-4 (3) shali be presented also a composite graph showing the .anticipated progress of construction with the time being plotted horizontally and the percentage of completion plotted vertically. The progress charts shall be prepared on · 8-l/2a x 11• sheets and at least five black or blue line prints sha11 · be furnished to the owner. . . C4-4. 7 PROGRESS SCHEDULES FOR WATER .AND _ SEWER PL.ANT FACILIT.I-ES: Within ten (10 .. ) day-s ,··p~ior to , submission .of first monthly progress payment, the Contractor shall p~epare and submit to the Owner fqr approval six copies of the Sche~ule in which the Contractor proposes to carry on the work, the. date of which he will start the several major activities (including procurement of materials, plans, and equipment) and the contemplated .dates for completing the same. The schedule shall _be in the form of a time schedule Critical Path Method (~PM).network diagram. As the work progresses, the Contractor shall enter on the diagram the actual progress at the end of each partial payment period or at such intervals as directed by the Engineer. The Cont~actor shall also revise the schedule to reflect any adjustments in contract time approved by the Engineer. Three copies of the ·updated schedule shall be delivered at such intervals as directed by the Owner. As a minimum, the construction schedule shall incorporate all work elements and activities indicated in the proposal and in the technical specifications. Prior to the final drafting of the detailed construction schedu1e, the Contractor shall review the draft schedule with the Engineer to ensure the Contractor's understanding of the contract requirements. The ·following guide~ines 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, seque~cing requirements and completion time. b. The constrtiction process shall be divided into activities with time durations of approximately fourteen ( 1-4) days and construction values not to exceed $50,000. Fabrication, delivery and submittal activities are exceptions to this guideline. C4-4 (4) ' -. ) c. Durations shall be in calendar days and normal holidays and weather conditions over the duration of the contract shall .be accounted for within the duration of each activity. d. One critical path shall be shown on · the construction schedule. e. · Float time is defined as the amount of time between the earliest start date and the latest start date of -a chain of activities of the CPM construction schedule. Float time is not for the exclusive use or benefit of either the Contractor or the Owner. f. Thirty days shall be used for submittal review unless otherwise specified. The construction schedule shall as a ·minimum be divided into general categories as indicated in the Proposal and Technical Specifications and each general category shall be broken down into activities in enough detail to achieve activities of approximately fourteen (14) days duration. For each general category, the construction schedule shall identify all trades or subcontracts whose work is represented by activities that follow the guidelines of this Section. · For each of the trades or subcontr~cts, the construction schedule shall indicate the following procurements, construction and preacceptance activities and events in their logical sequence for equipment and materials. 1. Preparation and transmittal of submittals. 2. Submittal review periods. 3. Shop fabrication and delivery. 4. Erection or installation. 5. Transmittal of manufacturer's operation and maintenance instructions. 6. Installed equipment and ·materials testing. 7. Owner's operator instruction (if applicable). 8. Final inspection. C4-4 (5) ,, . . 9. Operational testing. 10. Final inspection. ,· t . .. If, in the opinion of the Owner, work accomplished falls behind that scheduled, the Contractor shall take such -. action as ·necessary to improve his progress. In addition., the .Owne~ may require the Contractor to · submit~ revised schedule-·d'emonstrating· .. his program and proposed plan to make up lag in schedu-led 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 ~ork force, th~ construction plant and equipment, the number of work shifts or the overtime operations without additional cost to the Owner. Failure of the Contractor to comply with these requirement~ shall be considered grounds for determination by the Owner that the Contractor is failing to prosecute the work with such diligence as will insure its completion within the time specified. · C4-4 C 6) ' ', )'. ' ... \. { ' "'-·;I ·~:~1 ~--;: -: PART C -GENERAL CONDITIONS CS-5 CONTROL.OF WORK AND ~TERIALS SECTION CS-5 CONTROL OF WORK AND MATERIALS CS-5.l AUTHORITY .OF ENGINEER: The work shall be performed to the satisfaction of the Engineer and in strict compliance with the Contract ·Documents. He shail decide all questions which arise as t~ the quality and acceptability of materials furnished, work performed, rate of progress of the work, overall sequence of the construction/ interpretation of the Contrac~ Documents, acceptable fulfillment of the contract, . compensation, mutual rights between Contractor and Owner under these , Contrac~ Documents, supervision of the· work,. resumption of operations, and all other questions or disputes which may arise. Engineer will not be responsible for Contractor's means, method~, techniques, sequences or procedures of construction, or the _safety p~e6aution and programs incident thereto, and he will not be responsible for Contractor's failure to perform the -wor~ in accordance with the contract documents. ) He shall determine the amount and quality of the work completed and materials furnished, and his d~cisions and estimates shall be final. His estimates in such event shall be a condition to the right of the Contr:actor to receive money due him under the Contract. The Owner shall have executive authority to enforce and ~ake effective such necessary decisions and orders as the Contractor fails to carry out promptly. ) In the event of any dispute between tha 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, ren~er and deliver to both the Owner and Contractor, a written decision on the matter in controversy. -. CS-5.2 CONFORMITY WITH PLANS: The finished project in all cases shall conform with lines, grades, cross-sections, finish, and dimensions shown on the plans or any other require~ents otherwise described in the Contract Documents. Any deviation from the approved Contract Documents required by the Engineer during construction will in all cases be determined by the Engineer and authorized by the Owner by Change Order. CS-5 ( 1) CS-5.3 COORDINATION OF CONTRACT DOCUMENTS: The Contract Documents are made up of severa1 sections, which, taken together, are · intended to describe and provide for a complete and useful project, and any requirements appearing in one of the sections is as binding as though it occurred in all sections~ In case of discrepancies, figured dimension shall govern over scaled dimensions; plans shall govern over specifications, special conditions shall govern over general condi ti~ns· and standard . sp~_cif ications, and quantities shown on the plans .shall govern over those shown in the· proposal. The Con tractor , shall not take advantage of any apparent error or omission in the Contract Documents, and the Owner shall be permitted to make such corrections or interpretations as may be deemed necessary for the fulfillment of the intent of the Contract Documents. In the event the Contractor discovers an apparent error or discrepancy, he shall immediat~ly call this condition to the attention of the Engineer. In the event of a conflict in the drawings, specifications, or other portions of the Contract Documents which were not reported prior to the award of Contiact, the Contractor ~~all be deemed to have quoted the most expensive resolution of the conflict. CS-5.4 COOPERATION OF CONTRACTOR: The Contractor ·will be furnished with three sets of the Contract Documents and shall have available on the site of the project at all times one set of such Contract Documents. The Contract shall give to the work the constant attention necessary to facilitate the progress theredf 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 s~all provide and maintain .at all times at the site of the project a co*pet~nt~ English-sp~aking superintendent and an assistant who are fully authorized to act as the Contractor's agent on the work. · Such superintendent and his assistarit shall be capable of reading and understanding _the Contract Documents and shall receive and . fulfill _instructions from the Own.er, the Engineer, or his authorized representatives. Pursuant to this responsibility of the. co·ntractor, the Contractor shall designate in writing to the p1:oject· superintendent, to act as the Contractor• s agent on the work. Such a .ssistant project superintendent shall be a resident of Tarrant_ County, Texas and shall be subject tQ call, as is the project Superintendent, at any time of the day or night.on any day of the week on which the Engineer determines that circumstances require the presence on the project site of a representative of the Contracior to cs-s (2) / ) ) adequately provide for the safety or convenience of the traveling public or the .owners .of property across which the project extends or the safety of property contiguous to the project routing. The Contractor shall provide all facilities to enable the Engineer and his inspector to examine and inspect the workmanship and materials entering into the work. C s·-5. 5 . EMERGENCY AND/OR RECTIFICATION WORK: When, in the opinion of the Owner or Engineer, a condition of emergency exists related to any part of the work, the Contractor, or the Contractor through bis designated representative, shall respond with dispatch to .a verbal request inade by the Owner or Engineer to alleviate the emergency ~onditirin. Such a re~pons~ shall occu~ day or night, whether the project is scheduled on a c~lendar-day or on a working-day basis. Should the Contractor fail to respond to a request from the Engineer to rectify any discrepancies, omissions, or correctiqns necessary to conform with the requirements of the project specifications or plans, the Engineer shall give the Contractor written notice that such work or changes are to be performed. The ,written notice shall direct attention to the discrepant condition and request the Contr~ctor to take remedial action to correct the condition. In the event the Contracto~ -does not take positive steps to fulfill this written req_uest, or does not show just cause for not· taking the proper action, within 24 hours, · the Ci t"y may -take such remedial action with City forces or by contract. The City shall then deduct an amount equal to the entire costs for such remedial action, plus 25%, from any funds due the Contractor on the project. CS-5.6 FIELD oFrICE: The Contractor . shall provide, at no extra compensation, _an adequate fie.l.d off ice for use _of the Engineer, if specifically called for. The field office shall be not less than 10 by 14 feet in .floor area, substantially constructed, well heated, air conditioned, lighted, and weather-proof, so that documents -will not be damaged by the elements. CS-5.7 CONSTRUCTION STAKES: The City, through its Engineer, will furn~sh the Contractor with all lines, ~rades, 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 e~tablished by means of stakes or other customary method of marking as may be found consistent with good practice. · cs-s (3) These stakes or marking~ shall be ·iet sufficiently in advance · .of construction operations to avoid delay. Such stakes or markings as may be established for the Contractor's use or guidance shall be preserved by the Contractor until he is authorized by the Engineer to remove them. Whenever, in the opinion of the Engineer, any stakes or markings have been careless·ly or. willful.ly destroyed, disturbed, or removed by the Contractor or any of his employees, the full cost of replacing such stakes or marks plus 25% will be charged aga·inst · the • Contractor:}· · arrd··· the·· full amount wi 11 be deducted from payment due the. Contractor • . cs-5.8 AUTHORITY AND DUTIES OF CITY INSPECTORS: City Inspectors will .be authorized to inspect all work 'done and to be -done and all ~aterials furnished. Such inspection may extend to all or any part of the work, and the preparation or manufacturing of the materials to be used or equipment to be installe_d. A City Inspector may be stationed on the work to report to the Engineer as to the progress of the work and the manner -in which it is being performed, to repo~t 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 td 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 ~ork in accordance with the requirements of the Contract Documents. In case of any dispute arising between the ·contractor and the city Inspector as to the materials or equipment furnished or the manner of performing the work, the City Inspector will have authority to reject materials or equipment to suspend work until the question at issue can be referred. to and be decided by the Engineer. The City Inspector will not, however, be authorized to revoke, alter, enlarge, or release any requirement of these Contract Documents, nor to approve or accept any portion or ~ection of the work, nor to issue any instructions contrary to the requirements of the Contract Documents. He will in no case act _.as superintendent ?r foreman or perfor• any other duties for the Contractor, or interfere .with t~e 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 same are consist~nt with the obligations of the Contract Documents, provided, however, should the Contractor object to any orders or instructions of the City Inspectoc, the Contractor may within six days make written appeal to the _E~gineer for his decision on the matter in controversy. CS-5 (4) _.. ) CS-5.9 INSPECTION: The Contractor shall furnish the Engineer with every reasonable facility for ascertaining whether or not the .work as performed .is in accordance with the requirements of the Contract Documents. If the Engineer so requests, the contractor shall, at any time before acceptance of the wo~k, remove or uncover such portion of the finished work as may be directed. After examination, the Contractor shall restore said .portions of the work to the standard required by the Contract ·Documents. · Should the work exposed or examined prove acc~ptable, the uncovering or removing and replacing of the covering or making good of the parts removed shall be paid for as extra work, but should be work so eiposed or -examined prove to be ·unacceptable,·the uricovering or r~moving and the replacing of alt adjacent defective or damaged parts shall be at the Co~tractor's expense. No work shall be done or materials used without suitable supervision or .inspection. CS-5.10 REMOVAL OF DEFECTIVE AND UNAUTHORIZED WORK: All work, materials, or equipment which has been rejected shall be rem~died .or removed ·and replaced in an acceptable manner by the Contractor at his own expense. Work done beyond the lines and grades given or as shown on the plans, except as herein specifically provided, or any Extra Work done without written authority, will be considered as unauthorized and done at the expense of the Contractor and will not be paid for by the Owner. Work so .done may be ordered removed · at the Contractor's expense. Upon the failure on the part of the Contractor to comply with any order of the Engineer made under the pro~isions of this paragraph, the Engineer will have the authority to cause defective work to be remedied or removed and replaced and unauthorized work to be removed, and the cost thereof may be deducted from any money due or to ·become due to the Contractor. Failur~ to ~equire the removal of any defective or unauthorized work shall not constitute acceptance of such works • . C 5 -s ·. 11 SUBSTITUTE MATERIALS OR EQUIPMENT: If the Specifications, law, ordinance, codes or regulations permit Contractor to furnish or use a substitute that is equal to any material or equipment specified, ·and if Contractor wishes to furnish or use a ~roposed substitu~e, he shall, prior to the preconstruction conference, make written application to ENGINEER for approval of such substitute certifying in writing that the proposed substitute will perform adequately the functions called for by the general design, be similar and of equal substance to that specified and be suited to the same use and capable of performing the same .function as that specified; and identifying all variations of the proposed CS-5 CS} substitute from that specified and indicating available maintenance service. No substitute shall be ordered or installed without the written approval of Engineer who will be the judge of the equality and may require Contractor to furnish such other data about the proposed substitute as he considers pertinent. No substitute shall be ~rdered or installed without such performanc~ guarantee and bonds as Owner may require which shall .be furn~sh~d at Contracto~'s exp·en:se.· Contrac·t.o.r· .. shall · indemnify and·,·hold ·ha1:mless owner and Engipeer .and anyone directly or indirectly employed by either of them from and against the claims, damages, losses and expenses (including attorneys fees) arising out of the · use of substituted materials or equipment. cs-5.12 SAMPLES AND TESTS OR MATERIALS: Where, in the opinion of the Engineer, or as called for in the Contract Documents, tests of materials or equipment are necessary, such tests will be made at the expense of and paid for direct to the testing agency by the Owner unless otherw:i,se spec.if ically provided. The failure of .the Owner to make any tests of materials shall be in no · way relieve the Contractor of his responsibility of furnishing ~aterials and equipment fully confdrming to the requirements of the Contract Documents. Tests and sampling .of · ,~ .-) m~terials, unless otherwise specified, will be made in accordance with the latest methods prescribed by the American Society for Testing Materials or specific requirements of th~ Owner. The Contractor shall provide such facilities as the Engineer may require for collecting and forwarding samples and shall not, without spe~ific written permission of the Engineer, use the materials represented by the samples until tests have been made and the materials approved for use. The Contractor will furnish adequate samples without charge .to the owner. . In · case of concrete, the aggregates, design minimu~, and the mixing and transporting equipment shall be approved by the Engineer before any concrete is placed, and ·the Contactor shall be responsible for replacing .any concrete which does not meet the requirements of the Contract Documents. Tests s ·hall be made at least 9 days prior to the placing of concrete, using samples from the sam~ aggregate, cement, and mortar which are to b~ used later in t:.he concrete. Should the-source of supply change,· new tests shall be made prior to the use of the new materials. · CS-5.13 STORAGE OF MATERIALS: All materials which are to be used in the construction operation shall be stored so as to insure the preservation of the quality and fitness of the work. When directed by the Engineer, they shall be placed on wooden platforms ·or other hard, clean durable surfaces and not on the CS-5 C 6) ' ' . '\ ) ground, and shall be placed under cover _when directed. Stored materials shall be placed and located so as to facilitate prompt inspection. cs~S.14 EXISTING STRUCTURES AND UTILITIES: The location and dimensions shown on the Plans relative to existing utilities are based on the bes·t · information available. Omission from, or the inclusion of utility locations on the Plans is not to be considered as the nonexistence of, or a definite location of, existing .underground utilities. The location of many gas mains,·wat.er mains, conduits, sewer lines and service lines for all utilities; etc., is unknown to the Owner, and the Owner assumes no responsibility for failure to show any or a~l such structures and utilities on the plans or to show them in their exact location. It is mutually agreed that such failure will not be considered sufficient basis for claims for ·additional compensation _for Extra Work or for increasing the pay quantities in any manner whatsoever, unless an obstruction encountered is such as to ·necessitate changes in .the lines and grades of considerable magnitude or requires the building of special works, provision for which is not made in the Contract Documents, in which case the provision in these Contract Documents for Extra Work shall apply. It shall be the Contractors responsibility to verify locations of adjacent and/or conflicting utilities sufficiently in advance of const~uction in order that he may negotiate such lqcal adjustments as necessary in the constr.uction process to p~ovide 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) hou~s in advance of construction including exploratory excavation if necessary. All verification of existing utilities apd their adjustment shall be ·consid~red as subsidia~y work. · CS-5.15 INTERRUPTION OF SERVICE: a. Normal Prosecution: In the normal prosectuion .of work where the interruption of service is necessary, the Contractor, at least 24 hours in advance, shall be required to: 1. Notify the Water Department's Distribution Division as to location, time, and schedule of service interruption. CS-5 {7) b. ,· 2. Notify each customer personally through respon~ible personnel as to time and schedule of the interruption of their service, or 3. In the event that personal· notification of~ customer cannot be made, ·a prepared tag form shall be attached to the customer's entrance door knob. The tag shall be durable in composition,: .and in ... large .. bold .. type. shall. say: •NOTICE" Due to Utility Improvement in your neighborhood, your (water) (sewer) service will be inter- rupted on between the hours of and This iQconvenience will .be as short as possible • . Thank you, Cont~actor Address Phone Emergency: In the event that an unforeseen service interruption occurs, notice shall be as above,but immediate. CS-5.16 MUTUAL RESPONSIBILITY OF CONTRACTORS: If, through acts or neglect on the part of the Contractor,. any other contractor or any sub-contracto·r shall suffer loss or damage. on the work, the Contractor agrees to settle with such other Contractor or· sub-contractor by agreement or arbitration. If such other ·contractor o~ sub-contractor shall assert any claim against the Owner on account of any damage alleged ·to have been sustained, the Owner will notify t~e Contractor, who shall indemnify -and save harmless the Owner against any such claim. CS-5.17 CLEAN-UP: Clean-up of surplus arid/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 rou~ine 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 corract the C5-S (8) : ) ) . ) unsatisfactory procedure, the City may take such direct action as the Engineer deems appropriate to correct the clean-up deficiencies cited .to the Contractor in the written notice, and the costs of such direct action, plus 25% of such costs, shall be deducted from monies due or ~o become due to the Contractor. Upon the completion of the project as a whole as covered ~y these Contr·act Documents, and before final acceptance ·and final payment will be made, the -Contractor shall clean and remove from the site of the project all surplus and discarded materials, temporary structures, and debris of every kind. Be shall leave the site of all work in a neat and orderly condition equal to that which originally existed. Surplus and wa,te materials removed from the site of th~ work shall be disposed of at locations satisfactory to the Engineer. The Contractor shall thoroughly clean all equipment and materials installed by him and shall deliver over such materials and equipment in a bright, clean, polished and new appearing condition. No extra compensation will be made to the Contractor for ·any clean-up required on the project. CS-5.18 FINAL INSPECTION: Whenever the work provided for in and contemplated under the ·contract Documents has been satisfactorily completed and final cleanup performed, the Engineer will notify the proper officlals of the Owner and request that the Final inspection be made. Such inspection will be made within 10 days after such notification. After such final inspection, if the work and materials and equipment are found satisfactory, the Contractor will be notified in writing of the acceptance of the same after the proper resolution has been passed by the City Council. No time charge will be made against the Contractor between said date of notification of the Engineer and · the date of final inspection of the work . cs-s (9) ) PART e -GENERAL CONDITIONS C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY SECTION C6-6 ·LEGAL RELATIONS AND PUBLIC RESPONSIBILITY C6-6.l LAWS TO BE OBSERVED: The Contractor shall at all times observe ~nd 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 e~ist or which may be enacted later by bodies having jurisdiction or authority for such enactment. No plea of ~isunderstanding or _ignora-nce thereof w.ill be considered~ The Contractor and his ·, Sureties shall indemnify and ·save harmless the City and all of its officers, agents, and employees against any and all claims or liability arising from or based on the violation of any such law, ordinance, regulation, or order, whether it be by himself or his employees. C6-6.2 PERMITS AND LICENSES: The Contractor shall procure all permi~s and licenses, pay all charges, ~osts and fees, and give all notices necessary and incident to _the due and lawful prosecution of the work. · C6-6.3 PATENTED DEVICES, MATERIALS AND PROCESSES: If the Contractor is required or desires to use any design, device, material, or process covered by ·letter; patent, or copyright, he shall provide for such use by suitable legal agreement with the patentee or owner of such patent, letter, or copyrighted design. It is mutually agreed and understood that without exception the contract prices shall include all royalties or cost arising from patents, trade-marks, and copy rights in any ·way involved in the work. The Contractor and his sureties shall indemnify and save harmless the owner from any and all claims fdr infringement by reason of the use of any -such patented _design, dey-ice, material or process, or any trade-mark or copy right in connection with the work agreed to be performed under these ·Contract Documents, and shall indemnify the Owner for any cost, expense, or damage which .it may _be obliged to pay by reason of such infiingement at any time during the prosecution of the work or after completion of the work, provided, however, that the Owner will assume the responsibilfty to defend any and all suits brought ·for the infringement of any patent claimed to be infringed upon by· the design, type of construction or m~terial 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 Cl) C6-6.4 SANITARY PROVISIONS: The Contractor shall establish and enforce among his employees such regulations in regard to cleanlines~ 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 immed.iate force and effect by t-he Contractor. The necessary sanitary conveniences for . use of laborers ori the -work, properly secluded .from public obse~vation, shall be constructed , and maintained by the ·contractor and their use shall be strictly enforced by the Contractor. All such facilities shal1 be kept in a clean and sanitary condition, free from .objectionable odors so as not to cause a nuisance. All sanitary laws and regulations o~ the State of Texas and the City shall be strictly ·complied with. C6-6.5 PUBLIC SA~ETY AND CONVENIENCE: Materials or equipment stored about the work shall be so placed and used, and the work shall at all times be so conducted, as to cause no greater obstruction or inconvenience to the public than .is considered to be abso·1 utely necessary by ·the Engineer. The Contractor is required to maintain at all times all phases of his ·work in such a manner as not to impair the safety or convenience of the public, including, but not limited tq, safe and convenient ingress and egress to property contiguous to the work area. The Contractor shall make adequate provisions to render reasonable ingress and egress for normal vehicular traffic, except during actual· trenching or pipe installation · operations, at all driveway crossings. Such provisions may include bridging, placement of crushed stone or gravel or such other means of providing proper ingress and egress for the property served by the driveway as the Engineer may approve as appropriate.. Such other means may include the diversion of driveway traffic, with specific appr<;>val by the Engi·neer. · If diversion of traffic is approved by the Engineer at -any loc~tion, the Contractor shall make arrangements sat·isfactory · to the Engineer at any location, the Contractor shall make arrangements satisfactory to the Engineer for the diversiop of traffic., and shall, at his own expense, provide all materials and perform a11· 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 th~ construction of the wo~k shall be placed so as not to endanger the work or prevent free access to all fire hydrantsr fire alarm boxes, police ~all boxes, water valves, C6-6 (2) .. ,) ' . ( gas valves, or manholes in the vicinity. The Owner reserves the right to remedy any neglect on the part of the Contractor as regards to public convenience and safety which may come to its attention, after twenty-four h6urs notice ln writing to the Contractor, save in cases of emergency when it shall have the right to remedy any neglect without notice, and in either case, the cost of such work done or materials furnished by the owner or by the City ·shall be deducted from monies due or to become due to the Contractor. The Contractor, after approval of the Engineer, shall notify the Fire Department Headquarters, Traffic Engineer, and Police Department, when any street or alley is requested to be closed or obstructed or any fire hydrant is to be made inaccessible, and, when so directed by the Engineer, shall keep any street, streets, or highways in condition for unobstructed use by fire apparatus. The Contractor shall promptly notify the Fire Department Headquarters when all such obstructed streets, alleys, or hydrants are again placed back in service. Wh~re the Contractor is required to donstruct temporary bridges or make other arrangements for crossing over ditches or streams, his responsibility for accidents in connection with such crossings shall include ·the roadway approaches as ) well as the structures of such crossings. ) The Contractor shall at all times conduct his operation-and the use of construction machinery _~o as not to damage or destroy tre~s and shrubs located in close proximity to or on the site of the work. Wherever any such damage may be done, the Contractor shall immediately satisfy all claims of property owners, and no payment wi 11 be made by the Owner in settlement of such claims. The Contractor shall file with the Engineer a written statement s~owing all such claims adjust~d. C6-6.6 PRIVILEGES OF CONTRACTOR IN STREETS, ALLEYS, AND RIGHT-OF-WAY: For the performance of the contract·,-the Contractor will be permitted to use and occupy such portions ·of -the public streets and alleys, or other public places or other rights-of-way as provided for in the ordinances of the City, as showp in the Contract Documents, or as may be specifically authorized in writing by the Engineer. A reasonable amount of tools, materials, and equipment for construction purposes may be stored in such space, but-no more than is necessary to avoid delay in the construction oper~tions. Excavated and wa~te materials ~hall 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 he C6-6 (3) carried on in such manner as not to interfere with the operation of trains, loading or unloading of cars, etc. Other contractors of the Owner may,· for all purposes required by the contract, enter upon the work and premises used by the Contractor and shall be provided all reasonable facilities and assistance .for the comp~etion of adjoining work. Any additional grounds desired by the Contractor tor his use _shall be provided by him at his own cost and .expense. C6-6. 7 R~ILWAY. ·CROSSiNGS: When the work encroaches upon any right-of-way -of any railway, the City will secure the necessary easement for the work. ·Where the.railway tracks are to be crossed, the Contractor shall observe· all the regulations and instructions of the railway company as .to the methods of performing . the .work and take all precautions for safety of property and the public. Negotiations with the railway companies for permits shall be done by and through the city. The Contractor shall give the City notice not less than five days prior .to the time of his intentions to begin work on that portion of the project which is related to .the railway properties. The Contractor will not be g~ven extra or additional compensation ~or such railway crossings unless specifically set forth in the Contract Documents. C6-6.8 BARRICADES, WARNINGS AND WATCHMEN: Where the work is carried on in or adjacent to any street, alley, or public place, the Contractor shall at his own expense furnish, erect, and maintain such barricades, fences,.lights and danger signals, shall provide such.watchmen, and shall take all such other precautionary· measures for the protection of persons or property and of the work as are necessary. Barricades and fences shall be painted in a color that will be visible at night. From sunset to sunrise the Contractor shall furnish and maintain at least one· easily visibl·e burning light at each barricade. A sufficient number of barricades shall be erected and maintained to keep pedestrians away from, and vehicles from being driven on or into, any work under construction or being maintained. The Contractor shall furnish watchmen and keep them at their respective assignments in sufficient numbers to protec-t the work and prevent;. accident or damage. All ·installations and procedures shall be consistent with .the provisions set forth in the "1980 Te·xas Manual on Uniform Traffic Control Devices for Streets and Highways" issued under the authority of the · "State of Texas Uniform Act Regulating Traffic on Highways", codified as 'Article 6701d veron's Civil Statutes, pertinent .sections being Section Nos. 27, 29, 30 and 31. . CG-6 (4) ) ' ) The Contractor will not remove any regula~ory sign, instructional sign, street name sign, or other sign which has been erected by the 0ity. If it is determined that a sign must be removed to permit required construction, the Contractor shall contact the T-ransportation 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 tempora~y sign meeting the raquirements of the above . referenced manual and such temporary sig~ must be installed prior to the removal of the permanent sign. If the temporary sign is not installed correctly or if it does not meet the required specifications, the permanent sign sha11 be left in place until ·the temporary sign requirements are met. When constriction work is completed to the extent th~t 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 t~e work or the public due to failure of barricades, signs, fences, lights, or watchmen to protect ~hem. Whenever evidence is found of such damage to the work the Engineer may order the damaged portion immediately removed and replaced by the Contractcir at the Contractor•s own expense. The Contractor's responsibility for the maintenance of barricades, signs, fences and lights, and for providing watchmen ·shall not cease until the project shall have been completed and accepted by the Owner. No compensation, except as specifically provided in these Contract Documents, will .be paid to the Contr~ctor for the work and materials involved in .the coristructing, providing, .and maintaining of barricades, signs, fences, and · lights or for salaries of watchmen, for the subsequent removal and tlisposal of such ··barricades, signs, or-for any other incidentals necessary for the proper protection, safety, ·and Cf:)nvenience of the public during the contract period, as th .is work is considered to be subsidiary to the several items for which unit or lump sum prices are requested in the Proposal. ,C6-6.9 USE OF EXPLOSIVES, DROP WEIGHT, ETC.: Should the Contractor elect to use explosives, drop weight, etc., in the prosecution of the work, the utmost care shall be exercised at all times so as not to endanger life or property. The Contractor shall notify the proper representative of any public service corporation, any company, individual, or utility, and the Owner,· not less than twenty-four hours in CG-6 CS) 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 Qf explosives is to be permitted on the project, as specified in the Special Contract Documents, or the use of explosives is requested, the Contractor shall submit notice to the Engineer in writing twenty-four hours prior to commencing and shall furnish evidence that he has insurance coverage to p;r;otect agains·t any damag~s and/or injuries arising out of such use 9£· explosives. All claims arising out of the use of explosives shall be investigated and a written report· made by·the Contractor's insµrers to the ·Engineer ·within ten {10) days after receipt of written notice of the clai~ to the Contractor from either the City or the claimant •. The City shall proceed to give notice to the Contractor of any such claim. The use of explosives may be suspended by the Engineer if any complaint is received and such use shall not be resumed until -the cause of the complaint has been addressed. Whenever explosives ar~ stored or kept, they shall be stored in a safe and secure manner and all storage places shall be plainly marked nDANGEROUS.EXPLOSIVESn and shall be under the care of a competent· watchman at all times. All vehicl.es in which _ explosives are being transported · shall be plainly marked as mentioned above and shall, insofar as possible, not ·Use heavy traffic routes. C6-6.10 WORK WITHIN EASEMENTS: Where the work passes over, through, or into· private property, the Own.er will provide such right-of-way or easement privileges as the City may deem necessary for the prosecution of -the work. Any additional rights-of-way or work area c-0nsidered necessary by the Contractor shall be provided by him at his own expense. Such additional rights-of-way or work area shall be acquired for the benefit of the City. The City shall be notified in writing as .to the rights so acquired before work beg.ins .in the af(ected ~rea. The Contractor shall not· enter upon privat~ ~roperty for anTpurpose without having previou~ly obtained permission from the owner of such property. The Contractor will not be allowed to store equipment or material on private property unl&ss and until the specified ~pproval of the property. owne,r : has· been secured in writing by the Contractor and a copy furnished to the Engineer. Unless ~pecifically provided otherwise, the Contractor shall clear all rights-of-way or eas~ments of obstrtictions wh~ch must be removed to make possible proper prosecution of the work as a part of the pr6ject construction op~rations. The Contract~r shall be responsible for the preservation of and shall use C6-6 (6) ) every precaution to prevent damage to a ·l.l trees, shrubbery, plants, lawns, fen~es, culverts, curbing,_Jlnd all other types of structures or improvements, to all water, sewer, and gas lines, to all conduits, overhead pole lines, or appurtenances thereof, including the construction of temporary fences, and to al.l other public or private property .along adj~cent to the work •. The Con~ractor shall notify the proper reptesentatives of owners or. o·ccupants of public or private lands or inter.est in lands · which might-""be affected by the work. Such notice shall be made at least 48 hours in advance of the beginning of the work_ Notices shall be applicable to both publ.ic and private utility companies or any corp·oration, company, individual; or other, ~ither as owners or oc~upants, whose land or interest in land might affected by the work. The Contractor shall be responsible for all damage or injury to property of any character resulting from any act, omission, neglect, or misconduct in the manner or method or execution of the work, or at any time due to defective work, material,·or equipment • . When and where any direct or indirect or injury is done to ~ublic or private property on account of any act, omission, neglect, or misconduct ·in the execution of the work, or in consequence of the non-execution thereof on the part of the Contractor, he shall restore or have restored at his own cost and expense such property to a condition at least equal to that existing before such damage or injury was done, by repairing, rebuilding, or otherwise replacing and restoring as may be directed by the Owner, or he shall make good such damages or injury in~ manner acceptable to the owner of the property and the ~ngineer. All fenc~s encountered and removed during construction of this project shall be restored to the original or a better than original condition upon completion of this project. When wire fencing, either wire mesh or barbed wire is to be crossed, the Contractor shall· set cross braced posts on either side of per:manent easement be·fore t,he fence is cut. Should additional fence.cuts be necess?ry, the Contractor shall provide cross braced posts at point of the proposed cut in addi t.ion to the cross brac_ed posts provided at the· permanent easements limits, before the fence is cut. Temporary fencing shall. be erected in place of the fencing removed whenever the work is not in progress and when the site is· vacated overnight, and/or at all times to prevent livestock from entering the construction area·. The cost for fence removal, temporary closures and replacement shall be subsidiary to the various items bid in the project C6 -6 (7) proposal_ Therefore, no separate payment shall be allowed for any service associated with this work_. In case of failure on the part of the Contractor to restore such property to make good such damage oi;:-injury, th~-· Owner mayr upon 48 hour writ~en notice under ordinary·circumstances; and without notice when a nuisance or hazardous condition results, proceed to repair, rebuild; or otherwise restore such property ·as may be determined by the Owner tQ be necessary, and the cost thereby will be deducted from any monies-due or to become due to the Contractor under this Contract_ C6-6-ll INDEPENDENT CONTRACTOR: It is understood and agreed by the parties hereto that Contractor shall perform all work and services hereunder as an independent contractor r and not as an officer, agent, servant or employee of the Owner_ Contractor shall have ex:clusive control of."and the -exclusive right to control ·the details · of all the work and services performed hereunder, and all persons performing same, ana shall be solely responsible for the acts and omissions of its officers, agents, servants·, emp1-oyees, contractors, subcQntractors, licensees and invitees~ The doctrine of respondeat superior shall not apply as between Owner an_d Contractor, its officersr agents, employees, contractors and subcontractors, and nothing herein shall be construed as -creating a partnership or Joint enterprise between Owner and Contractor. C6-6.I2 CONTRACTOR,S RESPONSIBILITY FOR DAMAGE CLAIMS: Contractor covenants and agrees to and d6:es hereby indemnify, hold harmless and defend, at its own expense, Owner, its officers, agents, servants and employees, from and against any and all claims or suits for property loss or damage and/or personal injury, including death, to any and all persons, of whatsoever kind or character, whether real or asserted, arising out of or in connection with, directly or indirectly, the work and services to be performed hereunder by· Contractor, its officers. agents, employees. subcontractors, licensees or invitees, whether or not caused, in whole or ~n part, by . the alleged negligence · of · the officers, · agents, servants, employees, C(Jntractors, subcontractors, licensees and invitees of the· City; and said Contractor does hereby covenant and agree to assume all liability and responsibility of City. its officers. agents, servants and employees for any and all claims or suits for property loss or damage and/or personal injury, including death, to any and all persons, of whatsoever kind or character, whether real or asserted, arising out of or in connection with, directly or indirectly, the work and services to be performed hereunder by Contractor, its officers,· agents, employees, subcontractors, licens~ or invitees, whether or not caused, in ,vhole or in part, by the alle~ negligence of the officers, agents, servants, employees, C6 -6 (8) contractors, subcontractors., licen-sees and invitees of the City_ Contractor likewise covenants and agrees to, and does hereby> indemnify and hold harmi~ City from and against any and all injuries, damage, loss or destruction to property of City during the performance of any of the terms <1:11d conditions of this Contract, whether arising out of or in connection with or resulting from, in whole or in part, any and all alleged acts or om1ss1ons officers, agents, servants, employees, contractors, subcontractors, licensees, invitees of Owner_ In the event a written claim for damages against the contractor or its subcontractors remains unsettled at the time all work on the project has been ·complet~d to the satisfaction of the.Director of the Water Department, as evidenced by a finat inspection, final payment to the Contractor shall not be recommended to the :pirector of the Water Department for a period of30 days after the date of such final inspection>·unless the Contractor shall submit written evidence satisfactory to _the Director that the claim ha~ been settled and a release has been obtained from the claimant involved_ If the claims concerned remains unsettled as of the expiration of the above 30-day period, the Contractor may be_ deemed to be entitled to a semi-final payment for work completed.,. such semi-final payment to be in the amount equal to the total dollar amount then due less the dollar value of any written claims pending against the Contractor arising out of perfon;nance of such work, and such semi-final payment may then be recommended by the Director_ The Directo.r shall not recommend final payment to a Contractor against whom such a claim for damaoes is outstanding for a peri~d of six months following the date of the 0 . a~~ptance of the work perforltled unless the Contractor submits evidence in writing satisfactory tot he Director that: I_ The claim has been. settled and a release has been obtained from the claimant involved, or 2_ G~od faith efforts have been made to settle such outstanding claims, and s1:1ch good faith efforts have failed_ If co~dition (1) above is met at any time within the six. month perioo~_.tp.e Director shall recommend that the final payment to the Contractor be made_ If condition (2) above is met at any time within the six month period> the Director may recommend uiat final payment to the Contractor be made_ At · the expiration of the six month perio~ the Director may C6--6 (9) reconunend that final paym~t be made.if all other worlc has been performed and all other obligations of the Contract~r have been met to the satisfaction of the Director_ The Director may, if he deems it appropriate,. refuse to accept bids on other Water Department Contract work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract_ (Revision.Date: April 15, 1999) c6-6-l3 CONTRACTOR'S CLAIM FOR DAMAGES= Shou1d the Contractor claim compensatio_n for any a11~ged damage by reason of the acts or omissions of the Owner, he shall within three days _ after the actual sustaining o~ such alleged damage, make a written statement to the Engineer, setting out in detail the nature of the alleged damage, and on or before the 25th day of the month succeeding that in which -any such damage is claimed to have been sustained, the Contractor shall f~le with th-e Engineer an itemized statement of the det~ils and amount of such alleged damage and, upon request, shall give the Engineer access to a1l books of account, receipts, vouchers, bills of lading, and other books or papers conta-ining any evidence as to the amount of such alleged damage_ Un1ess such statements shall be filed as bereinabove required, the Contractor•s c1aim for compensation shall bewaiyed, and he shall not be entitled to payment on ac·count of such damages_ C6-6_i4 ADJUSTMENT OR RELOCATION OF PUBLIC UTILITIES, ETC~:. In case it is nec·essary to change, ·move, or alter in any manner the property of a puQlic utility or others, the said property shall not be ~oved or interfered with until orders thereupon have been ·issued by the Engineer_ The right is reserved _to the owners of public utilities to enter the geographical limits of the Contract for the purpose of making such changes or repairs to their property that may be ne~essary by the performance of this contract_ C6-6_15 TEMPORARY SEWER AND DRAIN CONNECTIONS:· .When existing sewer lines have tQ be taken up or removed, the Contractore shall, at his own expense and cost, provide and maintain temporary outlets and con~ections for all private or public drains an_d sewers_ The Contractor shall also take care of all sewage and drainage which will be received from these drains · and sewers, and fo± this purpose he shall provide and maintain, at his own cost and ·expense, adequate pumping facilities and temporary outlets or diversions_ The Contractor, at his own cost and expense, shall construct such troughs, pipes, or other structures necessary, and be prepared at all times to dispos~ of drainage and sewage C6-6 (lQ) ) ) received from these tempo~ary connections until such times as the permanent connectio.ns are built and are in service. The existing sewers and connections shall be kept .in service and maintained under the Contract, except when specified or ordered to be abandoned by the Engineer. All water, sewage, and other waste shall be disposed of in a satisfactory manner so that no nuisance is created and so that the work under construction will be adequately protected. C6-6.16 ARRANGEMENT AND CHARGES FOR WATER FURNISHED BY THE CITY: When the Contractor desires to use City water in connection with any cons.truction work, he shall make complete and satisfactory arrangements with the Fort Worth city Water Department for so doing. City water furnished to the Contractor shall be :delivered to the Contractor from a connection on an existing City main. All piping required beyond the point of ·deliyery shall be instailed by the Contractor at ·h~s own expense. The Contractor's responsibility in the use of all existing fire hydrant and/or valves is detailed in Section E2-l.2 USE OF FIRE HYDRANTS AND VALVES in these General Contract Documents. When meters are used to measure the water, the charges, if any, for water will be at the regular established rates •. When meters are not used, the charges, if any, will be as prescribed by the City Ordinance, or where no ordinance applies, payment shall be made on estimates and rates established by the Director of the Fort Worth Water Department. CG-6.17 USE OF A SECTION OR PORTION OF THE WORK: Whenever, in the ppinion of the Engineer, any section or portion of the work or .any structure is in suitable condition, it may be ·put into use upon the written order bf the Engineer, and such usage shall not be held to be in any way an acceptance 0£ said work or structure or any part thereof or as a waiver of any of the provisions of ttie~e Contract Documents. All necessary repairs and r~~ovals 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 Contractoi::, shall be performed by the Contractor at his own expense. C6-6.18 CONTRACTOR'S RESPONSIBILITY FOR THE WORK: Until written acceptance by the Owner _ as provided for in these Contract Documents, the work shall be under the charge .and care of the Contractor, arid he shall t~ke every necessary precaution to prevent injury or ·damage to the work or any part CG-6 . (11) thereof by action of the elements or from any cause whatsoever, whether arising from the execution or nonexecutiori of the · work. The Contractor ·shall rebuild, repair, restore, and make good at his own expense all injuries or damage to any portion of the work occasioned by any of the hereinabove causes. C6-6.19 NO WAIVER OF LEGAL RIGHTS: lnspection by the Engineer or any ord~r by the CJ\:iner by Qay~ent of money or _any payment for or aqceptance. of any work, or any extension of time, or any possession taken by the City shall .not operate as a waiver of any provision of the Contract Documents. Ariy waiver of any breach or Contract shall not be held to be a waiver of any other or subsequent breach. The Owner reserves the right to correct any error that may be discovered in any estimate. that may have been paid and to adjust the same to meet ihe requirements of the Contract Documents. C6-6. 20 PERSONAL LIABILITY OF PUBLIC OFFICIALS: In carrying out the provisions of these Contract Documents or in exercising any power of authority granted thereunder, there shall be no liability upon the authorized representatives of the Owner, either personally or otherwise as they are agents and representatives of the City. · C6-6.21 STATE . SALES TAX: On a contract awarded by the City of Fort Worth, an :organization which qualifies for exemption pursuant the provisions of Article 20.04 (H) of the Texas Limited Sales, excise, and Use Tax Act, the Contractor may purchase, rent or lease all materials, supplies and equipment used or consumed in the performance of this contract by issuing to his supplier an exemption certificate in lieu of the tax, said exemption certificate to comply with State Comptroller's Ruling .007. Any such exemption certificate issued by the Contractor in lieu of the tax shall .be subject to and shall comply with .the provisions of State Comptroller's Ruling .011, and any other applicable State Comptroller rulings pertaining to the Texas Limi~ed Sales, Excise, and Use Tax Act. On a contract awarded by a developer ·for th~ construction of a publicly-owned improvement in a street right-of-way or other ~asement which · has been d ·edicated to the public and the City of Fort Worth, an organization wbich qualifies for exemption pursuant to the provisions of Article 20.0i CH) of the Texas limited Sales, Excise, and Use Tax Act, the Contractor can probably be exempted in the sa~e manner stated above. C6-6 (12) ') 1 .,,. Limited Sale, Excise and Use ·Tax permits and information can be obtained from: Comptroller of Public Accounts Sale Tax Division Capitol Station Austin, TX C6-6 (13) ) PART C -GENERAL CONDITIONS C7-7 PROSECUTION AND PROGRESS SECTION C7-7 PROSECUTION AND PROGRESS: C7-7.l SUBLETTING: The Contracto~ shall perform with hfs ·own ·organization, and with the assistance of workman ~nder his immediate superintendance, work of a value of not less than fifty (50%) percent of the value embrac~d in the contract. If the Contractor sublets any part of the work to be done under these Contract Documents, he will not under any circumstances be relieved of the responsibility and obliga~ion assumed under these Contract Documents. All transactions of the Engineer will be with the Contractor. Subcontractors will be considered only in the capacity of employees or workmen of the Contractor and shall be subject to the same requirements as to character and competency.·. The Owner will not recognize any subcontractor on the work. The Contractor shall at all times; when the work is in ·operation, be represented either in person or by a _superintendent or other designated re~resentatives. C7-7.2 ASSIGNMENT OF CONTRACT: The Contractor shall not assign, transfer, sublet, convey, or otherwise dispose of the . contract or his rights, title, or interest in or to the same or any part thereof without the previous consent of the Owner expressed by resolution of the City Council and concurred in ·by the Sureties. If the Contractor .does, without such previous consent, assign, transfer, sublet, convey, br otherwise dispose of the contract or his right, title, or interest therein or any part thereof, to any person -or persons, partnership, company, fi~m, or. corporation, or does ?Y bankruptcy, voluntary or involuntary, or by assignment under the insolvency laws of any state, attempt to dispose of the contract may, at the option of the Owner be revoked and annulled, unless the Sureties shall successfully complete said contract, and in the event of any such revocation or annulment, any monies . due or to become due under or by vi~tue 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 actu·a1 ·damages. C7-7.3 PROSECUTION . OF THE WORK: Prior to beginning any construction ope~ation, the Contractor shall submit td the . Engineer in five or more copies, if requested by the Engineer, a progress schedule preferably in chart o;c diagram form, or a · brief outlining· in detail and step by step the -manner of C7-7 Cl) prosecuting the work and ordering materials and equipment which he expects to follow in order to complete the project in the scheduled time. There shall also be submitted a table of estimated amounts to be earned by the Contractor during each monthly estimate period. The Contractor shall commence the work to be performed under this contract within the time limit stated in these Contract Documents and shall conduct the work in ·a continuous manner and with stifffcient equip~erit, materials, and labor as is necessary to insure its completion within the time limit. . . . The sequence requested of all construction operations shall be at all times as specified in the Special· Contract Documents. Any deviation from scuh sequencing shall be submitted to the Engineer for his approval. Contractor shall not .proceed with a .ny deviation until he has received written approval from the Engineer. Such specification or approval by the Engineer shall not relieve the Cont1'.'actor from the full . responsibility· of the complete performance of the Contract. The contract time may ·be changed .only as set forth in Section C7-7 .8 "Extension of Time of Completion" of this Agreement, and a progress schedule shall not constitute a change in the contract time. C7-7.4 LIMITATIONS OF OPERATIONS: The working operations shall at all times be conducted by the Coritractor so as to create .a minimum amount of inconvenience to the public. At any time when, in the judgment of the Engineer, the Contr~ctor has obstructed or closed or is carrying on operations in a portion of a street or public way greater than -is necessary for the proper execution of the work, the Engineer may require the Contractor to finish the section on which operations are in progress before the work is commence~ on any additional section or street. C7-7.5 CHARACTER OF WORKMEN AND EQUIPMENT: Local labor shall be used by the Contractor is available. The Contractor may bring in from ou-tside the City of Fort Worth his key men and his superintendent. All other workmen, including equipment operators, may be imported only after the local supply is eihausted. The Contractor shall employ only such super intend·ents, 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 summa.ry dismissal of any person or persons · employed · by the Contractor in or about or on the ·work who, in the opinion of the Owner, shall misconduct himself or be found to be incompetent, disrespectful, intemperate, dishonest, or C7-7 (2) ) otherwise objectionable or neglectful in the proper performance of his or their duties, or who neglects or refuses to comply with or -carry out the directions of the Owner, and such ~erson or person~ shall not be employed again thereon without ·written consent of the Engineer. All workmen shall have sufficient skill, ability, and experience to properly perform the work assigned to them and operate ·any equipment necessary to properly carry out the performan~e :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 -anner and at a satisfactory rate of progress .• · All equipment, tools, and machinery ·used for handling materials and executing any part of the work ·shall be · subject' to the approval of the Engineer and shall be maintained in a satis·factory,-safe and efficient workin.g 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 ORD~R" for beginning work, which~ver 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 wqrk on a specific Saturday, Sunday or Legal Holiday must be made to the Engineer no later than the proceeding Thursday. b. Any work -to be done on the project on such a specific Saturday, Sunday or Legal Holiday must be, in the opinion of the Engineer, essential to the ·· timely completion of the project. The Engineer's decision shall be final in response to such a request for approval to work on a specific Saturday, Sunday or Legal Holiday, and no extra compensation shall be allowed to the Contractor for any work performed on such a specific ·saturday, Sunday or Legal Holiday. Calendar Days shall be defined in Cl-1.24 and the Contractor may work as he so desires. C7-7 (3) C7-7.7 TIME OF COMMENCEMENT AND COMPLETION: The Contractor shall commence the working operati~ns within the time specified in the Contract Documents and set forth in the Work order. Failure to do so shall be considered by the Owner as abandonment of the Contract by the Contractor and the Owner may proceed as he sees fit. The Contractor shall maintain a rate of progress such as will in-sure0 -that . the· whol·e '-work-will be· -perf-orme-d ···and· the premises cleaned ~p iri accordance with the Contract Documents and within the time established in such documents and such extension of time a ·s may be properly authorized by the Owner. C7-7.8 EXTENSION OF TIME COMPLETION: The Contractor~s request for an extension of. time of completion shall be considered only when the request for such extension is submitted in writing to the Engineer with.in seven days from and after the time alleged cause of delay sha·11 have occurred. Should an extension ·of the time of -completion be requested such request will be forwarded to the -City Council for approval. · In adjusting the -contract time for completion of work, consideration will be given to unforseeable .causes beyond the control of and without the fault or negligence of the Contractor, including but. limited to acts of the public en_einy, acts of the ·owner, fire, flood, tornadoes, epidemics, quarantine restrictions, strikes, freight embargoes, or .delays _ of sub-contractors due to such ·causes. When the date of completion is based on a calendar day bid, a request for extension of time because of inclement weather will not be considered. A request for extension of time due to inability to obtain supplies and ~aterials will be considered only when a review of the Contractor's purchase order dates and other pertinent data as requested by the Engineer indicates that the Contractor has· made a bonafide attempt to secure delivery Qn schedule. This shall include efforts to obtain the supplies and materials from alternate sources in case t~e first source cannot mak~ delivery. If satisfactory execution and completion of the .contract should require work and materials in greater amounts or quant~ties than those set forth in the approved contiact Documents, then the contract time may be increased by Change Order. C7-7.9 DELAYS: The Contractor shall receive no compensation for delays or hindrances to the work, excep~ when .direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material, if C7-7 {4) ,;:: .... :,. -==~':: ... :.·:. ,~~-~ ) ) any, which is to be furnished by the City. When such extra compensation is claimed a written statement thereof shall be presented by the .Contractor to the Engineer and if by him found correct shall be app~oved and referred by him to the council for final approval or disapproval; and the action thereon by the Council shall be final and binding. If delay is caused by specific orders given by the Engineers to stop work, or by ·the performance of extra work, or by the failure of the City to provide material or necessary instructions for carryin~ on the work, then such dela~ will entitl~ the Contractor to an· equivalent extension of time, his application for which shall, however, be subject to the approval of the City Council; and no such extension of time shall release the Contractor or the surety on his performance bond from all his obligations hereunder which shall remain in full force until the disqharge of the contract. C7-7.10 TIME OF COMPLETION: The time of completion is an essential element of the contract. Each bidder shall indicate in the appropriate place on the last page of the Proposal the number of working days or calendar days that he will require to fully complete this contract or the time of completion will be specified by the City in the Proposal sect~on of the contract documents. The number of days indicated shall be a realistic estimate of the .time required to complete the work covered by the specific contract being bid upon. The amount of time so stated by the successful bidder or the City will become the time of completion specified in the Contract Documents. For each calendar day that any work shall ·remain uncompleted after the time specified in the Contract Documents, or the increased time granted by the Owner, or as automatically increased by additional work or materials ordered after the contract is sign~d, the sum p~r d~y given in th~ follo~ing schedule, unless other~ise specified in other parts of the Contract Documents, will be _deducted from monies due the Contractor, not as a penalty, but as liqu~dated damages suffered by the owner. AMOUNT OF CONTRACT Less than $ 5,000 inclusive $ 35.00 $ 5,001 . to $ 15,000 inclusive $ 45.00 $ 15,001 to $. 2s;ooo inciusive $ 63.00 $ 25,001 to $ 50,000 inclusive $ 105.00 $ 50,001 to $ 100,000 inclusive $ 154.00 $ 100,001 to $ 500,000 inclusive $ 210.00 C7-7 CS) $ 500,001 to $1,000,001 to $2,000,001 and over $1,000,000 $2 ·,000 ,000 inclusive$ inclusive$ $ 315.00 420.00 630.00 The parties hereto understand and· agree that any harm to the city caused by the Contractor's delay in completing the work hereunde~ in the time specified by the Contract· Documents would be incapable or very difficult of accurate estimation, and that-the "Amount· of Liquidated Damages Per Day", as set out above, is a .reasonable _foiecast ·of just compensa·tion due the City ·for harm cause<:1 by any delay. C7-7.ll 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 additiona1 compensation by virtue of such court order. Neither will he be liable to the City in the event the work is suspended by a Court Order. Neither wifl the 6wner be 1iable to the Contractor by virtue of any Court Order or action for which the Owner is not solely res·ponsible. C7-7.12 TEMPORARY SUSPENSION: The Owner shall have the right to suspend the work operation wholly or in part for such period or periods of time as he may deem necessary due to unsuitable weather conditions or any other unfavorable conditions which in the opinion of the Owner or Engineer cause further prosecution of the work to be unsatisfactory or detrimental to · the interest of the project. During temporary suspension of work covered by this contract, for any reason, the Owner will make no extra payment for stqnd-by time of construction equipment and/or construction crews. If it should become nacessary to suspend work for arr indefinite period, the Contractor shall store all mater·ials in such manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way·, and he shall t .ake every precaution to p~eve~t damage or deterioration of the work performed; he shall provide suitable drainage ·about the work, and erect temporary structures where necessary.~ Should the Contractor not be able to complete a portion of the project due to causes beyond the control of and .without the fault or negligence of the Contractor as set forth in Paragrap:h C7 .-1·. 8 E-XTENSION OF THE TIME QF COMPLETION, and should it be determined by mutuai consent of the Contractor , and the Engineer that a solution to all~w construction to proceed· is not available within a reasonable period of time, then the Contractor may be reimbursed for the cost of moving his · equipment off the job and returning the necessary equipment to the job when it is determined by the Engineer C7-7 (6) ,·') ' .• ~) that construction may be resumed. Such reimbursement shall. be based ·on actual cost to the Contractor of moving the equipment and n~ profit will be allowed. No reimbursement· shall be allowed if the equipment is moved to another construction project for the City of Fort Worth. The Contractor shall not suspend work without written notice from the ·.Engineer and shall proceed with the work operations promptly when notified by the Engineer to so resume operations. C7-7.13 TERMINATION OF CONTRACT DUE TO NATIONAL EMERGENCY: Whenever, because of National Emergency, so declared by the P.resident of the United States or other lawful authority, it becomes impossible for the Contractor to obtain all of the necessary labor, materials, and equipment for the prosecution of the work wi t:;.h rea·sonable continuity for a period of two months, ;the Contractor shall within seven days notify the City in writing, giving a detailed statement of the efforts which have been made and listing all necessary ·items of labor, materials, and equipment not obtainab~e. If, after investigations~ the Owner finds that such conditions existing and that the inability of the Contractor to proceed is not attributable in ·whole or in part to the fault o·r neglect of the Contract, then if the Owner· cannot after reasonable effort assist the Contractor in procuring and making available the necessary labor, materials and equipment within thirty days, the Contractor may request the owner to terminate the contract and the Owrier may comply w~th the request, and the termination shall be conditioned and based upon a .final settlement mutually acceptable to both the Owner and the Contractor and final payment shall be made in accordance with the terms of .the agreed settlement, which shall include, but not · be limited to, the payment for all work executed but no anticipated profits on work which has not been performed. C7-7.14 SUSPENSION OR ABANDONMENT OF THE WORK AND ANNULMENT OF CONTRACT: The work operations on all or any portion or section of the work under Contract shall be suspended immediately on written order of the Engineer or the Contract may be declared cancelled by the City Council for any good and sufficient cause. The .following, by way of example,·but not of limitation, may be consid~red grounds for suspension or cancellation: a. Failure of the Contractor to commence work operations within the time specified in the Work Order issued by the Owner. C7-7 {7) b. Substantial evidence that progress of the work operations by Contractor is insufficient to complete the work within the specified time. c. Failure of the Contractor to provide and maintain sufficient labor and equipment to properly execute the working operations. d. Substan .ti.a .l . e .vi.denc_e . th_a.t. the_ C.o ,ntr.actor has abandoned the work. e. Substantial evidence that the Contractor has become insolvent or bankrupt, or otherwise financially unable to carry on the work satisfactorily. f. Failure on the part of the Contractor to observe any requirements of the Contract Documents or to comply with any· orders given by the Engi~eer or owner ~rovided for in these Contract Documents. · g. Failure of the Contractor promptly to make good any defect in materials or workmanship, or any defects of any nature the correction of which has been directed i_n writing by the Engineer or the Owner. h. Substantial evidence of collusion for the purpose of illegally procuring a contract or perpetrating fraud on the City in the construction of work under contract. i. A substantial indication that -the Contractor has made an unauthorized assignment of the contract or any funds due therefrom for the benefit of any creditor or ·for any other purpose. j. If the Contractor shall for any cause whatsoever not carry on the working operation in an acceptable manner. k. If the-Contractor commences legal action against the Owner. A copy of .the suspension order or action of the City Council snall be served on the Contractor's Sureties. When work is suspended for any cause or causes, or when the contract is cancelled, the Contractor shall discontinue the work or such part thereof as the Owner shall designate, whereupon the Sureties may, at their option, assume the contract or that portio~ thereof which the Owner has ordered the Contractor to discontinue, and may perform the same or may, with the written C7-7 (8) " ) consent of the owner, sublet the work ~r that portion of the work as taken over, provided however, that the Sureties shall exercise their option, if at a11, within two weeks after the written notice to discontinue the work has been served. upon the Contractor and upon the Sureties or their authorized agents. T~e Sureties, in such event shall assume the Contractor~ s place in· all respects, and shall be paid by the owner for all work performed by them in accordance with the te+ms ·of _the·contract Documents~ All monies remaining due the Contractor at the time of this default shall thereupon become due and payable to the Sureties as the work progresses, s _ubject .to all of the terms of the Contract Documents. In case the Sureties do not, within the hereinabove specified time, exercise their right and ·option to assume tbe contract responsibilities, or that portio11 thereof which .the Owner has ordered by the Contractor to discontinue, then the Owner shall hav~ the power to complete, by contract or otherwise, as it may determine, the ·work herein described or such part thereof as it may deem necessary~ and the Contractor hereto agrees that the Owner shall have ~he 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 ca~rying on the work and to procure other tools, equipment, materials, labor and property for the completion of the work, and to charge to the account of the Contractor of said contract expense for labor, materials, tools, equipment, and all expenses incidental thereto. The expense so charged shall be deducted by the Owner from suqh monies as may be due or ·may become due at any ti-me thereafter to the Contractor under and by virtue of the Contract or any ·part thereof. The Owner shall not be requireq to obtain the lowest bid for the work complet~ng the con~ract, hut the expense to be deducted shabl be the actual cost of the owner of such work. In case such expenses shall exceed the amount which would have been payable under the Contract if the same had been completed by the Contractor, then the Contractor and his Sureties shall pay the amount of such excess to the City on notice from the Owner of the excess due. When any particular part of the work is being carried on by the Owner by contract or otherwise under the prov..i.sions of this section, the. Contract.or shall continue the remainder of the work in conformity with the terms of the Contract Documents and in such a manner as to not hinder or interfere with performance of the work by the Owner. C7-7.15 FULFILLMENT OF CONTRACT: The Contract will be considered as havi~g been fulfilled, save as provided in any bond or bonds or by law, when all the work and all sections or p~rt~ of the proje~t covered by the Contract Documents have C7-7 (9) been .finished and comple-ted, the final inspection made by the Engineer, and the final acceptance and final payment made by the Owner. c7....:.7 •. 16 TERMINATION FOR CONVENIENCE OF THE OWNER: A. B. NOTICE OF TERMINATION: The performance of the work under,. this .. contract may be. t.er.minated by the Owner i~ whole, or from time to . time in part, in accordance with this secti6n, whenever the Owner shall determine that such termination is in the best interest of the Owner. Any such termination shall be effected by mailing a notice of termination to the Contractor specifying the extent to which performance of work under the contract is terminated~ and the date upon which s~ch termination beco~es effective. Receipt of the notice shall be deemed conclusively presumed and established when the letter is placed in the United States Mail by the Owner •. Further, it shall be deemed conclusively presumed and established -that such ·.termin.ation is made with just cause as therein stated;· and no proof in any claim, demand or .suit shall be required of the owner regarding such discretionary action. CONTRACTOR ACTION: After rec~ipt of a notice ot termination, and ~xcept as otherwise dir~cted by the Engineer, the Contractor shall: 1. Stop work under the contract on the date and to the extent specified in the notice of termination; 2. place no further orders or subcontract~ 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 Own~r and deliver in the manner, at the times, and to the extent, if any, directed by the Engineer: C7-7 (10} . i ( - ) 'i / c. a. b. the fabricated or unfabricated parts, work in process, completed work, supplies and other material produced as a part of, or acquired in connection with ·the performance of, the work terminated by the notice -of termination; and the completed, or partially completed plans, drawings, information and other property which, if the contract had been completed, would have been required to be furnished to the Owner. 5. ·complete performance of such part of the work as shall not have been terminated by the notice of termination; and 6. take such action as may be necessary, or as the Engineer may direct, for the protection and preservati6n of the property related to its contract which is -in the possession of the Contractor and in which the Owner has or may acquire the rest. At .a t .ime not later than 30 days after the termiriation date specified in the notice 6f termination, the C9ntractor may submit to the Engineer a list, certified as to quantity and guality, of any or all items of termination inventory not previously disposed of, exclusive of items the disposition of which has been directed or authorized by the Engineer. Not later than 15 days thereafter, the Owner shall accept title to such items provided, that the list submitted shall be subject to verification by the Engineer upon removal of the i terns or, if the i terns 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. TERMINATION CLAIM: Within 60 days after notice of termination, the Contractor shall subm~t his termination claim to the Engineer in the form and with the certification prescribed by the Engineer. Unless one or more extensions in writing are gianted 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 concl~sively deemed waived. C7-7 Cll) D. E. AMOUNTS: Subject to the provisions of Item C7-7~16(C), the Contractor and Owner may agree upon the whole or any part of the amount or amounts to be paid to the Contractor by reason of the total or partial termination of work pursuant hereto; provided, that such agreed amount or amounts shall never exceed the total contract price as reduced by the amount of payments otherwise made and as further ·reduced· by· the-con·tract· pr ice of work ·not terminated. The contract shall be amended accordingly, .and the Contractor shall be paid the agreed amount.· No amount shall be due for lost or anticipated profits. Nothing in C7-7.16CE) 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 ofherwise datermine or affect the ~mount or amounts which may be agreed upon to be paid to the Contractor pursuant to this paragraph. FAILURE TO AGREE: In the event of the failure of the Contractor and the Owner to agree as provided in C7-7.16 CD) 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 termina~ion and shall pay to the Contractor the amounts determined. No amount shall be due for lost or anticipated profits. F. DEDUCTIONS: In arriving at the amount due the contractor under this section, there shall be deducted (a) all unliquidated advance or other payments on accou.nt thex.:etofore made ·to the Contractor, applicable to the terminated· portion of this contract; (b) any claim which the Owner may have against the Contr~ctor in connection with this contra~ti -and (c)·the agreed price for, or the proceeds .of sale of, any materials,. supplies or .other things kept by the Contrac~or or sold; G. pursuant to the proyisLons o( this clause, and not otherwise recovered by or credited to the Owner. · ADJUSTMENT: If the termination hereunder be partial, prior to the ·settlement of the terminated portion of this -contract, the Contractor may file with the Engineer a request in writing for an C7-7 (12) ( ) ) H. ~quitable adjustment 6f the price or prices specified in the contract relating to .the continued portion of the ~ontract (the portion not terminated by the notice of termination), such equitable adjustment as may be agreed upon shall be made in such price or prices; nothing contained herein, however, shall limit the right of the Owner and the Contractor to agree upon the amount or amounts to be paid to the Contractor for the completion of the continued portion of the contract when said ·contract does not contain an established contract price for such continued portion. NO LIMITATION OF RIGHTS: Nothing contained in this section shall limit or alter the rights which the Owner may ·have for termination of this contract under C7-7.14 hereof entitled nsuspension of Abandonment of the work and Amendment of Contract" or any .other right which Owner may ·have for· default or breach of cont~act by Contractor •. C7-7.17 SAFETY METHODS AND PRACTICES: The Contractor shall be responsible for initiating, maintaining, and supervising all safety precautions and p~ograms in connection with the work at all times and shall assume all responsibilities for their enforcement. · The Contractor shall comply with federal, state, and local laws, ordinances, and regulations so as to protect person and prop_erty from injury, including death, or damage in connection with the work. C7-7 (13) ) ) .PART C -GENERAL CONDITIONS cs-a MEASUREMENT AND PAYMENT SECTION CB-8 MEASUREMENT AND PAYMENT CB-8.1 MEASUREMENT OF QUANTITIES: The determination of quantities of work performed by the Contractor and authorized by the Contract Documents acceptably completed under the terms of the Contract Documents shall be made by the Engineer, based on measurements made by the Engineer. These measurements will be made according to the United States Standard Measurements used in common practice, and will be the actual length, area, solid contents, numbers, and weights of the '.materials and items installed. · C8-8.2 UNIT PRICES: When in the Propos~l a nunit Price" is set forth, the said "Unit ~rice" ~hall include the furnishing by the Contractor of all labor, tools, materials, machinery, equipment, appliances and appurtenances nec~ssary for the construction of and the completion in a manner ·acceptable to the Engineer of all work to be done under these Contract Documents. The "Unit Price" shall include all permanent and temporary protection of overhead, surface, and underground structures, cleanup, firiished, overhead expense, bond, insurance, patent fees, royalties, risk due to the elements and other causes, delays, profits, injuries, damages claims, taxes, and all other items not specifically mentioned that may be required to fully construct each _ item of the work complete in place an·d in a satisfactory condition for operation. CB-8.3 LUMP SUM: When in the Proposal a "Lump Sum" is set forth, t_he · ·said · "Lump Sum" shall represent the total cost for the Contractor to furnish all labor, tools, materials, machinery, equipment, appurtenances, and all subsidary w9rk necessary for the construction and completion of all the work to provide a complete and functional item as detailed in the Special Contract Docum~nts and/or Plans. CB-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 a11 ·1oss and. damage arising out of the nature of the work or from the action of the elements, for any unfore~een defects or obstructipns which may arise or be encountered during ~he prosecution of the work at any time CB-8 Cl) before its final acceptance by the Owner, (except as provided in paragraph CS-5.14) for all risks of whatever description connected with the prosecution of the work, for all expense incurred by or in consequence of suspension or discontinuance of such prosecution of the working operations as herein specified, or any and all infringements of patents, trademarki, copyrights, or other legal re~ervations, and for completeing the work in an acceptable manner according to the terms of ·the Contract Documents. The payment of any current or partial estimate prior to final acceptance of the work by the Owner shall in no way constitute an acknowledgment of the acceptance of the work, materials, or equipment, nor -in any way prejudice or affect the obligations of the Contractor to repair, correct, renew, or replace at his own and proper expense any defects or imperfections in the construction or in the strength or quality of the .material _used or equipment or machinery furnished in or ab~ut the construction of the work under contract and its appurtenances, or ·any damage due or attributed to such defects, which defects, imperfection, or damage shall have been discovered on or-before the final inspection and acceptance of work or during the one year guaranty period after final acceptance. The Owner shall be the sole judge of such defects, imperfections, or damage, and the Contractor shal_l be liable to the Owner for failure to correct the same as provided herein. C8-8.5 PARTIAL ESTIMATES AND RETAINAGE: Between the 1st and 5th day of each month the Contractor shall submit to the Engineer a statement showing an estimate of the value of the work done during the previous month, or estimate period under the Contract Documents. Not later than the 10th day of the month the Engineer shall verify such estimate, and if it is found to be · acceptable and the value of work performed since the last partial payment was made exceeds one hundred dol1ars ($100.00) in amount, 90% of such estimated sum will be paid to the Contractor if the total contract amount is less than . $400,000, br 95% of such estima~ed sum will be paid to the Contractor if the total contract· amount is $400,000 or greater within twenty-five (25) days after the regular estimate period. The City will have the option of preparing estimates on forms furnished by the City. The parti~l e~timate may include acceptable· nonperishabie materials delive~ed 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 in~oice value thereof.) The Contractor shall furnish the Engineer such information as he may request to aid C8-8 ( 2) { ' ) I him as a guide in the verification or the preparation of partial estimates. It is understood that the partial estimate from month to month will be approximate only, and all partia1 monthly estimates and payment wi 11 be subject to correct_ion 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 ·the release of the Contrac to·r of any of his responsibi~ities under the Contract Documents. The City reserves the right to withhold the paymebt of any monthly estimate if the contractor fails to perform the work strictly in accordance with the specifications or provisions of this contract. C8~8.6 ·WITHHOLDING PAYMENT: Payment on any estimate or estimates may be held in abeyance if the performance of ·the construction operations is not in accordance with the requirements of the Contract Documents. CB-8.7 FINAL ACCEPTANCE: Whenever the improvements provided for by the Contract Documents shall have been completed and all requirements of the Contract Documents shall have been fulfilled on the part of the Contractor, the Contractor shall notify the Engineer in writing that the improvements are ready fot 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 Document~ and all approved modifications thereof, the Engineer will initiate the processing -of the final estimate and recommend final acceptance of the project and final payment therefor as outlined in CS-8.8 below. CB-8.8 FINAL PAYMENT: Whenever all the improvements provided for by the Contract Documents and all approved modif'ications thereof shall have been completed and all requirements ·of the Coritract 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 su~ject to necessary corrections or revisions in the final payment. C8-8 (3) The amount of the final estimate, less previous payments and . any su_m that have been deducted or retained under the provisions of the Contract Documents, will be paid to the Contractor within 60 days after final acceptance by the Owner on a proper resolution of the City Council, provided the Contractor has furnished to the owner satisfactory evidence of payment as follows: Prior to submission of the final estimate for payment, the Contractor shall execute an affidavit; as furnished by t~e City, certifying that all persons, firms, associations, corporations, or other organizations furnishing labor and/or mater~als have been paid in full, that the wage scale established by the City Council in the City of Fort Worth has been paid, and that there are no claims pending for perso_nal in Jury and/or property damages. The acceptance by the Contractor of the last or final payment as aforesaid · shall operate as and shall release the Owne·r from al~ claims or liabilities under the Contract for anything done or furnished or relating to the work under Contract Documents or any act or neglect of said City relating to or connected with the Contract. · · · The making of the final payment by the owner shall not relieve .c.:.: .. ' the Contractor of any guarantees or -other requirements of the . ·) Contract Documents which specifically continue thereafter. CB-8.9 ADEQUACY OF DESIGN: It is understood that the owner believes it has employed competent Engineers and designers to prepare the Contract Documents and all modifications of the approved Contract Documents. It is, therefore, agreed that the ·owner shall be responsible £"or the adequacy of its own design features, sufficiency of the Contrac~ Documents, the safety of the structure, and the practicability of the operations of the completed project, provided the Contractor has .complied with the requirements of the said Contract Documents, all approved modifications thereof, and additions and alterations thereto approved in writing by the Owner. The burden of ·proof of such compliance shall b~_~pon the Contractor to show that he has complied with the s~id _requirements of t~e Contract Documents, approved modifications · thereof, and all approved additions and alterations thereto. CB-8.10 GENERAL GUARANTY: Neither the final certificate of payment nor any provision in the Contract . Documents nor partial or entire occupancy or use of the premises by the Owner shall constitute an acceptance of work -not done in accordance with the Contract Documents or relieve the Contractor of .liability in respect to any express warranties or responsibility for faulty materials or workmanship. The Contractor shall remedy any defects or damages in the work and ( C8-8 (4) ¥~;· -;;_-~:.:-: pay for any damage to other work resulting therefrom which shall appear within a period of one year from the date of .final acceptance of the work unless a longer period i$ specified andshall furnish a good and sufficient maintenance ) bond in the amount of 100 percent of the amount of the contract which shall assure the performance of the general guaranty as above outline. The Owner will give notice of observed defects with reasonable promptness. C8-8 .11 .SUBSIDIARY WORK: Any and all work specifically governed by documentary requirements for the project, such as conditions imposed by the Plans, the General Contract Documents or these Special Contract Documents, in which no specific item for bid has been provided for in the Proposal, ·shall be considered as a subsidiary item of wor.k, the cost of which shall be included in the price bid in the Proposal, for each bid item. Su~face restoration·, rock excavation and cleanup are general items of work which fall ·in the category of subsidiary work. CB-8.12 MISCELLANEOUS PLACEMENT OF MATERIAL: Material may be allocated under various bid items in the Proposal to establish unit prices for miscellaneous placement of material. These materials shall be used only when directed by the Engineer, depending on field conditions. Payment for miscellaneous placement of material will be made for only that amount of material used, measured to the nearest one-tenth unit. Payment for miscellaneous placement of material shall be in a ·ccordance with the General Contract Documents · regardless of the actual amount used f~r the project. CS-8.13 RECORD DOCUMENTS: Contractor .shall keep on record a copy of all specifications, plans, addenda, modifications, shop drawings and samples at the site, in good orde~ and annotated to show all changes made during the con~trucition process. These shall be delivered to Engineer upon completion of the work. cs-a cs> - - - - - - - - - - - - - - - - - - - Supplementary Conditions . to Section C A. B. C. SECTION Cl: SUPPLEMENTARY CONDITIONS TO PART C -GENERAL CONDITIONS General These Supplementary Conditions amend or supplement the General Conditions of the Contract and other provisions of the Contract Documents as indicated below. Provisions which are not so amended or supplemented remain in full force and affect. C8-8.5 PARTIAL ESTIMATES AND RETAINAGE: Page C8-8 (2), should be deleted in its entirety and replaced with the following: Partial pay estimates shall be submitted by the Contractor or prepared by the City on the 5th day and 20th day of each month that the work is in progress. The estimate shall be proceeded by the City on the 10th day and 25th day respectively. Estimates will be paid within 25 days following the end of the estimate period, less the appropriate retainage as set out below. Partial pay estimates may include acceptable nonperishable materials delivered to the work place which are to be incorporated into the work as a permanent part thereof, but which at the time of the pay estimate have not been so installed. If such materials are included within a pay estimate, payment shall be based upon 85% of the net voice value thereof. The Contractor will furnish the Engineer such information as may be reasonably requested to aid in the verification or the preparation of the pay estimate. For contracts of less than $400,000 at the time of execution, retainage shall be ten per cent (10%). For contracts of $400,000 or more at the time of execution, retainage shall be five percent (5%). Contractor shall pay subcontractors in accord with the subcontract agreement within five (5) business days after receipt by Contractor of the payment by City. Contractor's failure to make the required payments to subcontractors will authorize the City to withhold future payments from the Contractor until compliance with this paragraph is accomplished. It is understood that the partial pay estimates will be approximate only, and all partial pay estimates and .payment of same will be subject to correction in the estimate rendered following the discovery of the mistake in any previous estimate. Partial payment by Owner for· the amount of work done or of its quality or sufficiency or acceptance of the work done; shall not release the Contractor of any of its responsibilities under the Contract Documents. The City reserves the right to withhold the payment of any partial estimate if the Contractor fails to perform the work in strict accordance with the specifications or other provisions of this contract. Part C -General Conditions: Paragraph C3-3.ll of the General Conditions is deleted and replaced with D-3 of Part D -Special Conditions. D. C3-3.ll INSURANCE: Page C3-3 (6): Delete subparagraph "g. LOCAL· AGENT FOR INSURANCE AND BONDING" Revised 10/24/02 Pg. 1 E. C6-6.12 CONTRACTOR'S RESPONSIBLITY FOR DAMAGE CLAIMS: Page C6-6 (8), is deleted i,n its entirety and replaced with the following: Contractor covenants and agrees to indemnify City's engineer and architect, and their personnel at the project site for Contractor's sole negligence. In addition, Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the Owner, its officers, servants and employees, from and against any and all claims or ·suits for property loss, property damage, personal injury, including death, arising out of, or alleged to arise out of, the work and services to be performed hereunder by Contractor, its officers, agents, employees, subcontractors, licensees or invitees, whether or not any such injury, damage or death is caused, in whole or in part, by the negligence or alleged negligence of Owner, its officers, servants, or employees. Contractor likewise covenants and agrees to indemnify and hold harmless the Owner from and against any and all injuries to Owner's officers, servants and employees and any damage, loss or destruction to property of the Owner arising from the performance of any of the terms and conditions of this Contract, whether or not any such injury or · damage is caused in whole or in part by the negligence. or alleged negligence of Owner, its officers, servants . or employees. · In the event Owner receives a written claim for damages against the Contractor or its subcontractors prior to final payment, final payment shall not be made until Contractor either (a) submits to Owner satisfactory evidence that the claim has been settled and/or a release from the claimant involved, or (b) provides Owner with a letter from Contractor's liability insurance carrier that the claim has been referred to the insurance carrier. The Director may, if he deems it appropriate, refuse to accept bids on other City of Fort Worth public work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract. F . JNCREASED OR DECREASED QUANTITIES: Part C -General Conditions, Section C4-4 SCOPE OF WO~ Page C 4-4 (I), revise paragraph C4-4.3 JNCREASED OR DECREASED QUANTITIES to read as follows: The Owner reserves the right to alter the quantities of the work to be performed or to extend or shorten t!ie improvements at any time when and as found to be necessary, and the Contractor shall perform the work as altered, increased or decreased at the unit prices as established in the contract documents. No allowance will be made for any changes in _ lost or anticipated profits nor shall such changes be considered as waiving or invalidating any conditions or provisions of the Contract Documents. Variations in quantities of sanitary sewer pipes in depth categories shall be interpreted herein as applying to the overall quantities of sanitary sewer pipe in each pipe size but not to the various depth categories. Revised 10/24/02 Pg.2 i f ) G. C3-3.l l INSURANCE: Page C3-3 (7): Add subparagraph "h. ADDIDONAL INSURANCE REQUIREMENTS" a The City, its officers, employees and servants shall be endorsed as an additional insured on Contracto_r's insurance policies excepting employer's liability insurance coverage under Contractor's workers' compensation insurance policy. b. Certificates of insurance shall be delivered to the City of Fort Worth, contract administrator in the respective department as specified in the bid documents, 1000 Throckmorton Street, Fort Worth, TX 76102, prior to commencement of work on the contracted project. c . .Any failure on part of the City to request required insurance documentation shall not constitute a waiv~r of the insurance requirements specified herein. d. Each insurance policy shall be endorsed to provide the City a minimum thirty days notice of cancellation, non-renew~, and/or material change in policy terms or coverage. A ten days notice shall be acceptable in the event of non-payment of premium. e. Insurers must be authorized to do business in the State of Texas and have a current A.M. Best rating of A: VII or equivalent measure of financial strength and solvency. £ Deductible limits, or self-funded retention limits, on each policy must not exceed $10,000.00 per occurrence unless otherwise approved by the City. g. Other than worker's compensation insurance, in lieu of traditional insurance, City may consider alternative coverage or risk treatment measures through insurance pools or risk retention groups. The City must approve in writing any alternative coverage. h. Workers' compensation insurance policy(s) covering employees employed on the project shall be endorsed with a waiver of subrogation providing rights of recovery in favor of the City. i. City shall not be responsible for the direct payment of insurance premium costs for contractor's insurance. j. Contractor's insurance policies shall each be endorsed to provide that such insurance is primary protection and any self-funded or commercial coverage maintained by City shall not be called upon to contribute to loss recovery. k. In the course of the project, Contractor shall report, in a timely manner, to City's officially designated contract administrator any known loss occurrence which could give rise to a liability claim or lawsuit or which could result in a property loss. Revised 10/24/02 Pg. 3 L C ontractor's liability shall not be limited to the specified ammmts of insurance required herein. m . Upon the request of City, Contractor shall provide complete copies of all insurance policies required by these contract documents. H. C8-8.4 SCOPE OF PAYMENT: Delete C8-8.4, Scope of Payment at page C8-8(1) is deleted in its entirety and replaced with the following: The Contractor shall receive and accept the compensation as herein provided, iri. full payment for furnishing all labor, tools, materials, and incidentals for performing all work contemplated and embraced under these Contract Documents, for all loss and damage arising out of the nature of the work or from the action of the elements, for any unforeseen defects or obstructions which may arise or be encountered during the prosecution which may arise or be encountered during the prosecution of the work at any time before its final acceptance by the Owner, (except as provided in paragraph CS-5.14) for all risks of whatever description connected with the prosecution of the work, for all expenses incurred by or in consequence of the suspension or discontinuance of such prosecution of the working operations as herein specified, or any and all infringements of patents, trademarks, copyrights, or other legal reservations, and for completing the work in an acceptable manner according to the terms of the Contract Documents. The payment of any current or partial estimate prior to the final acceptance of the work by the Owner shall in no way constitute an acknowledgment of the acceptance of the work, materials, or equipment, nor in any way prejudice or affect the obligations of the Contractor to repair, correct, renew, or replace at his own and proper expense any defects or imperfections in the construction or in the strength or quality of the material used or equipment or machinery furnished in or about the construction of the work under contract and its appurtenances, or any damage due or attributed to such defects, which defects, imperfections, or damage shall have been discovered on or before the final inspection and acceptance of the work or during the two . (2) year guaranty period after the final acceptance. The Owner shall be the sole judge of such defects, imperfections, or damage~ and the Contractor shall be liable to the Owner for failure to correct the same as provided herein. I. C8-8 .I0 GENERAL GUARANTY: Delete C8-8.10, General Guaranty at page C8-8(4) is deleted in its entirety and replaced with the following: Neither the fin~l certificate of payment nor any provision in the Contract Documents, nor partial or entire occupancy or use of the premises by the Owner shall constitute an acceptance of work not done in accordance with the Contract Documents or relieve the Contractor of liability in · respect to any express warranties or responsibility for faulty ~aterials or workmanship. The Contractor shall remedy any defects or damages in the work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of final acceptance of the work unless a longer period is specified and shall furnish a good and sufficient maintenance bond in the amount of 100 percent of the amount of the contract Revised 10/24/02 Pg.4 I • f ! . \ I. \ -'i - which shall assure the performance of the general guaranty as above outlined. The Owner will giv~ notice of observed defects with reasonable promptness. Any reference to any shorter period of time of warranty contained elsewhere within the specifications shall be resolved in.-favor of this specifications, it being the City's intent · that the Contractor guarantee its work for a period of two (2) years following the date of acceptance of the project. In the Special Instructions to Bidders, TPW contracts place the following in lieu of the existing paragraph 2. J. Part C -General Conditions, Section C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL, Page C2 -2 (4) exchange paragraphs C2-2 .7, C2-2.8 and C2-2.9 with the following: C2-2.7 DELIVERY OF PROPOSAL: No proposal will be considered unless it is delivered, accompanied by its proper Bid Security, to the Purchasing Manager or his representative at the official location and stated time set forth in the "Notice to Bidders." It is the Bidder's sole responsibility to deliver the proposal at the proper time to the proper place. The mere fact that a proposal was dispatched will not be considered. The Bidders must have the proposal actually delivered. Each proposal shall be in a sealed envelope plainly marked with the word "PROPOSAL," and the name or description of the project as designated in the "Notice to Bidders." The envelope shall be addressed to the Purchasing Manager, City of Fort Worth Purchasing Division, P.O. Box 17027, Fort Worth, Texas 76102 . C2-2.8 WITHDRAWING PROPOSALS: Proposals actually filed with the Purchasing Manager cannot be withdrawn prior to the time set for opening proposals. A request for non-consideration of a proposal must be made in writing, addressed to the City Manager, and filed with him prior to the time set for the opening of proposals. After all proposals not requested for non-consideration are opened and publicly read aloud, the proposals for which non-consideration requests have been properly filed may, at the option of the Owner, be returned unopened. C2-2.9 TELEGRAPHIC MODIFICATION OF PROPOSALS: Any bidder may modify his proposal by telegraphic communication at any time prior to the time set for opening proposals, provided such telegraphic ce>mmunication is received by the Purchasing Manager prior to· the said proposal opening time, and provided further, that the City Manager is satisfied that a written and duly authenticated confirmation of such telegraphic communication over the signature of the bidder was mailed prior to the proposal opening time. If such confirmation is not received within forty-eight ( 48) hours a fter the proposal opening time, no further consideration will be given to the proposal K. C3-3.7 BONDS (CITY LET PROJECTS): Reference Part C, General Conditions, dated November 1, 1987; (City let projects) make the following revisions: Revised 10/24/02 Pg. 5 I. Page C3-3(3); the paragraph after paragraph C3-3.7d Other Bonds should be revised to read: In order for a surety to be acceptable to the City, the surety must (1) hold a certificate of authority from the United States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of $100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion, will determine the adequacy of the proof required herein. 2. Pg. C3-3(5) Paragraph C3-3.l l INSURANCE delete subparagraph "a COMPENSATION INSURANCE". 3. Pg. C3-3(6), Paragraph C3-3.l l INSURANCE delete subparagraph "g. LOCAL AGENT FOR INSURANCE AND "BONDING". . L . RIGHT TO AUDIT: Part C -General Conditions, Section C8-8 MEASUREMENT AND PAYMENT, Page C8-8 (5), add the following: C8-8.14 RIGHT TO AUDIT: (a) Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of the Contractor involving transactions relating to this contract. Contractor agrees that the City shall have access during normal working hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. The City shall give contractor reasonable advance notice of intended audits. (b) Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the.City shall, until the expiration of three (3) years after final payment under the subcontract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of such subcontractor, involving transactions to the subcontract, and further, that City shall have access during normal working hours to all subcontractor facilities, and shall be provided adequate and appropriate work space, in order to conduct audits in compliance with the provisions of this article. City shall give subcontractor reasonable advance . notice of intended audits. ( c) Contractor and subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse the Contractor for the cost of copies as follows: Revised 10/24/02 Pg. 6 - - ! : ·- - f@J , - ) -) - 1. 50 copies and under -10 cents per page 2, More than 50 copies -85 cents for the first page plus fifteen cents for each page thereafter M. SITE PREPARATION: The Contractor shall clear rights-of-way or easements of obstruction which must be removed to make possible proper prosecution of the work as a part of this project construction operations. The contractor's attention is directed to paragraph C6-6.10 work within easements, page C6-6(4), part C -General Conditions of the Water Department General Contract Document and General Specifications. Clearing and restoration shall be considered as incidental to construction and all costs incurred will be considered to be included in the Linear Foot price of the pipe. N . Reference Part C -General Conditions, Section C6-6.8 BARRICADES, WARNINGS AND WATCHMEN: 0. 1. Wherever the word Watchmen appears in this paragraph, it shall be changed to the word flagmen. 2 . In the first paragraph, lines five (5) and six (6), change the phrase take all such other precautionary measures to take all reasonable necessary measures. MINORITY/WOMEN BUSJNESS ENTERPRISE COMPLIANCE: Reference Part C (General Conditions), Section C3-3 .2 Entitled "MINORITY BUSJNESS ENTERPRISE/WOMEN-OWNED BUSINESS ENTERPRISE COMPLIANCE" shall be deleted·in its entirety and replaced with the following: Upon request, Contractor agrees to provide to Owner complete and accurate information regarding actual work performed by a Minority Business Enterprise (MBE) and/or a Woman Business Enterprise (WBE) on the contract and payment therefore. Contractor further agrees to permit an audit and/or examination of any books, records or files in its possession that w~ll substantiate the actual work performed by an MBE and/or WBE. The misrepresentation of facts ( other than a negligent misrepresentation) and/or the commission of fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate federal, state or local laws or ordinances relating to false statements; further, any such misrepresentation ( other than negligent misrepresentation) and/or commission of fraud will result in the Contractor being determined to be irresponsible and barred from participating in City work for a period of time of not less than thee (3) years. Revised 10/24/02 Pg. 7 P. WAGE RATES: Section C3-3.13 of the General Conditions is deleted and replaced with the following: (a) The contractor shall comply with all requirements of Chapter 2258, Texas Government Code, including the payment of not less than the rates determined by the City Council of the City.of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258, Texas Government Code. Such prevailing wage rates are included in these contract documents. (b) The contractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract; and (ii) the actual per diem wages paid to each worker. These records shall be open at all reasonable hours for inspection by the City. The provisions of Section C-1, L. Right to Audit (Rev. 9/30/02) pertain to this inspection. (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 bas complied with the requirements of Chapter 2258, Texas Government Code. The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times. Revised 10/24/02 Pg. 8 I , \ . r C1c>~ir1:at~on AC Mechanic AC Mechanic Helper Acoustical Ceiling Mechanic Bricklayer/Stone Mason · Bricklaver/Stone Mason Helper Carpenter Carpenter Helper Concrete Finisher Concrete Form Builder Drywall Mechanic Drywall Helper Drywall Taper Drywall Taper Helper Electrician (Journeyman) Electric ian Heloer Electronic Technician Electronic Technician Helper Floor Layer (Resilient) Floor Layer Heloer Glazier Glazier Helper Insulator Insulator Helper Laborer Common Laborer Skilled Lather Painter Painter Helper Pipefitter ?ipefitter Helper Plasterer Plasterer Helper 2008 PREVAILING WAGE RATES CONSTRUCTION INDUSTRY Hrl t· Ra,e C •ass1 f icat1 or. $21.69 ptumber s12.oo P\umber Helper $15.24 Reinforcing Steel Setter $19.12 Roofer $10.10 Roofer Heloer $16.23 Sheet Metal Worker $11.91 Sheet Metal Worker Helper $13.49 Sprinkrer System Installer $13.12 Sprinkler System Installer Heloer $1-4.62 Steel Worker Structural $10.91 Concrete Pump Crane, aamsheel, Backhoe, Derrick, D'Line $13.00 Shovel $9.00 Forklift $20.20 Front End Loader $14.43 Truck Driver $19.86 Welder I $12 .00 Welder Helper I $20.00 $13.00 $18.00 sn.oo $14.78 $11 .25 $10,27 $13.18 $16.10 $14 .83 $8.00 $18.85 $12.83 $17 .25 $12.25 ; Hrly Ra!e S20.43 S14 .90 $10.00 $14.00 $10.00 $16.96 $12.31 $18.00 $9 .00 $17.43 $20.50 $17.76 $12.63 $10.50 $14.91 $16.06 S9.75 HEAVY & HIGHWAY CONSTRUCTION PREY AILING WAGE RA TES 2008 Air Tool Operator Asphalt Distributor Operator Asphalt Paving Machine Operator Asphalt Raker Asphalt Shoveler Batching Plant Weigher Broom or Sweeper Operator Bulldozer Operator Camenter Concrete Finisher, Paving Concrete Finisher, Structures Concrete Paving Curbing Machine Operator Concrete Paving Finishing Machine Operator Concrete Paving Joint Sealer OpeJlltOr Concrete paving Saw Operator Concrete Paving Spreader Operator Concrete Rubber Crane, Clamshell, Backhoe, Derrick, Dragline, Shovel Operator Electrician Flae.e:er Form Builder/Setter, Structures Form Setter, Paving & Curb Foundation Drill Operator, Crawler Mounted Foundation Drill Operator, Truck Mounted Front End Loader Operator Laborer, Common . Laborer, Utility Mechanic Milling Machine Operator, Fine Grade Mixer Ooerator Motor Grader Operator, Fine Grade Motor Grader Operator, RouM Oiler Painter, Structures Pavement Marking Machine Operator Pipelaver Reinforcing Steel Setter, Paving Reinforcing Steel Setter, Structure Roller Operator, Pneumatic, Self-Propelled Roller Operator, Steel Wheel, Flat Wheelffamping Roller Operator, Steel \\'heel, Plant Mix Pavement Scraper Operator Servicer Slip Form Machine Operator Spreader Box Operator Tractor Operator, Crawler Type Tractor Ooerator, Pneumatic Traveling Mixer Operator Truck Driver, Lowboy-Float Truck Driver, Single Axle, Heavy Truck Driver, Single Axle, Light Truck Driver, Tandem Axle, Semi-Trailer Truck Driver, Transit-Mix Wae.on Drill , Boring Machine, Post Hole Driller Operator Welder Work Zone Barricade Servicer $10.06 $13.99 $12.78 $11.01 $ 8.80 $14.15 $ 9 .88 $13.22 $12.80 $12 .85 $13.27 $12.00 $13.63 $12.50 $13.56 $14.50 $10.61 $14 .12 $18.12 $ 8.43 $11.63 $11.83 $13.67 $16.30 $12.62 s -9-:-18 - $10.65 $16.97 $1 l.83 $11.58 $15.20 $14.SO $14.98 $13.17 $10.04 $11.04 $14 .86 $16.29 $11.07 $10.92 $11.28 $11.42 $12.32 $12.33 $10.92 $12.60 $12.91 $12 .03 $14.93 $11.47 $10.91 $11.75 $12.08 $14.00 $13 .57 $10 .09 - - - - - - -Part D -Special Conditions - - - - - - - - - - ) - D-41 D-42 D-43 D-44 D-45 D-46 D-47 D-48 D-49 06120/08 PART D -SPECIAL CONDITIONS GENERAL ..................................................................................................................... 3 COORDINATION MEETING ......................................................................................... 5 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW ................ 5 COORDINATION WITH FORT WORTH WATER DEPARTMENT ................................ ? CROSSING OF EXISTING UTILITIES .......................................................................... 7 EXISTING UTILITIES AND IMPROVEMENTS .............................................................. 8 CONSTRUCTION TRAFFIC OVER PIPELINES ........................................................... 8 TRAFFIC!'CONTROH ..................................................................................................... 9 DETOURS ................................................................................................................... 10 EXAMINATION OF SITE ............................................................................................. 10 ZONING COMPLIANCE .............................................................................................. 10 WATER FOR CONSTRUCTION .................................................................................. 10 WASTE MATERIAL ..................................................................................................... 10 PROJECT CLEANUP AND FINAL ACCEPTANCE ...................................................... 10 CONSTRUCTION SCHEDULE AND SEQUENCING OF WORK ................................. 11 SAFETY RESTRICTIONS-WORK NEAR HIGH VOLTAGE LINES ............................ 11 BID QUANTITIES ........................................................................................................ 11 CUTIING OF CONCRETE .......................................................................................... 12 PROJECT DESIGNATION SIGN ................................................................................. 12 CONCRETE SIDEWALK AND DRIVEWAY REPLACEMENT. ..................................... 12 MISCELLANEOUS PLACEMENT OF MATERIAL ........................................................ 12 CRUSHED LIMESTONE BACKFILL ............................................................................ 13 2:27 CONCRETE ......................................................................................................... 13 TRENCH EXCAVATION, BACKFILL, AND COMPACTION ......................................... 13 TRENCH PAVEMENT (PERMANENT) REPAIR (E2-19) FOR UTILITY CUTS ............ 14 SITE SPECIFIC TRENCH SAFETY SYSTEM (COVERS ALL PROJECTS) ................ 15 SANITARY SEWER MANHOLES ................................................................................ 16 SANITARY SEWER SERVICES .................................................................................. 19 REMOVAL, SALVAGE, AND ABANDONMENT OF EXISTING FACILITIES ................ 20 DETECTABLE WARNING TAPES ............................................................................... 23 PIPE CLEANING ......................................................................................................... 23 DISPOSAL OF SPOIL/FILL MATERIAL ....................................................................... 23 MECHANICS AND MATERIALMEN'S LIEN ................................................................. 23 SUBSTITUTIONS ........................................................................................................ 24 PRE-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER ............ 24 VACUUM TESTING OF SANITARY SEWER MANHOLES .......................................... 27 BYPASS PUMPING ..................................................................................................... 28 POST-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER .......... 28 SAMPLES AND QUALITY CONTROL TESTING ......................................................... 30 TEMPORARY EROSION, SEDIMENT, AND WATER POLLUTION CONTROL (FOR DISTURBED AREAS LESS THAN 1 ACRE) ................................................................ 31 INGRESS AND EGRESS/OBSTRUCTION OF ACCESS TO DRIVES ........................ 32 PROTECTION OF TREES, PLANTS AND SOIL ......................................................... 32 SITE RESTORATION .................................................................................................. 32 CITY OF FORT WORTH STANDARD PRODUCT LIST .............................................. 33 TOPSOIL, SODDING, SEEDING & HYDROMULCHING ............................................. 33 CONFINED SPACE ENTRY PROGRAM ..................................................................... 38 SUBSTANTIAL COMPLETION INSPECTION/FINAL INSPECTION ............................ 39 EXCAVATION NEAR TREES (WHERE IDENTIFIED ON THE PLANS) ...................... 39 CONCRETE ENCASEMENT OF SEWER PIPE ......................................................... .40 SC-1 ( ) ) 0-50 0-51 0-52 52.1 52.2 52.3 52.4 52.5 52 .6 52 .7 52 .8 52.9 52.10 -- 52.11 52 .12 0-53 0 -54 0-55 0-56 0-57 D-58 D-59 PART D -SPECIAL CONDITIONS CLAY DAM ................................................................................................................... 40 EXPLORATORY EXCAVATION (D-HOLE) ................................................................ .40 INSTALLATION OF WATER FACILITIES .................................................................... 40 Polyvinyl Chloride (PVC) Water Pipe ........................................................................... 40 Blocking ....................................................................................................................... 41 Type of Casing Pipe ..................................................................................................... 41 Tie-lns .......................................................................................................................... 41 Connection of Existing Mains ....................................................................................... 41 Valve Cut-Ins ............................................................................................................... 42 Water Services ............................................................................................................ 42 2-lnch Temporary Service Line ................................................................................... .44 Purging and Sterilization of Water Lines ...................................................................... 45 Work Near. Pressure Plane Boundaries ...................................................................... .45 Water Sample Station .................................................................................................. 46 Ductile Iron and Gray Iron Fittings ............................................................................... .46 SPRINKLING FOR DUST CONTROL .......................................................................... 47 DEWATERING ............................................................................................................ 47 TRENCH EXCAVATION ON DEEP TRENCHES ......................................................... 47 TREE PRUNING .......................................................................................................... 47 TREE REMOVAL ......................................................................................................... 48 TEST HOLES .............................................................................................................. 48 PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION AND NOTIFICATION OF TEMPORARY WATER SERVICE INTERRUPTION DURING CONSTRUCTION ........................................................................................................ 48 TRAFFIC BUTTONS .................................................................................................... 49 SANITARY SEWER SERVICE CLEANOUTS .............................................................. 49 TEMPORARY PAVEMENT REPAIR ............................................................................ 50 CONSTRUCTION STAKES ......................................................................................... 50 EASEMENTS AND PERMITS ...................................................................................... 50 PRE-CONSTRUCTION NEIGHBORHOOD MEETING ................................................ 51 WAGE RATES ............................................................................................................. 51 REMOVAL AND DISPOSAL OF ASBESTOS CEMENT PIPE ..................................... 53 STORM WATER POLLUTION PREVENTION (FOR DISTURBED AREAS GREATER THAN 1 ACRE) ........................................................................................................... 53 0-69 COORDINATION WITH THE CITY'S REPRESENTATIVE FOR OPERATIONS OF EXISTING WATER SYSTEMS .................................................................................... 55 0-70 ADDITIONAL SUBMITTALS FOR CONTRACT AWARD ............................................ 56 0-71 EARLY WARNING SYSTEM FOR CONSTRUCTION ................................................. 56 0-72 AIR POLLUTION WATCH DAYS ................................................................................ 57 0-73 FEE FOR STREET USE PERMITS AND RE-INSPECTIONS ..................................... 57 ·o-!-'J)h '"•fi GnDTill.T cn~ll"Cl\.l 'T};poT+iC"t.!:0'tr · .. f}1A 5.9' <'.-~ t""t, ·,:~ :n..c:lEtl ~ h~ J:,..lV.l.Ql., :1'1 ~ , .L l 'A _ , . ~ _.,,\~ 06/'20/08 SC-2 - -) PART D -SPECIAL CONDITIONS This Part D -Special Conditions is complimentary to Part C -General Conditions and Part C1 - Supplementary Conditions to Part C of the Contract. Anything contained in this Part D that is additive to any provision in Part C -General Conditions and part C 1 -Supplementary Conditions to Part C of the Contract are to be read together. Any conflict between Part C -General Conditions and Part C1 -Supplementary Conditions of the Contract and th is Part D, Part D shall control. FOR: PROJECT DESCRIPTION 36" Water Main Extension Along TRE R.O.W. Part 4 FORT WORTH , TEXAS DOE PROJECT NO. 5509 WATER DEPARTMENT PROJECT NO. P265-605140035287 D-1 GENERAL The order or precedence in case of conflicts or discrepancies between various parts of the Contract Documents subject to the ruling of the Engineer shall generally , but not necessarily, follow the guidelines listed below: 1. Plans 2. Contract Documents 3 . Special Conditions The following Special Conditions shall be applicable to this project under the provisions stated above . The Contractor shall be responsible for defects in this project due to faulty materials and workmanship, or both, for a period of two (2) years from date of final acceptance of this project by the City of Fort Worth and will be required to replace at his expense any part or all of this project which becomes defective due to these causes. Subject to modifications as herein contained, the Fort Worth Water Department's General Contract Documents and General Specifications, with latest revisions , are made a part of the General Contract Documents for this project. The Plans , these Special Contract Documents and the rules, regulations, requirements, instructions , drawings or details referred to by manufacturers name , or identification include therein as specifying , referring or implying product control, performance , quality , or other shall be binding upon the contractor. The specifications and drawings shall be considered cooperative; therefore, work or material called for by one and not shown or mentioned in the other shall be accomplished or furnished in a faithful manner as though required by all. Any Contractor performing any work on Fort Worth water or sanitary sewer facilities must be pre- qualified with the Water Department to perform such work in accordance with procedures described in the current Fort Worth Water Department General Specifications , which general specifications shall 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 Prov isions : 1. STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION - CITY OF FORT WORTH 06120/08 SC-3 (_) PART D -SPECIAL CONDITIONS 2. STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION -NORTH CENTRAL TEXAS Any conflict between these contract documents and the above 2 publications shall be resolved in favor of these contract documents . A copy of either of these specifications may be purchased at the office of the Transportation and Public Works Director, 1000 Throckmorton Street, 2nd Floor, Municipal Building, Fort Worth, Texas 76102. The specifications applicable to each pay item are indicated by the call-out for the pay item by the designer. If not shown, then applicable published specifications in either of these documents may be followed at the discretion of the Contractor. General Provisions shall be those of the Fort Worth document rather than Division 1 of the North Central Texas document. Bidders shall not separate, detach or remove any portion, segment or sheets from the contract document at any time. Failure to bid or fully execute contract without retaining contract documents intact may be grounds for designating bids as "non-responsive" and rejecting bids or voiding contract as appropriate as determined by the City Engineer. INTERPRETATION AND PREPARATION OF PROPOSAL: A. DELIVERY OF PROPOSAL: No proposal will be considered unless it is delivered, accompanied by its proper Bid Security, to the Purchasing Manager or his representative at the official location and stated time set forth in the "Notice to Bidders". It is the Bidder's sole responsibility to deliver the proposal at the proper time to the proper place. The mere fact that a proposal was dispatched will not be considered. The Bidders must have the proposal actually delivered. Each proposal shall be in a sealed envelope plainly marked with the word "PROPOSAL", and the name or description of the project as designated in the "Notice to Bidders". The envelope shall be addressed to the Purchasing Manager, City of Fort Worth Purchasing Division, PO Box 17027, Fort Worth, Texas 76102. B. WITHDRAWING PROPOSALS: Proposals actually filed with the Purchasing Manager cannot be withdrawn prior to the time set fo r opening proposals. A request for non-consideration of a proposal must be made in writing, addressed to the City Manager, and filed with him prior to the time set for the opening of proposals. After all proposals not requested for non- consideration are opened and publicly read aloud, the proposals for which non-consideration requests have been properly filed may, at the option of the Owner, be returned unopened. C. TELEGRAPHIC MODIFICATION OF PROPOSALS: Any bidder may modify his proposal by telegraphic communication at any time prior to the time set for opening proposals, provided such telegraphic communication is received by the Purchasing Manager prior to the said proposal opening time, and provided further, that the City Manager is satisfied that a written and duly authenticated confirmation of such telegraphic communication over the signature of the bidder was mailed prior to the proposal opening time. If such confirmation is not received within forty-eight (48) hours after the proposal opening time, no further consideration will be given to the proposal. 06/20/08 SC-4 - - PART D -SPECIAL CONDITIONS ) D-2 COORDINATION MEETING ) ) For coordination purposes, weekly meetings at the job site may be required to maintain the project on the desired schedule. The contractor shall be present at all meetings . D-3 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW A . Definitions: 1. Certification of coverage ("certificate"). A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. 2 . Duration of the project -includes the time from the beginning of th~ work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity. 3. Persons providing services on the project ("subcontractor'' in §406 .096)-includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other services related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors , office supply deliveries, and delivery of portable toilets. B. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011 (44) or all employees of the Contractor providing services on the project , for the duration of the project. C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. D. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. E. The Contractor shall obtain from each person providing services on a project, and provide the governmental entity : 1. A certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and 06/20/08 SC-5 ( ) PART D -SPECIAL CONDITIONS 2. No later than seven days after receipt by the contractor, a new certificate of coverage showing extens ion of eoverage , if the coverage period shown on the current certificate of coverage ends during the duration of the project. F. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. G. The contractor shall notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. H. The contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Worker's Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. I. The contractor shall contractually require each person with whom it contracts to provide services on a project, to: 1. Provide coverage, based on proper reporting on classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011 (44) for all of its employees providing services on the project, for the duration of the project; 2. Provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; 3. Provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; 4. Obtain from each other person with whom it contracts, and provide to the Contractor: a.) A certificate of coverage, prior to the other person beginning work on the project; and b.) A new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project. 5. Retain all required certificates of coverage on file for the duration of the project and for one year thereafter. 6. Notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and 06/20/08 SC-6 ( -\_) PART D -SPECIAL CONDITIONS 7. Contractually require each person with whom it contracts, to perform as required by paragraphs (1 )-(7), with the certificates of coverage to be provided to the person for whom they are providing services . 8. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts , and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self-insured , with the commission's Division of Self-Insurance Regulation . Providing false or misleading information may subject the contractor to administrative , criminal , civil penalties or other civil actions. 9. The contractor's failure to comply with any of these provisions is a breach of contract by the contractor which entitles the governmental entity to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity . J. The contractor shall post a notice on each project site inform ing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other Texas Worker's Compensation Commission rules . This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text, without any additional words or changes: "REQUIRED WORKER'S COMPENSATION COVERAGE The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials , or providing labor or transportation or other service related to the project , regardless of the identity of their employer or status as an employee ." Call the Texas Worker's Compensation Commission at (512) 463-3642 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage , or to report an employer's failure to provide coverage". D-4 COORDINATION WITH FORT WORTH WATER DEPARTMENT During the construction of this project , it will be necessary to deactivate , for a period of time, existing lines . The Contractor shall be required to coordinate with the Water Department to determine the best times for deactivating and activating those lines . D-5 CROSSING OF EXISTING UTILITIES Where a proposed water line crosses over a sanitary sewer or sanitary sewer service line and/or proposed sewer line crosses over a water line and the clear vertical distance is less than 9 feet barrel to barrel, the sanitary sewer or sanitary sewer service line shall be made watertight or be 06/20/08 SC-7 () PART D -SPECIAL CONDITIONS constructed of ductile iron pipe . The Engineer shall determine the required length of replacement. The material for san itary sewer mains and sanitary sewer laterals shall be Class 51 Ductile Iron Pipe with polyethylene wrapping . The material for sanitary sewer service lines shall be extra strength cast iron soil pipe with polyethylene wrapping . Adapter fittings shall be a urethane or neoprene coupling ASTM C-425 with series 300 stainless steel compression straps. Backfill, fittings , tie-ins and all other associated appurtenances required are deemed subsidiary work, the cost of which shall be included in the price bid in the Proposal for each bid item . D-6 EXISTING UTILITIES AND IMPROVEMENTS The plans show the locations of all known surface and subsurface structures. However, the Owner assumes no responsibility for failure to show any or all of these structures on the Plans , or to show them in their exact location. It is mutually agreed that such failure shall not be considered sufficient basis for claims for additional compensation for extra work or for increasing the pay quantities in any manner whatsoever . The Contractor shall be responsible for verifying the locations of and protecting all existing utilities , service lines, or other property exposed by his construction operations . Contractor shall make all necessary provisions (as approved or authorized by the applicable utility company) for the support, protection and/or temporary relocation of all utility poles, gas lines, te lephone cables, utility services , water mains, sanitary sewer lines , electrical cables, drainage pipes, and all other utilities and structures both above and below ground during construction . It is understood that the Contractor is not responsible for the permanent relocation of existing utilities in direct conflict with the proposed construction. The Contractor is liable for all damages done to such existing facilities as a result of his operations and any and all cost incurred for the protection and/or temporary relocation of such facilities are deemed subsidiary work and the cost of same and shall be included in the cost bid per linear foot of pipe installed . NO ADDITIONAL COMPENSATION WILL BE ALLOWED. Where existing utilities or service lines are cut, broken or damaged the Contractor shall replace or repair the utilities or service lines with the same type of original material and construction , or better, unless otherwise shown or noted on the plans, at his own cost and expense. The Contractor shall immediately notify the Owner of the damaged utility or service line. He shall cooperate with the Owners of all utilities to locate existing underground facilities and notify the Engineer of any conflicts in grades and alignment. In case it is necessary to change or move the property of any owner of a public utility, such property shall not be moved or interfered with until ordered to do so by the Engineer. The right is reserved to the owner of public utilities to enter upon the limits of the project for the purpose of making such changes or repairs of their property that may be made necessary by performance of this contract. The utility lines and conduits shown on the plans are for information only and are not guaranteed by the City of the Engineer to be accurate as to extent, location , and depth; they are shown on the plans as the best information available at the time of des ign , from the owners of the util ities involved and from evidences found on the ground . D-7 CONSTRUCTION TRAFFIC OVER PIPELINES It is apparent that certain construction vehicles could exceed the load bearing capacity of the pipe under shallow bury conditions . It will be the responsibility of the Contractor to protect both the new 06/20/08 SC-8 - PART D -SPECIAL CONDITIONS line and the existing lines from these possibly excessive loads . The Contractor shall not , at any time, cross the existing or new pipe with a truck delivering new pipe to the site . Any damage to the existing or new pipe will be repaired or replaced by the Contractor, at the Contractor's expense, to the satisfaction of the City . In locations where it is not permissib le to cross the existing or proposed pipes without additional protection the Contractor may elect to provide additional protection of the pipes so that more frequent crossings of the pipes are allowed. It still is, however, the responsibility of the Contractor to repair any damage to the existing or proposed lines, if the damage results from any phase of his construction operation. D-8 TRAFFIC CONTROL The contractor will be required to obtain a "Street Use Permit" prior to starting work. As part of the "Street Use Permit" a traffic control plan is required . The Contractor shall be responsible for providing traffic control during the construction of this project consistent with the provisions set forth in the "Latest Edition Texas Manual on Uniform Traffic Control Devices for Streets and Highways " issued under the authority of the "State of Texas Uniform Act Regulating Traffic on Highways ," codified as Article 6701d Vernon's Civil Statutes, pertinent sections being Section Nos . 27, 29, 30 and 31. The Contractor will not remove any regulatory sign, instructional sign, street name sign or other sign , which has been erected by the City . If it is determined that a sign must be removed to permit required construction , the Contractor shall contact the Transportation and Public Works Department, Signs and Markings Division , (Phone Number 817-392-7738) to remove the sign. In the case of regulatory signs, the Contractor must replace the permanent sign with a temporary sign meeting the requirements of the above-referenced manual and such temporary sign must be installed prior to the removal of the permanent sign . If the temporary sign is not installed correctly or if it does not meet the required specifications, the permanent sign shall be left in place until the temporary sign requirements are met. When construction work is completed to the extent that the permanent sign can be reinstalled , the Contractor shall again contact the Signs and Markings Division to reinstall the permanent sign and shall leave his temporary sign in place until such reinstallation is completed . Work shall not be performed on certain locations/streets during "peak traffic periods " as determination by the City Traffic Engineer and in accordance with the applicable provision of the "City of Fort Worth Traffic Control Handbook for Construction and Maintenance Work Areas ." 06120/08 SC-9 PART D -SPECIAL CONDITIONS ) D-9 DETOURS The contractor shall prosecute his work in such a manner as to create a minimum of interruption to traffic and pedestrian facilities and to the flow of vehicular and pedestrian traffic within the project area . D-10 EXAMINATION OF SITE It shall be the responsibility of the prospective bidder to visit the project site and make such examinations and explorations as may be necessary to determine all conditions, which may affect construction of this project. Particular attention should be given to methods of providing ingress and egress to adjacent private and public properties, procedures for protecting existing improvements and disposition of all materials to be removed. Proper consideration should be given to these details during the preparat ion of the Proposal and all unusual conditions, which may give, rise to later contingencies should be brought to the attention of the Owner prior to the submission of the Proposal. D-11 ZONING COMPLIANCE During the construction of this project, the Contractor shall comply with present zoning requirements of the City of Fort Worth in the use of vacant property for storage purposes. D-12 WATER FOR CONSTRUCTION The Contractor at his own expense will furnish water for construction. ( D-13 WASTE MATERIAL ( ) All waste material shall become the property of the Contractor and shall be disposed of by the Contractor at locations approved by the Engineer. All material shall be disposed of in such a manner as to present a neat appearance and to not obstruct proper drainage or to cause injury to street improvements or to abutting property . D-14 PROJECT CLEANUP AND FINAL ACCEPTANCE The Contractor shall be aware that keeping the project site in a neat and orderly condition is considered an integral part of the contracted work and as such shall be considered subsidiary to the appropriate bid items. Clean up work shall be done as directed by the Engineer as the work progresses or as needed. If, in the opinion of the Engineer it is necessary, clean-up shall be done on a daily basis. Clean up work shall include, but not be limited to: • Sweeping the street clean of dirt or debris • Storing excess material in appropriate and organized manner • Keeping trash of any kind off of residents' property If the Engineer does not feel that the j obsite has been kept in an orderly condition, on the next estimate payment (and all subsequent payments until completed) of the appropriate bid item(s) will be reduced by 25%. Final cleanup work shall be done for this project as soon as all construction has been completed. No more than seven days shall elapse after completion of construction before the roadway, right- 06/20/08 SC-10 C) PART D -SPECIAL CONDITIONS of-way, or easement is cleaned up to the satisfaction of the Engineer. The Contractor shall make a final cleanup of all parts of the work before acceptance by the City of Fort Worth or its representative . This cleanup shall include removal of all objectionable rocks , pieces of asphalt or concrete and other construction materials , and in general preparing the site of the work in an orderly manner and appearance . The City of Fort Worth Department of Engineering shall give final acceptance of the completed project work . D-15 CONSTRUCTION SCHEDULE AND SEQUENCING OF WORK Prior to executing the Contract, it shall be the responsibility of the Contractor to furnish a schedule outlining the anticipated time for each phase of construction with starting and completion dates, including sufficient time being allowed for cleanup. The Contractor shall not commence with water and/or sanitary sewer installation until such time that the survey cut-sheets have been received from the City inspector. D-16 SAFETY RESTRICTIONS -WORK NEAR HIGH VOLTAGE LINES The following procedures will be followed regarding the subject item on this contract: 1. A warning sign not less than five inches by seven inches, painted yellow with black letters that are legible at twelve feet shall be placed inside and outside vehicles such as cranes , derricks , power shovels , drilling rigs, pile drivers, hoisting equipment or similar apparatus . The warning sign shall read as follows: "WARNING -UNLAWFUL TO OPERATE THIS EQUIPMENT WITHIN SIX FEET OF HIGH VOLTAGE LINES ." 2 . Equipment that may be operated within ten feet of high voltage lines shall have insulating cage-type of guard about the boom or arm, except back hoes or dippers , and insulator links on the lift hook connections . 3. When necessary to work within six feet of high voltage electric lines, notification shall be given the power company (ONCOR) who will erect temporary mechanical barriers, de- energize the lines, or raise or lower the lines. The work done by the power company shall not be at the expense of the City of Fort Worth . The notifying department shall maintain an accurate log of all such calls to ONCOR , and shall record action taken in each case. 4 . The Contractor is required to make arrangements with the ONCOR company for the temporary relocation or raising of high voltage lines at the Contractor's sole cost and expense. 5 . No person shall work within six feet of a high voltage line without protection having been taken as outlined in Paragraph (3). D-17 BID QUANTITIES Bid quantities of the various items in the proposal are for comparison only and may not reflect the actual quantities. There is no limit to which a bid item can be increased or decreased . Contractor shall not be entitled to renegotiation of unit prices regardless of the final measured quantities . To the extent that C4-4 .3 conflicts with this provision , this provision controls . No claim will be considered for lost or anticipated profits based upon differences in estimated quantities versus actual quantities. 06120/08 SC-11 ) ( ) PART D -SPECIAL CONDITIONS D-18 CUTTING OF CONCRETE When existing concrete is cut, such cuts shall be made with a concrete saw. All sawing shall be subsidiary to the unit cost of the respective item . D-19 PROJECT DESIGNATION SIGN Project signs are required at all locations. It shall be in accordance with the attached Figure 30 (dated 9-18-96). The signs may be mounted on skids or posts. The Engineer shall approve the exact locations and methods of mounting . In addition to the 4' x 8' project signs, project signs shall be attached to barricades used where manhole rehabilitation or replacement is being conducted. Signs suspended from barricading shall be placed in such a way that signs do not interfere with reflective paint or coloring on the barricades . Barricade signs shall be in accordance with Figure 30, except that they shall be 1 '-0" by 2'-0" in size . The information box shall have the following information: For Questions on this Project Call : (817) 392-8306 M-F 7 :30 am to 4 :30 p.m . or (817) 392-8300 Nights and Weekends Any and all cost for the required materials, labor, and equipment necessary for the furnishing of Project Signs shall be considered as a subsidiary cost of the project and no additional compensation will be allowed. D-20 CONCRETE SIDEWALK AND DRIVEWAY REPLACEMENT At locations in the project where mains are required to be placed under existing sidewalks and/or driveways, such sidewalks and/or driveways shall be completely replaced for the full existing width, between existing construction or expansion joints with 3000 psi concrete with reinforcing steel on a sand cushion in accordance with City of Fort Worth Transportation/Public Works Department Standard Specifications for Construction, Item 504. At locations where mains are required to be placed under existing curb and gutter, such curb and gutter shall be replaced to match type and geometry of the removed curb and gutter shall be installed in accordance with City of Fort Worth Public Works Department Standard Specification for Construction, Item 502. Payment for cutting, backfill, concrete, forming materials and all other associated appurtenances required, shall be included in the square yard price of the bid item for concrete sidewalk or driveway repair. D-21 MISCELLANEOUS PLACEMENT OF MATERIAL Material has been allocated under various bid items in the Proposal to establish unit prices for miscellaneous placement of material. These materials shall be used only when directed by the Engineer, depending on field conditions. Payment for miscellaneous placement of material will be made for only that amount of material used, measu red to the nearest one-tenth unit. Payment for miscellaneous placement of material shall be in accordance with the General Contract Documents ) regardless of the actual amount used for the project. 06/'20/08 SC-12 ) PART D -SPECIAL CONDITIONS D-22 CRUSHED LIMESTONE BACKFILL Where specified on the plans or directed by the Engineer, Crushed Limestone shall be used for trench backfill on this project. The material shall conform to Public Works Standard Specifications for Street and Storm Drain Construction Division 2 Item 208 .2 -Materials and Division 2 Item 208.3 -Materials Sources. Trench backfill and compaction shall meet the requirements of E2-2 Excavation and Backfill, Construction Specifications, General Contract Documents. Payment for crushed limestone backfill in place shall be made at the unit price bid in the Proposal multiplied by the quantity of material used measured in accordance with E2-2 .16 Measurement of Backfill Materials, Construction Specifications, and General Contract Documents. D-23 2:27 CONCRETE Transportation and Public Works Department typical sections for Pavement and Trench Repair for Utility Cuts Figures 1 through 5 refer to using 2:27 Concrete as base repair. Since this call-out includes the word "concrete", the consistent interpretation of the Transportation and Public Works Department is that this ratio specifies two (2) sacks of cement per cubic yard of concrete. D-24 TRENCH EXCAVATION, BACKFILL, AND COMPACTION Trench excavation and backfill under parking lots, driveways, gravel surfaced roads, within easements, and within existing or future R.O.W. shall be in accordance with Sections E1-2 Backfill and E2-2 Excavation and Backfill of the General Contract Documents and Specifications except as specified herein . 1. TRENCH EXCAVATION: In accordance with Section E2-2 Excavation and Backfill, if the stated maximum trench widths are exceeded, either through accident or otherwise, and if the Engineer determines that the design loadings of the pipe will be exceeded, the Contractor will be required to support the pipe with an improved trench bottom . The expense of such remedial measures shall be entirely the Contractor's own. All trenching operations shall be confined to the width of permanent rights-of-way, permanent easements, and any temporary construction easements. All excavation shall be in strict compliance with the Trench Safety Systems Special Condition of this document. 2. TRENCH BACKFILL: Trenches which lie outside of existing or future pavement shall be backfilled above the top of the embedment material with Type "C" backfill material. Excavated material used for Type "C" backfill must be mechanically compacted unless the Contractor can furnish the Engineer with satisfactory evidence that the P.I. of the excavated material is less than 8 . Such evidence shall be a test report from an independent testing laboratory and must include representative samples of soils in all involved areas, with a map showing the location and depth of the various test holes . If excavated material is obviously granular in nature, containing little or no plastic material, the Engineer may waive the test report requirement. See E1-2.3, Type "C" or "D" Backfill, and E2-2 .11 Trench Backfill for additional requirements . When Type "C" back-fill material is not suitable, at the direction of the Engineer, Type "B" backfill material shall be used . In general, all backfill material for trenches in existing paved streets shall be in accordance with Figure A. Sand material specified in Figure A shall be obtained from an approved source and shall consist of durable particles free of thin or elongated pieces, lumps of clay, soil , loam or vegetable matter and shall meet the following gradation: 06120/08 SC-13 ( ) ) PART D -SPECIAL CONDITIONS • Less than 10% passing the #200 sieve • P.I. = 10 or less Additionally, the crushed limestone embedment gradation specified in Section E1-3 Crushed Limestone for Embedment of the General Contract Documents and Specifications shall be replaced with the following: Sieve Size 1" 1/2" 3/8" #4 #8 % Retained 0-10 40-75 55-90 90-100 95-100 All other provisions of this section shall remain the same. 3. TRENCH COMPACTION: All trench backfill shall be placed in lifts per E2-2.9 Backfill. Trenches which lie outside existing or future pavements shall be compacted to a m i nimum of 90% Standard Proctor Density (A.S.T.M. D698) by mechan ical devices specifically designed for compaction or a combination of methods subject to approval by the Engineer. Trenches which lie under existing or future pavement shall be backfilled per Figure A with 95% Standard Proctor Density by mechanical devices specifically designed for compaction or a combination of methods subject to approval by the Engineer. Backfill material to be compacted as described above must be within +-4% of its optimum moisture content. The City, at its own expense, will perform trench compaction tests per A.S .T .M. standards on all trench backfill. Any retesting required as a result of failure to compact the backfill material to meet the standards will be at the expense of the Contractor and will be billed at the commercial rates as determined by the City. These soil density tests shall be performed at two (2) foot vertical intervals beginning at a level two (2) feet above the top of the installed pipe and continuing to the top of the completed backfill at intervals along the trench not to exceed 300 linear feet. The Contractor will be responsible for providing access and trench safety system to the level of trench backfill to be tested. No extra compensation will be allowed for exposing the backfill layer to be tested or providing trench safety system for tests conducted by the City. 4. MEASUREMENT AND PAYMENT: All materia l, with the exception of Type "B" backfill, and labor costs of excavation and backfill will be included in the price bid per linear foot of water and sewer pipe. Type "B" backfill shall be paid for at a p re-bid unit price of $15.00 per cubic yard. D-25 TRENCH PAVEMENT (PERMANENT) REPAIR (E2-19) FOR UTILITY CUTS The un it price bid under the appropriate bid item of the proposal shall cover all cost for providing pavement repair equal to or superior in composition , thickness, etc., to existing pavement as detailed in the Public Works Department typical sections for Pavement and Trench Repair for Utility Cuts, Figures 2000-1 through 2000-3. The results of the street cores that were conducted on the project streets, to determine HMAC depths on existing streets, are provided in these specifications and contract documents . 06120/08 SC-14 ) PART D -SPECIAL CONDITIONS All required paving cuts shall be made with a concrete saw in a true and straight line on both sides of the trench, a minimum of twelve (12) inches outside the trench walls. The trench shall be backfilled and the top nine (9) inches shall be filled with required materials as shown on paving details, compacted and level with the finished street surface . This finished grade shall be maintained in a serviceable condition until the paving has been replaced. All residential driveways shall be accessible at night and over weekends. It has been determined by the Transportation and Public Works Department that the strip of existing HMAC pavement between the existing gutter and the edge of the trench pavement repair will not hold up if such strip of existing pavement is two (2) feet or less in width . Therefore, at the locations in the project where the trench wall is three (3) feet or less from the lip of the existing gutter, the Contractor shall be required to remove the existing paving to such gutter. The pavement repair shall then be made from a minimum distance of twelve (12) inches outside the trench wall nearest the center of the street to the gutter line. The pavement shall be replaced within a maximum of five (5) working days, providing job placement conditions will permit repaving. If paving conditions are not suitable for repaving, in the opinion of the Owner, the repaving shall be done at the earliest possible date. A permit must be obtained from the Department of Engineering Construction Services Section by the Contractor in conformance with Ordinance No. 3449 and/or Ordinance No . 792 to make utility cuts in the street. The Department of Engineering will inspect the paving repair after construction . This permit requirement may be waived if work is being done under a Performance Bond and ) inspected by the Department of Engineering. ) . D-26 SITE SPECIFIC TRENCH SAFETY SYSTEM (COVERS ALL PROJECTS) A. GENERAL: This specification covers the trench safety requirements for all trench excavations exceeding depth of five (5) feet in order to protect workers from cave-ins. The requirements of this item govern all trenches for mains, manholes, vaults, service lines, and all other appurtenances . The design for the trench safety shall be signed and sealed by a Registered Professional Engineer licensed in Texas. The trench safety plan shall be specific for each water and/or sanitary sewer line included in the project. B. STANDARDS: The latest version of the U.S. Department of Labor, Occupational Safety and Health Administration Standards, 29 CFR Part 1926, Sub-Part P -Excavations, are hereby made a part of this specification and shall be the minimum governing requirements for trench safety. C. DEFINITIONS: 1. TRENCHES - A trench is referred to as a narrow excavation made below the surface of the ground in which the depth is greater than the width, where the width measured at the bottom is not greater than fifteen (15) feet. 2. BENCHING SYSTEM -Benching means excavating the sides of a trench to form one or a series of horizontal level or steps , usually with vertical or near-vertical surfaces between levels. 06120/08 SC-15 { ) PART D -SPECIAL CONDITIONS 3. SLOPING SYSTEM -Sloping means excavating to form sides of a trench that are inclined away from the excavation. 4. SHIELD SYSTEM -Shields used in trenches are generally referred to as "trench boxes" or "trench shields". Shield means a structure that is able to withstand the forces imposed on it by a cave-in and protect workers within the structure . Shields can be permanent structures or can be designed to be portable and move along as the work progresses . Shields can be either pre-manufactured or job-bu ilt in accordance with OSHA standards. 5. SHORING SYSTEM -Shoring means a structure such as a metal hydraulic, mechanical or timber system that supports the sides of a trench and which is designed to prevent cave- ins . Shoring systems are generally comprised of cross-braces, vertical rails , (uprights), horizontal rails (wales) and/or sheeting. D. MEASUREMENT -Trench depth is the vertical measurement from the top of the existing ground to the bottom of embedment or bottom of excavation . The quantity of trench safety systems shall be based on the linear foot amount of trench depth greater than five (5) feet. E. PAYMENT -Payment shall be fu ll compensation for safety system design, labor, tools, materials, equipment and incidenta ls necessary for the installation and removal of trench safety systems . D-27 SANITARY SEWER MANHOLES A. GENERAL: The installation, replacement, and/or rehabilitation of sanitary sewer manholes will be required as shown on the plans, and/or as described in these Special Contract Documents in addition to those located in the field and identified by the Engineer. All manholes shall be in accordance with sections E1-14 Materials for Sanitary Sewer Manholes, Valve Vaults, Etc ., and E2-14 Vault and Manhole Construction of the General Contract Documents and Specifications, unless amended or superseded by requirements of this Special Condition . For new sewer line installations, the Contractor shall temporarily plug all lines at every open manhole under construction in order to keep debris out of the dry sewer lines. The plugs shall not be removed until the applicable manhole complete with cone section has been constructed and the lid installed to keep out debris as a result of additional construction . 1. CONCRETE COLLARS: Concrete collars will be required on all manholes specified as per Figure 121 . 2 . WATERTIGHT MANHOLE INSERTS : Watertight gasket manhole inserts shall be installed in all sanitary sewer manholes . Inserts shall be constructed in accordance with Fort Worth Water Department Standard E100-4 and shall be fitted and installed according to the manufacturer's recommendations. Stainless Steel manhole inserts shall be required for all pipe diameters 18" and greater. 3. LIFT HOLES: All lift holes shall be plugged with a pre-cast concrete plug. The lift hole shall be sealed on the outside of the manhole with Ram-Nek or an approved equal sealant. The lift hole shall be sealed on t he inside of the manhole with quick setting cement grout. 4 . FINAL RIM ELEVATIONS : Manhole rims in parkways, lawns and other improved lands shall be at an elevation not mo re than one (1) nor less than one-half (1/2) inch above the surrounding ground. Backfill shall provide a uniform slope from the top of manhole casting 06/W/08 SC-16 ) PART D -SPECIAL CONDITIONS for not less than three (3) feet each direction to existing finish grade of the ground. The grade of all surfaces shall be checked for proper slope and grade by string lining the entire area regarded near the manhole. Manholes in open fields, unimproved land, or drainage courses shall be at an elevation shown on the drawings or minimum of 6 inches above grade. 5. MANHOLE COVERS: All lids shall have pick slots in lieu of pick holes. Manhole frames and covers shall be McKinley, Type N, with indented top design , or equal, with pick slots . Covers shall set flush with the rim of the frame and shall have no larger than 1/8-inch gap between the frame and cover. Bearing surfaces shall be machine finished. Locking manhole lids and frames will be restricted to locations within the 100-year floodplain and areas specifically designated on the plans. Certain teed Ductile Iron Manhole Lids and Frames are acceptable for use where locking lids are specified . 6. SHALLOW CONE MANHOLES: Shallow manhole construction will be used when manhole depth is four (4) feet or less . All shallow cone manholes shall be built in accordance with Figure 105. All shallow cone manholes shall have a cast iron lid and frame with pick slots . NOTE : MANHOLES PER FIGURE 106 WILL NOT BE ALLOWED . 7 . MANHOLE STEPS: No manhole steps are to be installed on any sanitary sewer manhole. 8. EXTERIOR SURFACE COATING : Exterior surfaces of all manholes shall be coated with two mop coats of coal tar epoxy, Koppers "Bitumastic Super Service Black" Tnemec "46- ( ) 450 Heavy Tnemecol ," or equal to, a minimum or 14 mils dry film thickness . 9. MANHOLE JOINT SEALING: All interior and/or exterior joints on concrete manhole sections constructed for the City of Fort Worth Water Department, excluding only the joints using a trapped type performed 0-ring rubber gasket shall require Bitumastic joint sealants as per Figure M. This sealant shall be pre-formed and trowelable Bitumastic as manufactured by Kent-Seal, Ram-Nek, E-Z Stick, or equal. The joint sealer shall be supplied in either extruded pipe form or suitable cross-sectional area or flat .!\ape and shall be sized as recommended by the manufacturer and approved by the Engineer. The joint sealer shall be protected by a suitable removable wrapper and shall not in any way depend on oxidation , evaporation, or any other chemical action for either its adhesive properties or cohesive strength. The Joint sealer shall remain totally flexible without shrinking, hardening , or oxidizing regardless of the length of time it is exposed to the elements . The manufacturer shall furnish an affidavit attesting to the successful use of the product as a pre-formed flexible joint sealant on concrete pipe and manhole sections for a period of at least five years . B. EXECUTION: 1. INSTALLATION OF JOINT SEALANT: Each grade adjustment ring and manhole frame shall be sealed with the above-specified materials . All surfaces to be in contact with the joint sealant shall be thoroughly cleaned of dirt , sand, mud , or other foreign matter. The manufacturer shall apply a primer to all surfaces prior to installing the joint sealant in accordance with the recommendations. The protective wrapper shall remain on the joint sealant until immediately prior to the placement of the pipe in the trench . After removal of 06120/08 SC-17 ' ) PART D -SPECIAL CONDITIONS the protective wrapper, the joint sealant shall be kept clean . Install frames and cover over manhole opening with the bottom of the rings resting on Bitumastic joint sealer. Frames and grade rings shall rest on two (2) rows (inside and outside) of Bitumastic joint sealer. 2. SEALING AND/OR ADJUSTING EXISTING MANHOLES : Excavate (rectangular full depth saw cut if in pavement) adjacent to the manhole to expose the entire manhole frame and a minimum of 6 inches of the manhole wall keeping the sides of the trench nearly vertical. Remove manhole frame from the manhole structure and observe the condition of the frame and grade rings. Any frame or grade ring that is not suitable for use as determined by the Engineer shall be replaced . Grade rings that are constructed of brick, block materials other than pre-cast concrete rings, or where necessary and approved by the Engineer, shall be replaced with a pre-cast flattop section. Pre-cast concrete rings, or a pre-cast concrete flattop section will be the only adjustments allowed. In brick or block manholes, replace the upper portion of the manhole to a point 24 inches below the frame. If the walls or cone section below this level are structurally unsound, notify the Engineer prior to replacement of the grade rings and manhole frame . Existing brickwork, if damaged by the Contractor, shall be replaced at the Contractor's expense. Wire brush manhole frame and exposed manhole surfaces to remove dirt and loose debris . Coat exposed manhole surfaces with an approved bonding agent followed by an application of quick setting hydraulic cement to provide a smooth working surface. If the inside diameter of the manhole is too large to safely support new adjustment rings or frames , a flat top section shall be installed. Joint surfaces between the frames , adjustment rings, and cone section shall be free of dirt, stones, debris and voids to ensure a watertight seal. Place flexible gasket joint material along the inside and outside edge of each joint, or use trowelable material in lieu of pre- formed gasket material. Position the butt joint of each length of joint material on opposite sides of the manhole. No steel shims, wood, stones , or any material not specifically accepted by the Engineer may be used to obtain final surface elevation of the manhole frame. In paved areas or future paved areas, castings shall be installed by using a straight edge not less than ten (10) feet long so that the top of the casting will conform to the slope and finish elevation of the paved surface . The top of the casting shall be 1/8 inch below the finished elevation . Allowances for the compression of the joint material shall be made to assure a proper final grade elevation. 3. EXPOSED EXTERIOR SURFACES : All exposed exterior surfaces shall be coated with two mop coats of coal tar epoxy . Kopper "Bitumastic Super Service Black"; Tnemec "46- 450 Heavy Tnemecol", or equal, to a minimum of 14 mils dry film thickness . 4 . The exterior surface of all pre-cast section joints shall be thoroughly cleaned with a wire brush and then waterproofed wi t h a 1/2-inch th ick coat of trowelable bitumastic joint sealant from 6-inches below to 6-inches above the joint. The coated joint shall then be wrapped with 6 mil plastic to protect the sealant from damage during backfilling . 06/'20/08 SC-18 J j PART D -SPECIAL CONDITIONS C. MEASUREMENT AND PAYMENT: The price bid for new manhole installations shall include all labor, equipment, and materials necessary for construction of the manhole including, but not limited to, joint sealing, lift hole sealing and exterior surface coating. Payment shall not include pavement replacement, which if required, shall be paid separately. The price bid for reconstruction of existing manholes shall include all labor equipment and materials necessary for construction of new manhole, including, but not limited to, excavation, backfill, disposal of materials, joint sealing, lift hole sealing and exterior surface coating. Payment shall not include pavement replacement, which if required, shall be paid separately . The price bid for adjusting and/or sealing of existing manholes shall include all labor, equipment and materials necessary for adjusting and/or sealing the manhole, including but not limited to, joint sealing, lift hole sealing, and exterior surface coating. Payment for concrete collars will be made per each. Payment for manhole inserts will be made per each. D-28 SANITARY SEWER SERVICES Any reconnection, relocation , re-routes, replacement, or new sanitary sewer service shall be required as shown on the plans, and/or as described in these Special Contact Documents in addition to those located in the field and identified by the Engineer as active sewer taps. The service connections shall be constructed by the Contractor utilizing standard factory manufactured tees. City approved factory manufactured saddle taps may be used, but only as directed by the Engineer. The decision to use saddle taps as opposed to tees shall be made on a case-by-case basis. The Contractor shall be responsible for coordinating the scheduling of tapping crews with building owners and the Engineer in order that the work be performed in an expeditious manner. A minimum of 24 hours advance notice shall be given when taps will be required. Severed service connections shall be maintained as specified in section C6-6.15 . D. SEWER SERVICE RECONNECTION : When sewer service reconnection is called for the Contractor shall vertically adjust the existing sewer service line as required for reconnection and furnish a new tap. The fittings used for vertical adjustment shall consist of a maximum bend of 45 degrees. The tap shall be located so as to line up with the service line and avoid any horizontal adjustment. For open cut applications , all sanitary sewer service lines shall be replaced to the property or easement line, or as directed by the Engineer. Sanitary sewer services on sewers being rehabilitated using pipe enlargement methods shall be replaced to the property or easement line or as directed by the Engineer. Procedures listed below for Sewer Service Replacement shall be adhered to for the installation of any sewer service line including the incidental four (4) feet of service line which is included in the price bid for Sanitary Sewer Taps. Payment for work such as backfill, saddles, tees, fittings incidental four (4) feet of service line and all other associated appurtenances required shall be included in the price bid for Sanitary Sewer Taps. E. SEWER SERVICE REPLACEMENT: All building sewer services encountered during construction shall be adjusted and/or replaced by the Contractor as directed by the Engineer as required for the connection of the sewer service line . If the sewer service line is in such ) condition or adjustment necessitates the replacement of the sewer service line, all work shall be performed by a licensed plumber. The Engineer shall determine the length of the replacement. All sewer services shall be installed at a minimum of two (2) percent slope or as 06/'20108 SC-19 \ ) ( \ PART D -SPECIAL CONDITIONS approved by the Engineer. For situations involving sewer service re-routing, whether on public or private property , the City shall provide line and grade for the sewer service lines as shown on the project plans . Prior to installing the applicable sewer main or lateral and the necessary serv ice lines , the Contractor shall verify (by de-holing at the building clean-out) the elevations (shown on the plans) at the bu ilding clean-out and compare the data with the elevation at the proposed connection point on the sewer main , in order to ensure that the two (2) percent minimum slope (or as specified by the Engineer) requirement is satisfied . Elevations shall also be verified at all bend locations on the service re-route. All applicable sewer mains, laterals and affected service lines that are installed without pre-construction de-holing at the affected res idences (to verify design elevations) shall be removed and replaced as necessary at the Contractor's expense in the event grade conflicts are brought to light after de-holing is conducted . All elevation information obtained by the Contractor shall be submitted to the Inspector. The Engineer shall be immediately notified in the event that the two (2) percent minimum slope is not satisfied. If the Contractor determines that a different alignment for the re-route is more beneficial than shown on the plans , the Contractor shall obtain and submit all relevant elevation information for the new alignment to the Inspector and shall be responsible for ensuring that the two (2) percent minimum grade (or as approved by the Engineer) is satisfied . Prior to backfilling, the Contractor shall double check the grade of the installed service line and submit signed documentation verifying that the line has been installed as des igned to the Engineer. The Contractor, at its sole expense , shall be required to uncover any sewer service for which no grade verification has been submitted. All re-routes that are not installed as designed or fail to meet the City code shall be reinstalled at the Contractor's expense . The Contractor shall ensure that the service line is backfilled and compacted in accordance with the City Plumbing Code . Connection to the existing sewer service line shall be made with appropriate adapter fittings. The fitting shall be a urethane or neoprene coupling A.S.T.M . C-425 with series 300 stainless steel compression straps. The Contractor shall remove the existing clean-out and plug the abandoned sewer service line . The contractor shall utilize schedule 40 PVC for all sanitary sewer service re-routes or relocations located on private property. Furthermore, the contractor shall utilize the services of a licensed plumber for all service line work on private property. Permit(s) must be obtained from the City of Fort Worth Deve lopment Department for all service line work on private property and all work related to the service line must be approved by a City of Fort Worth Plumbing Inspector. A copy of the plumbing permit shall be provided to the Engineer prior to beginning work on the sanitary sewer service re-route and proof of final acceptance by the Plumbing Inspector shall be provided to the Engineer upon completion of the sanitary sewer re-route. Payment for work and materials such as backfill, removal of existing clean-outs, plugging the abandoned sewer service line , double checking the grade of the installed service line, pipe fittings , surface restoration on private property (to match existing), and all other associated work for service replacements in excess of four (4) linear feet shall be included in the linear foot price bid for sanitary sewer service line replacement on private property or public right of way. Payment for all work and material involving the "tap" shall be included in the price bid for sanitary sewer service taps. D-29 REMOVAL, SALVAGE, AND ABANDONMENT OF EXISTING FACILITIES Any removal, salvaging and/or abandonment of existing facilities will necessarily be required as shown on the plans , and/or described in these Special Contract Documents in addition to those located in the field and identified by the Engineer. This work shall be done in accordance with 06/20/08 SC-20 PART D -SPECIAL CONDITIONS ) Section E2-1 .5 Salvaging of Material and E2-2 .7 Removing Pipe , of the General Contract Documents and Specifications , unless amended or superseded by requirements of this Special Condition. A. SALVAGE OF EXISTING WATER METER AND METER BOX: Existing water meter and meter box shall be removed and returned to the Water Department warehouse by the Contractor in accordance with Section E2-1 .5 Salvaging of Materials. B. SALVAGE OF EXISTING WATER METER AND CONCRETE VAULT LID: Existing water meter and concrete vault lid shall be removed and returned to the Water Department warehouse by the Contractor in accordance with Section E2-1 .5 Salvaging of Materials. The concrete vault shall be demolished in place to a point not less than 18 inches below final grade. The concrete vault shall then be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9 Backfill. Backfill material shall be suitable excavated material approved by the Engineer. Surface restoration shall be compatible with existing surrounding surface and grade. C . SALVAGE OF EXISTING FIRE HYDRANTS: Existing fire hydrants shall be removed and returned to the Water Department warehouse by the Contractor in accordance with Section E2-1.5 Salvaging of Materials. The void shall be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9 Backfill. Backfill material shall be suitable excavated material approved by the Engineer. Surface restoration shall be compatible with existing surrounding surface and grade. J. J D. SALVAGE OF EXISTING GATE VALVE: Existing gate valve and valve box and lid shall be removed and returned to the Water Department warehouse by the Contractor in accordance with Section E2-1.5 Salvaging of Materials. The void area caused by the valve removal shall be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9 Backfill. Backfill material shall be suitable excavated material approved by the Engineer. Surface restoration shall be compatible with existing surrounding surface and grade. If the valve is in a concrete vault, the vault shall be demolished in place to a point no less than 18" below final grade. E. ABANDONMENT OF EXISTING GATE VALVE: Existing gate valve and box lid shall be abandoned by first closing the valve to the fully closed position and demolishing the valve box in place to a point not less than 18 inches below final grade . Concrete shall then be used as backfill material to match existing grade. F. ABANDONMENT OF EXISTING VAULTS : Vaults to be demolished in place shall have top slab and lid removed and vault walls demolished to a point not less than 18" below final grade . The void area caused shall then be backfilled and compacted in accordance with backfill method as specified in Section E2-2 .9 Backfill. Backfill material shall be suitable excavated material approved by the Engineer. Surface restoration shall be compatible with the existing surrounding grade. G . ABANDONMENT OF MANHOLES: Manholes to be abandoned in place shall have all pipes entering or exiting the structure plugged with lean concrete. Manhole top or cone section shall be removed to the top of the full barrel diameter section, or to point not less than 18 inches below final grade. The structure shall then be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9 Backfill. Backfill material may be either clean 06/'20/08 SC-21 ( ) ( \ ) PART D -SPECIAL CONDITIONS washed sand of clean, suitable excavated material approved by the Engineer. Surface restoration shall be compatible with surrounding service surface. Payment for work involved in backfilling, plugging of pipe(s) and all other appurtenances required, shall be included in the appropriate bid item -Abandon Existing Sewer Manhole. H. REMOVAL OF MANHOLES : Manholes to be removed shall have all pipes entering or exiting the structure disconnected . The complete manhole , including top or cone section, all full barrel d iameter section, and base section shall be removed. The excavation shall then be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9 Backfill. Backfill material may be with Type C Backfill or Type B Backfill, as approved by the Engineer. Surface restoration shall be compatib le with surrounding surface. I. CUTTING AND PLUGGING EXISTING MAINS : At various locations on this project, it may be required to cut , plug , and block existing water mains/services or sanitary sewer mains/services in order to abandon these lines. Cutting and plugging existing mains and/or services shall be considered as incidental and all costs incurred will be considered to be included in the linear foot bid price of the pipe , unless separate trenching is required . J . REMOVAL OF EXISTING PIPE: Where removal of the existing pipe is required, it shall be the Contractor's responsibility to properly dispose of all removed pipe. All removed valves, fire hydrants and meter boxes shall be delivered to Water Department Field Operation, Storage Yard. C. PAYMENT: Payment for all work and material involved in salvaging, abandoning and/or removing existing facilities shall be included in the linear foot bid price of the pipe, except as follows : separate payment will be made for removal of all fire hydrants, gate valves, 16 inch and larger, and sanitary sewer manholes, regardless of location. Payment will be made for salvaging, abandoning and/or removing all other existing facilities when said facility is not being replaced in the same trench (i.e., when removal requires a separate trench). L. ABANDONMENT OF EXISTING SEWER LINES : Where plans call for abandonment of existing sewer mains after the construction of a new sewer main, the Contractor shall be responsible for TV inspection of 100% of the existing sewer main to be abandoned to make a final determination that all existing service connections have been relocated to the new main . Once this determination has been made, the existing main will be abandoned as indicated above in Item I. 06/'20/08 SC-22 I PART D -SPECIAL CONDITIONS D-30 DETECTABLE WARNING TAPES Detectable underground utility warning tapes which can be located from the surface by a pipe detector shall be installed directly above non-metallic water and sanitary sewer pipe . The detectable tape shall be "Detect Tape" manufactured by Allen Systems , Inc. or approved equal , and shall consist of a minimum thickness 0.35 mils solid aluminum foil encased in a protective inert plastic jacket that is impervious to all known alkalis , acids , chemical reagents and solvents found in the soil. The minimum overall thickness of the tape shall be 5.5 mils , and the width shall not be less than two inches with a minimum unit weight of 2% pounds/1 inch/100'. The tape shall be color coded and imprinted with the message as follows : Type of Utility Color Code Water Safety Blue Sewer Safety Green Legends Caution! Buried Water Line Below Caution! Buried Sewer Line Below Installation of detectable tapes shall be per manufacturer's recommendations and shall be as close to the grade as is practical for optimum protection and detectability. Allow a minimum of 18 inches between the tape and the pipe . Payment for work such as backfill , bedding, blocking, detectable tapes, and all other associated appurtenances required shall be included in the unit price bid for the appropriate bid item(s). D-31 PIPE CLEANING ( Joints shall be wiped and then inspected for proper installation by the inspectors . Each joint shall be swept daily and kept clean during installation . A temporary night plug shall be installed on all exposed pipe ends during any period of work stoppage. D-32 DISPOSAL OF SPOIUFILL MATERIAL Prior to the disposing of any spoil/fill material , the Contractor shall advise the Director of Engineering Department , acting as the City of Fort Worth's Flood Plain Administrator ("Administrator''), of the location of all sites where the Contractor intends to dispose of such material. Contractor shall not dispose of such material until the proposed sites have been determined by the Administrator to meet the requirements of the Flood Plain Ordinances of the City of Fort Worth (Ordinance No. 10056). All disposal sites must be approved by the Administrator to ensure that filling is not occurring within a floodplain without a permit. A floodplain permit can be issued upon approval of necessary Engineering studies . No fill permit is required if disposal sites are not in a floodplain. Approval of the Contractor's disposal sites shall be evidenced by a letter signed by the Administrator stating that the site is not in a known flood plain or by a Flood Plain Fill Permit authorizing fill within the flood plain. Any expenses associated with obtaining the fill permit , including any necessary Engineering studies, shall be at the Contractor's expense. In the event that the Contractor disposes of spoil/fill material at a site without a fill permit or a letter from the administrator approving the disposal site , upon notification by the Director of Engineering Department, Contractor shall remove the spoil/fill material at its expense and dispose of such materials in accordance with the Ordinances of the City and this section . D-33 MECHANICS AND MATERIALMEN'S LIEN The Contractor shall be required to execute a release of mechanics and material men 's liens upon receipt of payment. 06/20/08 SC-23 PART D -SPECIAL CONDITIONS D-34 SUBSTITUTIONS The specifications for materials set out the minimum standard of quality, which the City believes necessary to procure a satisfactory project. No substitutions will be permitted until the Contractor has received written permission of the Engineer to make a substitution for the material, which has been specified . Where the term "or equal", or "or approved equal" is used, it is understood that if a material, product, or piece of equipment bearing the name so used is furnished, it will be approvable, as the particular trade name was used for the purpose of establishing a standard of quality acceptable to the City. If a product of any other name is proposed for use , the Engineer's approval thereof must be obtained before the Contractor procures the proposed substitute. Where the term "or equal", or "or approved equal" is not used in the specifications , this does not necessarily exclude alternative items or material or equipment which may accomplish the intended purpose. However, the Contractor shall have the full responsibility of proving that the proposed substitution is, in fact, equal, and the Engineer, as the representative of the City, shall be the sole judge of the acceptability of substitutions. The provisions of this sub-section as related to "substitutions" shall be applicable to all sections of these specifications. D-35 PRE-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER A. GENERAL: Prior to the reconstruction, ALL sections of existing sanitary sewer lines to be abandoned , removed (except where being replaced in the same location), or rehabilitated (pipe enlargement, cured-in-place pipe , fold and form pipe , slip-line, etc.), shall be cleaned, and a television inspection performed to identify any active sewer service taps, other sewer laterals and their location. Work shall consist of furnishing all labor, material , and equipment necessary for the cleaning and inspection of the sewer lines by means of closed circuit I television. Satisfactory precautions shall be taken to protect the sewer lines from damage that might be inflicted by the improper use of cleaning equipment. ) 1. HIGH VELOCITY JET (HYDROCLEANING) EQUIPMENT: The high-velocity sewer line cleaning equipment shall be constructed for easy and safe operation. The equipment shall also have a selection of two or more high-velocity nozzles. The nozzles shall be capable of producing a scouring action from 15 to 45 degrees in all size lines designated to be cleaned. Equipment shall also include a high-velocity gun for washing and scouring manhole walls and floor. The gun shall be capable of producing flows from a fine spray to a solid stream. The equipment shall carry its own water tank, auxiliary engines, pumps, and hydraulically driven hose reel. Hydraulically Propelled Equipment shall be of a movable dam type and be constructed in such a way that a portion of the dam may be collapsed at any time during the cleaning operation to protect against flooding of the sewer. The movable dam shall be equal in diameter around the outer periphery to ensure removal of grease. If sewer cleaning balls or other equipment, which cannot be collapsed , is used , special precautions to prevent flooding of the sewers and public or private property shall be taken . The flow of sewage present in the sewer lines shall be utilized to provide necessary fluid for hydraulic cleaning devices whenever possible . 2. CLEANING PROCEDURES : The des ignated sewer manholes shall be cleaned using high- velocity jet equipment. The equipment shall be capable of removing dirt, grease, rocks, sand , and other materials and obstructions from the sewer lines and manholes. If cleaning of an entire section cannot be successfully performed from one manhole , the equipment shall be set up on the other manhole and cleaning again attempted. If, again, successful 06/'20/08 SC-24 ) ( ) PART D -SPECIAL CONDITIONS cleaning cannot be performed or equipment fails to traverse the entire manhole section, it will be assumed that a major blockage exists, and the cleaning effort shall be abandoned. When additional quantities of water from fire hydrants are necessary to avoid delay in normal working procedures, the water shall be conserved and not used unnecessarily. No fire hydrant shall be obstructed in case of a fire in the area served by the hydrant. Before using any water from the City Water Distribution System, the Contractor shall apply for and receive permission from the Water Department. The Contractor shall be responsible for the water meter and related charges for the setup , including the water usage bill. All expenses shall be considered incidental to cleaning . 3. DEBRIS REMOVAL AND DISPOSAL: All sludge, dirt, sand, rock, grease, and other solid or semisolid material resulting from the cleaning operation shall be removed at the downstream manhole of the section being cleaned. Passing material from manhole section to manhole section, which could cause line stoppages, accumulations of sand in wet wells, or damage pumping equipment, shall not be permitted. 4. All solids or semisolid resulting from the cleaning operations shall be removed from the site and disposed of at a site designated by the Engineer. All materials shall be removed from the site no less often than at the end of each workday and disposed of at no additional cost to the City. 5. UNDER NO CIRCUMSTANCE SHALL SEWAGE OR SOLIDS REMOVED THEREFROM BE DUMPED ONTO STREETS OR INTO DITCHES, CATCH BASINS, STORM DRAINS OR SANITARY SEWER MANHOLES. 6. TELEVISION INSPECTION EQUIPMENT: The television camera used for the inspection shall be one specifically designed and constructed for such inspection. Lighting for the camera shall be suitable to allow a clear picture of the entire periphery of the pipe. The camera shall be operative in 100% humidity conditions. The camera, television monitor, and other components of the video system shall be capable of producing picture quality to the satisfaction of the Engineer; and if unsatisfactory, equipment shall be removed and no payment will be made for an unsatisfactory inspection . B. EXECUTION: 1. TELEVISION INSPECTION : The camera shall be moved through the line in either direction at a moderate rate, stopping when necessary to permit proper documentation of any sewer service taps. In no case will the television camera be pulled at a speed greater than 30 feet per minute. Manual winches, power winches, TV cable, and powered rewinds or other · devices that do not obstruct the camera view or interfere with proper documentation shall be used to move the camera through the sewer line. 06/'20/08 When manually operated winches are used to pull the television camera through the line, telephones or other suitable means of communications shall be set up between the two manholes of the section being inspected to ensure good communications between members of the crew . The importance of accurate distance measurements is emphasized . All television inspection videotapes shall have a footage counter. Measurement for location of sewer service taps shall be above ground by means of meter device . Marking on the cable, or the SC-25 C ) PART D -SPECIAL CONDITIONS like, which would require interpolation for depth of manhole, will not be allowed. Accuracy of the distance meter shall be checked by use of a walking meter, roll-a-tape, or other suitable device, and the accuracy shall be satisfactory to the Engineer. The City makes no guarantee that all of the sanitary sewers to be entered are clear for the passage of a camera . The methods used for securing passage of the camera are to be at the option of the Contractor. The cost of retrieving the Television camera, under all circumstances, when it becomes lodged during inspection, shall be incidental to Television inspection. 2. DOCUMENTATION: Television Inspection Logs: Printed location records shall be kept by the Contractor and will clearly show the location in relation to an adjacent manhole of each sewer service taps observed during inspection . In addition, other points of significance such as locations of unusual conditions, roots, storm sewer connections, broken pipe, presence of scale and corrosion, and other discernible features will be recorded, and a copy of such records will be supplied to the City. 3. PHOTOGRAPHS : Instant developing, 35 mm, or other standard-size photographs of the television picture of problems shall be taken by the Contractor upon request of the Engineer, as long as such photographing does not interfere with the Contractor's operations. 4 . VIDEOTAPE RECORDINGS: The purpose of tape recording shall be to supply a visual and audio record of problem areas of the lines that may be replayed . Video tape recording playback shall be at the same speed that it was recorded. The television tapes shall be furnished to the City for review immediately upon completion of the television inspection and may be retained a maximum of 30 calendar days. Equipment shall be provided to the City by the Contractor for review of the tapes. The Engineer will return tapes to the Contractor upon completion of review. Tapes shall not be erased without the permission of the Engineer. If the tapes are of such poor quality that the Engineer is unable to evaluate the condition of the sewer line or to locate service connections, the Contractor shall be required to re-televise and provide a good tape of the line at no additional cost to the City. If a good tape cannot be provided of such quality that can be reviewed by the Engineer, no payment for televising this portion shall be made. Also , no payment shall be made for portions of lines not televised or portions where manholes cannot be negotiated with the television camera. THE TAPES SHALL BE SUBMITIED TO THE ENGINEER PRIOR TO CONSTRUCTION FOR REVIEW AND DETERMINATION OF SAGS. Upon completion of review of the tapes by the Engineer, the Contractor will be notified as to which sections of the sanitary sewer are to be corrected. The Engineer will return tapes to the Contractor upon completion of review. All costs associated with this work shall be incidental to unit prices bid for items under Television Inspection of the Proposal. C. PAYMENT OF CLEANING AND PRE-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWERS : The cost for Pre-Construction Cleaning and Television Inspection of sanitary sewers shall be per linear foot of sewer actually televised. The Contractor shall 06120/08 SC-26 ) PART D -SPECIAL CONDITIONS provide the Engineer with tapes of a quality that the particular piece of sewer can be readily evaluated as to existing sewer conditions and for providing appropriate means for review of the tapes by the Engineer including collection and removal, transportation and disposal of sand and debris from the sewers to a legal dump site. Television inspection shall include necessary cleaning (hydraulic jet or mechanical cleaner) to provide video image required for line analysis. The primary purpose of cleaning is for television inspection and rehabilitation ; when a portion of a line is not or cannot be televised or rehabilitated, the cleaning of that portion of line shall be incidental and no payment shall be made. The City makes no guarantee that all of the sanitary sewers to be entered are clear for the passage of a camera. The methods used for securing passage of the camera are to be at the option of the Contractor, and the costs must be included in the bid price for TV Inspections. The cost of retrieving the TV Camera, under all circumstances , when it becomes lodged during inspection , shall be incidental to TV Inspection. The item shall also include all costs of installing and maintaining any bypass pumping required to provide reliable, regular sewer service to the area residents. All bypass pumping shall be incidental to the project. D-36 VACUUM TESTING OF SANITARY SEWER MANHOLES D. GENERAL: This item shall govern the vacuum testing of all newly constructed sanitary sewer manholes. B. EXECUTION: 1. TEST PROCEDURE : Manholes shall be vacuum tested prior to any interior grouting with all connections in place . Lift holes shall be plugged, and all drop-connections and gas sealing connections shall be installed prior to testing . 06/'20/08 The sewer lines entering the manhole shall be plugged and braced to prevent the plugs from being drawn into the manhole. The plugs shall be installed in the lines beyond the drop-connections, gas sealing connections, etc. The test head shall be placed inside the frame at the top of the manhole and inflated in accordance with the manufacturer's recommendations. A vacuum of ten inches of mercury (1 O"Hg) shall be drawn and the vacuum pump will be turned off. With the valve closed, the level of vacuum shall be read after the required test time . The required test time shall be determined from the Table I below in accordance with ASTM C 1244-93: Table I MINIMUM TIME REQUIRED FOR VACUUM DROP OF 1" Hg (10"Hg -9"Hg) (SEC) Depth of MH . 48-lnch Dia . 60-lnch Dia . (FT.) Manhole Manhole Oto 16' 40 sec. 52 sec. 18' 45 sec. 59 sec. SC-27 } PART D -SPECIAL CONDITIONS 20' 50 sec. 65 sec. 22' 55 sec. 72 sec. 24' 59 sec. 78 sec. 26' 64 sec. 85 sec. 28' 69 sec. 91 sec. 30' 74 sec. 98 sec. For Each 5 sec. 6 sec. Additional 2' 1. ACCEPTANCE : The manhole shall be considered acceptable, if the drop in the level of vacuum is less than one-inch of mercury (1" Hg) after the required test time. Any manhole, which fails to pass the initial test, must be repaired by either pressure grouting through the manhole wall or digging to expose the exterior wall of the manhole in order to locate the leak and seal it with an epoxy sealant. The manhole shall be retested as described above until it has successfully passed the test. Following completion of a successful test, the manhole shall be restored to its normal condition, all temporary plugs shall be removed, all braces, equipment, and debris shall be removed and disposed of in a manner satisfactory to the Engineer. C. PAYMENT: Payment for vacuum testing of sanitary sewer manholes shall be paid at the contract price per each vacuum test. This price shall include all material, labor, equipment, and all incidentals, including all bypass pumping , required to complete the test as specified herein. D-37 BYPASS PUMPING The Contractor shall bypass the sewage around the section or sections of sewer to be rehabilitated and/or replaced. The bypass shall be made by plugging existing upstream manhole and pumping the sewage into a downstream manhole or adjacent system or other method as may be approved by the Engineer. The pump and bypass lines shall be of adequate capacity and size to handle the flow without sewage backup occurring to facilities connected to the sewer. Provisions shall be made at driveways and street crossings to permit safe vehicular travel without interrupting flow in the bypass system. Under no circumstances will the Contractor be permitted to discharge sewage into the trenches. Payment shall be incidental to rehabilitation or replacement of the sewer line. D-38 POST-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER A. GENERAL: After construction, ALL sections of sanitary sewer lines shall have a television inspection performed by an independent sub-Contractor hired by the prime Contractor. Work shall consist of furnishing all labor, material, and equipment necessary for inspection of the sewer lines by means of closed circuit television. Satisfactory precautions shall be taken to protect the sewer lines from damage that might be inflicted by the improper use of cleaning equipment. B. TELEVISION INSPECTION EQUIPMENT: The television camera used for the inspection shall be one specifically designed and constructed for such inspection. Lighting for the camera shall 06/'20/08 SC-28 liiiiil I ) PART D -SPECIAL CONDITIONS a . General. All seed used must carry a Texas Testing Seed label showing purity and germination, name, type of seed , and that the seed meets all requirements of the Texas Seed Law. Seed furnished shall be of the previous season's crop and the date of analysis shown on each tag shall be within nine (9) months of time of delivery to the project. Each variety of seed shall be furnished and delivered in separate bags or containers. A sample of each variety of seed shall be furnished for analysis and testing when directed by the Engineer. The specified seed shall equal or exceed the following percentages of Purity and germination : Common Name Purity Germination Common Bermuda Grass 95% 90% Annual Rye Grass 95% 95% Tall Fescue 95% 90% Western Wheatgrass 95% 90% Buffalo Grass Varieties Top Gun 95% 90% Cody 95% 90% Table 120.2.(2)a. URBAN AREA WARM-SEASON SEEDING RATE (lbs.); Pure Live Seed (PLS) Dates Feb 1 to May 1 Mixture for Clay or Tight Soils (Eastern Sections) Bermudagrass 40 Buffalograss 60 (Western Sections) Buffalograss 80 Bermudagrass 20 Total: 100 Total: 100 Table, 120.2.(2)b Mixture for Sandy Soils (All Sections) Bermudagrass 60 Buffalograss 40 Total: 100 TEMPORARY COOL-SEASON SEEDING RATE; (lb.) Pure Live Seed (PLS) Dates (All Sections) Aug 15 Tall Fescue 50 to Western Wheatgrass 50 May 1 Annual Rye 50 Total: 100 CONSTRUCTION METHODS: After the designated areas have been completed to the lines, grades, and cross-sections shown on the Drawings and as provided for in other items of this Contract, seeding of the type specified shall be performed in accordance with the requirements hereinafter described . a. Watering. Seeded areas shall be watered as directed by the Engineer so as to prevent washing of the slopes or dislodgment of the seed. 06/2.0/08 SC-35 ( ) PART D -SPECIAL CONDITIONS b . Finishing . Where applicable, the shoulders , slopes , and ditches shall be smoothed after seed bed preparation has been completed and shaped to conform to the cross-section previously provided and existing at the time planting operations were begun. BROADCAST SEEDING : The seed or seed mixture in the quantity specified shall be uniformly distributed over the areas shown on the Drawings and where directed . If the sowing of seed is by hand, rather than by mechanical methods , the seed shall be sown in two directions at right , angles to each other. Seed and fertilizer shall be distributed at the same time provided the specified uniform rate of application for both is obtained . "Finishing" as specified in Section 0- 45, Construction Methods , is not app licable since no seed bed preparation is required . DISCED SEEDING: Soil over the area shown on the Drawings as directed to be seeded shall be loosened to a minimum depth of three (3) inches and all particles in the seed bed shall be reduced to less than one (1) inch in diameter or they shall be removed . The area shall then be finished to line and grade as specified under "Finishing" in Section 0-45, Construction Methods. The seed, or seed mixture, specified shall then be planted at the rate required and the application shall be made uniform ly . If the sowing of seed is by hand rather than by mechanical methods, seed shall be raked or harrowed into the soil to a depth of approximately one-eight (1/8) inch . The planted area shall be rolled with a corrugated roller of the "Cultipacker" type . All rolling of the slope areas shall be on the contour. ASPHALT MULCH SEEDING: The soil over the area shown on the Drawings, or as directed to be seeded , shall be loosened to the minimum depth of three (3) inches and all particles in the seed bed shall be reduced to less than one (1) inch in diameter, or they shall be removed. The area shall then be finished to line and grade as specified under "Finishing" in Section 0-45, Construction Methods . Water shall then be applied to the cultivated area of the seed bed until a minimum depth of six (6) inches is thoroughly moistened . After the watering, when the ground has become sufficiently dry to be loose and pliable, the seed , or seed mixture specified, shall then be planted at the rate required and the application shall be made uniformly. If the sowing of seed is by hand , rather than mechanical methods, the seed shall be sown in two directions at right angles to each other. Seed and fertilizer may be distributed at the same time, provided the specified uniform rate of application for both is obtained . After planting, the seed shall be raked or harrowed into the soil to a depth of approximately one-quarter (1/4) inch. The planted surface area and giving a smooth surface wjthout ruts or tracks . In between the time compacting is completed and the asphalt is applied , the planted area shall be watered sufficiently to assure uniform moisture from the surface to a minimum of six (6) inches in depth . The application of asphalt shall follow the last watering as rapidly as possible . Asphalt shall be of the type and grade as shown on the Drawings and shall conform to the requirements of the item 300, "Asphalts, Oils and Emulsions". If the type of asphalt to be used is not shown on the Drawings , or if Drawings are not included , then MS-2 shall be used . Applications of the asphalt shall be at a rate of three-tenths (0.3) gallons per square yard . It shall be applied to the area in such a manner so that a complete film is obtained and the finished surface shall be comparatively smooth . 06/20/08 SC-36 .... PART D -SPECIAL CONDITIONS RE-SEEDING OF AREAS PLANTED WITH COOL SEASONS SPECIES : Areas where temporary cool season species have been planted may be replanted beginning February 1 with warm season species as listed in Table 120.2(2)a. The re-seeding will be achieved in the following manner. The cool season species shall be mowed down to a height of one (1) inch to insure that slit-seeding equipment will be able to cut through the turf and achieve adequate soil penetration . * Slit-seeding , is achieved through the use of an implement which cuts a furrow (slit) in the soil and places the seed in the slit which is then pressed close with a cult packer wheel. 4 . HYDROMULCH SEEDING : If hydro mulch seeding is provided, seed mix shall have 95% purity of Bermuda grass and have a germination rate of 90%. Contractor shall ensure that the grass establishes. 5. CONSTRUCTION WITHIN PARK AREAS TURF RESTORATION OF PARK AREAS : FERTILIZER DESCRIPTION: "Fertilizer" will consist of providing and distributing fertilizer over such areas as are designated on the Drawings and in accordance with these Specifications . MATERIALS: All fertilizer used shall be delivered in bags or containers clearly labeled showing the analysis . The fertilizer is subject to testing by the City of Fort Worth in accordance with the Texas Fertilizer Law. A pelleted or granulated fertilizer shall be used with an analysis of 16-20- 0 or 16-5-8 or hav ing the analysis shown on the Drawings . The figures in the analysis represent the percent of nitrogen, phosphoric acid, and potash nutrients respectively as determined by the methods of the Association of Official Agricultural Chemists . In the event it is necessary to substitute a fertilizer of a different analysis , it shall be a pelleted or granulated fertilizer with a lower concentration . Total amount of nutrients furn ished and applied per acre shall equal or exceed that specified for each nutrient. CONSTRUCTION METHODS: When an item for fertilizer is included in the Drawings and proposal, pelleted or granulated fertilizer shall be applied uniformly over the area specified to be fertilized and in the manner directed for the particular item of work. Fertilizer shall be dry and in good physical condition . Fertilizer that is powdered to caked will be rejected. Distribution of fertilizer as a particular item of work shall meet the approval of the Engineer. Unless otherwise indicated on the Drawings , fertilizer shall be applied uniformly at the average rate of three hundred (300) pounds per acre for all types of "Sodding" and four hundred (400) pounds per acre for all types of "Seeding". MEASUREMENT: Topsoil secured from borrow sources will be measured by the square yard in place on the project site . Measurement will be made only on topsoils secured from borrow sources . Acceptable material for "Seeding" will be measured by the linear foot, complete in place . 06120/08 sc~37 PART D -SPECIAL CONDITIONS Acceptable material for "Sodding" will be measured by the linear foot, complete in place . Acceptable material for "Fertilizer" shall be subsidiary to the price of sodding or seeding. PAYMENT: All work performed as ordered and measured shall be subsid iary to the contract unless and otherwise noted in the plans and bid documents to be paid for at the unit price bid for each item of work . Its price shall be full compensation for excavating (except as noted below), loading , hauling, placing and furnishing all labor, equipment, tools, supplies, and incidentals necessary to complete work . All labor, equipment, tools and incidentals necessary to supply, transport, stockpile and place topsoil or salvage topsoil as specified shall be included in "Seeding" or "Sodding" bid items and will not be paid for directly. "Spot sodding" or "block sodding" as the case may be, will be paid for at the contract unit price per square yard, complete in place, as provided in the proposal and contract. The contract unit price shall be the total compensation for furnishing and placing all sod; for all rolling and tamping ; for all watering; for disposal of all surplus materials ; and for all materials, labor, equipment, tools and incidentals necessary to complete the work , all in accordance with the Drawings and these Specifications . The work performed and materials furnished and measured as provided under "Measurement" shall be paid for at the unit price for "Seeding", or "Sodding", of the type specified , as the case may be , which price shall each be full compensation for furnishing all materials and for ( ) performing all operations necessary to complete the work accepted as follows : Fertilizer material and application will not be measured or paid for directly, but is considered subsidiary to Sodding and Seeding. D-46 CONFINED SPACE ENTRY PROGRAM It shall be the responsibility of the contractor to implement and maintain a variable "CONFINED SPACE ENTRY PROGRAM" which must meet OSHA requirements for all its employees and subcontractors at all times during construction. All active sewer manholes, regardless of depth, are defined by OSHA, as "permit required confined spaces". Contractors shall submit an acceptable "CONFINED SPACE ENTRY PROGRAM" for all applicable manholes and maintain an active file for these manholes . The cost of complying with this program shall be subsidiary to the pay items involving work in confined spaces. 06120/08 SC-38 PART D -SPECIAL CONDITIONS D-47 SUBSTANTIAL COMPLETION INSPECTION/FINAL INSPECTION 7 . Prior to the final inspection being conducted for the project, the contractor shall contact the city inspector in writing when the entire project or a designated portion of the project is -substantially complete . ) 8. The inspector along with appropriate City staff and the City's consultant shall make an inspection of the substantially completed work and prepare and submit to the contractor a list of items needing to be completed or corrected . 9 . The contractor shall take immediate steps to rectify the listed deficiencies and notify the owner in writing when all the items have been completed or corrected. 10. Payment for substantial completion inspection as well as final inspection shall be subsidiary to the project price. Contractor shall still be required to address all other deficiencies, which are discovered at the time of final inspection . 11 . Final inspection shall be in conformance with general cond ition item "C5-5 .'18 Final Inspection" of PART C -GENERAL CONDITIONS. D-48 EXCAVATION NEAR TREES (WHERE IDENTIFIED ON THE PLANS) 1. The Contractor shall be responsible for taking measures to minimize damage to tree limbs, tree trunks, and tree roots at each work site. All such measures shall be considered as incidental work included in the Contract Unit Price bid for applicable pipe or structure installation except for short tunneling/tree augering . 2 . Any and all trees located within the equipment operating area at each work site shall, at the direction of the Engineer, be protected by erecting a "snow fence" along the drip line or edge of the tree root system between tree and the construction area . 3 . Contractor shall inspect each work site in advance and arrange to have any tree limbs pruned that might be damaged by equipment operations. The Engineer shall be notified at least 24 hours prior to any tree trimming work. No trimming work will be permitted within private property without written permission of the Owner. 4. Nothing shall be stored over the tree root system within the drip line area of any tree . 5 . Before excavation (off the roadway) within the drip line area of any tree, the earth shall be sawcut for a minimum depth of 2 feet. 6 . At designated locations shown on the drawings, the "short tunnel" method using Class 51 D.I. pipe shall be utilized. 7. Except in areas where clearing is allowed, all trees up to 8" in diameter damaged during construction shall be removed and replaced with the same type and diameter tree at the contractor's expense. 8. Contractor shall employ a qualified landscaper for all the work required for tree care to ensure utilization of the best agricultural practices and procedures. 06/20/08 SC-39 ( ) PART D -SPECIAL CONDITIONS 9 . Short tunneling shall consist of power augering or hand excavation . The tunnel diameter shall not be larger than 1-1/2 times the outside pipe diameter. Voids remaining after pipe installation shall be pressure grouted. D-49 CONCRETE ENCASEMENT OF SEWER PIPE Concrete encasement of sewers shall be paid for at the Contract Unit Price per linear foot of concrete encasement as measured in place along the centerline of the pipe for each pipe diameter indicated . The Contract Unit Price shall include all costs associated with installation and reinforcement of the concrete encasement. D-50 CLAY DAM Clay dam construction shall be performed in accordance with the Wastewater Clay Dam Construction, figure in the Drawings in these Specifications, at locations indicated on the Drawings or as directed by the City. Clay dams shall be keyed into undisturbed soil to make an impervious barrier to reduce groundwater percolation through the pipeline trench . Construction material shall consist of compacted bentonite clay or 2:27 concrete . Payment for work such as forming , placing and finishing shall be subsidiary to the price bid for pipe installation . D-51 EXPLORATORY EXCAVATION (D-HOLE) The Contractor shall be responsible for verifying the locations of all existing utilities prior to construction, in accordance with item D-6 . At locations identified on the drawings , contractor shall conduct an exploratory excavation (D-Hole), to locate and verify the location and elevation of the existing underground utility where it may be in potential conflict with a proposed facility alignment. The exploratory excavation shall be conducted prior to construction of the entire project only at locations denoted on the plans or as directed by the engineer. Contractor shall submit a report of findings (including surveyed elevations of existing conflicting utilities) to the City prior to the start of construction of the entire project. If the contractor determines an existing utility is in conflict with the proposed facility, the contractor shall contact the engineer immediately for appropriate design modifications. The contractor shall make the necessary repairs at the exploratory excavation (D-Hole) to obtain a safe and proper driving surface to ensure the safety of the general public and to meet the approval of the City inspector. The contractor shall be liable for any and all damages incurred due to the exploratory excavation (D-Hole). Payment shall not be made for verification of existing utilities per item D-6. Payment for exploratory excavation (D-Hole), at locations identified on the plans or as directed by the Engineer, shall include full compensation for all materials, excavation , surface restoration , field surveys, and all incidentals necessary to complete the work , shall be the unit price bid . No payment shall be made for exploratory excavation(s) conducted after construction has begun. D-52 INSTALLATION OF WATER FACILITIES 06120/08 52.1 Polyvinyl Chloride (PVC) Water Pipe POLYVINYL Chloride Plastic Water Pipe and fittings on this Project shall be in accordance with the material standard contained in the General Contract Documents. Payment for work such as backfill , bedding, blocking, detectable tapes and all other associated appurtenant required, shall be included in the linear foot price bid of the appropriate BID ITEM(S). SC-40 I ) 06120/08 PART D -SPECIAL CONDITIONS 52.2 Blocking Concrete blocking on this Project will necessarily be required as shown on the Plans and shall be installed in accordance with the General Contract Documents. All valves shall have concrete blocking provided for supporting. No separate payment will be made for any of the work involved for the item and all costs incurred will be considered to be included in the linear foot bid price of the pipe or the bid price of the valve. 52.3 Type of Casing Pipe 1. WATER: The casing pipe for open cut and bored or tunneled section shall be AWWA C-200 Fabricated Electrically Welded Steel Water Pipe, and shall conform to the provisions of E1-15, E1-5 and E1-9 in Material Specifications of General Contract Documents and Specifications for Water Department Projects . The steel casing pipe shall be supplied as follows : For the inside and outside of casing pipe, coal-tar protective coating in accordance with the requirements of Sec. 2 .2 and related sections in AWWA C-203. Touch-up after field welds shall provide coating equal to those specified above . C. Minimum thickness for casing pipe used shall be 0.375 inch . Stainless Steel Casing Spacers (centering style) such as manufactured by Cascade Waterworks Manufacturing Company or an approved equal shall be used on all non- concrete pipes when installed in casing. Installation shall be as recommended by the Manufacturer. 2. SEWER: Boring used on this project shall be in accordance with the material standard E1-15 and Construction standard E2-15 as per Fig . 110 of the General Contract Documents. 3. PAYMENT: Payment for all materials, labor, equipment, excavation, concrete grout, backfill, and incidental work shall be included in the unit price bid per foot. 52.4 Tie-Ins The Contractor shall be responsible for making tie-ins to the existing water mains. It shall be the responsibility of the Contractor to verify the exact location and elevation of the existing line tie-ins . And any differences in locations and elevation of existing line tie-ins between the contract drawings and what may be encountered in the field shall be considered as incidental to construction. The cost of making tie-ins to existing water or sanitary sewer mains shall be included in the linear foot bid price of the pipe. 52.5 Connection of Existing Mains The Contractor shall determine the exact location , elevation, configuration and angulation of existing water or sanitary sewer lines prior to manufacturing of the connecting piece. Any differences in locations, elevation, configuration, and or angulation of existing lines between the contract drawings and what may be encountered in the said work shall be considered as incidental to construction. Where it is required to shut down existing mains in order to make proposed connections, such down time shall be coordinated with the SC-41 06120/08 PART D -SPECIAL CONDITIONS Engineer, and all efforts shall be made to keep this down time to a minimum . In case of shutting down an existing main , the Contractor shall notify the City Project Manager, Construction Services , Phone 817-392-8306, at least 48-hours prior to the required shut down time. The Contractor's attention is directed to Paragraph CS-5 .15 INTERRUPTION OF SERVICE , Page CS-5(5), PART C -GENERAL CONDITIONS OF THE WATER DEPARTMENT GENERAL CONTRACT DOCUMENTS AND GENERAL SPECIFICATIONS. The Contractor shall notify the customer both personally and in writing as to the location, time, and schedule of the service interruption. The cost of removing any existing concrete blocking shall be included in the cost of connection . Unless bid separately all cost incurred shall be included in the linear foot price bid for the appropriate pipe size. 52.6 Valve Cut-Ins It may be necessary to cut-in gate valves to isolate the water main from which the extension and/or replacement is to be connected . This may require closing valves in other lines and putting consumers out of service for that period of time necessary to cut in the new valve ; the work must be expedited to the utmost and all such cut-ins must be coordinated with the engineer in charge of inspection . All consumers shall be individually advised prior to the shut out and advised of the approximate length of time they may be without service. Payment for work such as backfill, bedding, fittings , blocking and all other associated appurtenants required , shall be included in the price of the appropriate bid items. 52. 7 Water Services The relocation, replacement , or reconnection of water services will be required as shown on the plans , and/or as described in these Special Contract Documents in addition to those located in the field and identified by the Engineer. All service's shall be constructed by the contractor utilizing approved factory manufactured tap saddles (when required) and corporation stops, type K copper water tubing, curb stops with lock wings, meter boxes, and if requ ired approved manufactured service branches . All materials used shall be as specified in the Material Standards (E1-17 & E1-18) contained in the General Contract Documents . All water services to be replaced shall be installed at a minimum depth of 36 inches below final grade. All existing 3/4-inch water service lines which are to be replaced shall be replaced with 1- inch Type K copper, 1-inch diameter tap saddle when required , and 1-inch corporation from the main line to the meter box. All services which are to be replaced or relocated shall be installed with the service main tap and service line being in line with the service meter unless otherwise directed by the Engineer. A minimum of 24 hours advance notice shall be given when service interruption will be required as specified in Section CS-5.15 INTERRUPTION OF SERVICE . SC-42 - PART D -SPECIAL CONDITIONS All water service meters shall be removed, tagged, and collected by the contractor for pickup by the Water Department for reconditioning or replacement. After installation of the water service in the proposed location and receipt of a meter from the project inspector the contractor shall install the meter. The meter box shall be reset as necessary to be flush with existing ground or as otherwise directed by the Engineer. All such work on the outlet side of the service meter shall be performed by a licensed plumber. 1. WATER SERVICE REPLACEMENTS : Water service replacement or relocation is required when the existing service is lead or is too shallow to avoid breakage during street reconstruction. The contractor shall replace the existing service line with Type K copper from the main to the meter, curb stop with lock wings , and corporation stop . Payment for all work and materials such as backfill , fittings , type K copper tubing, curb stop with lock wings, service line adjustment , and any relocation of up to 12-inches from center line existing meter location to center line proposed meter location shall be included in the Linear Foot price bid for Copper Service Line from Main to five (5) feet behind Meter. Any vertical adjustment of customer service line within the 5 foot area shall be subsidiary to the service installation . Payment for all work and materials such as tap saddle (if required), corporation stops, and fittings shall be included in the price bid for Service Taps to Main. 1. WATER SERVICE RECONNECTION : Water service reconnection is required when the existing service is copper and at adequate depth to avoid breakage during street reconstruction. The contractor shall adjust the existing water service line as required for reconnection and furnish a new tap with corporation stop. The contractor will be paid for one (1) Service Tap to Main for each service reconnected plus for any copper service line used in excess of five (5) feet from Main to five (5) feet behind the Meter. 2. WATER SERVICE .METER AND METER BOX RELOCATIONS : When the replacement and relocation of a water service and meter box is required and the location of the meter and meter box is moved more than twelve (12) inches, as measured from the .center line of the existing meter to location to the center line of the proposed meter location, separate payment will be allowed for the relocation of service meter and meter box. Centerline is defined by a line extended from the service tap through the meter. Only relocations made perpendicular to this centerline will be paid for separately . Relocations made along the centerline will be paid of in feet of copper service line . When relocation of service meter and meter box is required, payment for all work and materials such as backfill, fittings, five (5) feet of type K copper service and all materials, labor, and equipment used by and for the licensed plumber shall be included in the price bid for the service meter relocation. All other costs will be included in other appropriate bid item(s). This item will also be used to pay for all service meter and meter box relocations as required by the Engineer when the service line is not being replaced. Adjustment of only the meter box and customer service line within 5 feet distance behind the meter will not justify separate payment at any time . Locations with multiple service branches will be paid -,i ) for as one service meter and meter box relocation . 06120/os SC-43 PART D -SPECIAL CONDITIONS 4 . NEW SERVICE: When new services are required the contractor shall install tap saddle (when required), corporation stop, type K copper service line, curb stop with lock wings, and meter box. Reinforced plast ic meter boxes with cast iron lid shall be provided for all 2 inch water meters or smaller. The reinforced plastic water meter boxes shall comply with section E1-18A-Reinforced Plastic Water Meter Boxes. Payment for all work and materials such as backfill, fittings, type K copper tubing, and curb stop with lock wings shall be included in the Linear Foot price bid for Service Line from Main to Meter five (5) feet behind the meter. Payment for all work and materials such as tap saddle, corporation stops, and fittings shall be included in the price bid for Service Taps to Mains. - Payment for all work and materials such as furnishing and setting new meter box shall be included in the price bid for furnish and set meter box. 1. MULTIPLE SERVICE BRANCHES: When multiple service branches are required the contractor shall furnish approved factory manufactured branches. Payment for multiple service branches will include furnishing and installing the multiple service branch only and all other cost will be included in other appropriate bid item(s). 2. MULTIPLE STREET SERVICE LINES TO SINGLE SERVICE METER: Any multiple service lines with taps servicing a single service meter encountered during construction shall be replaced with one service line that is applicable for the size of the existing service meter and approved by the Engineer. Payment shall be made at the unit bid price in the appropriate bid item(s). 52.8 2-lnch Temporary Service Line A. The 2-inch temporary service main and 3/4-inch service lines shall be installed to provide temporary water service to all buildings that will necessarily be required to have severed water service during said work . The contractor shall be responsible for coordinating the schedule of the temporary service connections and permanent service reconnections with the building owners and the Eng ineer in order that the work be performed in an expeditious manner. Severed water service must be reconnected within 2 hours of discontinuance of service. 06120/08 A 2-inch tapping saddle and 2-inch corporation stop or 2-inch gate valve with an appropriate fire hydrant adapter fitting shall be required at the temporary service point of connection to the City water supply . The 2-inch temporary service main and 3/4-inch service lines shall be installed in accordance to the attached figures 1, 2 and 3. 2" temporary service line shall be cleaned and sterilized by using chlorine gas or chlorinated lime (HTH) prior to installation. The out-of-service meters shall be removed, tagged and collected by the Contractor for delivery to the Water Department Meter Shop for reconditioning or replacement. Upon restoring permanent service, the Contractor shall re-install the meters at the correct location . The meter box shall be reset as necessary to be flush with the existing ground or as otherwise directed by the Engineer. SC-44 liiill -r ) PART D -SPECIAL CONDITIONS The temporary service layout shall have a minimum available flow rate of 5 GPM at a dynamic pressure of 35 PSI per service tap. This criteria shall be used by the Contractor to determine the length of temporary service allowed , number of service taps and number of feed points . When the temporary service is required for more than one location the 2-inch temporary serv ice pipes , 3/4-inch service lines and the 2-inch meter shall be moved to the next successive project location. Payment for work such as fittings, 3/4-inch service lines , asphalt , barricades, all service connections , removal of temporary services and all other associated appurtenants required , shall be included in the appropriate bid item. B. In order to accurately measure the amount of water used during construction , the Contractor will install a fire hydrant meter for all temporary service lines . Water used during construction for flushing new mains that cannot be metered from a hydrant will be estimated as accurately as possible . At the pre-construction conference the contractor will advise the inspector of the number of meters that will be needed along with the locations where they will be used. The inspector will deliver the hydrant meters to the locations . After installation, the contractor will take full responsibility for the meters until such time as the contractor returns those meters to the inspector. Any damage to the meters will be the sole responsibility of the contractor. The Water Department Meter Shop will evaluate the condition of the meters upon return and if repairs are needed the contractor will receive an invoice for those repairs . The issued meter is for this specific project and location only. Any water that the contractor may need for personal use will require a separate hydrant meter obtained by the Contractor, at its cost , from the Water Department. 06120/08 52.9 Purging and Sterilization of Water Lines Before being placed into service all newly constructed water lines shall be purged and sterilized in accordance with E2-24 of the General Contract Documents and Specifications except as modified herein . The City will provide all water for INITIAL cleaning and sterilization of water lines. All materials for construction of the project , including appropriately sized "pipe cleaning pigs", chlorine gas or chlorinated lime (HTH) shall be furnished by the Contractor. Chlorinated lime (HTH} shall be used in sufficient quantities to provide a chlorine residual of fifty (50) PPM . The residual of free chlorine shall be measured after 24 hours and shall not be less than 10 parts per million of free chlorine . Chlorinated water shall be disposed of in the sanitary sewer system . Should a sanitary sewer not be available, chlorinated water shall be "de-chlorinated " prior to disposal. The line may not be placed in service until two successive sets of samples , taken 24 hours apart, have met the established standards of purity . Purging and sterilizat ion of the water lines shall be considered as incidental to the project and all costs incurred will be considered to be included in the linear foot bid price of the pipe . 52.10 Work Near Pressure Plane Boundaries Contractor shall take note that the water line to be replaced under this contract may cross or may be in close proximity to an existing pressure plane boundary . Care shall be taken to ensure all "pressure plane" valves installed are installed closed and no cross connections are made between pressure planes SC-45 ) 06/20/08 PART D -SPECIAL CONDITIONS 52.11 Water Sample Station GENERAL: All water sampling station installations will be per attached Figure 34 or as required in large water meter vaults as per Figure 33 unless otherwise directed by the Engineer. The appropriate water sampling station will be furnished to the Contractor free of charge; however, the Contractor will be required to pick up this item at the Field Operations Warehouse. PAYMENT FOR FIGURE 34 INSTALLATIONS: Payment for all work and materials necessary for the installation of the 3/4-inch type K copper service line will be shall be included in the price bid for copper Service Line from Main to Meter. Payment for all work and materials necessary for the installation tap saddle (if required), corporation stops, and fittings shall be included in the price bid for Service Taps to Main. Payment for all work and materials necessary for the installation of the sampling station, concrete support block, curb stop, fittings, and an incidental 5-feet of type K copper service line which are required to provide a complete and functional water sampling station shall be included in the price bid for Water Sample Stations. PAYMENT FOR FIGURE 33 INSTALLATIONS: Payment for all work and materials necessary for the installation tap saddle, gate valve, and fittings shall be included in the price bid for Service Taps to Main . Payment for all work and materials necessary for the installation of the sampling station, modification to the vault, fittings, and all type K copper service line which are required to provide a complete and functional water sampling station shall be included in the price bid for Water Sample Stations . 52.12 Ductile Iron and Gray Iron Fittings Reference Part E2 Construction Specifications, Section E2-7 Installing Cast Iron Pipe, fittings, and Specials, Sub section E2-7.11 Cast Iron Fittings: E2-7.11 DUCTILE-IRON AND GRAY-IRON FIITINGS: All ductile-iron and gray-iron fittings shall be furnished with cement mortar lining as stated in Section E1-7. The price bid per ton of fittings shall be payment in full for all fittings, joint accessories, polyethylene wrapping, horizontal concrete blocking, vertical tie-down concrete blocking, and concrete cradle necessary for construction as designed. All ductile-iron and gray-iron fittings, valves and specials shall be wrapped with polyethylene wrapping conforming to Material Specification E 1-13 and Construction Specification E2-13 . Wrapping shall precede horizontal concrete blocking, vertical tie-down concrete blocking, and concrete cradle. Payment for the polyethylene wrapping, horizontal concrete blocking, vertical tie-down concrete blocking, and concrete cradle shall be included in bid items for vales and fittings and no other payments will be allowed . SC-46 - PART D -SPECIAL CONDITIONS ) D-53 SPRINKLING FOR DUST CONTROL All applicable provisions of Standard Specifications Item 200, "Sprinkling for Dust Control" shall apply. However, no direct payment will be made for this item and it shall be considered to this contract. D-54 DEWATERING The Contractor shall be responsible for determining the method of dewatering operation for the water or sewage flows from the existing mains and ground water. The Contractor shall be responsible for damage of any nature resulting from the dewatering operations. The DISCHARGE from any dewatering operation shall be conducted as approved by the Engineer. Ground water shall not be discharged into sanitary sewers. Dewatering shall be considered as incidental to a construction and all costs incurred will be considered to be included in the project price . D-55 TRENCH EXCAVATION ON DEEP TRENCHES Contractor to prevent any water flowing into open trench during construction. Contractor shall not leave excavated trench open overnight. Contractor shall fill any trench the same day of excavation. No extra payment shall be allowed for this special condition . ._ D-56 TREE PRUNING A. REFERENCES: National Arborist Association's "Pruning Standards for Shade Trees". B. ROOT PRUNING EQUIPMENT 1. Vibratory Knife 2 . Vermeer V-1550RC Root Pruner C. NATURAL RESOURCES PROTECTION FENCE 3. Steel "T" = Bar stakes , 6 feet long. 4 . Smooth Horse-Wire: 14-1/2 gauge (medium gauge) or 12 gauge (heavy gauge). 5. Surveyor's Plastic Flagging: "Tundra" weight, International fluorescent orange or red color. 6 . Combination Fence : Commercially manufactured combination soil separator fabric on wire mesh backing as shown on the Drawings. D. ROOT PRUNING 06120/08 7. Survey and stake location of root pruning trenches as shown on drawings . 8. Using the approved specified equipment, make a cut a minimum of 36 inches deep in order to minimize damage to the undisturbed root zone. SC-47 ) ( j PART D -SPECIAL CONDITIONS 9 . Backfill and compact the trench immediately after trenching . 10 . Place a 3-foot wide by 4-inch deep cover of mulch over the trench as required by the Engineer. 11 . Within 24 hours , prune flush with ground and backfill any exposed roots due to construction activity . Cover with wood chips of mulch in order to equalize soil temperature and minimize water loss due to evaporation. 12 . Limit any grading work within conservation areas to 3-inch maximum cut or fill, with no roots over 1-inch diameter being cut unless cut by hand or cut by specified methods, equipment and protection. E. MULCHING : Apply 2-inches to 4-inches of wood ch ips from trimming or clearing operation on areas designated by the Engineer. F. Tree Pruning shall be considered subsidiary to the project contract price . D-57 TREE REMOVAL Trees to be removed shall be removed using applicable methods, including stump and root ball removal, load ing, hauling and dumping. Extra caution shall be taken to not disrupt existing utilities both overhead and buried. The Contractor shall immediately repair or replace any damage to utilities and private property including , but not limited to, water and sewer services , pavement, fences, walls, sprinkler system piping, etc ., at no cost to the Owner. All costs for tree removal, including temporary service costs , shall be considered subsidiary to the project contract price and no add itional payment will be allowed . D-58 TEST HOLES The matter of subsurface exploration to ascertain the nature of the so ils, including the amount of rock, if any, through which this pipeline installation is to be made is the responsibility of any and all prospective bidders, and any bidder on this project shall submit his bid under this condition. Whether prospective bidders perform this subsurface exploration jointly or independently, and whether they make such determination by the use of test holes or other means, shall be left to the discretion of such prospective bidders . If test borings have been made and are provided for bidder's information , at the locations shown on the logs of borings in the appendix of this specification, it is expressly declared that neither the City nor the Engineer guarantees the accuracy for the information or that the material encountered in excavations is the same , either in character, location, or elevation, as shown on the boring logs . It shall be the responsibility of the bidder to make such subsurface investigations, as he deems necessary to determine the nature of the material to be excavated. The Contractor assumes all responsibility for interpretation of these records and for making and maintaining the required excavation and of doing other work affected by the geology of the site. The cost of all rock removal and other associated appurtenances , if required, shall be included in the linear foot bid price of the pipe. D-59 PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION AND NOTIFICATION ) OF TEMPORARY WATER SERVICE INTERRUPTION DURING CONSTRUCTION 06/'20/08 SC-48 PART D -SPECIAL CONDITIONS Prior to beginning construction on any block in the project, the contractor shall, on a block by block basis, prepare and deliver a notice or flyer of the pending construction to the front door of each residence or business that will be impacted by construction . The notice shall be prepared as follows : The notification notice or flyer shall be posted seven (7) days prior to beginning any construction activity on each block in the project area . The flyer shall be prepared on the Contractor's letterhead and shall include the following information: Name of Project, DOE No ., Scope of Project (i.e . type of construction activity), actual construction duration within the block , the name of the contractor's foreman and his phone number, the name of the City's inspector and his phone number and the City's after-hours phone number. A sample of the 'pre-construction notification' flyer is attached . The contractor shall submit a schedule showing the construction start and finish time for each block of the project to the inspector. In addition, a copy of the flyer shall be delivered to the City Inspector for his review prior to being distributed. The contractor will not be allowed to begin construction on any block until the flyer is delivered to all residents of the block. In the event it becomes necessary to temporarily shut down water service to residents or businesses during construction, the contractor shall prepare and deliver a notice or flyer of the pending interruption to the front door of each affected resident. The notice shall be prepared as follows : The notification or flyer shall be posted twenty-four (24) prior to the temporary interruption. The flyer shall be prepared on the contractor's letterhead and shall include the following information : Name of the project, DOE number, the date of the interruption of service, the period the interruption will take place, the name of the contractor's foreman and his phone number and the name of the City's inspector and his phone number. A sample of the temporary water service interruption notification is attached. A copy of the temporary interruption notification shall be delivered to the inspector for his review prior to being distributed . The contractor shall not be permitted to proceed with interruption of water service until the flyer has been delivered to all affected residents and businesses. Electronic versions of the sample flyers can be obtained from the Construction office at (817) 392- 8306. All work involved with the notification flyers shall be considered subsidiary to the contract price and no additional compensation shall be made . D-60 TRAFFIC BUTTONS The removal and replacement of traffic buttons is the responsibility of the contractor and shall be considered a subsidiary item . In the event that the contractor prefers for the Signals , Signs and Markings Division (SSMD) of the Transportation/Public Works Department to install the markings, the contractor shall contact SSMD at (817) 392-8770 and shall reimburse SSMD for all costs incurred, both labor and material. No additional compensation shall be made to the contractor for this reimbursement. ) D-61 SANITARY SEWER SERVICE CLEANOUTS 06/W/08 SC-49 ( ( PART D -SPECIAL CONDITIONS Whenever a sanitary sewer service line is installed or replaced, the Contractor shall install a two- way service cleanout as shown in the attached detail. Cleanouts are to be installed out of high traffic areas such as driveways , streets, sidewalks, etc. whenever possible. When it is not possible, the cleanout stack and cap shall be cast iron. Payment for all work and materials necessary for the installation of the two-way service cleanout which are required to provide a complete and functional sanitary sewer cleanout shall be included in the price bid for Sanitary Sewer Service Cleanouts. D-62 TEMPORARY PAVEMENT REPAIR The Contractor shall provide a temporary pavement repair immediately after trench backfill and compaction using a minimum of 2-inc hes of hot mix asphalt over a minimum of 6-inches of compacted flex base. The existing asphalt shall be saw cut to provide a uniform edge and the entire width and length of the temporary repair shall be rolled with a steel asphalt roller to provide smooth rideability on the street as well as provide a smooth transition between the existing pavement and the temporary repair. Cost of saw cutting shall be subsidiary to the temporary pavement repair pay item . The contractor shall be respons ible for maintaining the temporary pavement until the paving contractor has mobilized. The paving contractor shall assume maintenance responsibility upon such mobilization . No additional compensation shall be made for maintaining the temporary pavement. D-63 CONSTRUCTION STAKES The City, through its Surveyor or agent, will provide to the Contractor construction stakes or other customary method of markings as may be found consistent with professional practice, establishing line and grades for roadway and utility construction, and centerlines and benchmarks for bridgework . These stakes shall be set sufficiently in advance to avoid delay whenever practical. One set of stakes shall be set for all utility construction (water, sanitary sewer, drainage etc.), and one set of excavation/or stabilization stakes, and one set of stakes for curb and gutter/or paving . It shall be the sole responsibility of the Contractor to preserve, maintain, transfer, etc., all stakes furnished until completion of the construct ion phase of the project for which they were furnished. If the City or its agent determines that a sufficient number of stakes or markings provided by the City, have been lost, destroyed, or disturbed , to prevent the proper prosecution and control of the work contracted for in the Contract Documents, it shall be the Contractor's responsibility, at the Contractor's sole expense, to have such stakes replaced by an individual registered by the Texas Board of Professional Land Surveyor as a Registered Land Surveyor. No claims for delay due to lack of replacement of construction stakes will be accepted , and time will continue to be charged in accordance with the Contract Documents . D-64 EASEMENTS AND PERMITS The performance of this contract requires certain temporary construction, right-of-entry agreements, and/or permits to perform work on private property . The City has attempted to obtain the temporary cons t ruction and/or right-of-entry agreements for properties where construction activity is necessary on City owned facilities , such as sewer lines or manholes. For locations where the City was unable to obtain the easement or right-of-entry, it shall be the Contractor's responsibility to obtain the agreement prior to beginning work on subject 06120/08 SC-50 ..L ) PART D -SPECIAL CONDITIONS property . This shall be subsidiary to the contract. The agreements , which the City has obtained, are available to the Contractor for review by contacting the plans desk at the Department of Engineering , City of Fort Worth. Also , it shall be the responsibility of the Contractor to obtain written permission from property owners to perform such work as cleanout repair and sewer service replacement on private property. Contractor shall adhere to all requirements of Paragraph C6-6.10 of the General Contract Documents. The Contractor's attention is directed to the agreement terms along with any special conditions that may have been imposed on these agreements, by the property owners. The easements and/or private property shall be cleaned up after use and restored to its original condition or better. In event additional work room is required by the Contractor, it shall be the Contractor's responsibility to obtain written permission from the property owners involved for the use of additional property required. No additional payment will be allowed for this item . The City has obtained the necessary documentation for railroad and/or highway permits required for construction of this project. The Contractor shall be responsible for thoroughly reviewing , understanding and complying with all provisions of such permits, including obtaining the requisite insurance, and shall pay any and all costs associated with or required by the permit(s). It is the Contractor's responsibility to provide the required flagmen and/or provide payment to the appropriate railroad/agency for all flagmen during construction in railroad/agency right-of-way . For railroad permits, any and all railroad insurance costs and any other incidental costs necessary to meet the conditions associated with permit(s) compliance , including payment for flagmen , shall be included in the lump sum pay bid item for "Associated Costs for Construction within Railroad/ Agency Right-of-way". No additional compensation shall be allowed on this pay item . D-65 PRE-CONSTRUCTION NEIGHBORHOOD MEETING After the pre-construction conference has been held but before construction is allowed to begin on this project a public meeting will be held at a location to be determined by the Engineer. The contractor, inspector, and project manager shall meet with all affected residents and present the projected schedule , including construction start date , and answer any construction related questions. Every effort will be made to schedule the neighborhood meeting within the two weeks following the pre-construction conference but in no case will construction be allowed to begin until this meeting is held. D-66 WAGE RATES Compliance with and Enforcement of Prevailing Wage Laws Duty to pay Prevailing Wage Rates . The contractor shall comply with all requirements of Chapter 2258 , Texas Government Code (Chapter 2258), includ ing the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258 . Such prevailing wage rates are included in these contract documents . Penalty for Violation. A contractor or any subcontractor who does not pay the prevailing wage shall, upon demand made by the City , pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents . 06/'20/08 SC-51 () PART D -SPECIAL CONDITIONS This penalty shall be retained by the City to offset its administrative costs , pursuant to Texas Government Code 2258 .023 . Complaints of Violations and City Determination of Good Cause . On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023 , Texas Government Code , by a contractor or subcontractor, the City shall make an initial determination, before the 31st day after the date the City receives the information , as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the contractor or subcontractor and any affected worker of its initial determination . Upon the City's determination that there is good cause to believe the contractor or subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation . Arbitration Required if Violation Not Resolved . An issue relating to an alleged violation of Section 2258 .023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq ., Revised Statutes) if the contractor or subcontractor and any affected worker do not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to paragraph (c) above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 11th day after the date that arbitration is required , a district court shall appoint an arbitrator on the petition of any of the persons . The City is not a party in the arbitration . The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction . Records to be Maintained . The contractor and each subcontractor shall , for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City . The provisions of the Audit section of these contract documents shall pertain to this inspection. Pay Estimates . With each partial payment estimate or payroll period , whichever is less , the contractor shall submit an affidavit stating that the contractor has complied with the requirements of Chapter 2258 , Texas Government Code . Posting of Wage Rates . The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times . Subcontractor Compliance. The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs (a) through (g) above . (Wage rates are attached at the end of this section .) (Attached) 06120/08 SC-52 ) PART D -SPECIAL CONDITIONS D-67 REMOVAL AND DISPOSAL OF ASBESTOS CEMENT PIPE A. It is the intent of the City of Fort Worth to comply with the requirements of the Asbestos National Emissions Standards for Hazardous Air Pollutants (NESHAP) found at 40 CFR Part 61 , Subpart M . This specification will establish procedures to be used by all Excavators in the removal and disposal of asbestos cement pipe (ACP) in compliance with NESHAP. Nothing in this specification shall be construed to vo id any provision of a contract or other law, ordinance, regulation or policy whose requirements are more stringent. B. ACP is defined under NESHAP as a Category II, non-friable material in its intact state but which may become friable upon removal, demolition and/or disposal. Consequently, if the removal/ disposal process renders the ACP friable, it is regulated under the disposal requirements of 40 CFR 61 .150. A NESHAP notification must be filed with the Texas Department of Health . The notification must be filed at least ten days prior to removal of the material. If it remains in its non -friable state , as defined by the NESHAP, it can be disposed as a conventional construction waste . The Environmental Protection Agency (EPA) defines friable as material, when dry, which may be crumbled, pulverized or reduced to powder by hand pressures. C . The Generator of the hazardous material is responsible for the identification and proper handling , transportation, and disposal of the material. Therefore , it is the policy of the City of Fort Worth that the Excavator is the Generator regardless of whether the pipe is friable or not. D. It is the intent of the City of Fort Worth that all ACP shall be removed in such careful and prudent manner that it remains intact and does not become friable . The Excavator is responsible to employ those means , methods, techniques and sequences to ensure this result. E. Compliance with all aspects of worker safety and health regulations including but not limited to the OSHA Asbestos Standard is the responsibil ity of the Excavator. The City of Fort Worth assumes no responsibility for compliance programs , which are the responsibility of the Excavator. (Copy of forms attached) F. The removal and disposal of ACP shall be subsidiary to the cost of installing the new pipe unless otherwise stated or indicated on the project plans or contract documents . D-68 STORM WATER POLLUTION PREVENTION (FOR DISTURBED AREAS GREATER THAN 1 ACRE) PERMIT: As defined by Texas Commission on Environmental Quality (TCEQ) regulations , a Texas Pollutant Discharge El imination System (TPDES) General Construction Permit is required for all construction activities that result in the disturbance of one to five acres (Small Construction Activity) or five or more acres of total land (Large Construction Activity). The contractor is defined as an "operator" by state regulations and is required to obtain a permit. Information concerning the 06120/08 SC-53 ( ) ( ) ) PART D -SPECIAL CONDITIONS permit can be obtained through the Internet at http://www.tnrcc.state .tx.us/permitting/water perm/wwperm/construct.html. Soil stab ilization and structural practices have been selected and designed in accordance with North Central Texas Council of Governments Best Management Practices and Erosion Control Manual for Construction Activities (BMP Manual). This manual can be obtained through the Internet at www.dfwstormwater.com/runoff.html. Not all of the structural controls discussed in the BMP Manual will necessarily apply to this project. Best Management Practices are construction management techniques that, if properly utilized , can minimize the need for physical controls and possible reduce costs. The methods of control shall result in minimum sediment retention of not less than 70%. NOTICE OF INTENT (NOi): If the project will result in a total land disturbance equal to or greater than 5 acres, the contractor shall sign at the pre-construction meeting a TCEQ Notice of Intent (NOi) form prepared by the engineer. It serves as a notification to the TCEQ of construction activity as well as a commitment that the contractor understands the requirements of the permit for storm water discharges from construction activities and that measures will be taken to implement and maintain storm water pollution prevention at the site . The NOi shall be submitted to the TCEQ at least 48 hours prior to the contractor moving on site and shall include the required $100 application fee . The NOi shall be mailed to: Texas Commission on Environmental Quality Storm Water & General Permits Team ; MC-228 P.O. Box 13087 Austin, TX 78711-3087 A copy of the NOi shall be sent to: City of Fort Worth Department of Environmental Management 5000 MLK Freeway Fort Worth , TX 76119 NOTICE OF TERMINATION (NOT): For all sites that qualify as Large Construction Activity, the contractor shall sign, prior to final payment, a TCEQ Notice of Termination (NOT) form prepared by the engineer. It serves as a notice that the site is no longer subject to the requirement of the permit. The NOT should be mailed to: Texas Commission on Environmental Quality Storm Water & General Permits Team; MC-228 P.O. Box 13087 Austin, TX 78711-3087 STORM WATER POLLUTION PREVENTION PLAN (SWPPP): A document consisting of an erosion control and toxic waste management plan and a narrative defining site parameters and techniques to be employed to reduce the release of sediment and pollution from the construction site . Five of the project SWPPP's are available for viewing at the plans desk of the Department of Engineering. The selected Contractor shall be provided with three copies of the SWPPP after award of contract, along with unbounded copies of all forms to be submitted to the Texas Commission on Environmental Quality . 06120/08 SC-54 ) PART D -SPECIAL CONDITIONS LARGE CONSTRUCTION ACTIVITY -DISTURBED AREA EQUAL TO OR GREATER THAN 5 ACRES : A Notice of Intent (NOi) form shall be completed and submitted to the TCEQ including payment of the TCEQ required fee . A SWPPP that meets all TCEQ requirements prepared by the Engineer shall be prepared and implemented at least 48 hours before the commencement of construction activities. The SWPPP shall be incorporated into in the contract documents . The contractor shall submit a schedule for implementation of the SWPPP. Deviations from the plan must be submitted to the engineer for approval. The SWPPP is not warranted to meet all the conditions of the permit since the actual construction activities may vary from those anticipated during the preparation of the SWPPP . Modifications may be required to fully conform to the requirements of the Permit. The contractor must keep a copy of the most current SWPPP at the construction site. Any alterations to the SWPPP proposed by the contractor must be prepared and submitted by the contractor to the engineer for review and approval. A Notice of Termination (NOT) form shall be submitted within 30 days after final stabilization has been achieved on all portions of the site that is the responsibility of the permittee, or, when another permitted operator assumes control over all areas of the site that have not been finally stabilized . SMALL CONSTRUCTION ACTIVITY -DISTURBED AREA EQUAL TO OR GREATER THAN ONE ACRE BUT LESS THAN FIVE ACRES : Submission of a NOi form is not required . However, a TCEQ Site Notice form must be completed and posted at the site . A copy of the completed Site Notice must be sent to the City of Fort Worth Department of Environmental Management at the address listed above . A SWPPP, prepared as described above, shall be implemented at least 48 hours before the commencement of construction activities . The SWPPP must include descriptions of control measures necessary to prevent and control soil erosion, sedimentation and water pollution and will be included in the contract documents . The control measures shall be installed and maintained throughout the construction to assure effective and continuous water pollution control. The controls may include, but not be limited to, silt fences, straw bale dikes , rock berms, diversion dikes, interceptor swales, sediment traps and basins, pipe slope drain, inlet protection, stabilized construction entrances, seeding, sodding, mulching , soil retention blankets, or other structural or non-structural storm water pollution controls . The method of control shall result in a minimum sediment retention of 70% as defined by the NCTCOG "BMP Manual." Deviations from the proposed control measures must be submitted to the engineer for approval. PAYMENT FOR SWPPP IMPLEMENTATION : Payment shall be made per lump sum as shown on the proposal as full compensation for all items contained in the project SWPPP. D-69 COORDINATION WITH THE CITY'S REPRESENTATIVE FOR OPERATIONS OF EXISTING WATER SYSTEMS It is the Contractor's responsibility to coordinate any event that will require connecting to or the operation of an existing City water line system with the City's representative . The Contractor may obtain a hydrant water meter from the Water Department for use during the life of named project. In the event the Contractor requires that a water valve on an existing live system be turned off and on to accommodate the construction of the project, the Contractor must coordinate this activity through the appropriate City representative. The Contractor shall not operate water line valves of existing water system. Failure to comply will render the Contractor in violation of Texas Penal Code Title 7 , Chapter 28 .03 (Criminal Mischief) and the Contractor will be prosecuted to the full extent of the law. In addition , the Contractor will assume all liabilities and responsibilities as a result of these actions . 06120/08 SC-55 ( PART D -SPECIAL CONDITIONS D-70 ADDITIONAL SUBMITIALS FOR CONTRACT AWARD The City reserves the right to require any pre-qualified contractor who is the apparent low bidder(s) for a project to submit such additional information as the City, in sole discretion may require , including but not limited to manpower and equipment records , information about key personnel to be ass igned to the project, and construction schedule , to assist the City in evaluating and assessing the ability of the apparent low bidder(s) to deliver a quality product and successfully complete projects for the amount bid within the stipulated time frame. Based upon the City 's assessment of the submitted information , a recommendation regarding the award of a contract will be made to the City Council. Failure to submit the additional information if requested may be grounds for rejecting the apparent low bidder as non-responsive. Affected contractors will be notified in writing of a recommendation to the City Council . D-71 EARLY WARNING SYSTEM FOR CONSTRUCTION Time is of the essence in the completion of this contract. In order to insure that the contractor is responsive when notified of unsatisfactory performance and/or of failure to maintain the contract schedule, the following process shall be applicable: The work progress on all construction projects will be closely monitored . On a bi-monthly basis the percentage of work completed will be compared to the percentage of time charged to the contract. If the amount of work performed by the contractor is less than the percentage of time allowed by 20% or more (example: 10% of the work completed in 30% of the stated contract time as may be ( ) amended by change order), the following proactive measures will be taken : l) 1. A letter will be mailed to t he contractor by certified mail , return receipt requested demanding that , within 10 days from the date that the letter is received , it provide sufficient equipment , materials and labo r to ensure completion of the work within the contract time. In the event the contractor receives such a letter, the contractor shall provide to the City an updated schedule showing how the project will be completed within the contract time. 2. The Project Manager and the Directors of the Department of Engineering, Water Department , and Department of Transportation and Public Works will be made aware of the situation. If necessary, the City Manager's Office and the appropriate city council members may also be informed . 3. Any notice that may, in the City's sole discretion, be required to be provided to interested individuals will distributed by the Engineering Department's Public Information Officer. 4. Upon receipt of the contractor's response , the appropriate City departments and directors will be notified. The Engineering Department's Public Information Officer will, if necessary, then forward updated notices to the interested individuals. 06120/08 5. If the contractor fails to provide an acceptable schedule or fails to perform satisfactorily a second time prior to the completion of the contract, the bonding company will be notified appropriately . SC-56 PART D -SPECIAL CONDITIONS D-72 AIR POLLUTION WATCH DAYS The Contractor shall be required to observe the following guidelines relating to working on City construction sites on days designated as "AIR POLLUTION WATCH DAYS ". Typically, the OZONE SEASON, within the Metroplex area, runs from May 1, through OCTOBER 31 , with 6 :00 a.m. -10:00 a.m. being critical BECAUSE EMISSIONS FROM THIS TIME PERIOD HAVE ENOUGH TIME TO BAKE IN THE HOT ATMOSPHERE THAT LEADS TO EARLY AFTERNOON OZONE FORMATION .. The Texas Commission on Environmental Quality (TCEQ), in coordination with the National Weather Service , will issue the Air Pollution Watch by 3:00 p.m. on the afternoon prior to the WATCH day . On designated Air Pollution Watch Days , the Contractor shall bear the responsibility of being aware that such days have been designated Air Pollution Watch Days and as such shall not begin work until 10 :00 a.m . whenever construction phasing requires the use of motorized equipment for periods in excess of 1 hour. However, the Contractor may begin work prior to 10:00 a.m . if use of motorized equipment is less than 1 hour, or if equipment is new and certified by EPA as "Low Emitting", or equipment burns Ultra Low Sulfur Diesel (ULSD), diesel emulsions, or alternative fuels such as CNG . If the Contractor is unable to perform continuous work for a period of at least seven hours between the hours of 7:00 a.m. -6:00 p.m., on a designated Air Pollution Watch Day , that day will be considered as a weather day and added onto the allowable weather days of a given month. D-73 FEE FOR STREET USE PERMITS AND RE-INSPECTIONS A fee for street use permits is in effect. In addition, a separate fee for re-inspections for parkway construction, such as driveways, sidewalks, etc ., will be required. The fees are as follows : 1. The street permit fee is $50.00 per permit with payment due at the time of permit application. 2 . A re-inspection fee of $25 .00 will be assessed when work for which an inspection called for is incomplete. Payment is due prior to the City performing re-inspection. Payment by the contractor for all street use permits and re-inspections shall be considered subsidiary to the contract cost and no additional compensation shall be made . 0~4 "GREEN"CEMENTPOLICY As per Fort Worth City Council Resolution 3536 , the City Manager is authorized to specify the purchase of dry kiln cement as the base bid in City of Fort Worth bid projects, with an alternative bid for the purchase of cement from an unspecified source and preferential purchasing for bids from a cement kiln with emissions not exceeding 1.7 pounds of NOx per ton of clinker produced. In cases where cement meeting the above requirements is not available, and where cement from a non-compliant source must be utilized, the Contractor shall furnish good faith effort documentation in the form of letters from two North Texas cement suppliers of green cement stating that no stock of green cement is available for the contractor at that time. These letters shall be considered valid for a maximum of one week after which new letters must be submitted to 06120/08 SC-57 (J PART D -SPECIAL CONDITIONS the Project Inspector if green cement continues to remain unavailable . All related costs for complying with the Green Cement Policy shall be considered subsidiary to the applicable project pay items. The contractor shall submit the Green Cement Policy Compliance Statement or the good faith effort documentation at the time the of bid opening of the project. A copy of the Compliance Statement is attached at the end of this section. Failure to comply with the Green Cement Policy may result in rejection of the bid as non-responsive . END OF PART D -SPECIAL CONDITIONS REST OF THE PAGE INTENTIONALLY LEFT BLANK 06/20/08 SC-58 ) PART D -SPECIAL CONDITIONS (To be printed on Contractor's Letterhead) Date : CPN No.: DOE No : Project Name: Mapsco Location : Limits of Construction: THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT WORTH, OUR COMPANY WILL WORK ON WATER AND/ OR SEWER LINES ON OR AROUND YOUR PROPERTY. CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE OF THIS NOTICE. IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER ISSUE, PLEASE CALL: Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.> OR Mr. <CITY INSPECTOR> AT < TELEPHONE NO.> AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 PLEASE KEEP THIS FL YER HANDY WHEN YOU CALL 06120/08 SC-59 DOENO.XUX Project Name: NOTICE OF TEMPORARY WATER SERVICE INTERRUPTION DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL BE INTERRUPTED ON -------- BETWEEN fflE HOURS OF _______ AND _____ __ ( ) IF YOU HA VE QUESTIONS ABOUT THIS SHUT-OUT, PLEASE CALL: M~ AT ----------(CONT RAC TO RS S_lJPERINTENDENT) (TELEPHONE NUMBER) OR MR. ___________ AT _________ _ (CITY INSPECTOR) (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, __________ ___.CONTRACTOR ) PART D -SPECIAL CONDITIONS ) 06/20/08 SC-61 PART D -SPECIAL CONDITIONS r \ ( ) \ .,,, 06/20/08 SC-62 - - - - - - - -Part DA -Additional Special Conditions - - - - - - - - - ) '-") PART DA -ADDITIONAL SPECIAL CONDITIONS DA-1 AWARD OF CONTRACT FOR PROJECTS WITH MULTIPLE UNITS .............. 5 DA-2 PIPELINE REHABILITATION CURED-IN-PLACE PIPE (OMITTED) ............... 5 DA-3 PIPE ENLARGEMENT SYSTEM (OMITTED) ......................................................... 5 DA-4 FOLD AND FORM PIPE (OMITTED) ........................................................................ 5 DA-5 SLIPLINING (OMITTED) ............................................................................................. 5 DA-6 PIPE INSTALLED BY OTHER THAN OPEN CUT .................................................. 5 DA-7 TYPE OF CASING PIPE ................................................................................................ 8 DA-8 SERVICE LINE POINT REPAIR/ CLEANOUT REPAIR (OMITTED) ................ 9 DA-9 PROTECTIVE MANHOLE COATING FOR CORROSION PROTECTION (OMITTED) ..................................................................................................................................... 9 DA-10 MANHOLE REHABILITATION (OMITTED) .......................................................... 9 DA-11 SURFACE PREPARATION FOR MANHOLE REHABILITATION (OMITTED)9 DA-12 INTERIOR MANHOLE COATING-MICROSILICATE MORTAR SYSTEM (OMITTED) ..................................................................................................................................... 9 DA-13 INTERIOR MANHOLE COATING -QUADEX SYSTEM (OMITIED) ................ 9 DA-14 INTERIOR MANHOLE COATING -SPRAY WALL SYSTEM (OMITTED) ....... 9 DA-15 INTERIOR MANHOLE COATING -RA VEN LINING SYSTEM (OMITIED) ... 9 DA-16 INTERIOR MANHOLE COATING: PERMACAST SYSTEM WITH EPOXY LINER(OMITTED) ........................................................................................................................ 9 DA-17 INTERIOR MANHOLE COATING-STRONG-SEAL-SYSTEM (O~ITTED) ...... 9 DA-18 RIGID FIBERGLASS MANHOLE LINERS (OMITTED) ........................................ 9 DA-19 PVC LINED CONCRETE WALL RECONSTRUCTION (OMITTED) ................ 10 DA-20 PRESSURE GROUTING (OMITTED) ...................................................................... 10 DA-21 VACUUM TESTING OF REHABILITATED MANHOLES (OMITTED) ............ 10 DA-22 FI.BERGLASS MANHOLES (OMITTED) ..... : ........................................................... 10 DA-23 LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES ......... 10 DA-24 REPLACEMENT OF CONCRETE CURB AND GUTTER .................................... l 0 DA-25 REPLACEMENT OF 6" CONCRETE DRIVEWAYS (OMITTED) ................... 11 DA-26 REPLACEMENT OF H.M.A.C. PAVEMENT AND BASE ..................................... 11 DA-27 GRADED CRUSHED STONES ................................................................................... 12 DA-28 WEDGE MILLING 2" TO 0" DEPTH 5.0' WIDE (OMITTED) ............................. 12 DA-29 BUTT JOINTS -MILLED (OMITTED) .................................................................... 12 DA-30 2" H.M.A.C. SURFACE COURSE (TYPE "D" MIX) .............................................. 12 DA-31 REPLACEMENT OF 7" CONCRETE VALLEY GUTTER (OMITTED) ............ 12 DA-32 NEW 7'' CONCRETE VALLEY GUTTER (OMITTED) ........................................ 12 DA-33 NEW 4" STANDARD WHEELCHAIR RAMP (OMITTED) .................................. 12 DA-34 8" PAVEMENT PULVERIZATION (OMITTED) .................................................... 12 DA-35 REINFORCED CONCRETE PAVEMENT OR BASE (UTILITY CUT) (OMITTED) ................................................................................................................................... 12 DA-36 RAISEDPAVEMENTMARKERS(OMITTED) ...................................................... 12 DA-37 POTENTIALLY PETROLEUM CONTAMINATED MATERIAL HANDLING. 12 DA-38 LOADING, TRANSPORTATION, AND DISPOSAL OF CONTAMINATED SOIL 17 DA-39 ROCK RIPRAP -GROUT -FILTER FABRIC ......................................................... 18 11/02104 ASC-1 PART DA -ADDITIONAL SPECIAL CONDITIONS DA-40 CONCRETE RIPRAP (OMITTED) ............................................................................ 21 DA-41 CONCRETE CYLINDER PIPE AND FITTINGS ..................................................... 21 DA-42 CONCRETE PIPE FITTINGS AND SPECIALS ...................................................... 21 DA-43 UNCLASSIFIED STREET EXCAVATION (OMITTED) ....................................... 22 DA-44 6" PERFORATED PIPE SUBDRAIN (OMITTED) .................................................. 22 DA-45 REPLACEMENT OF 4" CONCRETE SIDEWALKS (OMITTED) ....................... 22 DA-46 RECOMMENDED SEQUENCE OF CONSTRUCTION ......................................... 22 DA-47 PAVEMENT REPAIR IN PARKING AREA (OMITTED) ...................................... 22 DA-48 EASEMENTS AND PERMITS .................................................................................... 22 DA-49 IDGHWAY REQUIREMENTS ................................................................................... 23 DA-50 CONCRETE ENCASEMENT ..................................................................................... 23 DA-51 CONNECTION TO EXISTING STRUCTURES ....................................................... 23 DA-52 TURBO METER WITH VAULT AND BYPASS INSTALLATION (OMITTED) 23 DA-53 OPEN FIRE LINE INSTALLATIONS (OMITTED) ................................................ 23 DA-54 WATER SAMPLE STATION (OMITTED) ............................................................... 23 DA-55 CURB ON CONCRETE PAVEMENT ........................................................................ 23 DA-56 SHOP DRAWINGS ....................................................................................................... 24 DA-57 COST BREAKDOWN .................................................................................................. 24 DA-58 STANDARD STREET SPECIFICATIONS H.M.A.C. OVERLAY ......................... 25 DA-59 H.M.A.C. MORE THAN 9 INCHES DEEP ................................................................ 25 DA-60 ASPHALT DRIVEWAY REPAIR ............................................................................... 25 () DA-61 TOP SOIL ....................................................................................................................... 25 DA-62 WATER METER AND METER BOX RELOCATION AND ADJUSTMENT (OMITTED) ................................................................................................................................... 25 DA-63 BID QUANTITIES ........................................................................................................ 25 DA-64 WORK IN HIGHWAY RIGHT OF WAY .................................................................. 26 DA-65 CRUSHED LIMESTONE (FLEX-BASE) .................................................................. 26 DA-66 OPTION TO RENEW (OMITTED) ............................................................................ 26 DA-67 NON-EXCLUSIVE CONTRACT (OMITTED) ......................................................... 26 DA-68 CONCRETE VALLEY GUTTER (OMITTED) ........................................................ 26 DA-69 TRAFFIC BUTTONS (OMITTED) ............................................................................. 26 DA-70 PAVEMENT STRIPING (OMITTED) ....................................................................... 26 DA-71 H.M.A.C. TESTING PROCEDURES ......................................................................... 26 DA-72 SPECIFICATION REFERENCES .............................................................................. 27 DA-73 RELOCATION OF SPRINKLER SYSTEM BACK-FLOW -PREVENTER/CONTROL VAL VE AND BOX (OMITTED) .................................................. 27 DA-74 RESILIENT-SEATED GATE VALVES ..................................................................... 27 DA-75 EMERGENCY SITUATION, JOB MOVE-IN (OMITTED) .................................... 27 DA-76 1 Yi" & 2" COPPER SERVICES (OMITTED) ........................................................... 27 DA-77 SCOPE OF WORK (UTIL. CUT) (OMITTED) ......................................................... 27 DA-78 CONTRACTOR'S RESPONSIBILTY (UTIL. CUT) (OMITTED) ......................... 27 DA-79 CONTRACT TIME (UTIL. CUT) (OMITTED) ........................................................ 27 ( _ _) DA-80 REQUIRED CREW PERSONNEL & EQUIPMENT (UTIL. CUT) (OMITTED) 27 DA-81 TIME ALLOWED FOR UTILITY CUTS (UTIL. CUT) (OMITTED) ................... 27 11/02104 ASC-2 PART DA -ADDITIONAL SPECIAL CONDITIONS DA-82 LIQUIDATED DAMAGES (UTIL. CUT) (OMITIED) ........................................... 27 DA-83 PAVING REPAIR EDGES (UTIL. CUT) (OMITTED) ............................................ 27 DA-84 TRENCH BACKFILL (UTIL. CUT) (OMITTED) .................................................... 27 DA-85 CLEAN-UP (UTIL. CUT) (OMITTED) ...................................................................... 27 DA-86 PROPERTY ACCESS (UTIL. CUT) (OMITIED) .................................................... 27 DA-87 SUBMISSION OF BIDS (UTIL. CUT) (OMITTED) ................................................ 28 DA-88 STANDARD BASE REPAIR FOR UNIT I (UTIL. CUT) (OMITTED) .................. 28 DA-89 CONCRETE BASE REPAIR FOR UNIT II & UNIT III (UTIL. CUT) (OMITTED) ................................................................................................................................... 28 DA-90 2" TO 9" H.M.A.C. PAVEMENT (UTIL. CUT) (OMI'ITED) ................................. 28 DA-91 ADJUST WATER VAL VE BOXES, MANHOLES, AND VAULTS (UTIL. CUT) (OMITTED) ................................................................................................................................... 28 DA-92 MAINTENANCE BOND (UTIL. CUT) (OMITTED) ............................................... 28 DA-93 BRICK PAVEMENT (UTIL. CUT) (OMITTED) ...................................................... 28 DA-94 LIME STABILIZED SUBGRADE (UTIL. CUT) (OMITTED) ............................... 28 DA-95 CEMENT STABILIZED SUBGRADE (UTIL. CUT) (OMITTED) ........................ 28 DA-96 REPAIR OF STORM DRAIN\ STRUCTURES (UTIL. CUT) (OMITTED) .......... 28 DA-97 "QUICK-SET" CONCRETE (UTIL. CUT) (OMITTED) ........................................ 28 DA-98 UTILITY ADJUSTMENT (UTIL. CUT) (OMITfED) ............................................. 28 DA-99 STANDARD CONCRETE SIDEWALK AND WHEELCHAIR RAMPS (UTIL. CUT) (OMI'ITED) ......................................................................................................................... 28 DA-100 LIMITS OF CONCRETE PAVEMENT REPAIR (UTIL. CUT) (OMITTED) .. 28 DA-101 CONCRETE CURB AND GUTTER (UTIL. CUT) (OMITTED) ........................ 28 DA-102 PAYMENT (UTIL. CUT) (OMITTED) .................................................................. 28 DA-103 DEHOLES (MISC. EXT.) (OMITTED) .................................................................. 28 DA-104 CONSTRUCTION LIMITATIONS (MISC. EXT.) (OMITTED) ........................ 28 DA-105 PRESSURE CLEANING AND TESTING (MISC. EXT.) (OMITTED) ............. 28 DA-106 BID QUANTITIES (MISC. EXT.) (OMITTED) .................................................... 28 DA-107 LIFE OF CONTRACT (MISC. EXT.) (OMITTED) ............................................. 28 DA-108 FLOWABLE FILL (MISC. EXT.) (OMITTED) ................................................... 28 DA-109 BRICK PAVEMENT REPAIR (MISC. REPL.) (OMIITED) ............................. 28 DA-110 DETERMINATION AND INITIATION OF WORK (MISC. REPL.) (OMITTED) ................................................................................................................................... 28 DA-111 WORK ORDER COMPLETION TIME (MISC. REPL.) (OMITTED) .............. 29 DA-112 MOVE IN CHARGES (MISC. REPL.) (OMITTED) ............................................ 29 DA-113 PROJECT SIGNS ...................................................................................................... 29 DA-114 LIQUIDATED DAMAGES (MISC. REPL.) (OMITTED) ................................... 29 DA-115 TRENCH SAFETY SYSTEM DESIGN (MISC. REPL.) (OMITTED) ............... 29 DA-116 FIELD OFFICE (OMITTED) .................................................................................. 29 DA-117 TRAFFIC CONTROL PLAN ................................................................................... 29 DA-118 COORDINATION OF WORK WITH CONTRACTOR FOR OTHER UNITS. 29 DA-119 PIPELINE CROSSING IDGHW AYS, STREETS AND RAILROADS BY BORING TUNNELING OR OPEN CUT ................................................................................... 29 DA-120 RAILROAD REQUIREMENTS ................................................................................ 36 11/02104 ASC-3 PART DA -ADDITIONAL SPECIAL CONDITIONS ( DA-121 EXPLORITORY D-HOLE ......................................................................................... 37 DA-122 SANITARY SEWER AND WATER LINE MARKER ........................................... 37 C_) 11/02104 ASC-4 ) PART DA -ADDITIONAL SPECIAL CONDITIONS DA-1 AWARD OF CONTRACT FOR PROJECTS WITH MULTIPLE UNITS The City reserves the right to abandon without obligation to the contractor, any part of the project , or the entire project , at any time before the contractor begins any construction work authorized by the City . Award , if made, shall be to the lowest responsible bidder. The following shall apply for contract documents w ith multiple units of work . Each unit represents a separate project, each with an individual M/WBE specification and proposal section . The proposal sections are arranged to allow prospective bidders to submit bids on one unit , some of the units , or all of the units. Award of contract(s), if made, shall be to the lowest responsible bidder for each individual unit. If a contractor is the low bidder on two units or more , a single set of contract documents consisting of all applicable units will be created and one single award of contract shall be made . The Contractor shall comply with the City's M/WBE Ordinance for the applicable unit or combination of units and shall submit monthly M/WBE reports for the applicable un it or combination of units. Construction time on all units will run concurrently. For situations involving approved contracts with multiple units , the total allowable construction completion time period for all the units shall be the same as the unit with the longest construction time period . DA-2 PIPELINE REHABILITATION CURED-IN-PLACE PIPE (OMITTED) DA-3 PIPE ENLARGEMENT SYSTEM (OMITTED) DA-4 FOLD AND FORM PIPE (OMITTED) DA-5 SLIPLINING (OMITTED) DA-6 PIPE INSTALLED BY OTHER THAN OPEN CUT A. GENERAL: 1. Furnish materials and necessary accessories, w ith strengths , thickness, coatings , and fittings ind icated, specified and/or necessary to complete the work . 2 . All excavation shall provide an open area conforming to the outside diameter of the casing and/or carrier conduit. The excavation shall be to an alignment and grade which will allow the carrier conduit to be installed to proper line and grade as shown on the Plans and as established in the Specifications. 3. Work shall be performed in accordance with the requirements of the City of Fort Worth Water Department, the Texas Department of Transportation, or railroad company , as applicable . 8. MATERIALS : 11102104 ASC-5 ) ( ) 1. PART DA -ADDITIONAL SPECIAL CONDITIONS Casing Pipe: Casing pipe shall be steel conforming to ANSI B36.10 and the following: a. Field Strength: 35,000 psi minimum . b. Wall thickness: 0 .312 in. minimum (0 .5 for railroad crossings). c . Diameter: As shown on the drawings {minimum size requirements). d. Joints: Continuous circumferential weld in accordance with AWS D1 .1. 2. Carrier Pipe in Casing: Carrier pipe shall be as shown on drawings and as specified in the General Contract Documents . 3 . Sewer Pipe without Casing Pipe: Shall be minimum Class 51 ductile iron pipe, or as designated on the plans. 4. Grout: Grout shall be Portland Cement grout of min. 2000 psi compressive strength at 28 days. Proportioned not less than 1 cu. ft. of cement to 3 cu . ft. of fine sand with sufficient water added to provide a free flowing thick slurry. C . EXECUTION 11/02104 1. Where sewer pipe is required to be installed under railroad embankments or under highways, streets or other facilities in other than open cut, construction shall be performed in such a manner so as to not interfere with the operation of the railroad, street, highway, or other facility, and so as not to weaken or damage any embankment or structure. During construction operations, barricades and lights to safeguard traffic and pedestrians shall be furnished and maintained, until such time as the backfill has been completed and then shall be removed from the site. 2 . Pits and Trenches: 3 . a. If the grade of the pipe at the end is below the ground surface, suitable pits or trenches shall be excavated for the purpose of conducting the jacking or tunneling operations and for placing end joints of the pipe. Wherever end trenches are cut in the sides of the embankment or beyond it, such work shall be sheeted securely and braced in a manner to prevent earth from caving in. b. The location of the p it shall meet the approval of the Engineer. c . The pits of trenches excavated to facilitate these operations shall be backfilled immediately after the casing and carrier pipe installation has been completed. Boring and Jacking Steel Casing Pipe : Steel casing pipe shall be installed by boring hole with the earth auger and simultaneously jacking pipe into place. ASC-6 11/02104 PART DA -ADDITIONAL SPECIAL CONDITIONS a . The boring shall proceed from a pit provided for the boring equipment and workmen . The holes are to be bored mechanically . The boring shall be done using a pilot hole . By this method an approximate 2-inch hole shall be bored the entire length of the crossing and shall be checked for line and grade on the opposite end of the bore from the work pit. This pilot hole shall serve as the centerline of the larger diameter hole to be bored. Other methods of maintaining line and grade on the casing may be approved if acceptable to the Engineer. Excavated material shall be placed near the top of the working pit and disposed of as required . The use of water or other fluids in connection with the boring operation will be permitted only to the extent required to lubricate cuttings. Jetting or sluicing will not be permitted . b. In unconsolidated soil formations, a gel-forming colloidal drilling fluid consisting of at least 10 percent of high grade carefully processed bentonite may be used to consolidate cuttings of the bit, seal the walls of the hole, and furnish lubrication for subsequent removal of cuttings and installation of the pipe immediately thereafter. c. Allowable variation from the line and grade shall be as specified under paragraph A.2 . All voids between bore and outside of casing shall be pressure grouted. 4 . Installation of Carrier Pipe in Casing : a . Sanitary sewer pipe located within the encasement pipe shall be supported by "skids" or "bands" to prevent the pipe and bells from snagging on the inside of the casing , and to keep the installed line from resting on the bells . b. All skids shall be treated with a wood preservative . Skids should extend for the full length of the pipe with the exception of the bell area and spigot area necessary for assembly unless otherwise specified . c. The Contractor shall prevent over-belling the pipe while installing it through the casing. A method of restricting the movement between the assembled bell and spigot where applicable shall be provided . d. At all bored, jacked , or tunneled installations, the annular space between the carrier pipe and casing shall be filled with grout. Care must be taken that not too much water is forced into the casing so as not to float the pipe . The backfill material will not be required unless specified on the plans and specified by the Engineer. e. Closure of the casing after the pipe has been installed shall be plugged at the ends of the casing as shown on the drawings or as required by the Engineer. 5 . Boring and Jacking Ductile Iron Pipe without Casing Pipe: ASC-7 ( ) PART DA -ADDITIONAL SPECIAL CONDITIONS a. As indicated on drawings and as required and directed by the Engineer sewer shall be constructed of bore and jacked ductile iron pipe. b. When a casing pipe is not designated on the drawings, the contractor shall provide a casing pipe if necessary to achieve line and grade. Casing pipe shall be provided at no additional cost and shall be subsidiary to the cost bid for installation By Other than Open Cut. c. Bore and jack in accordance with paragraph C.3. above. d. Short length of sewer consisting of a single pipe section may be installed by jacking without a bore hole if permitted by the Engineer and in soft soil layer. All voids outside of installed pipe shall be pressure grouted. 6. Tunneling: Where the characteristics of the soil, the size of the proposed pipe, or the use of monolithic sewer would make the use of tunneling more satisfactory than jacking or boring, or when shown on the plans, a tunneling method may be used, with the approval of the Engineer or railroad/highway officials. a. When tunneling is permitted, the lining of the tunnel shall be of sufficient strength of support the overburden . The Contractor shall submit the proposed liner method to the Engineer for approval. The tunnel liner design shall bear the seal of a licensed professional engineer in the State of Texas. Approval by the Engineer shall not relieve the Contractor of the responsibility for the adequacy of the liner method. b. The space between the tunnel liner and the limits of excavation shall be pressure grouted or mud-jacked. c. Access holes for placing concrete shall be space at maximum intervals of 10 feet. D. MEASUREMENT AND PAYMENT: Installation of pipe by other than open cut will be measured by the linear foot of pipe , complete in place. Such measurement will be made between the ends of the pipe along the central axis as installed. The work performed and materials furnished as prescribed by this item will be paid for at the Contract Unit Price bid per linear foot for Pipe Installed by Other Than Open Cut of the type, size, and class of pipe specified as shown on plans. The furnishing of all materials, pipe, liner materials required for installation, for all preparation, hauling and installing of same, and for all labor, tools, equipment and incidentals necessary to complete the work, including excavation, backfilling and disposal of surplus material shall be included in the Contract Unit Price as shown in the Bid Proposal. Payment shall not include pavement replacement, which if required, shall be paid separately . DA-7 TYPE OF CASING PIPE 1. WATER: The casing pipe for open cut and bored or tunneled section shall be AWWA C-200 Fabricated Electrically Welded Steel Water Pipe, and shall conform to the provisions of 11/02104 ASC-8 . ) PART DA -ADDITIONAL SPECIAL CONDITIONS E1-15, E1-5 and E1-9 in Material Specifications of General Contract Documents and Specifications for Water Department Projects. The steel casing pipe shall be supplied as follows : A. For the inside and outside of casing pipe , coal-tar protective coating in accordance with the requirements of Sec. 2.2 and related sections in AWWA C-203. B. Touch-up after field welds shall provide coating equal to those specified above. C . Minimum thickness for casing pipe used shall be 0.375 inch. Casing Spacers (centering style) such as manufactured by Cascade Waterworks Manufacturing Company , Advanced Products and Systems, Inc., or an approved equal shall be used on all non- concrete pipes when installed in casing . Installation shall be as recommended by the manufacturer. 2. SEWER: Boring used on this project shall be in accordance with the material standard E1-15 and Construction standard E2-15 as per Fig . 110 of the General Contract Documents . 3. PAYMENT: Payment for all materials, labor, equipment, excavation , concrete grout, backfill , and · · ) incidental work shall be included in the unit price bid per foot. ,, ) DA-8 SERVICE LINE POINT REPAIR/ CLEANOUT REPAIR (OMITTED) DA-9 PROTECTIVE MANHOLE COATING FOR CORROSION PROTECTION (OMITTED) DA-10 MANHOLE REHABILITATION (OMITTED) DA-11 SURFACE PREPARATION FOR MANHOLE REHABILITATION (OMITTED) DA-12 INTERIOR MANHOLE COATING -MICROSILICATE MORTAR SYSTEM (OMITTED) DA-13 INTERIOR MANHOLE COATING-QUADEX SYSTEM (OMITTED) DA-14 INTERIOR MANHOLE COATING -SPRAY WALL SYSTEM (OMITTED) DA-15 INTERIOR MANHOLE COATING -RAVEN LINING SYSTEM (OMITTED) DA-16 INTERIOR MANHOLE COATING: PERMACAST SYSTEM WITH EPOXY LINER (OMITTED) DA-17 INTERIOR MANHOLE COATING-STRONG-SEAL-SYSTEM (OMITTED) DA-18 RIGID FIBERGLASS MANHOLE LINERS (OMITTED) 11/02104 ASC-9 PART DA -ADDITIONAL SPECIAL CONDITIONS DA-19 PVC LINED CONCRETE WALL RECONSTRUCTION (OMITTED) DA-20 PRESSURE GROUTING (OMITTED ) DA-21 VACUUM TESTING OF REHABILITATED MANHOLES (OMITTED) DA-22 FIBERGLASS MANHOLES (OMITTED) DA-23 LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES The contractor shall be responsible for locating and marking all previously exposed manholes and water valves in each street of this contract before the resurfacing process commences for a particular street. The contractor shall attempt to include the Construction Engineer (if he is available) in the observation and marking activity. In any event a street shall be completely marked a minimum of two (2) working days before resurfacing begins on any street. Marking the curbs with paint is a recommended procedure . It shall be the Contractors responsibility to notify the utility companies that he has commenced . work on the project. As the resurfacing is completed (within same day) the contractor shall locate the covered manholes and valves and expose them for later adjustment. Upon completion of a street the contractor shall notify the utilities of this completion and indicate the start of the next one in order for the utilities to adjust facilities accordingly. The following are utility contact ( ) persons: Company Telephone Number Southwestern Bell Telephone Texas Utilities Lone Star City of Fort Worth, Street Light and Signal 338-6275 336-9411 Ext. 2121 336-8381 Ext. 6982 871 -8100 Contact Person "Hot Line" Mr. Roy Kruger Mr. Jim Bennett Mr. Jim Bob Wakefield Of course, under the terms of this contract, the contractor shall complete adjustment of the storm drain and Water Department facilities, one traffic lane at a time within five (5) working days after completing the laying of proposed H.M.A.C. overlay adjacent to said facilities. Any deviation from the above procedure and allotted working days may result in the shut down of the resurfacing operation by the Construction Engineer. The contractor shall be responsible for all materials, equipment and labor to perform a most accurate job and all costs to the contractor shall be figured subsidiary to this contract. DA-24 REPLACEMENT OF CONCRETE CURB AND GUTTER These provisions require the contractor to remove all failed existing curb and gutter, as designated by the Construction Engineer, and replace with standard concrete curb and gutter, 11102104 ASC-10 - ) - - -f - PART DA -ADDITIONAL SPECIAL CONDITIONS laydown curb and gutter, or in like kind , as governed by the standard City Specifications, Item No. 104 "Removing Old Concrete ", Item No . 502 "Concrete Curb and Gutter", and Drawing Nos . S-S2 through S-S4. Pay limits for laydown curb and gutter are shown in Drawing No. S-SS of the Standard Specifications . Contractor shall saw cut the curb and gutter and pavement prior to removal. Included, and figured subsid iary to this unit price , will be the required sawcut excavation, as per specification Item No . 106 "Unclass ified Street Excavation ", into the street to aid in the construction of the curb and gutter. The pay limit will be 9" out from the gutter lip , with same day haul-off of the removed material to a suitable dump site . The street void shall be filled with H.M .A.C . "Type D" mix as per specification No . 300 "Asphalts , Oils and Emulsions ", Item No. 304 "Prime Coat" and Item No . 312 "Hot Mix Asphaltic Concrete" and compacted to standard City densit ies and top soil as per specification item No. 116 "Top Soil ", if needed, shall be added and leveled to grade behind the curb. Existing improvements within the parkway such as water meters, sprinkler system, etc. damaged during construction shall be replaced with same or better at no cost to the City . Backfill for curb and gutter shall be completed within fourteen (14) calendar days from the day of demolition to date of completion . If the contractor fails to complete the work within fourteen (14) calendar days , a $100 dollar liquidated damage will be assessed per block per day. The unit price bid per linear foot shall be full compensation for all materials , labor, equipment and incidentals necessary to complete the work. DA-25 REPLACEMENT OF 6" CONCRETE DRIVEWAYS (OMITTED) DA-26 REPLACEMENT OF H.M.A.C. PAVEMENT AND BASE The contractor shall remove all existing deformed H.M .A.C. pavement and/or bad base material that shows surface deterioration and/or complete failure. The Engineer will identify these areas upon which time the contractor will begin work . The failed area shall be saw cut, or other similar means, out of the existing pavement in square or rectangular fashion . The side faces shall be cut vertically and all failed and loose material excavated. As a part of the excavation process , all unsatisfactory base material shall be removed, if required , to a depth sufficient to obtain stable sub-base . The total depth of excavation could range from a couple of inches to include the surface-base-some sub-base removal for which the Engineer will select the necessary depth . The remaining good material shall be leveled and uniformly made ready to accept the fill material. All excavated material shall be hauled off site , the same day as excavated, to a suitable dump site . After satisfactory completion of removal as outlined above , the contractor shall place the permanent pavement patch , with "Type D" surface mix . This item will always be used even if no base improvements are required . The proposed H.M .A.C . repair shall match the existing pavement section or the depth of the failed material, whichever is greater. However, the patch thickness shall be a minimum of 2 inches . Generally the existing H.M .A.C . pavement thickness will not exceed 6". Before the patch layers are applied, any loose material, mud and/or water shall be removed . A liqu id asphalt tack coat shall be applied to all exposed surfaces . Placement of the surface mix lifts shall not exceed 3 inches with vibrator compactions to follow each lift. Compactions of the mix shall be to standard densities of the City of Fort Worth , made in preparation to accept the recycling process . All applicable provisions of Standard Specification Item Nos. 300 "Asphalts , Oils , and Emulsions", 304 "Prime Coat", and 312 "Hot-Mix Asphaltic Concrete" shall govern work . 11/02104 ASC-11 () ) PART DA -ADDITIONAL SPECIAL CONDITIONS The unit price bid per cubic yard shall be full compensation for all materials, labor, equipment and incidentals necessary to complete the work . DA-27 GRADED CRUSHED STONES This item shall be used to repa ir the failed base material in areas exceed 8" deep as directed by the Engineer. The material shall be graded crushed stones . For specifications governing this item see Item No . 208 "Flex i ble Base". The unit price bid per cubic yard shall be full compensation for all materials, labor, equipment and incidentals necessary to complete the work. DA-28 WEDGE MILLING 2" TO O" DEPTH 5.0' WIDE (OMITTED) DA-29 BUTT JOINTS -MILLED (OMITTED) DA-30 2" H.M.A.C. SURFACE COURSE (TYPE "D" MIX) All applicable provisions of Standard Specifications, Item Nos . 312 "Hot-Mix Asphaltic Concrete", 300 "Asphalts, Oils and Emulsions ", 304 "Prime Coat", and 313 "Central Plant Recycling-Asphalt Concrete" shall apply to the construction methods for this portion of the project. Standard Specification 312 .5 (1) shall be revised as follows : The prime coat, tack coat , or the asphaltic mixture .shall not be placed unless the air temperature is fifty (50) degrees Fahrenheit and rising , the temperature being taken in the shade and away from artificial heat. Asphaltic material shall also not be placed when the wind conditions are unsuitable in the opinion of the Engineer. The contractor shall furnish batch design of the proposed hot mix asphaltic concrete for City approval 48 hours prior to placing the H.M .A.C . overlay. The City will provide laboratory control as necessary. The unit price bid per square yard of H.M .A.C . complete and in place, shall be full compensation for all labor, materials, equipment, tools , and incidentals necessary to complete the work . DA-31 REPLACEMENT OF 7" CONCRETE VALLEY GUTTER (OMITTED) DA-32 NEW 7" CONCRETE VALLEY GUTTER (OMITTED) DA-33 NEW 4" STANDARD WHEELCHAIR RAMP (OMITTED) DA-34 8" PAVEMENT PULVERIZATION (OMITTED) DA-35 REINFORCED CONCRETE PAVEMENT OR BASE (UTILITY CUT) (OMITTED) DA-36 RAISED PAVEMENT MARKERS (OMITTED) DA-37 POTENTIALLY PETROLEUM CONTAMINATED MATERIAL HANDLING 11102.104 ASC-12 - \ ) A. 11/02104 PART DA -ADDITIONAL SPECIAL CONDITIONS GENERAL: Where known by the design engineer, the locations of potentially petroleum contaminated material (soil) that may be encountered during excavation and/or construction activities will be shown on the plans . For all locations where material is excavated and suspected of being contaminated with petroleum products, whether known or not, these special conditions are to be followed . The contractor is also to follow all applicable Federal. State and Local regulations when handling known or suspect contaminated materials (soils). 1. WORK INCLUDED a. Excavation, stockpiling and testing of Potentially Petroleum Contaminated Material. b. Removal, testing, and disposal of petroleum contaminated groundwater. c. Obtaining and paying for required permits. d. Hiring of qualified environmental professional consultant(s). Contractor will be required to submit the environmental consultant's experience and qualifications to the City prior to beginning work in areas of Potentially Petroleum Contaminated Material. e. Hiring of qualified environmental sampling professionals that will collect and submit samples to the applicable City of Fort Worth testing laboratory. The City of Fort Worth's Department of Environmental Management for coordination of laboratory testing . 2. REFERENCES a. All applicable OSHA regulatory requirements. b. All applicable Environmental Protection Agency (EPA) regulatory requirements. c. All applicable State of Texas regulatory requirements . d. All applicable City of Fort Worth (City) regulatory requirements . e. All applicable NIOSH standards . f . All applicable TNRCC requirements. 3. SU BM ITT ALS a. The contractor shall prepare and submit to the City's Department of Environmental Management, Senior Specialist in Compliance, plans for handling Potentially Petroleum Contaminated Material (PPCM) not less than 30 days prior to commencing excavation . b. The Contractor shall take necessary precautions while performing this project. Contractor shall not commence PPCM work (1) Contractor's submittal for dealing with PPCM is reviewed by the City and (2) the plans (i.e., drawing and description) ASC-13 ( ) B. ( C. 11/02104 PART DA -ADDITIONAL SPECIAL CONDITIONS for discharging any treated liquid into t he storm sewer or sanitary sewer are reviewed by the City (3) and acceptable stockpile area is identified by the Contractor. c. Contractor shall submit the name of his proposed qualified environmental professional consultant(s) and proposed PPCM Handling Plan to the City. The PPCM Handling Plan shall include the detailed sequence of construction including proposed excavation and handling methods , proposed carriers for contaminated materials, waste disposal site , and a list of any permits that may be required for PPCM handling or contaminated materials disposal. The above data must be compiled and arranged in a format that is acceptable to the Texas Natural Resource Conservation Commission (TNRCC). d. Contractor shall submit actual limits of PPCM excavation, as prepared by his qualified environmental consultant(s) and testing lab . e . Contractor shall submit for review the proposed carrier pipe material to be used with the actual limits of PPCM excavation, including pipe gasket and carrier pipe coating or liner. PRODUCTS : 1. PIPE GASKET MATERIAL. Materials used within the actual limits of PPCM excavation, including pipe gaskets, shall be resistant to petroleum hydrocarbon deterioration. EXECUTION: 1. POTENTIALLY PETROLEUM CONTAMINATED AREAS a. Areas suspected of having petroleum contaminated material (soils) are shown in on the engineering drawings . b. In areas other than those noted on the plans and where potentially petroleum contaminated materials are either detected or suspected, the City of Fort Worth and the Engineer should be notified immediately and the work should proceed in accordance with this section . 2. SCREENING POTENTIALLY PETROLEUM CONTAMINATED 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 evidence of potentially petroleum contaminated soil, the Contractor shall notify the Engineer without delay. c. The Contractor shall have retained the services of an environmental consultant who shall be present at the site to screen suspect soil with a photo-ionization detector (PIO) or a flame ionization detector (FID). A reading of 20 ppm above ambient ASC-14 ) 11/02104 PART DA -ADDITIONAL SPECIAL CONDITIONS conditions or greater on PID or FID tested soil sample will be considered potentially petroleum contaminated . The soul sample should be a recent sample from the excavation face. The sample should be stored in a laboratory supplied glass jar with a teflon gasket lined lid. The City of Fort Worth Department of Environmental Management will be notified prior to all sample collection and submittal to the current testing laboratory identified by the City . The PID or FID tests should be performed in a confined location . Soils producing a reading of less than 20 ppm above ambient will not be considered potentially petroleum contaminated . The PID or FID shall be calibrated according to manufactures instructions. d. Water encountered during excavation or dewatering shall be considered to be potentially contaminated if there is a visible sheen , a hydrocarbon odor, adjacent soil that appears visually to be contaminated by hydrocarbons or at any time the Contractor has reason to believe that hydrocarbon contamination may have occurred. The Contractor shall immediately notify the City and the TNRCC whenever contaminated water is encountered . a. The Contractor shall contact the City whenever contamination from any source is suspected . 3. HANDLING POTENTIALLY PETROLEUM CONTAMINATED SOIL (PPCS) a. Contractor shall coordinate with the City to determine a suitable location for the stockpiling of contaminated soil. The following procedure shall be followed in preparing the chosen site : 1. Provide a diked enclosure large enough to hold all material and prevent runoff. 2. The diked area shall be lined with 20-30 mil plastic tp prevent seepage into the existing soil. 3. At the end of each work day, Contractor shall completely cover stockpile with 20 mil plastic. During the day, the Contractor shall keep the stockp ile covered, as necessary , to prevent release of contaminated materials due to rain or wind. 4 . Sampling and evaluation of materials will be performed at the Contractor's expense. (The City of Fort Worth will provide laboratory services) b. PPCS shall be handled, tested, observing all standard cha in-of-custody procedures and sampling preservation and analyses shall conform to published and recognized standards. c . The stockpiled PPCS shall be sampled and tested every 50 cubic yards for Total Petroleum Hydrocarbons (TPH) (TX1005) and Benzene, Toulene, Ethylbenzene and Xylene (BTEX) (EPA 8020). All test results will be forwarded to the City of Fort Worth Department of Environmental Management. d. Contaminated so il identified by test results will be disposed of according to DA-38 , Loading, Transportation, and Disposal of Contaminated Soil. e. It is the intent of the City of Fort Worth that uncontaminated soils be utilized as backfill material, if the soils also meet the Type C or B backfill classifications . 4 . HANDLING POTENTIALLY PETROLEUM CONTAMINATED WATER (PPCW) ASC-15 ) (__ ) t) PART DA -ADDITIONAL SPECIAL CONDITIONS a. Water pumped from the excavation or from dewatering activities that has an oily sheen, a hydrocarbon odor, or is otherwise suspect, shall be considered potentially petroleum contaminated. b. PPCW shall be handled, tested, and discharged in accordance with the TNRCC's appropriate state regulation. PPCW shall be tested no later than 15 days prior to extraction. PPCW shall, if necessary, be treated in an appropriately sized oil/water separator, air stripper or GAC canisters . Contractor shall have his testing laboratory determine that the oil/wate r separator treated discharge is within the limits established by the TNRCC's regulations before being allowed to discharge (discharge to sanitary sewer). Contractor shall be responsible for furnishing the effluent test reports to the City. c. Alternatively, the Contractor may dispose of contaminated water, after appropriate pretreatment, into the sanitary sewer collection system. It shall be the responsibility of the Contractor to obtain the necessary permit(s) and to perform all testing required by the City of Fort Worth Pretreatment Services Division . d . All treated water shall be discharged into a Contractor supplied Frac Tank, sampled, and analyzed before discharge into the sewer system. e. The product that is recovered shall be disposed of in accordance with all applicable regulations . Any phase separate product recovered from the oil/water separator and air stripper shall be transported in accordance with Department of Transportation rules and regulations for flammable products. When transporting product for disposal, transportation shall also be performed by a licensed carrier. The Contractor is responsible for proper manifesting of the material from the site to the waste disposal facility . Completed Manifests shall be returned to the City Department of Environmenta l Management within 90 days of shipment. 5. HANDLING VAPOR CONCENTRATIONS a . In order to maintain safe working conditions, the vapor concentrations should not exceed 20 percent of the Lower Explosive Limit (LEL). During construction, measures should be taken to maintain LEL levels below 20 percent in all working areas. b. To monitor vapor levels and oxygen levels a combustible gas indicator (CGI) with a LEU02 meter should continuously operate in the working area. The CGI should be properly calibrated 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 health and safety agencies require more stringent monitoring, the local regulations must be implemented. D. MEASUREMENT AND PAYMENT: 11/02104 ASC-16 - ) PART DA -ADDITIONAL SPECIAL CONDITIONS Payment for handling PPCS, PPCW and Vapor Concentrations, obtaining and paying for any permits required, hiring the services of a qualified professional environmental consultant(s), environmental issues, stockpiling and all issues included and incidental to this section will be full compensation for all labor, equipment, materials, and supervision. Measurement and Payment for this section will be per linear foot of trench excavated where the excavated material is handled as a contaminated material. No separate payment will be made for handling of contaminated water, vapor concentrations, sampling, stockpiling, etc. DA-38 LOADING, TRANSPORTATION, AND DISPOSAL OF CONTAMINATED SOIL A. GENERAL: This item has been established for the loading, transportation and disposal of contaminated soils in a State of Texas approved disposal site (landfill) to handle special wastes (petroleum contaminated soils). A bid item has been established in the proposal for the proper loading, transportation and disposal of the material to a designated site and the quantity established is the engineers best estimate of the quantity that may be removed. This quantity may vary depending upon actual conditions and testing results. The unit price bid will not be increased regardless of the actual amount of material disposed and may be decreased if a larger volume of material, than that listed in the bid proposal, results in a unit cost reduction for disposal. B. WASTE MANIFESTS: Any and all non-hazardous liquid and petroleum substance waste removed from the site of generation and transported for treatment and/or disposal must be accompanied by a waste shipment record/manifest detailing required generator, transported, destination and waste description information . These results may not be uniform throughout the entire site . For all petroleum substance waste, the waste shipment record utilized shall be the TNRCC PETROLEUM-SUBSTANCE WASTE AFFIDAVIT (Form TWC-0332). The Contractor shall be responsible for obtaining, originating and maintaining manifests in accordance with federal and state laws. The Contractor shall sign the manifests forms as Independent Contractor to the Owner. AUTHORIZATION OF PAYMENT FOR REMOVAL TRANSPORT AND TREATMENT / DISPOSAL OF WASTES IN CONTINGENT UPON RECEIPT BY THE ENGINEER OF FULLY COMPLETED AND SIGNED MANIFEST FORMS that are in agreement with regard to the type and amount of waste removed from the site and received by the treatment/disposal facility. The Contractor shall immediately resolve any manifest discrepancies. Completed Manifests shall be returned to the City Department of Environmental Management within 90 days of shipment. C. MEASUREMENT AND PAYMENT: 11102104 Payment for this item shall be made per in place cubic yard of contaminated soils that are loaded, transported and disposed of in an approved special disposal site. No separate payment will be made for loading, transportation and disposal of contaminated ground waters_ collected ; these costs considered subsidiary to DA-37, POTENTIALLY PETROLEUM CONTAMINATED MATERIAL HANDLING. The proposed landfill shall be included in the Contractor's bid submittal and approved by the City of Fort Worth Department of Environmental Management prior to contract award . Contractor shall be ASC-17 () PART DA -ADDITIONAL SPECIAL CONDITIONS responsible for all landfill costs , including , but not limited to landfill fees, transportation costs and landfill operator request ed analytica l testing and waste characterization. DA-39 ROCK RIPRAP -GROUT -FILTER FABRIC A . GENERAL: 1. General Conditions, Supplement al Conditions, applicable requirements of Division 1 - General Requirements and the North Central Texas Council of Governments (NCTCOG) Standard Specifications, are hereby made a part of this section . 2. This item shall govern for the installation of rock riprap of the various sizes shown on the plans . B. DESIGN CRITERIA: C . 11102104 1. The toe of the riprap revetment shall be entrenched in stable channel bottoms. If the channel bottom is not stable, the design shall incorporate other requirements needed to stabilize the revetment toe. 2 . The channel side slope shall be as shown on the drawings. 3 . Engineering filter fabric material shall be placed underneath the riprap. 4. Riprap shall extend up the bank to an elevation where vegetation will provide adequate protection. See cross sections. PRODUCT: 1. RIPRAP MATERIAL: Stone for riprap shall be durable and of a suitable quality to insure permanence in the structure. It shall be free from cracks , seams and other defects that would tend to increase deterioration. Rock shall be reasonably well graded between the following prescribed lim its : 24" Riprap 18" Riprap Sieve Size (Square Mesh) 24inch 18inch 12inch 6inch Sieve Size (Square Mesh) 18inch 12inch 6inch 3inch Percent Passing 100 80-90 45-55 0-20 Percent Passing 100 60-85 15-45 0-15 2 . RIPRAP WEIGHT: Weight of rock shall be one hundred fifty five pounds per solid cubic foot (min.) calculated from the bulk specific gravity (saturated surface dry). ASC-18 ) - ) PART DA -ADDITIONAL SPECIAL CONDITIONS 3 . FILTER FABRIC BLANKET: Approved Manufacturer: • Supac -Heavy Grade BNP (UV) • Trevi ra 011/280 • Amoco4553 • or Equal Heavy Grade 4 . RIPRAP GROUTING a. FINE AGGREGATE : Fine aggregate for grouting mix shall consist of natural sand , manufactured sand, or a combination of natural and manufactured sands . The grading and uniformity of the fine aggregate shall conform to the following requirements as delivered t~ the mixers : Sieve Designation , U.S. Standard Square Mesh 3/8 in . (9 .5 mm) No. 4 (4. 75 mm) No. 8 (2.36 mm) No . 16 (1.18 mm) No . 30 (600 um) No . 50 (300 um) No . 100 (150 um) Permissible Limits Percent by Weight, Passing 100 95 -100 80-95 55-75 30-60 12-30 2-10 D. EXECUTION : 11102/04 1. CONSTRUCTION: a . The channel side slope and the toe excavation shall be prepared to the required lines and grades . b. Filter fabric and riprap shall be placed in succession to the required thicknesses and elevations. Riprap shall be hand placed around structures to prevent damage to the structures . 2 . INSTALLATION OF THE FILTER FABRIC (GEOTEXTILE): The geotextile shall be placed in the manner and at the locations shown on the drawings . At the time of installation , the geotextile shall be rejected if it has defects , rips , holes , flaws , deterioration or damage incurred during manufacture , transportation or storage . The surface to receive the geotextile shall be prepared to a relatively smooth condition free of obstructions , depressions, debris , and soft or low density pockets of material. Eros ion features such as rills , gullies , etc. must be graded out of the surface before geotextile placement. The geotextile shall be placed with the long dimension perpendicular to the centerline of the channel and laid smooth and free of tension, stress , folds, wrinkles , or creases. The strips shall be placed to provide a minimum width of 24-inches of overlap for each joint. Temporary pinning of the textile to help ASC-19 () 11/02/04 PART DA -ADDITIONAL SPECIAL CONDITIONS hold it in place until the rock riprap is placed. The temporary pins shall be removed as the riprap is placed to relieve high tensile stress which may occur during placement of material on the geotextile . The specified placement procedure requires that the length of the geotextile be greater than the actual slope length . The Contractor shall adjust the actual length of the geotextile used based on initial installation experience . The geotextile shall be protected at all times during construction from contamination by surface runoff and any geotextile so contaminated shall be removed and replaced with uncontaminated geotextile . Any geotextile damaged during its installation or during placement of riprap shall be replaced by the Contractor at no cost to the Owner. The work shall be scheduled so that the covering of the geotextile with a layer of the specified material is accomplished within seven (7) calendar days after placement of the geotextile. Failure to comply shall require replacement of geotextile . The geotextile shall be protected from damage prior to and during the placement of rock riprap. Before placement of gabion units, the Contractor shall demonstrate that the placement technique will prevent damage to the geotextile. In no case shall any type of equipment be allowed on the unprotected geotextile. 3. RIPRAP PLACEMENT: Stone for riprap shall be placed on the filter fabric blanket in such a manner as to produce a reasonably well graded mass of rock with the minimum practicable percentage of vo ids and shall be constructed within the specified tolerance to the lines and grades shown on the drawings . Then intent of these specifications is to require placement of riprap to the thickness shown and to allow isolated stones to extend as m uch as six inches above grade . Riprap shall be placed to its full course thickness at one operation and in such a manner as to avoid displacing the fabric . The larger stones shall be well distributed and the entire mass of stones in their final position shall conform to the gradation specified hereinbefore. The finished riprap shall be free from objectionable pockets of small stones and clusters of larger stones . The desired distribution of the various sizes of stones throughout the mass shall be obtained by selective loading of the material at the quarry or other source , by controlled dumping of successive loads during final placing, or by other methods of placement which will produce the specified results . Rearranging of individual stones, by mechanical equipment or by hand will be required to the extent necessary to obtain a reasonably well graded distribution of stone specified above. The Contractor shall maintain the riprap protection until accepted . Any material displaced by any cause shall be replaced at his erosion to the lines and grades shown on the Drawings . 4 . GROUT PLACEMENT: Grout shall be composed of cement, water and air-entraining admixture and sand mixed in the proportions of 1 part of Portland cement to 3 parts of sand , sufficient water to produce a workable mixture , and that amount of admixture which will entrain sufficient air to produce durable grout, as determined by · the ENGINEER. Sand for grouting shall conform to the requirements of paragraph: FINE AGGREGATE. The grout shall be mixed in a concrete mixer in the manner specified for concrete except that the time of mixing shall be increased to that necessary to produce a mixture having a consistency such as to permit gravity flow into the interstices of the riprap with the help of limited spading and brooming . The grout shall be used in the work within a period of one (1 ) hour after mixing . Retempering of ground will not be permitted . Riprap shall not be grouted when the ambient temperature is below 35 degree F. or above 95 degrees F. unless approved by the ENGINEER in writing ; nor when the grout, without special protection , is likely to be subjected to freezing ASC-20 - PART DA -ADDITIONAL SPECIAL CONDITIONS temperatures before final set has occurred. Prior to grouting, all surfaces of riprap shall be wetted. The riprap shall be grouted in successive longitudinal strips, approximately 10 feet in width, commencing at the lowest strip and working up the slope. Grout shall be brought to the place of final deposit by approved means, and in no case will grout be permitted to flow on the riprapped surface a distance in excess of 10 feet. Immediately after dumping the batch of grout, it shall be distributed over the surface of the strip by the use of brooms and the grout worked into place between stones with suitable spades, trowels, or vibrating equipment. As a final operation, the grout shall be removed from the top surfaces of the upper stones and from pockets and depressions in the surface of the stone protection. After completion of any strip as specified, no workman or any load shall be permitted on the grouted surface for a period of at least 24 hours . The grouted surface shall be protected from rain, flowing water, and mechanical injury. The surface of all grouted riprap shall be cured by keeping the surface continuously wet for a period of not less than 7 days. E. MEASUREMENT AND PAYMENT 1. FILTER FABRIC: Filter fabric will be measured by the square yard for material used including that required at toes and thickened edges of riprap. Payment for filter fabric will be made at the contract unit price per square yard which includes all plant, labor, material, and all installation costs in-place, complete. 2 . STONE RIPRAP : Stone (rock) riprap will be measured by the cubic yard using actual plan dimensions. Payment for riprap will be made at the contract unit price per cubic yard which includes all plant, labor, material, and installation costs in-place, complete. 3. GROUT: Grout for rock riprap will be measured by the square yard using actual plan dimensions. Payment for grout will be made at the contract unit price per square yard which includes all plant, labor, material, and installation costs in-place, complete. DA-40 CONCRETE RIPRAP (OMITTED) DA-41 CONCRETE CYLINDER PIPE AND FITTINGS Concrete cylinder pipe on this project shall be Class 150 A.W.W.A. C-303 pretensioned concrete cylinder pipe or Class 150 AWWA C-301 prestressed concrete cylinder pipe as specified on the plans and manufactured in accordance with Material Standard E1-4 contained in the General Contract documents. Payment for work such as backfill, bedding, blocking , excavation and all other associated appurtenances; required, shall be included in the Linear Foot price of the pipe and lump sum for the pipe fittings in the appropriate BID ITEM(S). DA-42 CONCRETE PIPE FITTINGS AND SPECIALS Bidders shall submit the following for C-303 pretensioned concrete cylinder pipe to be installed on this project: 1. A complete list of fittings and specials upon which the lump sum is bid . 2 . Provide a unit price indicating the cost for furnishing and installing each of the various items of fittings and specials. 11/02104 ASC-21 ( 1) PART DA -ADDITIONAL SPECIAL CONDITIONS The lump sum as bid in the Proposal shall be payment in full for all fittings and specials necessary for the construction of the project as designed . Payment for the installation of the pipe fitt ings, specials , and random lengths shall be included . Should the Engineer approve any changes to the fittings , specials or random pipe lengths listed as justifying the amount bid in the Proposal , the price submitted with the Proposal shall be used to determine the increase or decrease in the value of the lump sum of the Proposal , and the Contractor shall be paid on the basis of this adjusted value under that bid item . DA-43 IJNCLASSIFIED STREET EXCAVATION (OMITTED) DA-44 6" PERFORATED PIPE SUBDRAIN (OMITTED) DA-45 REPLACEMENT OF 4" CONCRETE SIDEWALKS (OMITTED) DA-46 RECOMMENDED SEQUENCE OF CONSTRUCTION In order to achieve the time obligations of the project , the proposed water improvements shall be constructed under a rigid schedule to meet the contract duration . It is recommended that the proposed water main and metering station improvements be conducted based upon the sequence outlined in the Construction Plans. After the work start date has been established, the contractor shall be required to submit the beginning and ending dates for all major work areas and segments of the project. Please be advised that the Contractor has the option of submitting a different sequence of construction than stated in the Construction Plans. However, 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 and agreed to by same . The critical elements of the construction sequence are called out in the plans . Priority shall be given to completion of the 36-inch water main construction in advance of adjacent water line tie- ins and construction of the new Grand Prairie metering station. The contractor shall coordinate construction activities with Fort Worth Field Operations and Water Production Departments to minimize potential water supply and/or pressure reductions to the Centerport Industrial Park area . DA-47 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 and/or permits , both temporary and permanent that have not been obtained by the time of publication shall be secured before construct ion starts . No work is to be done in areas requiring easements and/or permits until the necessary easements are obtained. The Contractor's attention is directed to the easement description and permit requirements , as contained herein , along with any special conditions that may have been imposed on these easements and permits . Where the pipeline crosses privately owned property , the easements and construction areas are shown on the plans . The easements shall be cleaned up after use and restored to their original conditions or better. In the event additional work room or access is required by the 11/02104 ASC-22 ~) PART DA -ADDITIONAL SPECIAL CONDITIONS Contractor, it shall be the Contractor's responsibility to obtain written permission from the property owners involved for the use of additional property required. No additional payment will be allowed for this item. DA-49 HIGHWAY REQUIREMENTS The Texas Department of Transportation requirements pertaining to the construction of this project are enclosed herein and made part of these specifications. DA-50 CONCRETE ENCASEMENT Concrete encasement shall be Class E (1500 psi) concrete and for sewer line encasements shall conform to Fig . 113; for water line encasements it shall conform to Fig . 20 of the General Contract Documents . Requirements for such encasement are specified in Sections E1-20 and E2-20 of the General Contract Documents. Payment for work such as forming , placing, and finishing including all labor, tools, equipment and material necessary to complete the work shall be included in the linear foot price bid for Concrete Encasement. DA-51 CONNECTION TO EXISTING STRUCTURES All connections between proposed and existing facilities shall consist of a watertight seal. Concrete used in the connect ion shall be Class A (3000 psi) concrete and meet the requirements of Section E1-20 and E2-20 of the General Contract Documents. Prior to concrete placement, a gasket, RAM-Nek or approved equal shall be installed around penetrating pipe . Payment for such work as connecting to existing facilities including all labor, tools , equipment, and material necessary to complete the work shall be included in the linear foot price of the appropriate pipe BID ITEM. DA-52 TURBO METER WITH VAULT AND BYPASS INSTALLATION (OMITTED) DA-53 OPEN FIRE LINE INSTALLATIONS (OMITTED) DA-54 WATER SAMPLE STATION (OMITTED) DA-55 CURB ON CONCRETE PAVEMENT Standard Specification Item 502 shall apply except as herein modified . INTEGRAL CURB : Integral curb shall be constructed along the edge of the pavement as an integral part of the slab and of the same concrete as the slab . The concrete for the curb shall be deposited not more than thirty (30) minutes after the concrete in the slab. SUPERIMPOSED CURB : Concrete shall have a minimum compressive strength of three thousand (3 ,000) pounds per square inch at twenty-eight (28) days . The quantity of mixing water shall not exceed seven (7) U.S. gallons per sack (94 lbs.) of Portland Cement. The slump of the 11/02/04 ASC-23 ( ) PART DA -ADDITIONAL SPECIAL CONDITIONS concrete shall not exceed three (3) inches . A minimum cement content of five (5) sacks of cement per cubic yard of concrete is required. PAYMENT : Payment shall be made for cutting and replacing curbs and gutters required in this Project under the appropriate bid item and shall be in compliance with Public Works Department standard requirement Item 502 . DA-56 SHOP DRAWINGS 1. Submit seven (7) copies of shop drawings, layouts, manufacturer's data and material schedules as may be required by the Engineer for his review . Submittals may be checked by and stamped with the approval of the Contractor and identified as the Engineer may require . Such review by the Engineer shall include checking for general conformance with the design concept of the project and general compliance with information given in the General Contract Documents. Indicated actions by the Engineer, which may result from his review, shall not constitute concurrence with any deviation from the plans and specifications unless such deviations are specifically identified by the method described below, and further shall not relieve the Contractor of responsibility for errors or omissions in the submitted data. Processed shop drawing submittals are not change orders . The purpose of submittals by the Contractor is to demonstrate that the Contractor understands the design concept, and that he demonstrates his understanding by indicating which equipment and materials he intends to furnish and install , and by detailing the fabrication and installation methods he intends to use. If deviations, discrepancies or conflicts between submittals and the design drawings and/or specifications are discovered, either prior to or after submittals are processed , the design drawings and specifications shall govern. The Contractor shall be responsible for dimensions which are to be confirmed and correlated at the job site, fabrication processes and techniques of constriction, coordination of his work with that of other trades and satisfactory performance his work. The Contractor shall check and verify all measurements and review submittals prior to being submitted, and sign or initial a statement included with the submittal, which signifies compliance with plans and specifications and dimensions suitable for the application. Any deviation from the specified criteria shall be expressly stated in writing in the submittal. Three (3) copies of the approved submittals shall be retained by the Contractor until completion of the project and presented to the City in bound form . 2. Shop drawings shall be submitted for the following items prior to installation : -Shop drawing for all water main pipe material -Steel casing pipe -Trench safety system Additional shop drawing requirements are described in some of the material specifications. 3. Address for Submittals -The submittals shall be addressed to the Project Manager: Rakesh Chaubey, P.E. Project Manager City of Fort Worth 1 000 Throckmorton Fort Worth, TX 76102 DA-57 COST BREAKDOWN 11/02104 ASC-24 ) PART DA -ADDITIONAL SPECIAL CONDITIONS In order to establish a basis upon which partial payments to the Contractor may be authorized, immediately after execution of the contract the Contractor shall furnish a detailed cost breakdown of his contract price arranged and itemized to meet the approval of the Engineer. DA-58 STANDARD STREET SPECIFICATIONS H.M.A.C. OVERLAY All work involving paving and/or drainage shall conform to the two following published specifications, except as modified herein: STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION -CITY OF FORT WORTH STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION NORTH CENTRAL TEXAS DA-59 H.M.A.C. MORE THAN 9 INCHES DEEP When H.M.A.C. greater than 9 inches in depth is encountered, it shall be replaced with a combination of H.M.A.C. and 2:27 concrete base, as determined by the Engineer, to achieve the required thickness of pavement. DA-60 ASPHALT DRIVEWAY REPAIR At locations where H.M.A.C. driveways are encountered, such driveways shall be completely replaced for the full extent of utility cut with H.M.A.C. equal to or better than the existing driveway. DA-61 TOP SOIL Where directed by the Engineer, top soil shall be applied in accordance with the City of Fort Worth Transportation and Public Works Department's Standard Specifications for Street and Storm Drain Construction, Item 116, except as follows: All labor, equipment, tools and incidentals shall be included in the square yard bid price for the top soil. DA-62 WATER METER AND METER BOX RELOCATION AND ADJUSTMENT (OMITTED) DA-63 BID QUANTITIES Bid quantities of the various items in the proposal are for comparison only and may not reflect the actual quantities. There is no limit to which a bid item can be increased or decreased. Contractor shall not be entitled to renegotiation of unit prices regardless of the final measured quantities. To the extent that C4-4.3 conflicts with this provision, this provision controls. No claim will be considered for lost or anticipated profits based upon differences in estimated quantities versus actual quantities. In particular, the Contractor shall be aware that it is the City's intention that the quantities in Unit I be used on an "emergency" basis only. Total quantities given in the bid proposal may not reflect actual quantities; however, they are given for the purpose of bidding and awarding the contract. A contract in the amount of $200,000 11102104 ASC-25 ) PART DA -ADDITIONAL SPECIAL CONDITIONS (see Options to Renew) shall be awarded with final payment based on actual measured quantities and the unit price bid in this proposal. Moreover, there is to be not limit on the variation between the estimated quantities shown and actual quantities performed . It is understood and agreed that the scope of work contemplated in this contract is that which is designated by the City bit will in not case exceed $200,000 (see Options to Renew) including all change orders. DA-64 WORK IN HIGHWAY RIGHT OF WAY When the Engineer directs the Contractor to perform work in the right-of-way which is under the jurisdiction of the Texas Department of Transportation (Tex-Dot), the Contractor shall obtain approval from the Texas Department of Transportation prior to commencing any work therein . All work perfo rmed in the Tex-Dot right-of-way shall be performed in compliance with and subject to approval from the Texas Department of Transportation and Item E2-29.1 "Construction Within Highway Right-of-Way" of the General Contract Documents and Specifications , effective July 1, 1978, as amended . DA-65 CRUSHED LIMESTONE (FLEX-BASE) Crushed limestone required for use as a flexible base material shall conform to Specification Item No . 208 of the Standard Specifications for Street and Storm Drain Construction for the City of Fort Worth Transportation and Public Works Department. ( ) DA-66 OPTION TO RENEW (OMITTED) DA-67 NON-EXCLUSIVE CONTRACT (OMITTED) DA-68 CONCRETE VALLEY GUTTER (OMITTED) DA-69 TRAFFIC BUTTONS (OMITTED) DA-70 PAVEMENT STRIPING (OMITTED) DA-71 H.M.A.C. TESTING PROCEDURES The contractor is required to submit a Mix Design for both Type "B" and "D " asphalt that will be used for each project. This should be submitted at the Pre-Construction Conference . This design shall not be more than two (2) years old. Upon submittal of the design mix a Marshal (Proctor) will be calculated, if one has not been previously calculated, for the use during density testing . For type "B " asphalt a maximum of 20% rap may be used . No Rap may be used in type "D " Upon approval of an asphalt mix design and the calculation of the Marshal (proctor) the contractor is approved for placement of the asphalt. The contractor shall contact the City Laboratory, through the inspector, at least 24 hours in advance of the asphalt placement to schedule a technician to assist in the moni toring of the number of passes by a roller to establish a rolling pattern that will provide the required densities. The required Density for Type "B" and for Type "D" asphalt will be 91 % of the calculated Marshal (proctor). A Troxler Thin Layer Gauge will be used for all asphalt testing . 11/02104 ASC-26 PART DA -ADDITIONAL SPECIAL CONDITIONS After a rolling pattern is established , densities should be taken at locations not more than 300 feet apart . The above requirement applies to both Type "B" and "D" aspha lt. Densities on type "B" must be done before Type "D" asphalt is applied . Cores to determine thickness of Type "B" asphalt must be taken before Type "D" asphalt is applied . Upon completion of the application of Type "D" asphalt additional cores must be taken to determine the applied thickness . DA-72 SPECIFICATION REFERENCES When reference is made in these specifications to a particular ASTM, AWWA, ANSI or other specification , it shall be understood that the latest revision of such specification, prior to the date of these general specifications or revisions thereof, shall apply . DA-73 RELOCATION OF SPRINKLER SYSTEM BACK-FLOW PREVENTER/CONTROL VALVE AND BOX (OMITTED) DA-74 RESILIENT-SEATED GATE VALVES Any resilient-seated gate valves supplied for this contract shall conform to Material Standard E1-26 , STANDARD SPECIFICATIONS FOR RESILIENT-SEATED GATE VALVES, with the exception of size requirements in sections E-26.1 . All resilient-seated gate valves shall be mechanical joints and be approved on the City of Fort Worth Standard Product List. DA-75 EMERGENCY SITUATION, JOB MOVE-IN (OMITTED) DA-76 1 %" & 2" COPPER SERVICES (OMITTED) DA-77 SCOPE OF WORK (UTIL. CUT) (OMITTED) DA-78 CONTRACTOR'S RESPONSIBIL TY (UTIL. CUT) (OMITTED) DA-79 CONTRACT TIME (UTIL. CUT) (OMITTED) DA-80 REQUIRED CREW PERSONNEL & EQUIPMENT (UTIL. CUT) (OMITTED) DA-81 TIME ALLOWED FOR UTILITY CUTS (UTIL. CUT) (OMITTED) DA-82 LIQUIDATED DAMAGES (UTIL. CUT) (OMITTED) DA-83 PAVING REPAIR EDGES (UTIL. CUT) (OMITTED) DA-84 TRENCH BACKFILL (UTIL. CUT) (OMITTED) DA-85 CLEAN-UP (UTIL. CUT) (OMITTED) DA-86 PROPERTY ACCESS (UTIL. CUT) (OMITTED) 11/02104 ASC-27 PART DA -ADDITIONAL SPECIAL CONDITIONS DA-87 SUBMISSION OF BIDS (UTIL. CUT) (OMITTED} DA-88 STANDARD BASE REPAIR FOR UNIT I (UTIL. CUT} (OMITTED} DA-89 CONCRETE BASE REPAIR FOR UNIT II & UNIT Ill (UTIL. CUT} (OMITTED} DA-90 2" TO 9" H.M.A.C. PAVEMENT {UTIL. CUT} (OMITTED} DA-91 ADJUST WATER VALVE BOXES, MANHOLES, AND VAULTS (UTIL. CUT} (OMITTED} DA-92 MAINTENANCE BOND (UTIL. CUT} (OMITTED} DA-93 BRICK PAVEMENT (UTIL. CUT} (OMITTED} DA-94 LIME STABILIZED SUBGRADE (UTIL. CUT} (OMITTED} DA-95 CEMENT STABILIZED SUBGRADE {UTIL. CUT} (OMITTED} DA-96 REPAIR OF STORM DRAIN\ STRUCTURES (UTIL. CUT} (OMITTED} DA-97 "QUICK-SET" CONCRETE (UTIL. CUT} (OMITTED} DA-98 UTILITY ADJUSTMENT (UTIL. CUT} (OMITTED} \ ) DA-99 STANDARD CONCRETE SIDEWALK AND WHEELCHAIR RAMPS (UTIL. CUT} ' ) (OMITTED} DA-100 LIMITS OF CONCRETE PAVEMENT REPAIR (UTIL. CUT) (OMITTED} DA-101 CONCRETE CURB AND GUTTER (UTIL. CUT} (OMITTED} DA-102 PAYMENT (UTIL. CUT} (OMITTED} DA-103 DEHOLES (MISC. EXT.) (OMITTED} DA-104 DA-105 DA-106 DA-107 DA-108 DA-109 DA-110 11/02104 CONSTRUCTION LIMITATIONS (MISC. EXT.} (OMITTED} PRESSURE CLEANING AND TESTING (MISC. EXT.} (OMITTED} BID QUANTITIES (MISC. EXT.} (OMITTED} LIFE OF CONTRACT (MISC. EXT.} (OMITTED} FLOWABLE FILL (MISC. EXT.} (OMITTED} BRICK PAVEMENT REPAIR (MISC. REPL.} (OMITTED} DETERMINATION AND INITIATION OF WORK (MISC. REPL.} (OMITTED} ASC-28 ) PART DA -ADDITIONAL SPECIAL CONDITIONS DA-111 WORK ORDER COMPLETION TIME (MISC. REPL.) (OMITTED) DA-112 MOVE IN CHARGES (MISC. REPL.) (OMITTED) DA-113 PROJECT SIGNS Project Signs are required at all locations which will be under construction for more than thirty (30) calendar days as indicated in Part B Proposal. Project Signs shall be in accordance with Figure 30 (dated 9-18-96) of the General Contract Documents. The signs may be mounted on skids or on posts . The exact locations and methods of mounting shall be approved by the engineer. Any and all costs for the required materials, labor, and equipment necessary for the furnishing of Project Signs shall be considered as a subsidiary cost of the project and no additional compensation will be allowed. DA-114 LIQUIDATED DAMAGES (MISC. REPL.) (OMITTED) DA-115 TRENCH SAFETY SYSTEM DESIGN (MISC. REPL.) (OMITTED) DA-116 FIELD OFFICE (OMITTED) DA-117 TRAFFIC CONTROL PLAN Traffic control shall be in accordance with item D-8 of the Special Conditions with the exception of the Contractor providing the traffic control plan. All requirements of D-8 shall apply. DA-118 COORDINATION OF WORK WITH CONTRACTOR FOR OTHER UNITS The contractor shall coordinate his work with the work of other contractors on remaining units of this project. The contract documents indicate the starting and stopping points for each of the units of the project. The plans indicate "connecting to an existing pipeline" constructed by others and ending the line with the installation of a plug . If the start of the project cannot be connected to the previous unit, the contractor will begin his line with a plugged section of pipe. If the pipeline is constructed for the connecting unit the contractor shall connect his line with the adjoining unit in lieu of installation of a plug . Contractor will be paid for "connect ion " to existing line or installation of blind flanges based on the unit price bid for the water or sewer main. DA-119 PIPELINE CROSSING HIGHWAYS, STREETS AND RAILROADS BY BORING TUNNELING OR OPEN CUT 1.00 GENERAL 1.01 WORK INCLUDED 1.02 11/02104 Furnish labor, materials , equipment and incidentals necessary to install pipe casings or tunnel liners by boring, tunneling or open cut as specified . This section sets forth the requirements for utility lines crossing roadways or railroads using bore , tunneling , or open cut. QUALITY ASSURANCE A. DESIGN CRITERIA ASC-29 ) ( ) 1.03 1.04 ( 11/02104 PART DA -ADDITIONAL SPECIAL CONDITIONS 1. TUNNEL LINER PLATE The tunnel liner plate shall be designed by the Manufacturer in accordance with the methods and criteria as specified in AASHTO Standard Specifications for Highway Bridges, Section 16 . Soil parameters shall be determined by the Tunnel Liner Plate Manufacturer. The tunnel liner plate shall be designed to allow a maximum deflection of 3%. The thickness of the tunnel liner plate specified herein 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 carrier pipe within the casing pipe under all conditions. Number and location of spacing insu lators shall be determined by the Manufacturer to protect carrier pipe from damages. One insulator shall be placed - within 2' of ends of casing. B. INSTALLER'S QUALIFICATIONS Installation shall be by a competent , experienced contractor or sub-contractor. The installation contractor shall have a satisfactory experience record of at least five (5) years engaged in similar work of equal scope. C . PERFORMANCE REQUIREMENTS Lateral or vertical variation in the final position of the pipe casing or tunnel liner from the line and grade established by the engineer shall be permitted only to the extent of 1" in 1 O', provided that such variation shall be regular and only in the direction that will not detrimentally affect the function of the carrier pipe. SUBMITTALS Submittals shall include : A. Shop drawings of the tunnel liner plate and fasteners from the tunnel liner plate manufacturer. Shop drawings shall include calculations for the design of the tunnel liner plate . B. Provide shop drawings of casing insulators including sketches of insulators with material components and dimensions and proposed locations of insulators. STANDARDS AWWAC-206 AWWAC-210 AASHTO M-190 AASHTO ASTMA-36 ASTM A-123 "Field Welding of Steel Water Pipe " "Liquid Epoxy Coating Systems for the Interior and Exterior of Steel Water Pipelines " "Bituminous Coated Corrugated Metal Culvert Pipe and Pipe Arches" Standard Specifications for Highway Bridges , 1989. "Structural Steel " "Z inc (Hot Dipped Galvanized) Coatings on Iron and Steel ASC-30 PART DA -ADDITIONAL SPECIAL CONDITIONS ASTM A-135 ASTM A-139 ASTM A-153 ASTMA-307 ASTMA-449 ASTM A-569 ASTM A-570 ASTM C-76 ASTM D-4254 Products " "Electric -Resistance -Welded Steel Pipe " "Electric -Fusion (Arc) -Welded Steel Pipe" "Zinc Coating (Hot Dip) on Iron and Steel Hardware " "Carbon Steel Bolts and Studs, 60 ,000 PSI Tensile " "Quenched and Tempered Steel Bolts and Studs" "Steel, Carbon, Hot-Rolled Sheet and Strip, Commercial Quality" "Hot Rolled Carbon Steel Sheet and Strip, Structural Quality" "Reinforced Concrete Culvert, Storm Drain , and Sewer Pipe" "Test Methods for Minimum Index Density of Soils 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 Owner will secure the appropriate permits or easements . The Contractor shall observe regulations and instructions of the right-of-way Owner as to the methods of performing the work and take precautions for the safety of the property and the public. Negotiations and coordination with the right-of-way Owner shall be carried on by the Contractor, not less than five (5) days prior to the time of his intentions to begin work on the right -of-way. B. Comply with the requirements of the permit and/or easement, a copy of which is included in the Appendix. The work within the Texas Department of Transportation (TxDot) Right-of-Way shall comply with TxDot specifications. If required by the Right- of-Way Owner, obtain Protective Liability Insurance in the amount required by the particular company or other insurance as is specified in the permit at no cost to the Owner. Acquire a permit, agreement, or work order from the right-of-way Owner as is required . C. Construction along roads and railroads shall be performed in such manner that the excavated material be kept off the roads and railroads at all t imes, as well as, all operating equipment. Construction shall not interfere with the operations of the roads and railroads . D. Barricades, warning 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 . The Contractor shall verify location and elevation of any pipe lines and telephone cable before proceeding with the construction and plan his construction so as to avo id damage to the existing pipe lines or telephone cables. Verification of location of existing utilities shall be the complete responsibility of the Contractor. 1.06 OPTIONS A. CASING MATERIAL 11/02104 ASC-31 ) ( ) 2.00 2.01 PART DA -ADDITIONAL SPECIAL CONDITIONS Unless specified otherwise, the Contractor may use steel pipe or tunnel liner plate where bore and/or tunnel is specified . Unless specified otherwise, the Contractor shall use steel pipe where open cut casing is specified . The material specification for casing pipe and tunnel liner are the minimum acceptable . The Contractor shall be fully responsible to insure the materials used are of sufficient strength for the installation method chosen and the soil conditions encountered. B. 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 protection of workers, pipe, property, and the public . Provide a finished product as required. PRODUCTS MATERIALS A. STEEL PIPE : Steel casing pipe shall have a minimum yield strength of 35,000 psi. 11/02104 Casing shall meet ASTM A-36, ASTM A-570, ASTM A-135, ASTM A-139, or approved equal. Pipe shall be coated and lined in accordance with AWWA C-210 or approved equal. Pipe joints shall be welded in accordance with AWWA C-206. After pipe is welded, coating and lining shall be repaired. Unless specified otherwise, the minimum wall thickness of steel casing pipe shall be as follows: 4"-24" 25" -42" 43" -60" 72 " B. TUNNEL LINER PLATES: Corrugated metal tunnel liner plates shall be galvanized and asphalt coated; made from steel sheets conforming to the requirements of ASTM A- 569. Material to be galvanized shall be zinc coated in accordance with ASTM A-123, except that the zinc shall be appl ied at a rate of 2.0 oz. per square foot on each side. Asphalt coating shall comply with AASHTO M-190. Tunnel liner plates and fasteners shall comply with the requirements of AASHTO Standard Specifications for Highway Bridges, 1989. Liner plates shall be punched for bolting on both longitudinal and circumferential seams, fabricated to permit complete erection from the inside of the tunnel. Bolts and nuts shall be ·galvanized to conform to ASTM . Where groundwater is encountered, gasketed liner plates shall be used. A-153. Plates shall be of uniform fabrication and those intended for one size tunnel shall be interchangeable . Welding of tunnel liner plate shall not be allowed. The material used for the construction of these plates shall be new, unused, and suitable for the purpose intended . Workmanship shall be first class in every respect. Minimum thickness of tunnel liner plate shall be as follows: ASC-32 - ) ( ) _/ PART DA -ADDITIONAL SPECIAL CONDITIONS . • "''" Tunnel Diameter . ,::,_ g, Minirnom Thickness ii 60 " & 72 " - 2 Flanged 0.179" 60" & 72 " - 4 Flanged 0.250 " 2.02 MIXES A. CEMENT MORTAR: Consisting of one (1) part cement to two (2) parts clean sand with sufficient water to make a thick workable mix. B. PRESSURE GROUT MIX: Comprised of 1 cubic foot of cement and 3 .5 cubic feet of clean fine sand with sufficient water added to provide a free flowing thick slurry . If desired to maintain solids in the mixture in suspension , one cubic foot of commercial grade bentonite may be added to each 12 to 15 cubic feet of the slurry . C. CELLULAR GROUT MIX: The cellular grout shall be a low-density, non-shrink grout composed of Type II Portland cement , water, and a preformed foam. The cellular grout shall have the following characteristics: 1. Minimum 28-day Compressive Strength = 1000 psi 2 . Slurry (Wet) Density = 95 to 105 pcf 3. Cement= Type II , per ASTM C150 4 . Water = Potable 5 . Foam = Per ASTM C869 6 . Water/Cement Ratio= 0.50 to 0.55 2 .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 type of carrier pipe . Insulators shall consist of pre-manufactured steel bands with plastic lining and plastic runners. Insulators shall fit snug over the carrier pipe and posit ion the carrier pipe approximately in the center of the casing pipe, to provide adequate clearance between the carrier pipe bell and the casing pipe. Fasteners for insulators shall be stainless steel or cadmium-plated . Insulators shall be as manufactured by Cascade Waterworks Manufacturing Company or Pipeline Seal and Insulators, Incorporated or Perry Equipment Corporation. C. MORTAR BANDS : Concrete cylinder pipe and mortar coated steel pipe may have thickened outside mortar bands in lieu of casing insulators. Mortar bands shall be properly position the pipe within the casing or tunnel liner. 3.00 EXECUTION 3.01 GENERAL CONSTRUCTION PROCEDURES A. EXCAVATION AND BACKFILL OF ACCESS PITS 11/02104 ASC-33 ) () \ ) ..J 11/02104 PART DA -ADDITIONAL SPECIAL CONDITIONS 1. Do not allow excavation over the limits of the bore 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 . 2. Excavations within the right-of-way and not under surfacing shall be backfilled, with type B backfill, and consolidated by tamping in 6" horizontal layers to 95% of maximum density as measured by ASTM D-698 . Surplus material shall be removed from the right-of-way and the excavation finished to original grades. Backfill pits immediately after the installation of the carrier pipe is completed. If carrier pipe is not installed immediately after casing pipe installation, the Right-of- Way Owner may require the access pits be temporarily backfilled until installation of carrier pipe . B. INSTALLING CARRIER PIPE IN CASINGS 1. Pipe to be installed within the casing or tunnel liner shall meet the requirements for this type of pipe as specified . Where indicated , place, align, and anchor guide rails and/or casing insulators inside the casing. If guide rails are used, place cement mortar on both sides of the rails . 2 . Pull or skid pipe into place inside the casing. Lubricants such as flax soap or drilling mud may be used to ease pipe installation. Do not use petroleum products, oil or grease for this purpose. If guide ra ils 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 between the carrier pipe and tunnel liner. If continuity exists, remedy the short prior to applying cellular grout. 4. After carrier pipe installation is complete , if hold down jacks or casing spacers are used , seal or plug the ends of the casing . 5. After carrier pipe installation is complete, if hold down 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 Contractor shall take precautions to prevent flotation of the carrier pipe are not required to be mortared if flex-protex is used. Exterior joint coating (heat shrink sleeves) is required for polyurethane coated pipe. Provide necessary bulkheads as recommended by the cellular grout supplier. If pressure is used to apply grout, verify the maximum allowable pressure with the carrier pipe manufacturer, and do not exceed this pressure . C. FREE-AIR SYSTEM If required by OSHA standards , free-air systems shall be installed and maintained. D. INSTALLATION OF PRESSURE GROUT MIX 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 completion of setting casing pipe . For tunnel liner plate, install pressure grout mix at the end of each work day or more often as conditions warrant. 2. 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 ASC-34 ) PART DA -ADDITIONAL SPECIAL CONDITIONS fabricated into casing pipe and tunnel liner plate at a maximum spacing of 6'. Remove and plug grout fittings after pressure grouting . 3. Install pressure grout from the low end for all cross ings where grout fittings are not used . Seal the low end and pressure grout until grout is extruded from the opposite end . 3.02 CROSSINGS INSTALLED BY BORING 3.03 11/02104 A. Perform the boring from the low or downstream end unless specified otherwise. Bore the holes mechanically and use a pilot hole . By this method, an approximate 2" 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 material as required . The use of water or other fluids in connection with the boring operation will be permitted only to the extent to lubricate cuttings . Jetting shall not be permitted . B. In unconsolidated so il formations , a gel-forming colloidal drilling fluid consisting of at least 10% of high grade carefully processed bentonite may be used to consolidate cuttings of the bit , seal the walls of the hole , and furnish lubrication for subsequent removal of cuttings and installation of the pipe immediately thereafter. C. In locations where the soil formation is other than consolidated rock , insert the casing pipe simultaneously with the boring operation. This requirement applies to all bored holes of 18" or greater in diameter. For smaller diameter bored holes , it is desirable that the casing be installed as the boring progresses, but because of differences in soil formations , the time for inserting the casing shall be the Contractor's responsibility. In the event that caving sand or water bearing materials are encountered, insert the casing pipe simultaneously with the boring operation regardless of the diameter of the bored 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 integrity of the structure of the roadway being crossed, whether or not a cas ing pipe is inserted simultaneously with the boring operation . CROSSINGS INSTALLED BY TUNNELING AND JACKING A Jack the pipe from the low or downstream end , unless specified otherwise. Provide heavy duty jacks suitable for forcing the pipe through the embankment. In operating jacks, apply even pressure to the jacks used. Provide a suitable 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 frame or back stop. Set the pipe to be jacked on guides, properly braced together, to support the section of the pipe and to direct it in the proper line and grade. Place the whole jacking assembly so as to line up 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 provided . B. The excavation for the underside of the pipe, for at least 1/3 of the circumference of the pipe , shall conform to the contour and grade of the pipe. Provide a clearance of ASC-35 ( ) PART DA -ADDITIONAL SPECIAL CONDITIONS not more than 2" for the upper half of the pipe. This 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 2' in any case. Decrease the distance if the character of the material being excavated makes it desirable to keep the advance excavation closer to the end of the pipe . C. If desired , use a cutting edge of steel plate around the head end of the pipe extending a short distance beyond the end of the 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 without interruption to prevent the pipe from becoming firmly set in the embankment. Remove and replace any pipe damaged in the jacking operations . The Contractor shall absorb the entire expense. 3.04 CROSSINGS INSTALLED WITH TUNNEL LINER PLATE A. Install the tunnel liner plates to the limits indicated and as specified in AASHTO Standards Specifications for Highway Bridges, Section 11-26, Construction Tunnels 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. 8 . 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. C. 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 an 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 time . Tunnel liner plate shall not be allowed to deflect vertically during installation. 3 .05 CROSSINGS WITH CASING INSTALLED BY OPEN CUT This article covers the requirements for the construction of crossings where pipe casing 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 BACKFILL. All other requirements shall be as specified herein. DA-120 RAILROAD REQUIREMENTS The Contractor is required to install temporary fencing 25' from the centerline of track. This fencing is to be installed prior to any construction within railroad right-of-way, the cost for the fence shall be subsidiary to the contract amount. It is estimated that a flagman will be required for approxi mately 10 days for the project. Payment will be based on the actual number of days used in acc ordance with the railroad requi rements . No equipment or person shall enter railroad 11/02104 ASC-36 - ) PART DA -ADDITIONAL SPECIAL CONDITIONS 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. DA-121 EXPLORITORY D-HOLE This specifications clarifies d-holes as indicated in the plans and Part B 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. • DA-122 SANITARY SEWER AND WATER LINE MARKERS A GENERAL These work described in this specification includes supplying and placing markers for sanitary sewer lines and water lines. ) B. MATERIALS ) 1. Buried Markers -Buried markers shall be Omni Marker balls as manufactured by Tempo or approved equal (www.tempo-textron.com). Markers for water lines shall be blue. Markers for sanitary sewer lines shall be green. 2. Surface Markers -Surface markers shall be COTTMark Cable and Pipe Warning System as manufactured by COTT Manufacturing Co. or approved equal (www.cottmfg.com}. Markers for water lines shall have a blue warning sign. Markers for sanitary sewer lines shall have a green warning sign. Marker posts shall be 4-inch diameter PVC. C. EXECUTION 11/02104 . 1. GENERAL a. Buried markers shall be placed at a depth of three-feet below natural ground surface and directly above the feature they are marking. b. Surface markers shall be a minimum of six-feet in length and shall be buried a minimum of two-feet, with a minimum of four-feet above ground. The warning sign for all surface markers shall be 21-inches (not including post cap). Surface markers shall be placed as follows: i. Buried Features: Surface markers shall be placed directly above a buried feature. ASC-37 PART DA -ADDITIONAL SPECIAL CONDITIONS ii. Above-Ground Features: Surface markers shall be placed a maximum of two (2) feet away from an above-ground feature. 2. PLACEMENT a. Water Lines 16-inches and Above Buried markers shall be placed at all horizontal and vertical bends, all horizontal points of curvature, tangency, and reverse curvature, horizontal tees (excluding fire hydrant taps), cleanout wyes, blowoff valves, end-of- line plugs, and at other locations as shown on the plans or as deemed appropriate by the ENGINEER. Surface markers shall be placed at each right-of-way line (or end of casing pipe) of major highway crossings, railroad crossings, crossings with major utilities such as high pressure gas lines and fiber-optic lines, and at other locations as shown on the plans or as deemed appropriate by the ENGINEER. b. Water Lines 12-inches and Below Buried markers shall be placed at the end-of-line cap on all dead-end stubouts. Surface markers shall not be utilized for water lines 12-inches and under. c. Sanitary Sewer Lines, All Sizes Buried markers shall be placed at all horizontal points of curvature, tangency and reverse curvature if no manhole is present, and at all stubouts. Surface markers shall be placed at each right-of-way line (or end of casing pipe) of major highway crossings, railroad crossings, crossings with major utilities such as high pressure gas lines and fiber-optic lines, and at other locations as shown on the plans or as deemed appropriate by the ENGINEER. D. MEASURMENT AND PAYMENT 11/02104 The cost of buried and surface sanitary sewer and water markers is subsidiary work and the cost of same shall be included in the unit price bid for pipe complete in place as bid in the proposal, and no other compensation will be allowed. ASC-38 - - - - - - -Certificate of Insurance - - - - - - - - - - - - I I I ' I I I I I I I I I I I I I ' I . tr, ... . . ti ~iil'!ii;ii!xr* .. ·.*···-~-..... .,,.._., .,. ......... ... ···-·-... , .......... -... --~ ~-±-___ § __ _ CERTIFICATE OF IN'SURANCE TO: CITY OF FORT WORIB Date~ 1/26/09 NAME OF PROJECT: 36-Iru:h Water Main Exteruion Along Trinity Railway Express Right-of-Way from Tarrant Main Street to State Highway 360ffrinity Boulevard Intersection PROJECT NUMBER: P265-605140035287 IS TO CERTIFY TI!AT: S.J. Louis Construction of Tern, Ltd by S.J. Louis, LLC its General Partner is. at the date of this certificate. Insured by this Company with respect to the business operations hereinafter described, for the type of insurance and accordance with provisions of the standard·policies used by this Company, and further hereinafter described Exceptions to standard policy noted on reverse side hereof TYPE OF IN'SURANCE Policy Effective Expires Limits ofLiability Worker's Comoensation 1591758 11/1/08 11 / 1/09 1.000. Comprehensive General 4807560 11/1/08 11/1/09 Bodily Injury: Liability Insurance (Public Ea_ Occurrence: $1 , 0 0 0 , Liability) Property Damage: Ea. Occurrence: S 1 n n n Blasting 4807560 11/1/08 11/1/09 Ea. Occurrence: S 1 nnn . Collapse of Building or Ea. Occurrence: $1,000, structures adjacent to . excavations Damage to Underground 4807560 11/1/08 11/1/09 Utilities Ea. Occurrence: $J nnn Builder· s Risk 41UUMN09371 11/1/08 11 / 1/09 $10 .000. Comprehensive Bodily Injury: Automobile Liability 6505622 11/1/08 11/1/09 Ea. Person: $ 1,000, Ea. Occurrence: $ 1 , o o o , Property Damage: Ea. Occurrence:$ 1,000, Bodily Injury: Contractual Liability 4807560 11/1/08 11/1/09 Ea. Occurrence: $i_ , 0 0 0 , Property Damage: Ea.. Occurrence: $ 1 _ nno _ Other Umbrella 5427865 11/1/08 11/1/09 $20 .000. Locations covered: All Locations Description of operations covered: __ .,,A ..... J ..... J__..Qy.pu:ec..1r...ca ... t_iuo.uu..1..s:,.._ ______________ _ The above policies either in the body thereof or by appropriate endorsement provided that they may not be changed or canceled by the insurer in less than five (5) days after the insured has received written notice of such change/or cancellation. Where applicable local laws or regulations require more than five (5) days actual notice of change or cancellation to be assured, the above policies contain such special requirements, either in the body thereof or by appropriate endorsement thereto attached. The City, its officers, employees and servants shall be endorsed as an additional insured on Contractor's insurance policies excepting employer's liability insurance coverage under Contractor's workers' com · on insurance Iicy. Agency Wells Fargo Ins. Services Address 4300 MarketPointe Dr, #600 Bloomington MN 55435 CONTRACTOR COMPLIANCE WITH WORKERS' COMPENSATION LAW Pursuant to V.T.C.A. Labor Code §406.96 (2000), as amended, Contractor certifies that it provides workers' compensation insurance coverage for all of its employees employed on City of Fort Worth Department of Engineering No .5509 and City of Fort Worth Project No. P265- 605140035287. STA TE OF TEXAS COUNTY OF TARRANT § § § CONTRACTOR S.J. Louis Construction of Texas, Ltd by S.J. Louis. LLC its General Partner Name: Les V . Whitman Title: General Manager Date : January 13, 2009 Before me, the undersigned authority, on this day personally appeared Les V. Whitman , known to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he executed the same as the act and deed of S.J. Louis Construction of Texas, Ltd by S.J. Louis, LLC its General Partner for the purposes and consideration therein expressed and in the capacity therein stated . i Bond #190-018-868 THE STA1EOF1EXAS COUNTY OF TARRANT PERFORMANCE BOND § KNOW ALL BY THESE PRESENTS: § That we (1) S.J. Louis Construction of Texas, Ltd by S.J. Louis, LLC its General Partner as Principal herein, and (2)Liberty Mutua J Ei rn a corporation organized under the laws of the State of (3) Wisconsin. and who is authorized to issue surety bonds in the State of Texas. Smety herein. are held and firmly bound unto the City of Fort Worth. a mmricipal corporation located in Tarrant and Denton Counties. Texas, Obligee herein, in. the sum of: Three Million Two Hundred N"me Thousand Three Hundred Forty-four and 50/100.-----··----.. ·----·-· ($3,209,344.50) Dollars for the payment of which sum we bind ourselves. om heirs, execmors, administrators. successors and assigns, jointly and severally, :firmly by these presents. WHEREAS, Principal bas entered into a certain contract with the Obligee dated the 13th of January, 2009 a copy of which is attached hereto and made a part hereo( for the construction of: 36-lnch Water Main Extension Along Trinity Railway Express Right-f»f-Way from Tarrant Main Street to State Highway 360/Trinity Boolevard Intersection NOW THEREFORE. the condition of this obligation is such, if the said Principle shall faithfully perform the work in accordance with the plans, specifications, and contract documents and shall fully indemnify and hold barmless the Obligee from all costs aqd damages which Obligee ma:y 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 defuult, then this obligation shall be void; otherwise, to remain in full furoe and effect. · *** (2) Liberty Mutual Fire Insurance Company PROVIDED, HOWEVER, that this bond is executed pursuant to Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of such statute, to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the duly authorized representatives of the Principal and the Surety have executed this instrument. SIGNED and SEALED this 13thof .January, 2009. ATIEST: 7 _ / ~ A S.J. Louis Construction of Tens, Ltd by S..J. Louis, ____ 22:Z--'-f:-~~~-~~~·~~.L!:..!::::::.~---LLC its General Partner jU'rinciPal)~ =CIPAL(4) tfor~ Title: Les V. Whitman, General Manager (SEAL) 76063 (SEAL) Interchange Corporate Center (Address) 450 Plymouth Road, Suite 400 Plymouth Meeting, PA 19462-1644 520 S. 6th Ave. Mansfield.TX 76063 (Address) Liberty Mutual Fire Insurance Company Sure~~ BY: m~ Amy M ~ (Attorney-in-fact) (5) Interchange Corporate Center 450 Plymouth Road, Suite 400 Plymouth Meet~) PA 19462-1644 NO'IE: Date ofBond must not be prior to date of Contract (1) Correct Name of Contractor (2) Correct name of Surety (3) State of incoiporation of Surety Telephone riumber of surety must be stated. In addition, an original copy of Power of Attorney shall be attached to Bond by Attorney-in-Fact The date of bond shall not be prior to date of Contract LIMITED PARTNERSHIP ACKNOWLEDGMENT STATE OF TEXAS COUNTY OF TARRANT On this 131h day of January , 2009 before me personally appeared Les V. Whitman to me known, who being by me duly sworn that he is the General Manager of the S. J. Louis Construction of Texas , Ltd . by S.J . Louis, LLC its General Partner the Limited Partnership described in and which executed the foregoing instrument; that he signed his name thereto by order of the Board of Governors of said Limited Partnership. ACKNOWLEDGMENT OF CORPORATE SURETY STATE OF MINNESOTA COUNTY OF HENNEPIN On th is 13th day of January , 2009 before me appeared AMY M . BURNS to be known , who being by me duly sworn, did say that (s)he is the aforesaid Attorney-in-Fact of the LIBERTY MUTUAL FIRE INSURANCE COMPANY, a corporation; that the seal affixed to the foregoing instrument is the corporate seal of said corporation, and that said instrument was signed and sealed on behalf of said corporation by the aforesaid officer, by authority of its Board of directors; and the aforesaid officer acknowledged said instrument to be the free act and deed of said corporation. Notary Public , Or(JIIL~~ (Notary Seal) 2415719 ..: ""i I L. "Cl • ..x:"' -Cl) i! tC I!? =o ~ ~ C) THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. LIBERTY MUTUAL FIRE INSURANCE COMPANY WAUSAU, WISCONSIN POWER OF ATTORNEY KNOW ALL PERSONS BY THESE PRESENTS That Liberty Mutual Fire Insurance .Company (the "Company"), a Wisconsi~ ;iock insurance company, th rough fts Assistant Secretary, pursuant to and by authority of the Board of Directors hereinafter set forth , does hereby name , constitute and -appoint JANET D. BUERG, LAURENT R. LAVENTURE , KATHLEEN SORENSON , TODD A . KELSEY, AMY M. BURNS, ALL OF THE CITY OF BLOOMINGTON, STATE OF MINNESOTA ................................................................ . unuu,n o ,u,,,uu,o,onu,,,,.,,,,,oo,un,,n,o ,,o uno o noouou u oouoouooouoooo i o: ·0000A 1000 0 0001oooooonuoo u oo u oo o noonuoooo,,,_' ·u,o o ooooo,,o Oo,,,,o,ooouonoooooou,,oo o oo oo oonooooo o o oo ooooo o oooooo o oo oo ooooo o oouooooooou , each individually if there be more thari-one named , its true 11/l d lawful attorney-in~fact to make , e~ecute, seal , acknowledge and deliver, for and on its behalf as surety and as its act and deed , a(ly and all undertakings , bonds, recog nizances and other su rety obligations in the penal sum not exceeding FIFTY MILLION AND 00/100****0 *H***** DC)LLARS ($ 50,000-,000.00*u*********************** ) each , and the execution of such undertakings, bonds, recognizances and other surety obligations , in pursuance oflries·e presents , shall be as bind ing upbnthe Company as if they had been duly signed by the president and attested by the secretary of the Company in their own proper persons . That this power is made and executed pursuant to and by authority of the following Unanimous Consent and Vote of the Board of Directors dated June 28, 2006 wherein , among other things , it was : VOTED that the Secretary and each Assistant Secretary be, and each of them is , authorized to execute powers of attorney qualifying the attorney named in the given power of attorney to execute on behalf of the Company surety undertakings, bonds , recogn izances and other surety obligations; and that the Secretary and each Assistant Secretary be , and each or any of them hereby is , authorized to attest to the execution of any such power of attorney, and to affix thereto the corporate seal of the Company. That the Resolution set forth above is a true copy thereof and is now in full force and effect. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Company and the corporate seal of ~ "Cl "' "' Cl) C "iii :I .c >, C ca C _o i61- C) UJ >,W I Cl) . :I iii Cl)> , ! E Liberty Mutual Fire Insurance Company has been affixed thereto in Plymouth Meeting , Pennsylvania th is 19th day of September 2008 =-"l ~ ""Cl :·iii ..2~ ... i o ca .... COMMONWEALTH OF PENNSYLVANIA COUNTY OF MONTGOMERY ss LIBERTY MUTUAL FIRE INSURANCE COMPANY By C4 w'-a<~ Garnet W. Elliott , Assistant Secretary On this _-1filh_ day of September 2008 , before me , a Notary Publ ic , personally came Garnet W. Elliott , to me known , and acknowledged that he is an Assistant Secretary of Liberty Mutual Fi re Insurance Company ; that he knows the seal of sa id corporation ; and that he executed the above Power of Attorney and affixed the corporate seal of Liberty Mutual Fire Insurance Company thereto with the authority and at the direction of said corporation. 1 >-first above written . : C) C > Cl) _ ... 0 ... . :I . C) Notana!S<lill _TefC$!l -Pastetla 1 Notar-j_.Pubi!c P!yineu!h ':'wp , Montr;orner1 C'A'.l,lf\ly ~ _ :ii'. My Commlss on Expires Mar ,2.8, 2()09 By~ luk 7 -Teresa Pastella , Notary Public CERTIFICATE ~~~~ ,f> lkmber,Pe~ns)1vanaAasoclr.·<>l'ofN,ita•es I, the undersigned, an Ass is ,q ~ry of Liberty Mutual Fire Insu rance Company, do hereby certify that the original power of attorney of which the foregoing is a full , true and correct copy, is in full force -and effect on the _date of this certificate ; and I do further certify that the officer or official who executed the said power of attorney wa~ one of the officers or officials specially authorized by the Boarc~ of Directors to appoint attorneys-i n-fact as provided in the Unanimous Consent and Vote of the Board of Directors of 0berty Mutual Fire Insurance Company dated June 28, 2006. This certificate and the above power of attorney may be signed by facsimile or mechanically reproduced signatures under and by authority of the Board of Directors of Liberty Mutual Fire Insurance Company evidenced by the Unanimous Consent and Vote of the Board of Directors dated June 28, 2006 wherein it was VOTED that the signatures of such officers and the seal of the Company may be affixed to any such power of attorney or to any certificate relating thereto by facsimile, and any such power of attorney or certificate bearing such facsimile signature and facsim ile seal shall be valid and binding upon the Company when so affixed and in the futu re with respect to any surety undertakings , bonds , recognizances and other surety obligations to which it is attached. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the sa id company, th i s_1_3_11 _' ___ day of Taouary ?009 !£...-~ I 'r~cm,.,m )\ \~ "'-.~~.,/ By~ vklM . Care , Assistant Secreta ... C. 00 =M <( •• -,q-0 "Cl ._ C G> ca :it E ~ ca u,0 ·-0 .c .. -en -c 0 Cl) ~Cl) =o.! ::Cl) ca .c >o Cl) ,q-.c (\I -co E' -~~ -co c, oo C) .... <O ~;.. Bond #190-018-868 THE STA TE OF TEXAS COUNTY OF TARRANT § § § PAYMENT BOND KNOW ALL BY THESE PRESENTS: That we, (1) S.J. Louis Construction of Texas, Ltd by s.J. Louis, LLC its General Partner, as Principal herein. and (2) Liberty Mutual Fire ***. a corpo~on orfpllized and existing under the laws of the State of (3) Wi s cons; n , as surety, are held and firmly bormd unto the City of Fort Worth, a municipal corporation located in Tarrant and Denton Counties, Texas, Obligee herein, in the amount of Three Million Two Hundred Nine Thousand Three Hundred Forty-four and 50/100.----Dollars ($3,209,344.50) for the payment whereat: the said Principal and Surety bind themselves and their heirs, 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 13th day of January, 2009, 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-lnch Water Main Extension Along Trinity Railway Emress Right-of-Way from Tarrant Main Street to State Highway 360/l'rinity Boulevard Intersection NOW, THEREFORE, THE CONDIDON OF TiilS OBLIGAnON IS SUCH, that if the said Principal shall faithfully make payment to each and every claimant (as defined in Chapter 2253, Texas Government Code, as amended) supplying labor or materials in the prosecution of the work under the contract, then this obligation shall be void; otherwise, to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said statute, to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the duly authorized representatives of the Principal and the Smety have executed this instrument. SIGNED and SEALED this 13th day of, January, 2009. *** :(2) Liberty Mut~al Fire Insurance Company ATTEST:~~ (P~ (SEAL) ll~b~ Witness as to Princi I ATTEST: ~Z--~ (SEAL) S.J. Louis Construction of Texas, Ud by S.J. Louis. LLC its General Partner PRINCIPAL ' By: ~ /lltfl~ Name: Les V. Whitman Title: General Manager Address: 520 S. 6th Ave. Mansfield, TX 76063 Liberty Mutual Fire Insurance Company su i By.~ rrr£, CZ:, Name: Amy M. Burns Attorney in Fact Address: Interchange Corporate Center 450 Plymouth Road, Suite 400 Plymouth Meeting, PA 19462-1644 Telephone Number: 952-830-3000 NOTE: (1) (2) (3) Correct name of Principal (Contractor).· Correct name of Surety. State of incorporation of Surety Telephone number of surety must be stated. In addition, an original copy of Power of Attorney shall be attached to Bond by the Attorney-in-Fact. The date of bond shall not be prior to date of Contract. LIMITED PARTNERSHIP ACKNOWLEDGMENT STATE OF TEXAS COUNTY OF TARRANT On this 13th day of January, 2009 before me personally appeared Les V. Whitman to me known, who being by me duly sworn that he is the General Manager of the S. J. Louis Construction of Texas, Ltd . by S.J . Louis , LLC its General Partner the Limited Partnership described in and which executed the foregoing instrument; that he signed his name thereto by order of the Board of Governors of said Limited Partnership . ACKNOWLEDGMENT OF CORPORATE SURETY STATE OF MINNESOTA COUNTY OF HENNEPIN On this 13th day of January, 2009 before me appeared AMY M . BURNS to be known, who being by me duly sworn , did say that (s)he is the aforesaid Attorney-in-Fact of the LIBERTY MUTUAL FIRE INSURANCE COMPANY, a corporation; that the seal affixed to the foregoing instrument is the corporate seal of said corporation, and that said instrument was signed and sealed on behalf of said corporation by the aforesaid officer, by authority of its Board of directors; and the aforesaid officer acknowledged said instrument to be the free act and deed of said corporation. Notary Public, WCfY1au~ (Notary Seal) aNIAAAIWriiNVIAN'l'!MfN\MNV'NW '~"'NIJ\NYVV\/VV 2415720 THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. KNOW ALL PERSONS BY THESEPRESENTS LIBERTY MUTUAL FIRE INSURANCE COMPANY WAUSAU, WISCONSIN POWER OF ATTORNEY That Liberty Mutual Fire lnsura~c~Gompany (the ;;Company)i a0isconsinstockinsurancecompany,thr()Z gh it~Ass istant Secretary, pursuant to and by authority of the Board of Directori hereinafterset{orth , does hereby name , coh stftute and appoint JAt'!ET D. BU ERG , LAURENT R. LAVENTURE, KATHLEEN SORENSON, TODD A. KELSEY, AMY M; E!URNS, ALL OF THE CITY OF E!LOOMINGTON , STATE OF MINNESOTA .. ; ... ,: ....................................................... .. ...................................................... · .. _.: .. ··::·· ............ ··· ................. · ....... -......................... ·:··.b,,, .......... -.. -............. -... ·· ....................... ··:·.·_·.· ............................................... . ' each individually if there be more ttian one nam ed , its true and lawful attorney-in-factto make ; e~ecute:seal ; acknowledge and deliver, for and on its behalf as surety and as its act and deed , an y and .all undertakings r bonds , recognizances ancLother SU (e!y obligations in 1he penal sum not exceeding FIFTY MILLION AND 00/100******"'**~**** DQLLARS ($ 50,0QO~OOO.OO*****~**********~********* J . each , and the execution of such undertakings, bonds , recognizances and other surety obligations, 1n pu rsuance of these presents , shall be as bi hding(jpon the Company as if they had been duly signed by the president and attested by the secretary of the Company in theiroWi:i prciper persons . . . . That this power is made and executed pursuant to and by authority of the following Unanimous Consent and Vote of the Board of Directors dated June 28 , 2006 wherein, among other things , it was : VOTED that the Secretary and each Assistant Secretary be, and each of them is , authorized to execute powers of attorney qualifying the attorney named in the given power of attorney to execute on behalf of the Company surety undertakings, bonds , recognizances and other surety obligations ; and that the Secretary and each Assistant Secretary be , and each or any of them hereby is , authorized to attest to the execution of any such power of attorney, and to affix thereto the corporate seal of the Company. That the Resolution set forth above is a true copy thereof and is now in full force and effect. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or offi c ial of the Company and the corporate seal of Liberty Mutual Fire Insurance Company has been affi xed thereto in Plymouth Meeting , Pennsylvan ia t his 19th day of September 2008 LIBERTY MUTUAL FIRE INSURANCE COMPANY By C4 N-a?~ Garnet W. Elliott , Assistant Secretary COMMONWEALTH OF PENNSYLVANIA ss COUNTY OF MONTGOMERY On this_---1filb__ day of September 2008 , before me , a Notary Public, personally came Garnet W. Elliott , to me known , and acknowledged that he is an Ass istant Secretary of Liberty Mutual Fire Insurance Company ; that he knows the seal of said corporation ; and that he executed the above Power of Attorney and affi xed the corporate seal of Liberty Mutual Fire Insurance Company thereto with the authority and at the direction of said corporation . Notatla: siial tlj>_· , /) -I-hf ·Tcresn·PasteHa, Nctarj.Publ,¢ By ~ ~ Piyinqoth Twp, Montgomeq('.:oi",nty -1+'-~~-~~-~-='-co-'"-'-~~-------- ~. . ._ My commlss,on Expires Mar. 2ir 2.Q09 Teresa Pastella , Notary Public CERTIFICATE ~~ Memt>cr,.Pccnsylvar.,aAssocmmr •. ctNol<!r•es . I, the undersigned, an Ass is ~'ls . . ofUberty Mutual -Fire Insurance c6mpany, do hereby cert ify that the original power of attorney of which the foregoing is a full , true and correct copy, is in full force and effect on the dateof th is ce rtificate; and I do further certify that the officer or official who executed the said power of attorney was one of the officers or officials specially authci ttrnd by the Board of Directors to appoint attorneys-in-fact as provided in the Unanimous Consent arid Vote of the Boardof Directors of Liberty Mutual Fire Insuranc e Company dated June 28, 2006 . This certificate and the above power of attorney may be signed by facsimile or mechanically reproduced signatures under and by authority of the Board of Directors of Liberty Mutual Fire Insurance Company evidenced by the Unanimous Consent and Vote of the Board of Directors dated June 28, 2006 wherein it was VOTED that the signatures of such officers and the seal of the Company may be affixed to any such power of attorney or to any certificate relating thereto by facsimile , and any such power of attorney or certificate bearing such facsimile signature and facsimile seal shall be valid and binding upon the Company when so affixed and in the future with respect to any surety undertakings, bonds, recognizances and other surety obligations to which it is attached . IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said company, this _ _it:__ _____ day of January 2009 .,4 vidM . Carey, Assistant Secretary ........ ____ _ Bond #190-018-868 TIIE STATE OF TEXAS COUNTY OF TARRANT MAINTENANCE BOND § § That S.J. Louis Construction of Texas. Ltd by S.J. Louis, LLC its General Partner ("Contractor"), as principal, and J.iberty Mutual Eire *** , a corporation organized under the laws of the State of Wisconsin ("Suretyj, do hereby acknowledge themselves to be held and bound to pay unto the City of Fort Worth, a Municipal Corporation chartered by virtue of Constitution and laws of the State of Texas, ("City"} in Tarrant County, Texas, the sum of Three Million Two Hundred Nine Thousand Three Hundred Forty-four and 50/100 ........................................... Dollars ($3,209,344.50), 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, hawever, that WHEREAS, said Contractor has this day entered into a written Contract with the City of Fort ., Worth, dated the 13th of January, 2009". a copy of whidl is hereto attached and made a part hereof, for the perfomiance of the following described public improvements: 36-lnch Water Main Extension Along Trinity Railway Express Right-of-Way from Tarrant Main Street to State Highway 360/Trinity Boulevard Intersection the same being referred to herein and in said contract as the Work and being designated as project number(s) P265-605140035287 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 part hereat, and, WHEREAS, in said Contract, Contractor binds itself to use such materials and to so construct the work that it will remain in good repair and condition for and during a period of after the date of the final acceptance of the work by the City; and WHEREAS, said Contractor binds itself to maintain said work in good repair and . condition for said term of Two (2) years; and WHEREAS, said Contractor binds itself to repair or reconstruct the Work in whole or in part at any time within said period, if in the opinion of the Director of the City of Fort Worth Department of Engineering, It be necessary; and, *** Liberty Mutual Fire Insurance Company 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 perfonn its said agreement to maintain, repair or reconstruct said Work in accordance with all the tenns and conditions of said Contract, these presents shall be nuJI 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 shaJI 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.!!, counterparts, each of which shall be deemed an original, this 13th day of January, A.D.2009. ATTEST: -(SEAL) ~~{{2_, s~. ATTEST: (SEAL) :z:~& - S.J. Louis Construction of Texas, Ltd by S.J. Louis, LLC its General Partner Contractor By. (#d f/4(~ Name: Les y. Whitman Title: General Manager Liberty Mutual Fire Insurance Company Surety ~h~ Title: Attorney-In-Fact Interchange Corporate Center 450 Plymouth Road, Suite 400 Address Plymouth _Meeting, PA · 19462-1644 LIMITED PARTNERSHIP ACKNOWLEDGMENT STATE OF TEXAS COUNTY OF TARRANT On this 13th day of January , 2009 before me personally appeared Les V. Whitman to me known, who being by me duly sworn that he is the General Manager of the S. J. Louis Construction of Texas, Ltd. by S.J. Louis, LLC its General Partner the Limited Partnership described in and which executed the foregoing instrument; that he signed his name thereto by order of the Board of Govern rs of said Li · d Partnership. ACKNOWLEDGMENT OF CORPORATE SURETY STATE OF MINNESOTA COUNTY OF HENNEPIN On this 13th day of January, 2009 before me appeared AMY M . BURNS to be known , who being by me duly sworn , did say that (s)he is the aforesaid Attorney-in-Fact of the LIBERTY MUTUAL FIRE INSURANCE COMPANY, a corporation ; that the seal affixed to the foregoing instrument is the corporate seal of said corporation , and that said instrument was signed and sealed on behalf of said corporation by the aforesa id officer, by authority of its Board of directors ; and the aforesaid officer acknowledged said instrument to be the free act and deed of said corporation. Notary Public, ___ 4 ____ vn __ t1--_; _L.._~--- (Notary Seal) 2415721 TfllS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. LIBERTY MUTUAL FIRE INSURANCE COMPANY WAUSAU, WISCONSIN POWER OF ATTORNEY KNOW ALL PERSONS BY THESE PRESENTS That Liberty Mutual Fire lnsura~c; Company (th~ '.'Company';):~ Wiscon;i~~tock insurance company: throu~h its Assisti:int Secretary, pursuant to and by authority of the Board of Directcirstiereinafter.sefforth, does hereby name, constitute andappoint '.J:!\NET D. BUERG; LAURENT R. LAVENTURE, KATHLEEN SORENSON, TODD A. KELSEY, AMY M, BURNS, ALL OF THE CITY OF BLOOMINGlON, STATE OF MINNESOTA ..... : ..... : ................................................... .. . ...... . .· ' ·.,··.--·· _-._· . . . ...................................................................... · ..... -............. ··-....................................... ·-............. >,, ............. _ ...... -........................ · .................................................. .. , each individually if there be more th~none named, its true aod lawful attorney-io ;facf to make ; execute ,se~I , acknowledgeand deliver, for and on its behalf as surety and as its act and deed, an{ and all undertakings, bonds, recognitances and other sviety obligations lri the penal sum not exceeding FIFTY MILLION AND 00/100************** t>.()LLARS ($ S0,000,000.00************.~***~********* ) each , and the execution of such undertakings, bonds , recognizances anddttiersurety obligations ,inpursuance ofttiese presents :~ballbe as bindingupo11the Company as if they had been duly signed by the president and attested by the secretary of the Company in their owrr propei persons . . . . That this power is made and executed pursuant to and by authority of the following Unanimous Consent and Vote of the Board of Directors dated June 28, 2006 wherein, among other things , it was : VOTED that the Secretary and each Assistant Secretary be , and each of them is, authorized to execute powers of attorney qualifying the attorney named in the given power of attorney to execute on behalf of the Company surety undertakings, bonds, recognizances and other surety obligations; and that the Secretary and each Assistant Secretary be, and each or any of them hereby is, authorized to attest to the execution of any such power of attorney, and to affix thereto the corporate seal of the Company. That the Resolution set forth above is a true copy thereof and is now in full force and effect. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Company and the corporate seal of ~ "C u, u, Cl) C: 'iii :I ,g > C: ca C: _o c51- UC/) >IJ.I . :g E Liberty Mutual Fire Insurance Company has been affixed thereto in Plymouth Meeting, Pennsylvania this 19th day of September 2008 COMMONWEALTH OF PENNSYLVANIA COUNTY OF MONTGOMERY ss LIBERTY MUTUAL FIRE INSURANCE COMPANY By C4 e:V-.a<~ Garnet W. Elliott, Assistant Secretary On this _ _1filb_ day of September 2008 , before me , a Notary Public , personally came Garnet W. Elliott , to me known , and acknowledged that he is an Assistant Secretary of Liberty Mutual Fire Insurance Company ; that he knows the seal of said corporation; and that he executed the above Power of Attorney and affixed the corporate seal of Liberty Mutual Fire Insurance Company thereto with the authority and at the d irection of said corporation. CERTIFICATE Notal1ai Seµ.1 . T0..re¥? Pa5teHa , Nct0.ryP~;_bl'!!~ p.,yj..,oulh Twp., Montgomery C<ls!h!y t ... ,ty .Curftm/ss\'.H) Explrei Mar :.2~·. 2009 ,4.... ~ Mel'(:bef; Pet!n.,;y1van,a Ass...')C!m,on r;t J+.itateS, By~)~ I Teresa Pastella , Notary Public (~ . I, the undersigned, an Assis ~~ary of liberty Mutual Fire Insurance Company, dd hereby certify that the original power of attorney of which the foregoing is a full, true and corredcopy, is in full force and effect on the date of this certificate ; and l do further certify that the officer or official who executed the said power of attorney ~as one of the officers 6r officials. specially auth6rited by the Board of Directors to appoint attorneys-in-fact as provided in the Unanimous Consent andV6te of the Board of Directors of liberty Mutual Fi t e Insurance Company dated June 28 , 2006. This certificate and the above power of attorney may be signed by facsimile or mechanically reproduced signatures under and by authority of the Board of Directors of Liberty Mutual Fire Insurance Company evidenced by the Unanimous Consent and Vote of the Board of Directors dated June 28, 2006 wherein it was VOTED that the signatures of such officers and the seal of the Company may be affixed to any such power of attorney or to any certificate relating thereto by facsimile , and any such power of attorney or certificate bearing such facsimile signature and facsimile seal shall be valid and binding upon the Company when so affixed and in the future with respect to any surety undertakings , bonds, recognizances and other surety obligations to which it is attached . IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said company, this __ ~ ___ day of January 2009 4~~~ fp~------..., It/ '\<;, { $ {uwfJIH'111\fi.1U \ I ! . ~\,~:~~! .. Q., 00 =(') <t .. -o::I' o,, .. C: Cl> ca 3: E ~ ca u, 0 ·-0 .r:. .. -a, -C: 0 Cl) ~Cl) =s.! ::Cl) co ,g >o Cl>o::I' .r:. (\I -oo EN ·= (') -oo C: I oo u.-co ~.,!. PART G-CONTRACT THE STATE OF TEXAS § COUNTY OF TARRANT § TIIlS CONTRACT, made and entered into the 13th day of January, 2009 by and between the City of Fort Worth, a home-ruJ e municipal corporation located in Tarrant County, T exas, acting through its City Manager thereunto duly authorized so to do, Party of the First Part, hereinafter termed "OWNER", and S.J. Louis Construction of Texas, Ltd by S.J. Louis, LLC its General Partner of the City of Mansfield County of Tarrant and State of TEXAS, Party of the Second Part, hereinafter termed "CONTRACTOR". WITNESSETII: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the Party of the First Part (Owner), said Party of the Second Part (Contractor) hereby agrees with the said party of the First Part (Owner) to commence and complete certain improvements described as follows : 36-Inch Water Main Extension Along Trinity Railway Express Right-of-Way from Tarrant Main Street to State Highway 360ffrinity Boulevard Intersection And all extra work connected therewith, under the terms as stated in the Contract Documents, and at his (their) own proper cost and expense to furnish all the materials , supplies, machinery , equipment, tools , superintendent, labor, bonds , insurance, and other accessories and services necessary to complete the said construction, in accordance with all the requirements of the Contract Documents, which include all maps , plats, blueprints and other drawings and printed or written explanatory matter thereof, and the specifications thereof, as prepared by the Engineers emplo yed 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 Docwnents 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 w ork within ten (10) day s after the date written notice to do so shall have been giv en 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 therefor, subject to additions and deductions, as provided in the Contract Documents and all approved modifications thereof, and to make payment on account thereof as provided therein . IN WITNESS WHEREOF , the Parties to these presents have executed this Contract in 8 counterparts in the year and say first above written. OFFICIAL RECORD CITY SECRETARY FtWORTH,rx r [ [ [ ( ,~ 1 11 11 11 'I I -1 City of Fort Worth, Texas (Owner) Party of the First part Fernando Costa, City Manager • S.J. Louis Construction of Texas, Ltd by S.J. Louis, LLC its General Partner Contractor By: ~//_~~ Title: General Manager S . Frank Crumb, P .E . Director Water Department ATIEST: (Seal} ~-d,_~1 g Co ntract Authorizatio• '/ 11 I oq Da te OFFICIAL RECORD CRY SECRETARY FT. WORTH, TX - - - - - - - - - - - - - PartH Permits Standard Drawings AGREEMENT NO. ___ _ STANDARD CONSTRUCTION AGREEMENT AND CONTRACTOR'S RIGHT OF ENTRY THIS AGREEMENT, dated the __ day of _____ ,, 2007 , is made by and between TRINITY RAILWAY EXPRESS ("TRE"}, and , hereinafter called "Contractor", whose mailing address is ------------------------ W I T N E S S E TH : WHEREAS, Trinity Railway Express is the assumed name under which commuter rail operations are being conducted by DALLAS AREA RAPID TRANSIT ("DART") and the FORT WORTH TRANSPORTATION AUTHORITY (the "T"), both regional transportation authorities created pursuant to Chapter 452, Texas Transportation Code, as amended (the "Act"); and WHEREAS , pursuant to agreements between TRE and Burlington Northern Santa Fe Railway Company, Union Pacific Railroad Company, and Dallas, Garland and Northeastern Railroad Company, (individually or collectively herein the "Railroad"} fre ight railroad and/or passenger operations exist on the former DFW Railtran Corridor now owned by DART and the T ; NOW THEREFORE, W I T N E S S E T H : 1. For the period not to extend beyond , TRE hereby permits Contractor to enter upon the property of DART and the T on a tract of right of way located just easterly of Highway 157 at Mile Post 625.8 and just easterly of Tarrant Ma in Street at Mile Post 627.2 , Tarrant County, Texas, as may be necessary in connection with work to be performed on TRE premises by Contractor under agreement between Contractor and The City of Fort Worth , (the "Contract"}, and for no other purpose. Contractor understands that the Contract and all work to be performed thereunder is subject to the terms and conditions contained in the . Restated lnterlocal Cooperative Agreement between The City of Dallas, the City of Fort Worth, DART and the 'T', dated the 16th day of September, 2003, which is incorporated herein by reference . 2 . Contractor agrees to : (a) Perform that portion of the work on TRE premises in accordance with plans and specifications approved by TRE and Burlington Northern Santa Fe Railway Company, Union Pacific Railroad Company, and Dallas, Garland and Northeastern Railroad, (individually or collectively herein the "Railroad") in such manner and at such times as shall not endanger or interfere with TRE's or Railroad's representatives . Contractor shall submit to TRE and Railroad, for approval , all construction details, falsework and other incidentals not detailed in plans, insofar as they affect TRE and Railroad . This shall include pipe specifications, encasement specifications, depth of bury of pipe , and any other information not detailed on the City of Fort Worth , Department of Engin eering Water Project No. P264 -605140035287. (b) Maintain, at Contractor's expense, competent flagmen to protect and control movement of vehicles and equipment of Contractor while upon TRE premises . Contractor and Contractors employees shall also contact TRE's Transportation Manager (Mr. Terry Bruner) at 972-790 -9606, Ext. 207, at least forty-five (45} days prior to commencement of any ,,work on TRI= premises, so that Contractor's ernplqyees can take the required Roaifway ·Woikers <Protectlon "cl~sses necessary to pe rform work on TRE .premises. Additionally, flagmen employed by TRE ·(at ··contractor's experise} shall be · required to (Name of AgreemenUCity/etc .) 1 of 4 Mi le Post 3. 4 . (c) (d) (e) (f) (g) perform flagging in all cases where Contractor shall be closer than twenty (25) feet from any active railroad track. Notify TRE and Railroad at least fourteen (14) working days before commencing work on TRE premises and within five (5) working days after such work is completed . Contractor is required to notify TRE at least fourteen (14) days in advance to arrange for flagging. Keep all equipment, tools and materials stored at least twenty five (25) feet from the centerline of any operable track. Explosives or other highly inflammable substances or any hazardous materials regulated pursuant to federal or state regulation will not be stored on TRE premises without the prior approval of TRE's representative . Contractor shall also place an "orange construction fence" twenty-five (25) feet from the nearest operating mainline railroad track, parallel to the mainline track, so that Contractor's employees and equipment remain away from the foul zone of the TRE operating corridor. This orange construction fence shall be the standard used in the construction industry, and shall be removed upon completion of the work. Remove all of Contractor's tools, equipment and materials from TRE premises promptly upon completion of work, restoring TRE premises to the same state and condition as when Contractor entered thereon. Reimburse TRE and Railroad for all costs and expense incurred by TRE and/or Railroad in connection with said work, including without limitation the expense of furnishing such inspectors, watchmen and flagmen as TRE and Railroad deem necessary, the installation and removal of falsework beneath tracks, and restoration of TRE's property to the same condition as when Contractor entered thereon, or to a condition satisfactory to TRE's representative. Remove any lien against TRE's property aris ing from performance of work hereunder by Contractor or any subcontractor. Contractor agrees to release, defend and indemnify TRE and Railroad, from and against all loss, damage, claims, costs, expenses, including attorney's fees, and liability for bodily injury to or death of any persons and loss of or damage to any property and loss of use thereof {including but not limited to employees, subcontractors, agents, invitees and the property of each party hereto) arising out of or in any way connected with the work under said agreement upon or adjacent to TRE property, whether or not caused or contributed to by the presence or operation of TRE or Railroad trains, engines, cars or other equipment, structures or facilities of TRE or Railroad or any other party, or by negligence or alleged negligence on the part of TRE or Railroad, or any of TRE's or Rail.road's agents, employees, contractors, subcontractors or invitees. In the event any part of the provisions of this section are determined by any statutory enactment or judicial decision to be void or unenforceable, then this section shall not fail in its entirety but will be enforceable to the extent permitted by law. For the purposes of this section, the term "Railroad" shall include any other railroad company using TRE property with TRE's consent and any affiliate, subsidiary or lessor of TRE. Prior to start of work or occupancy of premises under this agreement, Contractor agrees to procure and maintain at its sole cost and expense, the following types and amounts of insurance with an insurer or insurers and form satisfactory to TRE: Comprehensive general and automobile liability insurance with contractual liability endorsement and products and completed operations hazards included, which shall provide coverage for combined single limits of not less than $2 ,000,000, as further outlined below. All insurance coverages required by the attached agreement shall provide the following as a minimum standard : · (Name of AgreemenUCity/etc .) 2 of 4 Mile Post ,-.· f . ,--:·· (a} Comprehensive General Liability With Contractual Liability Endorsement. -Combined single limit of at least $2 ,000,000 . -DART, the Fort Worth Transportation Authority and Railroad are named as additional insureds without any qualifications or restrictions (see Section 2(a}, Page 1 }. -TRE must have 30 days notice of cancellation or modification. (b) Comprehensive Automobile Liability Policy -Combined single limit of at least $2,000,000. -DART, Fort Worth Transportation Authority and Railroad are named as additional insureds without any qualifications or restrictions (see Section 2(a}, Page 1 ). -TRE must have 30 days notice of cancellation or modification . (c} Workers' Compensation Insurance -Providing Statutory Benefits under the Workers' Compensation Act of the State of Texas and/or any other State or Federal Law or Laws applicable to the Contractor's employees performing the work under this agreement. -Employer's Liability Insurance with limits of liability of not less than $100,000 each accident, $100,000 each employee for disease and $500,000 policy limit for disease. -Endorsed with a Waiver of Subrogation Endorsement, waiving the carrier's right of recovery under subrogation or otherwise from the Authority. (d) Contractor agrees to furnish TRE Certificates of Insurance (or, as and when TRE may direct, copies of the actual insurance policies} as evidence of the coverages outlined in (a),· (b) and (c) above. Approval will be expedited if all required coverages and the following endorsements are included on the Certificates: (Name of AgreemenVCityletc.) -Endorsement showing DART and the Fort Worth Transportation Authority named as additional insureds in (a) and (b} above and requiring that TRE be given 30 days notice of cancellation or modification. The certificate must specify that the endorsement is applicable to the General Liability and Auto Liability Policies . -Contractual liability endorsement. -Endorsement removing exclusions from contractual liability coverage for operations within 50 feet of a railroad or the purchase of a Railroad Protective Liability Policy. Endorsement removing exclusions for XCU hazards . -Waiver of subrogation endorsement specific to Workers Compensation . 3of 4 Mile Post 5. All pol icies should contain a cross liability endorsement reading as follows : "It is agreed that the inclusion of more than one person, corporation, organization, firm or entity as insured under this policy shall not in any way affect the rights of any such person, corporation, organization, firm or entity with respect to any claim, demand, suit or judgment made, brought or recovered by or in favor of any other insured. This policy shall protect each person , corporation , organization, firm or entity in the same manner as though a separate policy had been issued to each ; provided that this endorsement shall not operate to increase the company's limits of liability as set forth elsewhere in this policy." 6 . The permission herein given shall not be assigned by Contractor without the prior written consent of TRE except in the case of subcontractors who shall be deemed agents of Contractor subject to the terms of this agreement. 7 . No vehicular crossing over TRE's track shall be installed or used by Contractor w ithout prior written permission of TRE. 8 . No work shall be done between the hours of 6 :00 p .m . and 6 :00 a .m ., nor on Saturdays, Sundays or legal holidays without prior written permission of TRE. 9 . At the request of TRE or the Railroad, Contractor shall remove from TRE premises any employee of Contractor or any subcontractor who fails to conform to the instructions of representatives of TRE or Railroad in connection with work on TRE premises, and any right of Contractor to enter upon TRE premises shall be suspended until such request of TRE or Railroad is met. Contractor shall indemnify TRE and Railroad against any claim arising from the removal of any such employee from TRE premises . 10. Company-issued photo identification is required of all contractors and subcontractors working on the DART premises . IN WITNESS WHEREOF, the parties hereto have caused these presents to be executed in triplicate the day and year first above written . (Name of Agreeme nt/C ity/etc .) 4 of 4 TRINITY RAILWAY EXPRESS BY: DALLAS AREA RAPID TRANSIT By ______________ _ KATHRYN D . WATERS Vice Pres ident Commuter Rail & Railroad Management CONTRACTOR By: ____________ _ Titl e: --------------- Addre s s : -------------- Mile Post 311 2.25 11 -+--- -('I') I . ~ PMS i 67 (Copper) I I \ \ I I \ I I \ \ \ ,. I 31 • 1.5 II / I I I I I I I I .. >-·,\ ,--PMS 288 \ J ' / 8' .. O" 3" ,.-PMS 288 (Blue) I\ . ' \ I \ • I \ \ I I I I I \ 4' • 1.5 11 I I I I I I \ I I ' \ I \ I \ Your .. Water I I I 3" 3.75" ..... -,-}~unds In Action ___ 0 = 2.25" -- -0 1,5 11 I 1 .5"--______ _.~fonnulion ubout fort Worth Wa\te,,vatcr Progrnn\, call 332-8180 1,5 11 I I \ I iii A/Oh I I \ I \_· White I I I \ I I I I I \ I I I \ , 1\-.L PMS 288 (Blue) PROJECT SIGN Figitre 30 3.75" N 0 : 4,511 Scale 1" = 1' .p. 0 :: EXISTING CURB & GUTIER NOTES : . TRENCH REPAIR LIMITS EXISTING HMAC PAVEMENT EXISTING HMAC PAVEMENT EXISTING SASE (IF ANY) ~--BACKFILL MATERIAL (SEE NOTE #4) TRENCH REPAIR W/PERMANENT HMAC PAVEMENT AND NON-REINFORCED CONCRETE BASE TYPICAL SECTION 1. f?LACE A MIN . OF 2" HMAC SURFACE COURSE (TYPE "D" MIX) TO MATCH EXISTING HMAC PAVEMENT GRADE AS SHOWN. 2: 'PLACE A MIN . OF 8" 2: 27 CONCRETE AS SHOWN . .3. ·FLQWABLE FILL IS REQUIRED TO BACKFILL ALL TRENCHES IN EXISTING CURB clc GUTIER DOWNTOWN STREETS, AND IS OPTIONAL IN OTHER AREAS . FOR STORM DRAIN INSTAL LATION, BACKFILL SHALL MEET SPECIFIED ITEM 402 OF THE STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION, CITY OF FORT WORTH FOR WATER OR SANITARY SEWER INSTALLATION, ALL CONSTRUCTION MUST BE IN ACCORDANCE WITH THE CITY OF FORT WORTH STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION. BACKFILL SHALL BE PER FIGURE A. CITY OF FORT WORTH, TEXAS PERMANENT ASPHALT PAVEMENT REPAIR WITH NON-REINFORCED CONCRETE BASE DA TE: 09 /2005 2000-1A CP•-----------------------,: '. 5 ' .MIN . EXISTING BASE (IFANY) . j .CLASS •· .. •· REINFORCED; G · .. ·cREIE0 PAVEMENr RE;P,LAGEMEN FT:O THE NE°:ARtS1 Jd fITT .QR CURB , .EXiSDNG CORB CONC~ETE JOINT TRENCH REPAIR W/REINFQRCED CONCRETE PAVEMENT TYPICAL ·SEC TION NOTES : 1. FLOWABLE FILL MAY BE REQUIRED TO BAQKFILL ALL_ TRENCHES lN DOWtf tOYiN STRE:E.TS .AND 1$ OPTIONAL iN OTHER f _REAS , IF F.L,OWASI;;E 'FILL rs ,REQ.UJRED; A .SEP.:ERA:rE PAY ITEM W\lL BE PRO'vltl'ED FOR SUCH. FOR STORM DRAIN Jf'{STAL;L'A:'llON, 'BACKFILL SHAL L MEET 'SPECIFIED .ITEM ' 4.02 OF J.Ht '.STAf':ldARO SP.ECJE'.i;CArrlONS, F'OR s'TREEt AND stdRM DRA IN €0NS:TRUCTJON, CITY OF FbRT WORTH .. FOR W/i,'TER OR :SANITARY SEWER INSTACL_ATION,BACKF!t,L SHALL BE'. P~R FH{URE A" 2.. REINFORCED OQNCRE:TE PAVE.MENT . S~A~_L, BE , R;EP.LACED 10 ORI .GINAL DEPTH, OR TO, A Mlhll~UM DEP-TI-i OR' 5 'NHIG.H~VER IS GREAT~R. 3. PLACE 6" OF 2:27: CONCREJE'. AS $HQ,WN,: 1" OF R.J:INFORGE.D CONCRETE MAY BE SUBTJTUTEP F:O;R; !:;VER:Y 2" OF' ·2: 2T '.CONQRE.TE .. 4:. RE INFOR.C .EMENT Of CONCR.Ei;E:. 'Ml,JST ME_ET CJTY STAND.ARD. OR MATCH EXIS.TING; WR lCHEVER IS GRt'.'A.JtR. 5; ALL C~J:fSTfWCTION MUSJ 8~ IN AGco:RPANG.E. 'NI.TH THE . CITY OF !='..ORT WO~TH SJAND'ARQ; SPtCJFICATiOf'iS . F'Og: SJ.REET ANO' :srbRM DR.MN CON:STRUCT!ON . CITY QF FQRT WORTH, TEXAS; TREN ~CH R~PAlR : . W/R:EINFORC'.ED CONCR_ETE PA\?EMENT ( ( '·. MINIMUM 5• INITIAl-,-r,~~~~ BAa<FILL COVER J.llNIMUM .6·--1-+::'::::=I~.;.:.;.,.;~ D.IBEDMENT SANO MATERIAL EMBEDMENT & INITIAL BACKFllL SEE SPEC. E1-2.3 G.C.O .. WATER: SIZES UP TO AND INCLUDING 12" t,(INIMUM 1NI] Al 8ACKFIL1-CO~R: -~-f...=..-'-:....,-:.......:,,,.,.;=i WAlER :... 5• TYPE •c• BACKflLL SEE SPEC. Eh2.+ G.C.0 . SEV£R -12· . STORM DRAJN -12· MINIMUM 6.---ti=::iti-t:r'-''---,~ E118EDMENT ffiUSHED STONE OR SAND JJA TIBIAL INlllAL BAa<FILL SE£ SPEC. El-2.+{b) OR Et -2.3 G.C .O. CRUSHED STONE SE£ SPEC. E1 -2.3 G.C.D. WATER: SIZES 16" AND LARGER SEWER: ALL SIZES STORM DRAIN: ALL SIZES · 2 er 0 LL >-z <( z l-' u I 1----------------------------,-------------ic. SAND GRADATION ol£SS lHAN 10X PASSING #200 SIEv£ • P.I. = 10 OR LESS CRUSHED STONE GRADATION SIEVf SIZE X RET AIHEO ·1 ~ 0-10 1;2· 40..,.. 7,5 . JjB_~ 5$:+9o Pr 90-100 F3 . 95-100 MATERIAL SPECIFICATIONS THE EMBEDMEHT AND BACKFlU. DETNLS PR0\10ED ON THIS SHEET . SHALL REPLACE APPROPRIA lE PR0\1stONS OF B01H THE Et -2.+{b) AND El-2.3 OF lHE G.C.D. ANO STD. SPEC. ITEM 402 OF THE TPW STANDARD SPEQFICAT10NS FOR STREET · & STORl.l DRNN CONSTRUCTION. AU. OTHER PROVISIONS Of THESE !TD.IS SHALL APPLY. WATE.R, SEWE_R & STORM DRAIN EMBEDMENT .AND . BACKFILL O°E:ffAILS CITY OF FORT WORTH -CONSTRUCTION STANDARD FI GU RE A DATE:2::::;19-02 __J 0 ( ~ 0 ( u N 0 >- 0 I w _J 0 I z .,: ::; ..., ... <D N / .. .'!' ::, / "' ... <D . N / 0 ~ "' Nz _,, 1 2 · 148' R.C.C.P. RI SERS Rff, E l -14l SEC TION A -A SECT ION B -B AIR ANO VA CUU M RELEASE VALVE SHALL BE PRESSURE RATED FOR 300 PS I. A • 8 MATERIALS N t- ~ It: .... z 0 u 0 24' STD . MANHOLE COVER EOUAL TO MCK [NLEY I. W. NO _ A241\H, VITH 'WATER' CAST IN LID. " co "' ,0 ") 0 0 0 0 © © © 0 ® 0 @ @ @ @ @ @ @ @ @ 0 SHAPE MORTAR TO SLAB EDGE. GRADE ADJU ST MENT. 8' IN S T. R.0.W . OR UND ER PVMT. TOP~ BOTTOM SLABS, 4000 • CONCRETE W/•6 ST. BARS SPACED 6° CI C EACH WA Y. STEEL BAR COVER 2 1/2' · 1/2 ' FRO M BOTTOM OF EACH SLAB. POLYURETHANE CUSH [ON PAO AS SUPPLIED BY TE XAS PlASTlCS MATERIAL S. SUPPLY CO. FORT WORTH, TEXA S, OR EOUAL . WATER HA l N WITH FLANGE ACCE SS AS APPL! CABLE. • ~ 0 "' ,0 "' N (L 0 z .... u w -, 0 It: 4' CO MBI NAT ION AIR!. VA CUUM RELEA SE VAL VE W/ FLANG ED OUTLET <L (AS SPECIFIED!. 4 ' DIA STAINLESS STEE L PIPE W/180' RETURN. STAINLE SS STEEL VENT SCREEN ANO STAINLESS STE EL CLAHP. PIPE AIR RELEAS£ DI SC HARGE TO 4' CAV VENT PIPE. 2 ' AIR RELEA SE VALVE !AS SPECIF IED>. l' GATE VALVE g, 1 • ELL. 4 ' FLANGED GATE VALVE W/ WH EE L GEAR. 4· FLANGED OUTLET CE MENT MORTAR 24" FLA NGED OUTLET 4' DIA STAINLE SS STEEL PIPE W/90 · RETURN. SEALANT HOT BOX EZ. 75 OROPOVER FIBERGLA SS ENC LOSURE OR EQUAL PLACE ENCLOS URE ON 4 ' CONCRETE PAO It: w t-< 3: 3: 0 It: (/) (/) w It: (L X w 0 z 0 ~ z 0 U) .-~~~4-.. -C~O-.M-B-IN_A_J_ION~->J~R~&~V-A_C_U_U_M~~~-i.~ RELEASE VAL VE OET All ~ '.;:, DESCNEO BY, CPS 20202643 9122/2008 . CO O L_~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~.....L-~-A-~~BY_'~°'~~~~~~-L~~~-'-~~~-'-~~~~") C u 0 ,__ 0 I w -' 0 I ~ ::;: "' ... co N / "' ~ :> / ..., ... co N ::: 0 ~ u. / 2 SE E FIGURE 3 CONC SUPPORT SLOPE AS SHOWN 1'-0" DIA t.\ SEAL PIPE TO WALL HOLE CUT -OUT WITH NON -SHRINK MORTAR EQUAL TO 1 PART Al.CRETE, V..I 1 P AR T CE MENT. 6 PART S SANO. @ DETAILS OF CONS TRUCTI ON SHALL CONFORM TO FIGU RE 103 @ CLAS S "F" 4000• CON CR ET E WI TH NO . 6 STEEL BAR S SPACED 6" CIC EACH WAY . STEEL BAR COVER TO BE 2 " MIN ., 3" MAX . FROM BO TT OM OF TOP SLAB ANO FRO M TOP OF FLOOR SLAB. REFER TO FOR T WORTH El -20 MATER IAL 8' E2 -20 CON S TRU CTION FOR MORE DETAIL S. REF . E 2-12 LEDGE .... ·~ N .... ~ 0:: .... z 0 u ...... II) N ,n ..., 0 0 ... ;;:; 0 Cf ,n '° N ll. 0 z .... u w -, 0 0:: ll. 0:: w .... < ~ ~ 0 0:: Ill Ill w 0:: ll. X w >-< ~ ..J < 0:: >-.... z er .... 0 z 0 ~ :~~/y, ~ 20 2 0 264 3 4'30/2008 co -.. ___________________________________ _._ __________ ..._ ___ ...... ___ .__ __ __.J..., - - - - - - - - - - - - - Part I Miscellaneous Specifications SECTION 02221 TRn~CHING, BACKFILLING AND COMPACTION PART 1 GENERAL l.01 SCOPE .OF WORK A. Furnish all labor, materials, equipment and incidentals required and perform all trenching for pipelines and appurtenances, including drainage, filling..backfilling. disposal of surplus material and restoration oflrench surfaces and easements. B. Excavation shall extend to the width apd depth shown o~ the Drawings or as specified herein and shall provide suitable room for installing pipe, structures and appurtenari.ces. C. Furnish and place all sheeting, bracing and supports and shall remove from the excavation all materials, which the Engii:teer·may deem unsuitable for backfilling. The bottom of the excavation shall be firm, dry and in all·respects, acceptable~ If conditions warran~ 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 related closely to the rate of pipe laying. All excavation shall be made in open trenches. D. All excavation, trenching and related sheeting, bracing, etc., shall comply wifu the requirement<; of OSHA excavation safety standards (29 CFR Part 192.6.650 Subpart P), and the H.B. 1569 of the 71st Regular Legislative Session. . . E. Wherever the reqmrern.ent for 95 percent compaction is referred to herein it shall mean "at least 95 percent of maximum density as determined by A.S1MD1557, Method D". F. Prior to the start of work submit 1he proposed method of backfi.Ilm.g and compaction to the Engineer fur review. PART 2 PRODUCTS 2.01 A MATERIALS CONCRETE EMBEDMENT,CAP,BLOCKING AND ENCASEMENT Where concrete embedment, cap, blocking or encasement is indicated or requested by 1he Engineer, it shall be 2,000 psi unless otherwise indicated. B. GRANULAREMBEDMENT Granular embedment material shall be sandy gravel or blended sand and crushed rock, free from large stones, clay and organic material. Embedrn.ent materiai shall be a soil classification of GW, GP, SW or SP as determined by AS1M D2487. The embedment material shall be such that when wet, the fine material shall not fon;n mud or muck or be dispersive. The embedrn.ent 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 embedment shall have a ( resistivity of not less than 5000 ohms/cm as measured by AS1M G57. Material used for granular embedment shall have an LA Abrasion percent of wear no greater than 35% as measured by ASTM C 131. I. GRANULAR EMBEDMENT: This shall be cohesionless material meeting one of the following gradation requirements and shall be unitized in place ofD-24: Gradation # 1 Sieve Size Sq: Openings Amount Passing Percent by Weight 1/2" 100 3/8" 85 -100 No.4 10-30 No. 8 0 -10 No.16 0-5 Gradation #2 Sieve Size Sq. Openings Amount Passing Percent by Wei!lb.t 1" 90 -100 1/2" 25 -60 3/8" 10 -45 No.4 0-10 No.8 0-5 2. PIPE CLASSIFICATION a. For the purpose of this specification, "rigid pipe.,' shall be defined as the following: 1. All diameters Pre-stressed Concrete Pressure Pipe (A WW A C301 ). ii. Twenty-four inch (24'') and smaller diameters Bar-Wrapped Concrete Cylinder Pipe (A WW A C303). Ill. All diameters Ductile Iron Pipe (A WW A C 151 ). b. For the purpose oftbis specification, "semi-rigid pipe" shall be defined as the following: 1. Twenty-seven inch (27"') and larger diameters bar-Wrapped concrete Cylinder Pipe (A WW A C303 ). · . 11. All diameters Steel Water Pipe (A WW A C200). PART 3 EXECUTION 3.01 TRENCH EXCAVATION A. Trench excavation shall include material of every description and of whatever substance encountered. Pavement shall be cut w ith a saw, wheel or pneumatic chisel along straight lines before excavating. B. Strip and stockpile topsoil from grassed areas crossed by trenches. At the Contractor's option, topsoil may be otherwise disposed of and replaced, when required, with approved topsoil of equal quality. 02221-2 . ( ) C . While excavating and backfilling is in progress, traffic shall be maintained, and all utilities and other property protected as provided in the General Conditions and General Requirements. D. Trenches shall 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 bottom of the excavations shall be firm and dry and in all respects accep~le to the Engineer. Trench width shall be practical minimum. E. Excavation and dewatering shall be accomplished by rri.etb.ods, which preserve the undisturbed state of subgrade soils. The trench may be excavated by machinery to, or just below the designated sub grade, provided that material remaining in the bottom of the trench is no more than slightly disturbed. Subgrade soils which become soft, loose, "quick", or otherwise unsatisfactory 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 Contractor's expense. F. Clay and organic silt soils are particularly susceptible to disturbance due to construction operations. When excavation is to ·end in such soils, use a smooth-edge bucket to excavate the last I-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 ihat the material remaining in the bottom of the trench is no more than slightly disturbed. H. Where pipe is to be laid directly on the trench bottom, final excavation at the bottom of the trench shall be performed manually, providing a flat-bottom true to grade upon undisturbed material. Bell holes shall be made as required. 3.02 DISPOSAL OF MATERIALS A. Excavated material shall be stacked without excessive surcharge on the trench bank or obstructing free access to hydran.~ and gate valves. Inconve~ence_ to traffic and abutters shall be avoided M much as possible. Excavated material shall be segregated for use in backfilling as specified below. B. 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 make 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 backfilling the trench. 3.03 SHEETING AND BRACING A. Furnish, put in place and maintain sheeting and bracing required by Federal, State-or local safety 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 Engineer 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 shall not relieve the Contractor from his/her responsibility for the sufficiency of such supports. 02221-3 · Care shall be taken to prevent v oids outside of the sheeting, but if voids are formed, they shall be immediately filled and rammed. B . Where sheeting and bracing is required to support the sides of trenches, en.gage a professional engineer, registered in the State of Texas, to design the sheeting and bracing. The sheeting and bracing installed 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 fue sides of the trench, care shall be taken in placing and moving the boxes or supporting bracing to prevent PJOVement of the pipe, or disturbance of the pipe bedding and the screened gravel backfill. l. When installing rigid pipe, any portion of the box extending below mid diameter shall be raised above fhis point prior to movmg the box ahead to install the next pipe. Th.is 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 }Iloved, screened gravel shall be placed to fill any voids created and fue screened gravel and backfill shall be recompacted to provide uniform side suppo1t for the pipe. ( ) D. Permission will be given to use steel sheeting in lieu of wood sheeting for the entire job wherever ( \ ihe use of sheeting is necessary. The cost 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 - construction of ofuer structures, utilities, or property, whetlier public or private. All voids left after 'Withdrawal of sheeting shall be immediately refilled with sand by ramming with tools especially adapted to that purpose, 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 convenience of the Contractor. G. Sheeting driven below mJd-diameter of any pipe shall remain in place from the driven elevation to at least 1-ft above the top of the pipe. 3.04 IBST PITS A . Excavation of test pits may be required for the purpose of locating underground utilities . or structures as an a id in establishing; the precise location of new work. B. Test pits shall be backfilled as soon as the desired information has· been obtained. The baclcfilled surface shall be maintained in a satisfactory condition for travel until resurfaced as specified.. 02221-4 3 .05 EXCAVATION BELOW 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 own convenience, or through failure to properly dewater the trench, or disturbs the subgrade 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. C . If the material at the level of trench bottom consists ·offine sand, sand and silt or soft earth which may work in.to the screened gravel notwithstanding effective drain.age, the sub grade 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 Er{gineer, 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 backfill shall then be placed in 6-in layers thoroughly compacted up to the nornial grade of the pipe. D. Geotex.tile filter fabric may be substituted for filter layer if approved by the Engineer. Filter fabric shall be Mirafi 140N; Supac equivalent, or equal. 3.06 BACKFlILII...:rG A. As soon as practicable after 1he pipe has been laid and jointed, backfillin.g shall begin and thereafter be prosecuted expeditiously. Bedding gravel, as specified for the type of pipe installed, shall be placed up to I-ft over the pipe. B. Where the pipes are laid in fue yard, the ~mainder of the trench shall be filled with common fill material in layers not to exceed 3-ft and mounded 6-i.n 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.level and co~clition. C . Where the pipes are laid in paved areas, the remainder of the trench up to a depth of I-ft below the bottom .of the specified permanent paving shall be backfilled 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 backfill material into the trench and then 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 p ercent 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 w idth of the trench. 02221-5 F . Compaction shall be by use ofhan.d or pneumatic ramming with tools weighing at least20 lbs. The material being spread and compacted in layers not over 8-in loose thick. If necessary, sprinkling shall be employed in conjunction with rolling or rarrunmg. G . Subject to the approval of the Engineer, :fragments of le dge and boulders smaller 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 ea.rJi cover. Small stones and rocks shall be placed in thin layers alternating with earth to ensure that 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 backftlling unless specifically permitted, in which case it shall be broken up as directed. Frozen material shall not be used under any circumstances . L Water jetting will not be accepted as a means of consolidating/compacting backfill. J. All road surfaces shall be broomed and hose-cleaned immediately after backfilling. Dust control measures shall be employed at all times. 3.07 RESTORING TRENCH SURFACE A. Where the trench occurs adjacent to paved streets, iri shoulders, sidewalks, or in cross-country areas, thoroughly consolidate the backfill and shall II1,aintain 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 worl:: 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/Engineer. END OF SECTION . 0222 1-6 ( ( ) ( ) SECTION 02613 BURJED CONCRETE PRESSURE PIPE AND FITIINGS PART 1: 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 p.sed on this project shall be Bar-wrapped concrete pressure pipe (A WW A 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 General Contract Documents and General Specifications, Spe:cial Conditions and Additional Special Conditions. A Trenching, backfilling. compaction and granular fill materials. B. S~enta:tion ~d Erosion Control. C. Testing of Pipelines. D . Disinfection of potable water facilities. E. Trench Safety Requirements. F. Installation by other than open cut 1.03 SUBMTITALS A Preliminary Shop di:awings shall be submitted-by the apparent low bidder within 14 calendar days of submission of bid. Except for areas designated for exploratory inyesfigations 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. Submit 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 manufacturer's drawings and specifications indicating complete details of all items. The laying schedule shall.show pipe class, class co ding, statiori ·Iimits and transition 02 613 -1 stafious for various pipe classes. The above shall be submitted to the Engineer for approval before manufacture and shipment. The locations of all pipes shall conform to the locations indicated on the Drawings. Pipe_ shall not be supplied from ii.,ventory. B. Submit anticipated production and delivery schedule. C . Design Data I. Submit all design calculations and data in accordance with A WW A M:9 for C3 03 bar- wrapped concrete pressure pipe and A WW A C304 for bar-wrapped concrete pressure pipe. D. Test Reports 1. Shop test results as applicable per A WWA C30l or A WWA C303. 2. -Fiel4 pressure/leakage tests. _E. Certificates 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 A WW A sf:?ndards specified herein. 1.04 QUALIFICATIONS A. The materials specified herein are intended to be standard types of bar-wrapped concrete pressure pipe for use in transporting potable water. ( ) B. All bar-wrapped concrete pressure pipe and fittings shall be furnished by reputable manufacturers with a minimum of.ten years of experience in manufacturing concrete cylinder pipe 30-in diameter and larger. The pipe and fittings shall be manufactured and installed in accordance with industry standards and methods and shall comply in all respects with requirements of these specifications and with the latest edition of all referenced standards and specifications. I.OS REFERENCE STANDARDS A. The A WW A Standard and Design Standard for Bar-Wrapped Concre~ Pressure Pipe, Steel Cylinder Type (A WW A C303, latest edition) ·are made a part of these Specifications. Documents referenced in A WW A C301, Section 1.3 forni a part of A WW A C301 to the extent specified therein. B. Other standards applicable to the work specified herein are, but not limited to, the following: 1. A WW A C200 -Steel Water Pipe 6-in and Larger 2. · A WW A C301 -Prestressed Concrete Pressure Pipe, Steel-Cylind;r Type, for Water and Other Liquids 3 . A WW A C600 -Installation of Ductile-Iron Watr;,r Mains and Their Appurtenances 4. A WW A C651 -Disinfection of Water mains 5. A ,V'W A M-9 -Concrete Pressure Pipe 6 . A WWA M-11 -Steel P1pe Guide for Design and Installation 02613-2 ·--,. ( 7. AW1V A C3 04 -Design for Presi:ressed Concrete Cylinder Pipe 8. A WW A C3 03 -Concrete Pressure Pipe, Bar-Wrapped, Steel Cylinder Type C. American Association of State Highway and Transportation Officials (AA.SITTO) D . Where reference is made to one of the above standards, the revision in effect at the time of bid opening shall apply. 1.06 QUALITY ASSURANCE A. · The bar-wrapped concrete pressure pipe and fittings manufacturer shall be certified under the ACPPA Quality Assurance Program for meeting the requirements of A WW A CJ 03-95. TI1e Owner reseIYes the right to provide, at Owner's expense, the services of an independent testing agency to verify testing of the pipe. The manufactures cooperation shall be required in these inspections. B. Inspection of the pipe and fittings will be made by the Engineer upon delivery at the site. The pipe shall be subject to rejection at any time on account of failure to meet any of the specification requirements, even though the pipe may have been accepted as satisfactory a1 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. 1.07 DELIVERY, S1DRAGE AND HANDLlNG A. Care shall be taken in loading, transporting, and unloading materials to prevent damage to the pipe and fittings. Under no circumstances shall the pipe be dropped or skidded against each other. Slings, hooks, or pipe tongs shall be used in pipe handling. B. Materials, if stored, shall be kept safe from damage. The interior of all pipe, fittings and other appurtenances shall 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. The bottom tier shaJl be kept off the ground c:in timbers, rails, ot concrete. Stacking shall . conform to the manufacturer's recommendations. · D. Gaskets for mechanical and push-on joints to be stored shall ~e placed in a cooi location out of direct sunlight Gaskets shall not come in contact with petroleum products . Gaskets shall be used on a first- in, first-out basis. 1.08 PATENTS:AND LICENSES A. Toe Contractor shall be responsible for all patents or licenses that exist on the equipment that may be provided. B. The Contractor arid eqmpment 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 02613-3 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 WARR.ANTI 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 workman.ship for pipe shall conforin to the requirements of A WWA C303 for bar-wrapped concrete pressure pipe for Water and Other Liquids. Core and coating thickness for pipe shall be as specified in A WW A C3 03. Concrete cylinder pipe shall be the size shown on the drawings. A. Tue following shall be clearly marked on the interior surface of each. special and each length of pipe: a The design pressure, IllfilµIIlUIIl backfill height or trench 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 A WW A M9 for C303 Bar Wrapped Concrete ( ) Pressure Pipe and A WW A C304-99 Design Standard, using the following design conditions; these conditions shall also be used in designing fittings that include a reinforced concrete exterior coating of the steel cylinder: a External Loading 1) The earthload shall be taken as the greater of the following: (a) Depth from existing gro~d level to top of p.ipe as shown on plans, or (b) A minimum depth of six feet 2) Earthloads (deadloads) shall be computed as outlined by1he nconcrete 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 the pipe (transition width) for the following parameters: - (a) Soil Weight= no 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 (b) Pipe within railroad right-of-way: Coopers E-80. (c) Both H-20 and E-c80 loads shall be computed in accordance with the "Concrete Pipe Design Manual" and the "Concrete Pipe Handbook". 02613-4 ( ) b . Internal Pressure Pipe design shall be in accordance with A WWA 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 D. I. 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 2.01.B.al 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 8 ofAWWAManualM9. 2. Fabrication of the fittings shall be as per the applicable standard and A WW A Manual M9. 3. Interior and exterior concrete/mortar coating shall be as per A WW A C205 standard. 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 minimum of 4,500 ps~ 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 spotB, minor breakage, ari.d other imperfections may be repaired, subject to the approval of the Engineer, after demonstration by the manufactnrer that strong and permanent repairs result Repairs shall be carefully inspected before final approval. Cement mortar used for repairs shall have a minimum compressive strength of 3,000 psi at the end of7 days and 4500 psi at the end of 28 days. when tested in cylinders stored in the standard manner. Epoxy mortar may be utilized for repairs subject to the approval of the Engineer. Major breakage or spalling 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 A WW A C301. E. Cement shall be Type I or II and shall be in accordance with ASTM Cl 50. F. The pipe core shall be manufactured by the centrifugal 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. IL Bell and spigot joint rings shall be steel, self-centering type, and otherwise as specified in A WW A C301. L The rubber gaskets shall be in accordance with A WW A C301. J. Bell and spigot wall fittings shall be equal to those manufactured by Hanson Concrete Products, Inc. Wall fittings shall be supplied with adequate bracing to keep them round and true during transportation and construction. K.. Restrained joints shall be the fie id welded, clamp type or snap ring type as manufactured by Hanson Concrete Products, Inc ., or approved equal. 02613-5 L. Radii for curved sections may be produced by joint deflection up to 75 percent 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·shall 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 fittings shall be subjected to a careful inspection and mortar coating disbanding 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 1he loading on the pipe does not exceed the loads for which the pipe is designed and manu:f.actarecl 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 manufacturers instructions. Arrange for the manufacturer to supervise fue installation of a1 least the first 1hree standard joints and the first restrained joint 3 .02 1NSTALLJNG CONCREIB PRESSURE PIPE A Concrete pressure pipe and fittings shall be installed in accordance with requirements of A WW A M9, Concrete Pressure Pipe, except as otherwise provided herein. A firm, even bearing throughout the length. of the-pipe _shall be provided by prdvidin.g bedding material as specified in fue contract documents. BLOCKING WILL NOT BE PERMITTED. B. All concrete pressure pipe shall have a minimum of five feet of cover. Pipe shall be laid such that the invert elevations shown on the Drawings are not exceeded. C. The pipe interior shall be maintained dzy 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 rubber 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 of1he gasket with a feeler gage provided by the pipe manufacturer. E. Place a cioth diaper approved -by the pipe 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 flow easily and porir it into the joint recess beneath the cloth band. To assist the flow and t6 assure complete filling of the entire recess completely around tlie 02613-6 ( ) 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. F. Pack interior joints of pipe 3 0-in in diameter and larger with mortar after backfilling is completed. Mortar grout shall be employed, consisting of one part by volume of Portland cement, 1-1/2 parts by volume of well graded coars~ 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 G. All pipe shall be sou'nd and clean before laying. When laying is not in progress, including lunchtime, the open ends of the pipe shall be closed by watertight plug or other approved means. Good alignment sliall 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 requir~ in crossing utilities or other obstructions, which may be encquntered upon opening the trench. . H. Have on p.and a su:ffici~nt _supply of ~sorted 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 a,,,oainst undisturbed material, and shall not cover joints, bolts or nuts, or interfere with the removal of any joini · Wooden side forms or sand bags shall be proviaed for tfu-rist blocks: · · J. Provide joint remaint ·per A WW A Manual M9 guidelines, using frictiop. coefficient =O .25, at all conditions and locations as directly by the Owner or shown on the Drawings. Except where shown btherwise 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 JESTING A. Hydrostatic and Leakage Tests 1. Furnish all necessary equipment and labor for conducting a pressure test on the pipelines. Toe procedures and method for conducting the pressure tests 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. Hydrostatic pressure and leakage tests shall conform to A WW A M-9 and Contract Documents. 3. All pipelines shall be subjected to a hydrostatic pressure of 5 0 percent above the design pressure (presented above) at the lowest point of the section being tested and this pressure maintained for at least one hour. The amount of leakage that will be permitted shall be in accordance with A WW A C600. 4. Lines, which fail to meet the requirements of the test, shall be repaired and retested as necessary until test requirements are met Defective materials, pipes, valves, and accessories shall be removed and replaced. 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 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 CLEANING A. At the conclusion of the work, thoroughly clean all of the new pipelines by flushing with water or other means to remove all dirt, stones, and pieces of wood or other material, which may have entered during the construction period. Debris cleaned from the lines shall be removed from the lowest manhole. It: after this cleaning, obstructions remain, they shall ~e removed. B. After the pipelines are cleaned and if the ground-water level is above the pipe, or following a heavy rain, the Engineer will examine the pipe for leaks . If defective pipes or joints are discovered at th.is 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 A WW A C-651. END OF SECTION 0 2 613 -8 () (. 02626 STEEL PIPE ) 1.00 GENERAL _( ) ) 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 IS0-9000. B . OWNER TESTING AND INSPECTION 1. P ipe 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 requ ired, 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 Steel Pipe 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 . Th ickness : 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 accord ing to the procedures outlined in NACE RP0188 using a wet sponge holiday tester o r a high voltage spark tester (operating at 100 volts per mil}, for the dry film thickness specified of 35 m il. c . Adhesion Testing : 1) Polyurethane coatings or linings shall have an adhesion to steel of 1,500 pounds per square inch, m inimum. 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 04541 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 tha t 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 cyl inder compressive strength of the mortar (0. 7 4 , __ 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 . o 1. During the construction period, the Pipe Manufacturer shall furnish the services of a factory trained , qualified , job exper ienced 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 shall instruct construction personnel in proper joint assembly and joint inspection procedures . The 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 p ipe 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 add itional 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 SUBMITIALS A . Submittals shall include: 1. Prior to the fabrication of the pipe , submit fabrication and laying shop drawings to the Engineer. 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 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 Des ign 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 requ irements and in accordance with th is 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 ST AN DAROS Except as mod ified or supplemented herein , the steel pipe, coatings, fittings, and specials shall conform to the applicable requirements of the following standard specifications , latest edition : ANSI/NSF AWWAC-200 AWWAC-205 AWWAC-206 AWWAC-207 AWWAC-208 Steel Pipe Standard 61 "Steel Water Pipe 6 Inches and Larger" "Cement-Mortar Protective Lining and Coating for Steel Water Pipe 4 Inches and Larger -Shop-Applied" "Field Welding of Steel Water P ipe" "Steel P ipe Flanges for Waterworks Service - S izes 4 Inches t hru 144 Inches" "Dimensions for Steel Water Pipe Fittings" 02626-3 AWWAC-210 "Liquid-Epoxy Coating Systems for the Interior and Exterior of Steel Water Pipelines" AWWAC-216 "Heat Shrinkable Cross-Linked Polyolefin Coatings for the Exterior of Special Sections, Connections, and Fittings for Steel Water Pipelines" AWWAC-222 "Polyurethane Coatings for the Interior and Exterior of Steel Water Pipelines and Fittings" AWWAC-602 AWWAM11 ASTM C-33 ASTM C-35 ASTM C-150 ASTM E-165 SSPC-SP-1 SSPC-SP-10 SSPC-PA2 "Cement-Mortar Lining of Water Pipelines -4 In. and Larger -In-Place" Manual: "Steel Pipe -A Guide for Design and Installation" "Specifications for Concrete Aggregates" "Specifications for Inorganic Aggregates for Use in Gypsum Plaster" "Specifications for Portland Cement" "Practice for Liquid Penetrant Inspection Method" Steel Structures Painting Council -Solvent Cleaning Steel Structures Painting Council -Near-White Blast Cleaning Steel Structures Painting Council -Measurement of Dry Paint Thickness with Magnetic Gages SSPC-PA /Guide 3 SSPC-PS /Guide 17 ASTM 016 ASTM 522 Steel Structures Painting Council -A Guide to Safety in Paint Application Steel Structures Painting Council -A Guide for Selecting Urethane Painting Systems "Paint, Varnish, Lacquer, and Related Products" "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 stull 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. 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 (J () ( {\ ,__) 2.00 2.01 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 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. PRODUCTS MATERIALS A. EXTERIOR POLYURETHANE COATING Polyurethane Coating shall meet the requirements of AWWA C-222. Use a Coating Standard ASTM 016, 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 II OMNI as manufactured by Madison Chemical Industries Inc., or equal Futura Coatings. The coating manufacturer shall have a minimum of five (5) years experiehce 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. 3. 4 . 5 . 6. 7. Temperature Resistance: Minus 40 degrees F and plus 150 degrees F. Minimum Adhesion : 1500 psi, when applied to steel pipe which has been blasted to comply with SSPC-SP10. Cure Time: For handling in 1 minute at 120 degrees F, and full cure within 7 days at 70 degrees F. Maximum Specific Gravities: Polyisocyanate resin, 1.20. Polyol resin, 1.15. Minimum Impact Resistance: ,80 inch-pounds using 1-inch diameter steel ball. Minimum Tensile Strength: 2000 psi. 8 . Hardness : 55 plus or minus 5 Shore D at 70 degrees F. 9. Flexibility Resistance: ASTM 0522 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 II (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. I. 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. MORT AR 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 A. PIPE 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 EBO at Railroads 4) Trench Depth= As Indicated 5) Deflection Lag Factor -{D 1) = 1.1 6) Coefficient K = 0 .1 O 7) Maximum Calculated Deflection -Ox= 2% (Polyurethane Coated Steel Pipe) 8) Maximum Calculated Deflection -Ox= 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, POV, 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 ( ) Steel Pipe 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 . 02626-6 0 Steel Pipe 2 . PROVISIONS FOR THRUST 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. 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 l:i less than 60 ° L = PA sin (~2) f (We+ Wp + Ww) For l:i greater than 60 ° L = P A ( 1 -cos l:i) 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 . l:i = 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 . 4 . WALL THICKNESS The minimum pipe wall steel thickness shall be 0.20" or pipe O.D./230, whichever is greater for pipe 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. Pipe Type Polyurethane Coated Steel Mortar Coated Steel Maximum Stress at Working Pressure 23,000 psi 18,000 psi 02626-7 Pipe which is placed in casing or tunnel shall have a minimum pipe wall steel thickness of 0.25" or pipe 0.0./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'. 8 . 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 FIITINGS All bend fittings shall be long radius to permit passage of pipeline pigs. F. PIPE ENDS Pipe ends shall be either rolled spigot rubber gasket joint, carnegie-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 For Hin 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 1.0. of the bell and the 0 .0. 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 ( Steel Pipe 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". 02626-8 (_) 3. FOR FITTINGS WITH FLANGES Flanged joints shall be provided at connections to valves and where indicated. Ends to be fitted 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 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 AWW A 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 Steel Pipe 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 2.01 A 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 Fat all times . 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 {OFT) dry film thickness of 35 mils. Multiple-pass, one coat application process is permitted provided maximum allowable 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 sh ipment. 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 stuns . Use immersion vibration or other approved method to consolidate 1 ._; embedment material. Maximum allowable pipe deflection is limited to 1 % for mortar coated steel \ __ J pipe and 2% for polyurethane coated steel pipe . 3 . Keep the pipe clean during the laying operation and free of sticks, dirt, an imals , 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 lay 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 repai r that its continued use is not injurious to the coating. The spacing of pipe supports required to hand le 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 Steel Pipe 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. 02626-10 (_ 0 ) E. PIPE LAYING-WELDED JOINTS 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. 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 1/8" 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,i 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 testing. 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 Steel Pipe Upon completion of backfilling 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, 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 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 . 02626-11 G. EXTERIOR GASKET JOINT PROTECTION FOR POLYURETHANE COATED STEEL PIPE 1. GENERAL 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 m inimum 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 • F 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° For 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 j oint to cool. h . Prime joint with specified primer and fill all cracks, crevices, and gaps with mastic fille r 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 min imum of 3-inches overlay onto the existi ng pipe coating. j . Apply heat to the sleeve using either propane fire infrared heaters or wrap around heaters . Hold flame a m inimum 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 . Mon itor 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 vis ible along the full circumference of the sleeve , and the re $hall 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 perm itted by the sleeve manufacturer. Steel Pipe 02626-12 ( ) ) H. PROTECTIVE WELDED JOINTS COATING SYSTEM FOR POLYURETHANE COATED STEEL PIPE 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 CANUSA 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 LA YER) a. Apply three Layer Joint Coating System Before Welding the Joint b. Pipe Manufacturing and Heat Tape 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 CAN USA 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 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 sle.eve 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 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. 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. 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 02626-13 meet these requirements shall be removed and the joint recoated as directed by the Engineer. Minor repai rs may be repaired using heat shrink sleeve repair kits . 12) 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. 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 MET AL 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 Mad ison GP II (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 repa ir 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, d irt, 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 repa ir 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 , w ith 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 Steel Pipe 1. Have the Pipe Manufacturer repair any joint of pipe that has exterior coating cracks larger than 0.005" (a hairline) by using an approved method . If, in the op inion of the Engineer, the pipe is not suitable for repair, reject, pla inly 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 . 02626-14 n '- 0 M. PATCH OF LINING (PLANT OR FIELD} 1. Repair cracks larger than 1 /16". Pipes with dis bonded 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 ensu re adequate thickness has been achieved according to SSPC PA2. 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 kn ife point under the coating . e. Reject if coating is removed easily in large sections (>2 in\ Note that some qualitative judgment is necessary and that the longer the coating has cured, the greater the adhesion . 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 weld ing procedure damages the three layer joint coating system, the Contractor, at the direction of the Engineer, will be required to modify his weld ing 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 (~) El-7 -Ductile Iron Fittings El-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/A WW A Cl04/A21.4, "Cement-Mortar Lining for Ductile Iron Pipe and Fittings for Water" B. ANSI! A WW A Cl 05/ A21.5, "Polyethylene Encasement for Ductile-Iron Pipe Systems" C. ANSI/A WW A Cll0/A21.I0, "Ductile-Iron and Gray-Iron Fittings, 3 inch D . E. F. through 48 inch" ANSI/A WW A Cl 11/A21.l l, "Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and Fittings" ANSI/A WW A Cl 15/A21.15, "Flanged Ductile-Iron Pipe with Ductile- Iron or Gray-Iron Threaded Flanges" ANSI! A WW A C 116/ A2 l .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/A WW A Cl53/A21.53, "Ductile-Iron Compact Fittings For Water Service" R ANSI/NSF 61, ''Drinking Water System Components -Health Effects" E 1-7 .2 Design Requirements A. B. 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: Pressure Rating: Unless specified otherwise, the rated working pressures for fittings are as follows: Fort Worth Water Department El -7(1) Ductile Iron Fittings Ductile Iron Compact Fittings (A WW A C153/A21.53) Nominal Size (in) Pressure Rating {PSD 3" -24" 350 PSI 30" -48" 250 PSI 54" -64" 150 PSI . Ductile-Iron Full Body Fittings (A WW A C110/A21.10) Nominal Size (in) Pressure Rating {PSD 3" -24" 350 PSI 30" -48" 250 PSI C . Dimensions and Thickness: F1ttings and joints shall conform to the thickness and dimensions shown in the various standards referenced under Section E 1-7 .1 of this Specification. D. Flange: Unless specified otherwise, the bolt circle and the bolt-holes shall match those of ANSI B 16.1 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 ANSI/ A WW A C 111/ A2 l. I 1 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 Xylan®, as manufactured by Whitford Corporation, or approved equal. Coating shall conform to the performance requirements of ASTM Bl 17, "Salt Spray Test" and shall include, if required, a certificate of conformance. 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 1 mil thickness, on the pipe exterior, unless otherwise specified. Fusion bonded exterior coatings shall comply with ANSI/A WW A Cl 16/A21 .16, shall Fort Worth Water Department El-7(2) Ductile Iron Fittings (_ ) n 11 ) I. J. K . have a minimum dry film thickness of 4 mils, and be certified in accordance with ANSI/NSF 61. Interior Lining: All ductile iron fittings are to be furnished with a cement- mortar lining of standard thickness as defined in referenced ANSI/ A WW A C104/A21.4 and given a seal coat of asphaltic material, unless otherwise specified. Fusion bonded interior coatings shall comply with ANSI/AWWA C116/A21.16, shall have a minimum dry film thickness of 4 mils, and be certified in accordance with ANSI/NSF 61. Polyethylene Encasement: All ductile iron fittings shall be polyethylene encased, unless otherwise specified. Encasement for buried fittings shall be 8 mil linear low density (LLD) polyethylene or 4 mil high density cross-laminated (HDCL) polyethylene encasement conforming to A WW A Cl 05/A21.5. Polyethylene film must be marked as follows : 1. Manufacturer's name or trademark 2. Year of manufacturer 3 . ANSI/A WW A C105/A21.5 4 . Minimum film thickness and material type 5. Applicable range of nominal diameter size(s). 6. Warning -Corrosion Protection -Repair Any Damage Marking : Fitting marking shall meet the requirements of ANSI/ A WW A CllOiA21.10 or ANSI/A WWA Cl53/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 "Dr' or "DUCTILE" cast on them. E 1-7.3 Tests and Reports The Contractor shall, upon request by City, furnish 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 E!-7(3) Ductile Iron Fittings ) ) El-32 PRESSURE CLASS DUCTILE IRON PIPE El-32.l 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 ANSI/ A WW A C 151/ A2 l .5 l, latest revision thereof. B. Related Requirements: Ductile iron pipe shall meet the requirements of El-7 "Ductile Iron Fittings", El-13 "Polyethylene Wrapping, E2-6 "fustalling Ductile Iron Pipe, and E2-7 "fustalling Cast Iron Pipe Fittings". El-32.2 Standards Except as specified herein, ductile iron pipe shall be in accordance with the latest revisions of the following Standards: A. ANSI/ A WW A Cl 04/ A2 l .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. ANSI/AWWA Cl I0/A21.10, ''Ductile-Iron and Gray-Iron Fittings, 3 inch through 48 inch" D . ANSI/ A WW A C 111/ A2 l. ll, "Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and Fittings" E . ANSI/ A WW A C 115/ A21. l 5, "Flanged Ductile-Iron Pipe with Ductile- Iron or Gray'"Iron Threaded Flanges" F . ANSI/AWWA Cll6/A21.16, "Protective Fusion-Bonded Epoxy Coatings for the futerior and Exterior Surfaces of Ductile-Iron and Gray-Iron Fittings for Water Supply Service" G. ANSI/A WW A Cl50/A21.50, "Thickness Design of Ductile Iron Pipe" H. ANSI/AWWA C151/A21.51, "Ductile-Iron Pipe, Centrifugally Cast, for Water" I. ANSI/A WW A C153/A21.53, "Ductile-Iron Compact Fittings For Water Service" Fort Worth Water Department E -1-32(1) Pressure Class Ductile Iron Pipe J. ANSI/A WW A C600, "A WW A Standard for Installation of Ductile Iron Water Mains and their Appurtenances" K. ANSI/NSF 61, ''Drinking Water System Components -Health Effects" El-32.3 DESIGN REQUIREMENTS A. As a minimum standard, the following pressure classes shall apply: B. Diameter Pipe (inch) 3" through 12" 14" -20" 24" 30" -64" Min. Pressure Class {PSD 350 psi 250 psi 200 psi 200 psi Engineer shall verify that pressure class specified meets the minimum design requirements contained withiii 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/ A WW A 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/A WW A Cl50/A21.SO. El-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 ANSI/ A WW A Cl 51/ A2 l. B. Pipe markings shall meet the minimum requirements of ANSI/A WW A C151/A21, latest revision. Minimum pipe markings shall be as follows : 1. "Dr' 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 E-l -32(2) Pressure Class Ductile Iron Pipe () ) ) El-32.5 DUCTILE IRON PIPE -JOINTS A. General-Comply with ANSI/A WWA Cl 11/A21 .11, latest revision. 1. Push-On Joints 2. Mechanical Joints 3. Restrained Joints 4. Flanged Joints -A WW A Cl 15/A21.15, ANSI Bl6.l, Class 125 B . All rubber joint gaskets utilized on ductile-iron pipe shall be in conformance with ANSI/ A WW A C 111/ A2 l .1 l, 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/ A WW A C 111/ A2 l. l 1 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 ofXylan® 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. El-32.6 DUCTILE IRON PIPE -COATINGS A. All ductile iron pipe shall have an asphaltic coating, minimum of 1 mil thick, on the pipe exterior, unless otherwise specified. B. Pipes shall have an interior cement mortar lining applied in accordance with ANSI/ A WW A C 104/ A2 l. 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. Prime::r ·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: 1. Manufacturer's name or trademark 2. Year of manufacturer 3. ANSJ/AWWA CI05/A21.5 4. Minimum film thickness and material type 5. Applicable range of nominal diameter size(s). Fort Worth Water Department E-1-32(3) Pressure Class Ductile Iron Pipe 6. 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. El-32.7 TESTS A. Ductile iron pipe shall be manufactured in accordance with the latest revision of ANSI/ A WW A C 151/ A21 .5 l. Each pipe shall be subjected to a hydrostatic test of not l ess than 500 psi for a duration of at least 10 seconds. B. The manufacturer shall take adequate measures during pipe production to assure compliance with ANSI/ A WW A C 151/ A2 l .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, furnish manufacturer's certified test reports that indicate that each tun of pipe furnished has met specifications, that all inspections have been made, and that all tests have been performed in accor dance with ANSI/ A WW A Cl 51/ A2 l .5 l . Fort Worth Water Department E-1-32(4) Pressure Class Ductile Iron Pipe 0 - - - - - - - - - - - - - - - - - - - -PartJ Corrosivity Study and Corrosion Protection Design ---' ) __ ) ( CORROSIVITYSTUDYAND CORROSION PROTECTION DESIGN TRINITY RAILWAY EXPRESS WATER MAIN EXTENSION FROM F.M. 157 TO S.H. 360 FORT WORTH, TEXAS PREPARED FOR TRANSYSTEMS CORPORATION CONSULT ANTS FORT WORTH, TEXAS PREPARED BY CORRPRO COMPANIES, INC. HOUSTON, TEXAS NOVEMBER, 2006 TABLE OF CONTENTS 1.0 Introduction 2.0 Executive Summary 3.0 Corrosivity Evaluation 3.1 Summary 3.2 Results and Analysis 3.3 Corrosion Protection Requirements 4.0 Design Report 4.1 4.2 4.3 4.4 4.5 4.6 4.7 Appendix A AppendixB AppendixC AppendixD AppendixE Summary Protective Coating Pipe Bedding and Backfill Cathodic Protection Joint Bonding and Electrical Isolation Test Stations Conclusions Appendices Field Data Specification Section 15640 -Joint Bonding and Electrical Isolation Specification Section 15641-Corrosion Control Test Stations Specification Section 15642 -Specification for Magnesium Anode Cathodic Protection Systems Specifications for Polyethylene Encasement for Ductile Iron Pipe (') (J ( CORROSIVITY STUDY AND CORROSION PROTECTION DESIGN TRINITY RAIL WAY 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: • Bar-wrapped concrete cylinder pipe (A WW A-C303). • Dielectrically coated carbon steel pipe. • Ductile iron pipe. Upon completion of the corrosion evaluation, a co.rrosion 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-t-OO 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+o0 to station 286+o0. 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 ~is 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 . 2 . ( ) ) ~) ( The evaluation performed is the basis for determimng 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 Resistivity Statistics From F.M.157 to S.H. 360 S' -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% Trinitv Railway E:xpress Water Main Extension Project Soil Resistivity Statistics Along Tarrant Main S' -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 obm- 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+o0 to station 265+o0. 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, fow 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. 4 () ) 4.0 Polyethylene encasement for the full length of the pipe and cathodic protection from pipe stations 192+00 to station 286+o0 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 pipeliiies 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 4.1 SUMMARY The proposed water pipeline will be offered for competitive bidding based on the following alternative configurations : • 36" diameter bar-wrapped concrete cylinder pipe (A WW A C303): A corrosion control system consisting of galvanic anode cathodic protection, joint continuity bonds, monitoring test stations and joint isolation at connections to ex isting pipelines is recommended for this pipeline configuration. • 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 • 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 A WW A 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/ A WW A 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 A WW A C-105/ A2 l .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 . . lIOil plpeS. 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. 6 l) ~ ) 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 IO-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 longitudinal 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-cathodically 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. 7 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. 8 ~) () CJ \ Trinity Railway Express Water Main Extension Project ) Fort Worth, Texas CCP Option Test Station Schedule Station No. Description ~ 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 -_) 195+00 Cased Crossing at Euless South Main Roadway CP 198+10 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 Anode Groundbed TS 235+ 15 Anode Groundbed TS 240+50 Anode Groundbed TS 245+o0 Anode Groundbed TS t I Trinity Railway Express Water Main Extension Project (J Fort Worth, Texas CCP Option Test Station Schedule Station No. Description ~ 248+95 Cased Crossing CP 25o+l0 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 IF On 16" Diameter Waterline along Tarrant Main Station No. Description ~ 21+75 Koch HP Gas Line Crossing FL \ ) Trinity Railway Express Water Main Extension Project Fort Worth, Texas Dielectrically Coated Steel Pipe Option Station No. Description ~ 142+11 Connection to Existing 3 6" 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 -- Trinity Railway Express Water Main Extension Project (-) Fort Worth, Texas Dielectrically Coated Steel Pipe Option Station No. Description ill!: 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 C:) 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 ~ 15+50 Anode Groundbed TS 21+75 Koch HP Gas Line Crossing FL (_) \----~) Trinity Railway Express Water Main Extension Project Fort Worth, Texas Ductile Iron Pipe Option Station No. Description ~ 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+o0 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 Station No. 284+05 285+95 286+13 Trinity Railway Express Water Main Extension Project Fort Worth, Texas Ductile Iron Pipe Option Description Cased Crossing at Trinity Blvd. Cased Crossing at Trinity Blvd. Connection to existing 24" pipeline On 16" Diameter Waterline along Tarrant Main Station No. Description 21+75 Koch HP Gas Line Crossing CP CP IF FL ( ) '-- ~) 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 . , ) l._,, APPENDIXA FIELD DATA 60 ,000 55,000 50 ,000 45 ,000 -5 40 ,000 I E Q. 35,000 ~ ·s: 30 ,000 +l Ill 'iii 25 ,000 C1) 0:: ·s 20 ,000 en 15 ,000 10,000 5,000 0 0 0 + M '<!' 'I"' Variation in Soil Resistivity as a Function of Distance and Depth Trinity Railway Express Water Main Extension Project I ~ I I \ I \ 0 Q + M c.s:, 'I"' • I ', I ', I ', I 0 Q + M ..... 'I"' City of Fort Worth, Texas 0 0 + M CIO 'I"' ____ .. \ \ \ ..... -~ \ 0 Q + N a, 'I"' • Res @0'-5' 0 0 + M Q N 0 0 0 0 0 Q Q Q 0 Q + + + + + M M M M M 'I"' N M '<!' U) N N N N N Station Number -.. _ Res @5'-10' ··•··Res@ 10'-15 ' I I ,._, \ 0 Q + M U) N Q Q Q 0 + + M M ..... CIO N N ( I Soil Resistivity Summary Sheet Loe# Sta. No. Res@0'-5' Res@S'-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 CORRPRO COMPANIES, INC.· HOUSTON, TEXAS SOIL RESISTIVITY MEASUREMENT INFORMATION CLIENT: TranSystems Corporation Consultants JOB NO.: LOCATION: Sta . 143+00: East of F.M. 157 INSTRUMENT USED: NILSSON SOIL RESISTIVITY METER , M400 DATA BY: ow DATE: October 2006 4-PIN SOIL RESISTIVITY DAT A BARNES PROCEDURE FOR SOIL RESISTIVITIES BY LAYERS SO IL LAYER DEPTH MEASURED TOTAL DEPTH CALCULATED CONDUCTIVITY RESISTANCE LAYER THICKNESS LAYER FROM SURFACE (FT) OR RESISTA NCE FACTOR RES ISTIVITY CONDUCTI VITY CHANGE CHANGE FACTOR RESISTIVITY SOIL LAYER RANGE ACTUAL PIN SPACING (FT (OHMS) (191 .5 X DEPTH) (OHM-CM) (MHOS ) (MHOS) (OHMS) (191 .5 X FEET) (OHM-CM) FROM SURFACE (FT 5.0 37.60 957 .5 36 ,002 0.027 0.027 37 .600 957 .5 36,002 0.0 TO 5 10 .0 20 .76 1,915 .0 39,755 0.048 0.022 46 .352 957.5 44 ,383 5 TO 10 15.0 13.05 2,872.5 37 ,486 0.077 0 .028 35 .139 957 .5 33,645 10 TO 1 5 CORRPRO COMPANIES, INC. • HOUSTON, TEXAS SOIL RESISTIVITY MEASUREMENT INFORMATION CLIENT: TranSystems Corporation Consultants JOB NO.: LOCATION: Sta . 163+00 INSTRUMENT USED: NILSSON SOIL RESISTIVITY METER, M400 DATA BY: ow DATE: October 2006 4-PIN SOIL RESISTIVITY DATA BARNES PROCEDURE FOR SOIL RESISTIVITIES BY LAYERS SOIL LAYER DEPTH MEASURED TOTAL DEPTH CALCULATED CONDUCTIVITY RESISTANCE LA YER THICKNESS LAYER FROM SURFACE (FT) OR RESISTANCE FACTOR RESISTIVITY CONDUCTIVITY CHANGE CHANGE FACTOR RESISTIVITY SOIL LA YER RANGE ACTUAL PIN SPACING (FT (OHMS) (191.5 X DEPTH) (OHM-CM) (MHOS) (MHOS) (OHMS) (191.5 X FEET) (OHM-CM) FROM SURFACE (FT 5.0 22.06 957.5 21,122 0.045 0.045 22.060 957 .5 21,122 0 .0 TO 5 10 .0 16.20 1,915 .0 31 ,023 0.062 0.016 60.985 957 .5 58,393 5 TO 10 15 .0 11.73 2 ,872 .5 33 ,694 0.085 0.024 42 .511 957.5 40,705 10 TO 1 5 CORRPRO COMPANIES, INC .• HOUSTON, TEXAS SOIL RESISTIVITY MEASUREMENT INFORMATION CLIENT: TranSystems Corporation Qonsultants JOB NO.: LOCATION: Sta . 173+00 INSTRUMENT USED: NILSSON SOIL RESISTIVITY METER, M400 DATA BY: DW DATE: October 2006 4-PIN SOIL RESISTIVITY DAT A BARNES PROCEDURE FOR SOIL RESISTIVITIES BY LAYERS SOIL LAYER DEPTH MEASURED TOTAL DEPTH CALCULATED CONDUCTIVITY RESISTANCE LA YER THICKNESS LAYER FROM SURFACE (FT) OR RESISTANCE FACTOR RESISTIVITY CONDUCTIVITY CHANGE CHANGE FACTOR RESISTIVITY SOIL LAYER RANGE ACTUAL PIN SPACING (FT (OHMS) (191.5 X DEPTH) (OHM-CM) (MHOS) (MHOS) (OHMS) (191 .5 X FEET) (OHM-CM) FROM SURFACE (FT 5.0 9.11 957.5 8,723 0.110 0.110 9.110 957 .5 8,723 0.0 TO 5 10.0 4 .62 1 ,915.0 8,847 0.216 0.107 9.374 957.5 8 ,975 5 TO 10 15.0 3 .22 2 ,872.5 9,249 0.311 0.094 10 .626 957 .5 10,174 10 TO 1 5 CORRPRO COMPANIES, INC. • HOUSTON, TEXAS SOIL RESISTIVITY MEASUREMENT INFORMATION CLIENT: TranSystems Corporation Consultants JOB NO.: LOCATION: Sta . 183+00 INSTRUMENT USED: NILSSON SOIL RESISTIVITY METER , M400 DATA BY: DW DATE: October 2006 4-PIN SOIL RESISTIVITY DATA BARNES PROCEDURE FOR SOIL RESISTIVITIES BY LAYERS SOIL LAYER DEPTH MEASURED TOTAL DEPTH CALCULATED CONDUCTIVITY RESISTANCE LAYER THICKNESS LAYER FROM SURFACE (FT) OR RESISTANCE FACTOR RESIST IVITY CONDUCTIVITY CHANGE CHANGE FACTOR RESISTIVITY SOIL LAYER RANGE ACTUAL PIN SPACING (FT (OHMS) (191 .5 X DEPTH) (OHM-CM) (MHOS) (MHOS) (OHMS) (191 .5 X FEET) (OHM -CM) FROM SURFACE (FT 5.0 21 .13 957 .5 20,232 0.04 7 0.047 21 .130 957 .5 20 ,232 0.0 TO 5 10 .0 12.65 1,915.0 24 ,225 0.079 0.032 31 .521 957 .5 30,181 5 TO 10 15 .0 8.05 2,872 .5 23 ,124 0.124 0.045 22.138 957 .5 21,197 10 TO 1 5 CORRPRO COMPANIES, INC.· HOUSTON, TEXAS SOIL RESISTIVITY MEASUREMENT INFORMATION CLIENT: TranSystems Corporation Consultants JOB NO.: LOCATION: Sta . 192+00 INSTRUMENT USED: NILSSON SOIL RESISTIVITY METER , M400 DATA BY: ow DATE: October 2006 4-PIN SOIL RESISTIVITY DATA BARNES PROCEDURE FOR SOIL RESISTIVITIES BY LAYERS SOIL LAYER DEPTH MEASURED TOTAL DEPTH CALCULATED CONDUCTIVITY RESISTANCE LAYER THICKNESS LAYER FROM SURFACE (FT) OR RESISTANCE FACTOR RESISTIVITY CONDUCT IVITY CHANGE CHANGE FACTOR RESISTIVITY SOIL LAYER RANGE ACTUAL PIN SPACING (FT (OHMS) (191.5 X DEPTH) (OHM-CM) (MHOS) (MHOS) (OHMS) (191 .5 X FEET) (OHM-CM) FROM SURFACE (FT 5 .0 15 .65 957 .5 14,985 0.064 0.064 15.650 957 .5 14,985 0.0 TO 5 10 .0 10.63 1,915 .0 20 ,356 0.094 0.030 33.139 957 .5 31 ,731 5 TO 10 15 .0 7 .27 2 ,872 .5 20 ,883 0.138 0.043 23 .000 957 .5 22,023 10 TO 1 5 CORRPRO COMPANIES, INC. -HOUSTON, TEXAS SOIL RESISTIVITY MEASUREMENT INFORMATION CLIENT: TranSystems Corporation Consultants JOB NO.: LOCATION: Sta . 203+00 INSTRUMENT USED: NILSSON SOIL RESISTIVITY METER, M400 DATA BY: DW DATE: October 2006 4-PIN SOIL RESISTIVITY DAT A BARNES PROCEDURE FOR SOIL RESISTIVITIES BY LAYERS SOIL LAYER DEPTH MEASURED TOTAL DEPTH CALCULATED CONDUCTIVITY RESISTANCE LAYER THICKNESS LAYER FROM SURFACE (FT) OR RESISTANCE FACTOR RESISTIVITY CONDUCTIVITY CHANGE CHANGE FACTOR RESISTIVITY SOIL LA YER RANGE ACTUAL PIN SPACING (FT (OHMS) (191 .5 X DEPTH) (OHM-CM) (MHOS) (MHOS) (OHMS) (191 .5 X FEET) (OHM-CM) FROM SURFACE (FT 5.0 3 .66 957 .5 3,504 0.273 0.273 3 .660 957.5 3,504 0 .0 TO 5 10.0 1.37 1,915.0 2 ,624 0.730 0 .457 2.190 957.5 2,097 5 TO 10 15.0 0 .60 2,872 .5 1,724 1.667 0.937 1.068 957 .5 1,022 10 TO 1 5 CORRPRO COMPANIES, INC.· HOUSTON, TEXAS SOIL RESISTIVITY MEASUREMENT INFORMATION CLIENT: TranSystems Corporation Consultants JOB NO.: LOCATION: Sta . 213+00 INSTRUMENT USED: NILSSON SOIL RESISTIVITY METER , M400 · DATA BY: DW DATE: October 2006 4-PIN SOIL RESISTIVITY DAT A BARNES PROCEDURE FOR SOIL RESISTIVITIES BY LAYERS SOIL LAYER DEPTH MEASURED TOTAL DEPTH CALCULATED CONDUCTIVITY RESISTANCE LAYER THICKNESS LAYER FROM SURFACE (FT) OR RESISTANCE FACTOR RESISTIVITY CONDUCTI V ITY CHANGE CHANGE FACTOR RESISTIVITY SOIL LAYER RANGE ACTUAL PIN SPACING (Fr, (OHMS) (191 .5 X DEPTH) (OHM -CM) (MHOS) (MHOS) (OHMS) (191 .5 X FEET) (OHM-CM) FROM SURFACE (FT; 5.0 15 .05 957 .5 14 ,4 10 0.066 0.066 15 .050 957 .5 14 ,410 0.0 TO 5 10.0 5 .85 1,915.0 11 ,203 0.171 0.104 9 .570 957 .5 9,163 5 TO 10 15.0 4.12 2,872 .5 11 ,835 0.243 0.072 13 .932 957 .5 13 ,340 10 TO 1 5 CORRPRO COMPANIES, INC. • HOUSTON, TEXAS SOIL RESISTIVITY MEASUREMENT INFORMATION CLIENT: TranSystems Corporation Consultants JOB NO.: LOCATION: Sta. 223+00 INSTRUMENT USED: NILSSON SOIL RESISTIVITY METER , M400 DATA BY: DW DATE: October 2006 4-PIN SOIL RESISTIVITY DAT A BARNES PROCEDURE FOR SOIL RESISTIVITIES BY LAYERS SOIL LAYER DEPTH MEASURED TOTAL DEPTH CALCULATED CONDUCTIVITY RESISTANCE LAYER THICKNESS LAYER FROM SURFACE (FT) OR RESISTANCE FACTOR RESISTIVITY CONDUCTIVITY CHANGE CHANGE FACTOR RESISTIVITY SOIL LAYER RANGE ACTUAL PIN SPACING (FT. (OHMS) (191.5 X DEPTH) (OHM-CM) (MHOS) (MHOS) (OHMS) (191.5 X FEET) (OHM-CM) FROM SURFACE (FT 5.0 4 .28 957 .5 4 ,098 0.234 0.234 4.280 957 .5 4,098 0 .0 TO 5 10.0 1.94 1,915.0 3,715 0.515 0.282 3 .548 957.5 3,398 5 TO 10 15.0 1 .33 2 ,872.5 3 ,820 0 .752 0.236 4 .230 957 .5 4 ,050 10 TO 1 5 .- CORRPRO COMPANIES, INC.· HOUSTON, TEXAS SOIL RESISTIVITY MEASUREMENT INFORMATION CLIENT: TranSystems Corporation Consultants JOB NO.: LOCATION: Sta . 233+00 INSTRUMENT USED: NILSSON SOIL RESISTIVITY METER, M400 DATA BY: ow DATE: October 2006 4-PIN SOIL RESISTIVITY DATA BARNES PROCEDURE FOR SOIL RESISTIVITIES BY LAYERS SOIL LAYER DEPTH MEASURED TOTAL DEPTH CALCULATED CONDUCTIVITY RESISTANCE LA YER THICKNESS LAYER FROM SURFACE (FT) OR RESISTANCE FACTOR RESISTIVITY CONDUCTIVITY CHANGE CHANGE FACTOR RESISTIVITY SOIL LAYER RANGE ACTUAL PIN SPACING (FT (OHMS) (191 .5 X DEPTH) (OHM-CM) (MHOS) (MHOS) (OHMS) (191 .5 X FEET) (OHM-CM) FROM SURFACE (FT 5 .0 4.48 957 .5 4 ,290 0.223 0.223 4.480 957.5 4,290 0.0 TO 5 10 .0 1 .43 1,915.0 2,738 0.699 0 .476 2 .100 957 .5 2,011 5 TO 10 15 .0 0 .88 2,872 .5 2,528 1.136 0.437 2 .288 957 .5 2,191 10 TO 1 5 CORRPRO COMPANIES, INC. • HOUSTON, TEXAS SOIL RESISTIVITY MEASUREMENT INFORMATION CLIENT: TranSystems Corporation Consultants JOB NO.: LOCATION: Sta. 243+00 INSTRUMENT USED: NILSSON SOIL RESISTIVITY METER, M400 DATA BY: DW DATE: October 2006 4-PIN SOIL RESISTIVITY DATA BARNES PROCEDURE FOR SOIL RESISTIVITIES BY LAYERS SOIL LAYER DEPTH MEASURED TOTA~ DEPTH CALCULATED CONDUCTIVITY RESISTANCE LA YER THICKNESS LAYER FROM SURFACE (FT) OR RESISTANCE FACTOR RESISTIVITY CONDUCTIVITY CHANGE CHANGE FACTOR R~SISTIVITY SOIL LAYER RANGE ACTUAL P IN SPAC ING (FT (OHMS) (191 .5 X DEPTH) (OHM-CM) (MHOS) (MHOS) (OHMS) (191 .5 X FEET) (OHM-CM) FROM SURFACE (FT 5.0 5.33 957 .5 5 ,103 0.188 0 .188 5.330 957 .5 5,103 0.0 TO 5 10.0 2.23 1,915.0 4 ,270 0.448 0.261 3 .834 957.5 3,671 5 TO 10 15.0 1.33 2,872 .5 3 ,820 0 .752 0.303 3.295 957 .5 3 ,155 10 TO 1 5 - .-. ( CORRPRO COMPANIES, INC.· HOUSTON, TEXAS SOIL RESISTIVITY MEASUREMENT INFORMATION CLIENT: TranSystems Corporation Consultants JOB NO.: LOCATION: Sta . 253+00 INSTRUMENT USED: NILSSON SOIL RESISTIVITY METER , M400 DATA BY: ow DATE: October 2006 4·PIN SOIL RESISTIVITY DATA BARNES PROCEDURE FOR SOIL RESISTIVITIES BY LAYERS SOIL LAYER DEPTH MEASURED TOTAL DEPTH CALCULATED CONDUCTIVITY RESISTANCE LAYER THICKNESS LAYER FROM SURFACE (FT) OR RESISTANCE FACTOR RESISTIVITY CONDUCTIVITY CHANGE CHANGE FACTOR RESISTIVITY SOIL LAYER RANGE ACTUAL PIN SPACING (FT) (OHMS) (191 .5 X DEPTH) (OHM-C M) (M HOS ) (MHOS) (OHMS) (191 .5 X FEET) (OHM-CM) FROM SURFACE (FT) 5.0 4.66 957 .5 4 ,482 0.215 0.215 4.660 957 .5 4,462 0.0 TO 5 10 .0 1.68 1,915 .0 3,217 0.595 0.38 1 2.627 957 .5 2,515 5 TO 10 15 .0 1.25 2,872 .5 3,591 0.800 0.205 4.884 957 .5 4 ,676 10 TO 1 5 CORRPRO COMPANIES, INC.· HOUSTON, TEXAS SOIL RESISTIVITY MEASUREMENT INFORMATION CLIENT: TranSystems Corporation Consultants JOB NO.: LOCATION: Sta . 263+00 INSTRUMENT USED: NILSSON SOIL RESISTIVITY METER, M400 DATA BY: DW DATE: October 2006 4-PIN SOIL RESISTIVITY DATA BARNES PROCEDURE FOR SOIL RESISTIVITIES BY LAYERS SOIL LAYER DEPTH MEASURED TOTAL DEPTH CALCULATED CONDUCTIVITY RESISTANCE LAYER THICKNESS LAYER FROM SURFACE (FT) OR RESISTANCE FACTOR RESISTIVITY CONDUCTIVITY CHANGE CHANGE FACTOR RESISTIVITY SOIL LA YER RANGE ACTUAL PIN SPACING (FT (OHMS) (191 .5 X DEPTH) (OHM-CM) (MHOS) (MHOS) (OHMS) (191 .5 X FEET) (OHM-CM) FROM SURFACE (FT 5.0 11 .08 957 .5 10 ,609 0.090 0.090 11 .080 957 .5 10,609 O.OTO 5 10 .0 7.79 1,915 .0 14 ,918 0.128 O.D38 26 .235 957 .5 25,120 5 TO 10 15.0 5.44 2,872 .5 15,626 0.184 0.055 18.033 957.5 17,267 10 TO 1 5 .--. CORRPRO COMPANIES, INC.· HOUSTON, TEXAS SOIL RESISTIVITY MEASUREMENT INFORMATION CLIENT: TranSystems Corporation Consultants JOB NO.: LOCATION : Sta . 273+00 INSTRUMENT USED: NILSSON SO I L RESISTIVITY METER, M400 DATA BY: DW DATE : October 2006 4-PIN SOIL RESISTIVITY DATA BARNES PROCEDURE FOR SOIL RESISTIVITIES BY LAYERS SOIL LAYER DEPTH MEASURED TOTAL DEPTH CALCULATED CONDUCTIVITY RESISTANCE LAYER THICKNESS LAYER FROM SURFACE (FT) OR RESISTANCE FACTOR RES ISTIVITY CONDUCTIVITY CHANGE CHANGE FACTOR RESISTIVITY SOIL LAYER RANGE ACTUAL PIN SPACING (FT (OHMS) (191 .5 X DEPTH) (OHM-CM ) (MHOS) (MHOS) (OHMS) (191.5 X FEET) (OHM-CM) FROM SURFACE (FT 5.0 2 .91 957.5 2 ,766 0.344 0.344 2.910 957.5 2,786 0.0 TO 5 10.0 1.51 1,915 .0 2,892 0.662 0.319 3.139 957 .5 3,005 5 TO 10 15.0 1.01 2,872 .5 2 ,901 0 .990 0 .328 3.050 957.5 2 ,921 10 TO 1 5 CORRPRO COMPANIES, INC.· HOUSTON, TEXAS SOIL RESISTIVITY MEASUREMENT INFORMATION CLIENT: TranSystems Corporation Consultants JOB NO.: LOCATION: Sta . 283+00 INSTRUMENT USED: NILSSON SOIL RESISTIVITY METER , M400 DATA BY: OW DATE: October 2006 4-PIN SOIL RESISTIVITY DATA BARNES PROCEDURE FOR SOIL RESISTIVITIES BY LAYERS SOIL LAYER DEPTH MEASURED TOTAL DEPTH CALCULATED CONDUCTIVITY RESISTANCE LAYER THICKNESS LAYER FROM SURFACE (FT) OR RESISTANCE FACTOR RESISTIVITY CONDUCTIVITY CHANGE CHANGE FACTOR RESISTIVITY SOIL LAYER RANGE ACTUAL PIN SPACING (FT (OHMS) (191.5 X DEPTH) (OHM-CM) (MHOS) (MHOS) (OHMS) (191.5 X FEET) (OHM-CM) FROM SURFACE (FT 5.0 4.35 957.5 4,165 0.230 0.230 4.350 957 .5 4,165 0.0 TO 5 10.0 1.67 1,915.0 3,198 0.599 0.369 2.711 957 .5 2,595 5 TO 10 15 .0 0.76 2,872.5 2,183 1.316 0.717 1.395 957.5 1,335 10 TO 1 5 - E u e .:: 0 - Variation in Soil Resistivity as a Function of Distance and Depth Trinity Railway Express Water Main Extension Project Contract 2, Unit 3 -Tarran Main City of Fort Worth, Texas 20 ,000 ~--------------------------------------, 15,000 +-------------------------------------- ~ 10 000 +------------'-.,.----------------------------> ' :;::: "' 'iii ~ ·s (/) ... _ -------. ....... ....... ....... '" ................ ~ ......... ', .... 5,000 +-------------------'----::a---=---"":C"T"" ............ "--"-_..,.,,,------------1 -: :--.. --· ..... '&·-·· -..-.. ____ _ 0+--------------+--------------+------------1 0 0 + N Station Number • Res@ 0'-5 ' -.. -Res@ 5'-10 ' ··*··Res@ 10'-15' 0 0 + 0 C'? Soil Resistivity Summary Sheet Loe# Sta. No. Res@0'-5' Res@5'-10' Res @10'-15' l 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 ( CORRPRO COMPANIES, INC. • HOUSTON, TE)(AS SOIL RESISTIVITY MEASUREMENT INFORMATION CLIENT: TranSystems Corporation Consultants JOB NO.: LOCATION: Sta . 2+00 : North of Trinity Rail Express Tracks INSTRUMENT USED: NILSSON SOIL RESISTIVITY METER , M400 DATA BY: DW DATE: October 2006 4-PIN SOIL RESISTIVITY DAT A BARNES PROCEDURE FOR SOIL RESISTIVITIES BY LAYERS SOIL LA YER DEPTH MEASURED TOTAL DEPTH CALCULATED CONDUCTIVITY RESISTANCE LAYER THICKNESS LAYER FROM SURFACE (FT) OR RESISTANCE FACTOR RESISTIVITY CONDUCTIVITY CHANGE CHANGE FACTOR RESISTIVITY SOIL LAYER RANGE ACTUAL PIN SPAC ING (FT (OHMS) (191.5 X DEPTH) (OHM-CM) (MHOS) (MHOS) (OHMS) (191 .5 X FEET) (OHM-CM) FROM SURFACE (FT 5.0 15.05 957.5 14,410 0 .066 0 .066 15 .050 957.5 14,410 O.OTO 5 10.0 5.85 1,915 .0 11 ,203 0.171 0.104 9 .570 957 .5 9,163 5 TO 10 15 .0 4 .12 2 ,872 .5 11,835 0.243 0.072 13 .932 957 .5 13,340 10 TO 1 5 CORRPRO COMPANIES, INC .· HOUSTON, TEXAS SOIL RESISTIVITY MEASUREMENT INFORMATION CLIENT: TranSystems Corporation Consultants JOB NO.: LOCATION: Sta . 14+50: Ferris Street INSTRUMENT USED: NILSSON SOIL RESISTIVITY METER , M400 DATA BY: ow DATE: October 2006 4-PIN SOIL RESISTIVITY DATA BARNES PROCEDURE FOR SOIL RESISTIYITIES BY LAYERS SOIL LAYER DEPTH MEASURED TOTAL DEPTH CALCULATED CONDUCTIVITY RESISTANCE LA YER THICKNESS LAYER FROM SURFACE (FT) OR RESISTANCE FACTOR RESISTIVITY CONDUCTIVITY CHANGE CHANGE FACTOR RESISTIVITY SOIL LAYER RANGE ACTUAL PIN SPACING (FT (OHMS) (191 .5 X DEPTH) (OHM-CM) (MHOS) (MHOS) (OHMS) (191 .5 X FEET) (OHM-CM) FROM SURFACE (FT 5.0 12 .67 957.5 12 ,323 O.D76 O.D76 12.670 957 .5 12,323 O.OTO 5 10 .0 3.75 1,915 .0 7,181 0.267 0.169 5.292 957 .5 5,067 5 TO 10 15.0 2.01 2 ,872 .5 5,774 0.496 0.231 4.332 957 .5 4,148 10 TO 1 5 --- -. ...._i CORRPRO COMPANIES, INC. • HOUSTON, TEXAS SOIL RESISTIVITY MEASUREMENT INFORMATION CLIENT: TranSystems Corporation Consultants JOB NO.: LOCATION: Sta. 30+00 : South Pipeline Road INSTRUMENT USED: NILSSON SOIL RESISTIVITY METER, M400 DATA BY: ow DATE: October 2006 4-PIN SOIL RESISTIVITY DATA BARNES PROCEDURE FOR SOIL RESISTIVITIES BY LAYERS SOIL LAYER DEPTH MEASURED TOTAL DEPTH CALCULATED CONDUCTIVITY RESISTANCE LA YER THICKNESS LAYER FROM SURFACE (FT) OR RESISTANCE FACTOR RESISTIVITY CONDUCTIVITY CHANGE CHANGE FACTOR RESISTIVITY SOIL LAYER RANGE ACTUAL PIN SPACING (FT (OHMS) (191 .5 X DEPTH) (OHM-CM) (MHOS) (MHOS) (OHMS) (191.5XFEET) (OHM-CM) FROM SURFACE (Fr: 5.0 1.39 957 .5 1,331 0 .719 0.719 1.390 957 .5 1 ,331 0.0 TO 5 10.0 0.97 1,915.0 1,858 1.031 0 .312 3.210 957.5 3,074 5 TO 10 15.0 0.84 2 ,872 .5 2,413 1.190 0.160 6.268 957.5 6,001 10 TO 1 5 _i ) APPENDIXB SPECIFICATION SECTION 15640 JOINT BONDING AND ELECTRICAL ISOLATION -) TRINITY RAIL WAY EXPRESS WATER MAIN FORT WORTH, TEXAS JOINT BONDING AND ELECTRIC~ISOLATION SECTION 15640 JOINT BONDING AND ELECTRICAL ISOLATION PARTl GENERAL 1.01 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 RELATEDSECTIONS A . Section 15641 -Corrosion Control Test Stations . B. Section 15642 -Specification for Magnesium Anode Cathodic Protection Systems . 1.03 REFERENCES A . ASTM D 1248 -Polyethylene Plastics Molding and Extrusion Material. B. A WW A C207 -Steel Pipe Flange for Waterworks Service . C . A WW A M9 Manual -Concrete Pressure Pipe. D . ANSI B 16.1 -Cast Iron Pipe Flanges and Flanged Fittings. E. ANSI BI6.5 -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. November 2006 15640 Pagel of9 TRINITY RAIL WAY EXPRESS WATER MAIN FORT WORTH, TEXAS 1.05 QUALITY CONTROL JOINT BONDING AND ELECTRICAL ISOLATION 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. PART2 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: November 2006 15640 Page2 of9 ( ) ( TRINITY RAILWAY EXPRESS WATER MAIN FORT WORTH, TEXAS JOINT BONDING AND 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: 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 A WG, seven strand, copper cable with THHN 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. ~t ~elected locations where new piping is mechanically connected to existing p1pmg. 2. At selected below-grade to aboveground piping transitions. 3. At locations shown on the drawings. November 2006 15640 Page 3 of9 TRINITY RAILWAY EXPRESS WATER MAIN FORT WORTH, TEXAS JOINT BONDING AND 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 diamet er 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 A WW A 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 A WWA 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. November 2006 15640 Page4 of9 ( ) TRINITY RAIL WAY EXPRESS WATER MAIN FORT WORTH, TEXAS JOINT BONDING AND ELECTRICAL ISOLATION 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-1 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. 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 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 d.iameter 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 Cl2G-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, Inc . or approved equal. November 2006 15640 Page 5 of9 TRINITY RAILWAY EXPRESS WATER MAIN FORT WORTH, TEXAS JOINT BONDING AND 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: 1. 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: 1. 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. November 2006 15640 Page6 of9 ( ) '--/ ', ) ( TRINITY RAILWAY EXPRESS WATER MAIN FORT WORTH, TEXAS JOINT BONDING AND 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: 1. Perform backfilling of bonded piping in manner that prevents damage to the bonds and all connections to the metallic structures. a. Use appropriate backfill 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 wrre. 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 of9 TRINITY RAILWAY EXPRESS WATER MAIN FORT WORTH, TEXAS JOINT BONDING AND ELECTRICAL ISOLATION 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. A void 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. November 2006 15640 Page 8 of9 { (__) ( ) .. __ ,, ( TRJNITY RAIL WAY EXPRESS WATER MAIN FORT WORTH, TEXAS JOINT BONDING AND ELECTRICAL ISOLATION 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. B. If the electrical isolation between pipe and casing is not effective, the cause shall b e immediately investigated, and the situation remedied . Under no circumstances s hall a shorted casing be backfilled. END OF SECTION November 2006 15640 Page 9 of9 ( APPENDIXC SPECIFICATION SECTION 15641 CORROSION CONTROL TEST STATIONS \ ) TRINITY RAIL WAY EXPRESS WATER MAIN FORT WORTH, TEXAS CORROSION CONTROL TEST STATIONS PARTl SECTION 15641 CORROSION CONTROL TEST STATIONS 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 a.Q.d tunnels, and below-grade isolation joints. 1.02 RELATED SECTIONS A. Section 15640 -Joint Bonding and Electrical Isolation. B. 1.03 Section 15642-Specification for Magnesium Anode Cathodic Protection Systems . 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. November 2006 15641 Page 1 of6 TRINITY RAILWAY EXPRESS WATER MAIN FORT WORTH, TEXAS 1.06 QUALITY CONTROL CORROSION CONTROL TEST STATIONS 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 mechanical 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. PART2 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. November 2006 15641 Page 2 of6 (~) t TRINITY RAILWAY EXPRESS WATER MAIN FORT WORTH, TEXAS CORROSION CONTROL TEST STATIONS 2.03 PERMANENT REFERENCE ELECTRODES A . The permanent reference electrode shall be a copper/copper sulfate Permacell, double membrane, ceramic cell in a geomembrane package as manufactured by Corrpro Companies, Inc. or approved equal. 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. PART3 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. November 2006 15641 Page3 of6 TRINITY RAILWAY EXPRESS WATER MAlN FORT WORTH, TEXAS CORROSION CONTROL 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 con.figurations 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. 1. Install permanent reference electrode approximately 6 inches from the pipe. 2 . Compact native soil by hand around the electrode. The balance of the backfill shall be select granular backfill material. November 2006 15641 Page4 of6 ( ) TRINITY RAILWAY EXPRESS WATER MAIN FORT WORTH, TEXAS CORROSION CONTROL TEST STATIONS 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. B. C . D . 3.05 A . B. C. Use and location of above-grade test stations shall be approved by the owner or its designated representative. Locate test station adjacent to a permanent structure (e.g. a power pole), ·if available, for physical protection. Coil sufficient slack beneath the test station to allow for soil settlement and to prevent damage to the leads during backfilling. 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. TEST LEAD WIRE ATTACHMENT Attach test leads to the pipe by thermite welding directly to the pipe for steel pipelines. See drawings. The pipe to which the wires are to be attached shall be clean and dry . 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. I. 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. November 2006 15641 Page 5 of6 TRINITY RAIL WAY EXPRESS WATER MAIN FORT WORTH, TEXAS CORROSION CONTROL 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 back.filling of the test wires to the pipe, verify the connection by recording a pipe-to-soil potential. C. Replace any test wire found to have a high resistance connection. END OF SECTION November 2006 15641 Page 6 of6 ( ) ' ) \ l APPENDIXD SPECIFICATION SECTION 15642 MAGNESIUM ANODE CATHODIC PROTECTION SYSTEMS ) TRINITY RAILWAY EXPRESS WATER MAIN FORT WORTH, TEXAS SECTION 15642 CATHODIC PROTECTION FOR PIPELINES MAGNESUJM ANODE CATHODIC PROTECTION SYSTEMS PARTl GENERAL 1.01 SECTION INCLUDES Requirements for magnesium anodes to cathodically protect bar-wrapped concrete cylinder pipe (A WW A 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 (A WW A 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. November 2006 15642 Page 1 of& TRINITY RAIL WAY EXPRESS WATER MAIN FORT WORTH, TEXAS CATHODIC PROTECTION 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. PART2 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 Aluminum Manganese Copper Nickel Iron Other - ( each) Other -(total) Magnesium Percent Composition 0.01 Maximum 0.50 to 1.3 0.02 Maximum 0.001 Maximum 0.03 Maximum 0.05 Maximum 0.30 Maximum 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. November 2006 15642 Page 2 of8 ( (_ ) ( TRINITY RAlL WAY EXPRESS WATER MAIN FORT WORTH, TEXAS CATHODIC PROTECTION FOR PIPELINES 4. For standard cast magnesium ingots, the weight of backfill required shall be as follows: Anode Weight (Pounds) 20 D. Anode Lead Wires: Backfill Weight (Pounds) 50 Total Weight (Pounds) 70 l. The standard lead wire for a magnesium anode shall be a 20-foot length of No. 12 A WG 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 Scotchk:ote electrical coating. · 2.03 CRIMPING LUGS Crimping lugs used to connect the anode lead wire to anode header cable shall be copper compressjon crimpit Catalog No. YClOClO as manufactured by Burntly or approved equal. 2.04 ANODE HEADER CABLE Anode header cables routed between the anode groundbed and the test stations shall be #10 A WG 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 3 of& TRINITY RAIL WAY EXPRESS WATER MAIN FORT WORTH, TEXAS CATHODIC PROTECTION 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 A WG 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 of8 (_) (_ ) { TRINITY RAILWAY EXPRESS WATER MAIN FORT WORTH, TEXAS CATHODIC PROTECTION FOR PIPELINES PART3 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 . Back.filling: 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 of8 TRJNITY RAIL WAY EXPRESS WATER MAIN FORT WORTH, TEXAS CATHODIC PROTECTION FOR PIPELINES B. Anode Header Cable: Each anode lead wire shall be connected to a #10 A WG/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 . Tue 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 . Tue 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. I. 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. November 2006 15642 Page 6 of& ( ( ) ' ) TRINITY RAILWAY EXPRESS WATER MAIN FORT WORTH, TEXAS CATHODIC PROTECTION 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 Internat ional and/or A WW A . 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. 7. 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 of8 TRINITY RAIL WAY EXPRESS WATER MAIN FORT WORTH, TEXAS CATHODIC PROTECTION 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 of8 { ( ) APPENDIXE SPECIFICATION SECTION 15643 POLYETHYLENE ENCASEMENT FOR DUCTILE IRON PIPE (_) TRINITY RAIL WAY EXPRESS WATER MAIN FORT WORTH, TEXAS POLYETHYLENE ENCASEMENT FOR DUCTILE IRON PIPE SECTION 15643 POLYETHYLENE ENCASEMENT PART 1 GENERAL 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. 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/ A WW A C600 -Standard for Installation of Ductile-Iron Water Mains and Their Appurtenances. G. ANSI/A WW A C105/A21.5 -Polyethylene Encasement for Ductile-Iron Piping for Water and Other Liquids. November 2006 15643 Page 1 of9 TRINITY RAILWAY EXPRESS WATER MAIN FORT WORTH, TEXAS 1.04 SUBMITT ALS POLYETHYLENE ENCASEMENT FOR DUCTILE IRON PIPE 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. ( b. Field Application: The contractor shall develop, and submit for approval, a l_ ) 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 Page2 of9 '·) { TRINITY Ma WAY EXPRESS WATER MAIN FORT WORTH, TEXAS POLYETHYLENEENCASEMENf 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. I. High-Density, Cross-Laminated, Polyethylene: Hig~ensity, 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: l. Group: 2 (Linear) 2. High-density: 0.940 to 0.960 g/cm3 3. Dielectric Strength: Volume resistivity, 10 15 ohm-cm, minimum 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 (ASTMD 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). 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 of9 TRINITY RAIL WAY EXPRESS WATER MAIN FORT WORTH, TEXAS POLYETHYLENE ENCASEMENT 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: 10 15 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 (ASTMD 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 Dl922) 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 nm 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 Page4 of9 ( ( ) ( ) TRINITY RAIL WAY EXPRESS WATER MAIN FORT WORTH, TEXAS POLYETHYLENE ENCASEMENT FOR DUCTILE moN PIPE Nominal Pipe Diameter -Inches Minimum Polyethylene Width -Inches 3 4 6 8 10 12 14 16 18 20 24 30 36 42 48 54 60 64 Flat Tube Sheet 14 14 16 20 24 27 30 34 37 41 54 67 81 81 95 108 108 121 28 28 32 40 48 54 60 68 74 82 108 134 162 162 190 216 216 242 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. ANSVA WW A Cl05/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 I inch in height and item "f' shall not be less than 1 1/2 inches in height. B. Polyethylene Tape: Provide 1 Yz-inch wide, plastic-backed, adhesive tape. Acceptable tapes are Fulton No. 355, Polyken No. 900, Scotchwrap No. 50, or approved equal. Fulton Tie Strips are an approved alternative to tape. November 2006 15643 Page 5 of9 TRJNITY RAILWAY EXPRESS WATER MAIN FORT WORTH, TEXAS PART 3 EXECUTION 3.01 PREPARATION POLYETHYLENE ENCASEMENT FOR DUCTILE IRON PIPE 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 I-foot overlap on each adjacent pipe section. Bunch accordion-fashion l engthwise 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 facilit ate"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 of9 ) \ TRINITY RAILWAY EXPRESS WATER MAIN FORT WORTH, TEXAS POLYETHYLENEENCASEMENf 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 mud 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 1 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 of9 TRINITY RAILWAY EXPRESS WATER MAIN FORT WORTH, TEXAS POLYETHYLENE ENCASEMENT 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 I-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 REP AIRS 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 A WW A C600 for backfilling. November 2006 15643 Page 8 of 9 ,,--· ( ) ' / ) TRINITY RAILWAY EXPRESS WATER MAIN FORT WORTH, TEXAS 3.05 QUALITY ASSURANCE POLYETHYLENE ENCASEMENT FOR DUCTILE moN PIPE 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 installation at his expense, including excavating the pipe subsequent to backfilling and re- installing the polyethylene wrap. END OF SECTION November 2006 15643 Page 9 of9 -. - - - - - - - - - - - - - PartK Electrical Specifications \ j ) ( ) ELECTRICAL SPECIFICATION FOR 36" WATER MAIN EXTENSION ALONG TRINITY RAILWAY EXPRESS RIGHT-OF-WAY FROM TARRANT MAIN TO SH 360 AT TRINITY BLVD. PART4 WATER PROJECT NO. P265-605140035287 CITY PROJECT NO . 00352 PREPARED FOR TRANSYSTEMS CORPORATION CONSULT ANTS FORT WORTH, TEXAS PREPARED BY McCREARY AND ASSOCIATES , INC. DALLAS , TEXAS .... ,,,,,,,,, -----~ OF ~'1,, _:-:i-~~*··········-.~~1, -i,;'·· -···15''1 ~ * / ..... ,, :.: \.~ ,,, ........................................ / : JOSEPH J. KOTRLA ~ / ....................................... / / ~ : / ',"$·.. 56361 ... ,~~ r'a·· A. .·i::-\ ~-::~.a,~--~~ 'i, ss,·-......... ~CJ _- 1 \ \ ONAL "C.'.:_--~~~~-(JI q -~6-08 SEPTEMBE R , 2008 ( j ELCTRICAL SPECIFICATIONS FOR 36" WATER MAIN EXTENSION ALONG TRINITY RAILWAY EXPRESS R.O.W. PART4 WATER PROJECT NO. P265-605140035287 16010 ELECTRICAL GENERAL PROVISIONS 16110 RACEWAYS 16120 WIRE & CABLE 16191 DRY TYPE TRANSFORMERS 16199 MISCELLANEOUS 16210 ELECTRIC UTILITY 16350 MOTOR CONTROL CENTER 16410 UNDERGROUND 16450 GROUNDING 16910 INSTRUMENTATION ( ' ) 16010 16110 16120 16191 16199 16210 16350 16410 16450 16910 FW METER STATION FOR GRAND PRAIRIE ELECTRICAL GENERAL PROVISIONS RACEWAYS WIRE&CABLE DRY TYPE TRANSFORMERS MISCELLANEOUS ELECTRIC UTILITY MOTOR CONTROL CENTER UNDERGROUND GROUNDING INSTRUMENTATION ELCTRICAL SPECIFICATIONS FOR 36" WATER MAIN EXTENSION ALONG TRINITY RAILWAY EXPRESS R.O.W. 16010 ELECTRICAL GENERAL PROVISIONS 16110 RACEWAYS 16120 WIRE & CABLE 16191 DRY TYPE TRANSFORMERS 16199 MISCELLANEOUS 16210 ELECTRIC UTILITY 16350 MOTOR CONTROL CENTER 16410 UNDERGROUND 16450 GROUNDING 16910 INSTRUMENTATION ( ) \ ./ ) -. { SECTION 16010 ELECTRICAL GENERAL PROVISIONS PART 1 -GENERAL 1.01 GENERAL CONDITIONS A. The General Conditions and Requirements, Special Provisions, are hereby made a part of this Section. B. The Electrical Drawings and Specifications under this Section shall be made a part of the Contract Documents. The Drawings and Specifications of other. sections of this contract, as well as supplements issued thereto, information to bidders and pertinent documents issued by the Owner's Representative are a part of these Drawings and Specifications and shall be complied with in every respect. All the above documents will be on file at the office of the Owner's representative and shall be examined by all the bidders. Failure to examine all documents shall not relieve the responsibility or be used as a basis for additional compensation. C. D. E . F. Furnish all work, labor, tools, superintendence, material, equipment and operations necessary to provide for a complete and workable electrical system as defined by the Contract Documents . Be responsible for visiting the site and checking the existing conditions. Ascertain the conditions to be met for installing the work and adjust bid accordingly. It is the intent of the Contract Documents that upon completion of the electrical work, the entire system shall be in a finished, workable condition. All work that may be called for in the Specifications but not shown on the Drawings, or, all work that may be shown on the Drawings but not called for in the Specifications, shall be performed by the Contractor as if described in both. Should work be required which is not set forth in either document, but which work is nevertheless required for fulfilling of the intent thereof, then the Contractor shall perform all work as fully as if it were specifically set forth in the Contract Documents. G. The definition of terms used throughout the Contract Documents shall be as specified by the following agencies: 1. Underwriters Laboratories 2. National Electrical Manufacturers Association 3. American National Standards Institute 4. Insulated Power Cable Engineers Association 5. National Electrical Code 6. National Fire Protection Association H. The use of the terms "as (or where) indicated", "as (or where) shown", "as (or where) specified", or "as ( or where) scheduled" shall be taken to mean that the reference is made to the Contract Documents, either on the Drawings or in the Specifications , or both documents . I. The use of the words "furnish", "provide", or "install" shall be taken to mean that the item or facility is to be both furnished and installed under Division 16, unless stated to the contrary that the item or facility is to be either furnished under another Div is ion or under another Contract, g :\fwOl\2643\specs\contnd 2\unit 4 elcct ri cal\final dee specs 9-IIHJ8\160 10 electrical gencnl provisions.doc 16010-1 furnished under this Division and installed under another Division or under another Contract, or furnished and installed under another Division or under another Contract. 1.02 PERMITS AND CODES A. Secure all permits, licenses, and inspection as required by all authorities having jurisdiction. Give all notices and comply with all laws, ordinances, rules, regulations and contract requirements bearing on the work. B. The minimum requirements of the electrical system installation shall conform to the latest edition of the National Electrical Code, as well as state and local codes. C . Codes and ordinances having jurisdiction and specified codes shall serve as mm1mum requirements, but, if the Contract Documents indicate requirements which are in excess of those minimum requirements, then the requirements of the Contract Documents shall be followed . Should there be any conflicts between the Contract Documents and codes, or any ordinances, report these with bid. PART 2 -PRODUCTS 2 .01 STANDARDS A . All materials and equipment shall conform to the requirements of the Contract Documents. They shall be new, free from defects, and they shall conform to the following standards where these organizations have set standards: 1. Underwriters Laboratories (UL) 2 . National Electrical Manufacturer's Association (NEMA) 3 . American National Standards Association (ANSD 4 . Insulated Cable Engineers Association (ICEA) B . All material and equipment of the same class shall be supplied by the same manufacturer, unless specified to the contrary. C . All products shall bear UL labels where standards have been set for listing. All other products shall be UL labeled. Motor control centers, switchboards, and switchgear shall have UL labels by the manufacturer. Custom panels, modified motor starters, control panels, and instrument panels and the like shall be manufactured by a fabricator approved as a UL508A shop and shall bear a UL 508A (UL Industrial Control Panel) label. D. When the Contractor provides a product for this project he shall be bound by the terms and conditions of the Contract Documents and he shall agree to warrant and to be liable for the merchantability and fitness of his product to the applications to which his product is applied under the Contract Documents . 2 .02 SHOP DRAWINGS AND SUB MITT ALS A. Shop drawings and submittals shall comply with the Contract GENERAL CONDITIONS in the CIVIL SECTION and as specified herein. ( B . Shop drawings shall be taken to mean detailed drawings with dimensions , schedules, ·weights, \ capacities, installation details and pertinent information that will be needed to describe the material or equipment in detail. g:\fwO 11264 3\s pecs\contn,ct 2\u nit 4 cl ectricaNinal clec specs 9-16-08\160 IO electrical general provisions .doc 16 010-2 \ ) C. Submittals shall be taken to mean catalog cuts, general descriptive information, catalog numbers and manufacturer's name. D. Submit for review all shop drawings and submittals as hereinbefore called for. E. Review of submittals or shop drawings shall not remove the responsibility for furnishing materials or equipment or proper dimensions, quantity and quality, nor will such review remove the responsibility for error in the shop drawings or submittals. F. Failure to process submittals or shop drawings on any item and/or items specified shall make the Contractor responsible for the suitability for the item and/or items, even though the item and/or items installed appear to comply with the Contract Documents. G. Assume all costs and liabilities which may result from the ordering of any material or equipment prior to the review of the shop drawings or submittals, and no work shall be done until the shop drawings or submittals have been reviewed. In case of correction or rejection, resubmit until such time as they are accepted by the Owner's Representative, and such procedures will not be cause for delay . H. Submittals and shop drawings shall be compiled from the manufacturer's latest product data. Should there be any conflicts between this data and the Contract Documents, report this information for each submittal and/or shop drawing. I. Shop drawings and submittals will be returned and unchecked if the specific items proposed are not clearly marked, or if the General Contractor's approval stamp is omitted. J. When requested, furnish samples of materials for acceptance review . If a sample has been reviewed and accepted, then that item of material or equipment installed on the job shall be equal to the sample; if it is found that the installed item is not equal, then replace all such items with the accepted sample equivalent. 2.03 ACCEPTANCE AND SUBSTITUTIONS A. All manufacturers named are a basis as a standard of quality and substitutions of any equal product will be considered for acceptance . The judgement of equality of product substitution shall be made by the Engineer. B. Substitutions after award of Contract shall be made only within sixty ( 60) days after the notice to proceed. Furnish all required supporting data. The submittal of substitutions for review shall not be cause for time extensions . C. Where substitutions are offered, the substituted product shall meet the product performance as set forth in the specified manufacturer's current catalog literature, as well as meeting the details of the Contract Documents. D. The details on the drawings and the requirements of the Specifications are based on the first listed material or equipment. If any other than the first listed material or equipment is furnished, then assume responsibility for the correct function, operation, and accommodation of the substituted item . In the event of misfits or changes in work required, either in this section or other sections of the Contract, or in both, bear all costs in connection with all changes arising out of the use of other than the first listed item specified. E. Substitutions of products under other sections may occur. Make necessary adjustments and additions to work under Division 16 to accommodate those substitutions . Such adjustments and g :\fwOl\2643\spccs\contract 2\unit 4 electrical\6nal dee specs 9-16-08\16010 electrical general provisions .doc 16010-3 additions shall be performed in compliance w ith Division 16 Specifications at no additional charge . F. Energy efficiency of each item of power consuming equipment shall be considered one of the standards for evaluation . PART 3 -EXECUTION 3.01 CUTTING AND PATCHING A. Cutting and patching required under this section shall be done in a neat workmanlike manner. Cutting lines shall be uniform and smooth . B . Use concrete saws for large cuts in concrete and use core drills for small round cuts in concrete. C. Where openings are cut through masonry walls, provide lintel or other structural support to protect the remaining masonry. Adequate support shall be provided during the ·cutting operation to prevent damage to masonry . D . Where large openings are cut through metal surfaces, attach metal angle around the opening. E. Patch concrete openings that are to be filled with nonshrinking cementing compound. Finish concrete patching shall be troweled smooth and shall be uniform with surrounding surfaces. 3.02 WATERPROOFING Provide waterproof flashing for each penetration of exterior walls and roofs. 3 .03 CONSTRUCTION REQUIREMENTS A. Except where specifically noted or shown, the locations and elevations of equipment are approximate and are subject to small revisions as may prove necessary or desirable at the time the work is installed. Locations changed substantially from that shown on the drawings shall be confirmed with the Engineer in advance of construction . B. Where equipment is being furnished under another Division, request from Engineer an accepted drawing that will show exact dimensions of required locations or connections. Install the required facilities to the exact requirements of the accepted drawings . C. All work shall be done in the best and most workmanlike manner by qualified, careful electricians who are skilled in their trade. The standards of work required throughout shall be of the first class only . D. Unless shown in detail , the Drawings are diagrammatic and do not necessarily give exact details as to elevations and routing of raceways , nor do they show all offsets and fittings; nevertheless , install the raceway system to conform to the structural and mechanical conditions of the construction. E . Holes for raceway penetration into sheet metal cabinets and bo xes shall be accurately made with an approved tool. Cutting openings with a torch or other device that produces a jagged, rough cut will not be acceptable. F. Cabling inside equipment shall be carefully routed , trained and laced. Cables so placed that they obstruct equipment devices will not be acceptable. g :lfwO J\2643\spccs\contract 2\unit 4 cl cctrical\final clcc specs 9-16-08\16010 electrical gencnl provisions.doc 16010-4 \ ) G. Equipment shall be set level and plumb. Supporting devices installed shall be set and so braced that equipment is held in a rigid, tight-fitting manner. 3.04 EQUIPMENT PROTECTION 3.05 A. Provide suitable protection for all equipment, work and property against damage during construction. B. Assume full responsibility for material and equipment stored at the site. C. Conduit openings shall be closed with caps or plugs during installation and made watertight. All outlet boxes and cabinets shall be kept free of concrete, plaster, dirt and debris. D. Equipment shall be covered and tightly sealed against entrance of dust, dirt and moisture. E. All dry-type transformers prior to energization shall be protected against moisture and dirt absorption by a suitable covering. Also, maintain heat inside the covering by means of 100 watt minimum lamps. F. Interiors of and motor control centers shall be kept clean and dry prior to energization. Maintain heat inside each unit with one (1) 150 watt lamp located at bottom of each vertical section or energize section space heaters. COOPERATION WITH WORK UNDER OTHER DIVISIONS A. Cooperate with all other trades so as to facilitate the general progress of their work. Allow all other trades every reasonable opportunity for the installation of their work and the storage of their materials. B. The work under this section shall follow the general building construction closely. Set all pipe sleeves, inserts, etc., and see that openings for chases, pipes, etc., are provided before concrete is placed or masonry installed. C. Work with other trades in determining exact locations of outlets, conduits, fixtures, and pieces of equipment to avoid interference with lines as required to maintain proper installation of other work. D. Make such progress in work that will not delay the work of other trades. Schedule the work so that completion dates as established by the Engineer are met. Furnish sufficient labor or work overtime to accomplish these requirements if directed to do so. 3.06 INSTALLATION OF WORK UNDER ANOTHER DIVISION A. Verify the electrical capacities of all motors and electrical equipment furnished under other sections, or furnished by the Owner, and request wiring information from the Engineer if wiring requirements are different from that specified under this Section. Do not make rough-ins until equipment verification has been received. B. Install all motors, controllers, terminal boxes, pilot devices, and miscellaneous items of electrical equipment that are not integrally mounted with the equipment furnished under other divisions. All such equipment shall be securely mounted and adequately supported in a neat and workmanlike manner. g :lfwOl\2643\specs\contract 2\llnit 4 electricallfinal elec specs 9-16-08\16010 electrical general provisions.doc 16010-5 3.07 CHANGE ORDERS A. In the event change orders are prepared, they shall each be itemized as to quantities in addition to ( labor, materials, and overhead. B. Pricing of change orders shall be done in compliance with the latest edition of "Means Electrical Cost Data" and pricing shall not exceed values tabulated therein . 3.08 CLEAN-UP A. Remove all temporary labels, dirt, paint, grease and stains from all exposed equipment. Upon completion of work, clean equipment and the entire installation so as to present a first class job suitable for occupancy. No loose parts or scraps of equipment shall be left on the premises . B . Equipment paint scars shall be repaired with paint kits supplied by the equipment manufacturer or with an approved paint. C. Clean interiors of each item of electrical equipment. At completion of work all equipment interiors shall be free from dust, dirt and debris . 3.09 TESTS A . Test all systems furnished under Division 16 and repair or replace all defective work. Make all necessary adjustments to the systems and instruct the Owner's personnel in the proper operation of the system. B. Make all circuit breaker and protective relay adjustments and settings . C . Make the following minimum tests and checks prior to energizing the electrical equipment: 1. Check all wire and cable terminations for tightness. 2. Test all wiring as specified in 16120 . 3. Test grounding system as specified in Section 16450. 4. Set all transformer taps as required to obtain the proper secondary voltage. 5 . Carefully check all interlocking, control and instrument wiring for each system to ascertain that the system will function properly as indicated by schematics, wiring diagrams , or as specified herein . 6 . Mechanical inspection of all low voltage circuit breakers, disconnect switches, motor starters, control equipment, etc. for proper operation. 7 . Provide all instruments and equipment for the above tests . 8 . Allow in bid for third party testing firm to test operation of switchboard, automatic transfer/bypass switch, and motor control center equipment including motor starters, contactors, and circuit breakers. Testing shall be by current injection and shall be compared to relay settings in co-ordination study specified in the applicable other Division 16 ( specifications . Testing shall be in accordance with NETA standards . Testing firm shall be ( Shermco, ETI, or approved equal. Furni sh test report documentation . g :\fwO l \2643\specs\contract 2\unit 4 el ectricalllinal elec specs 9-16-08116010 electrical general provisions.doc 16010-6 ) 3.10 RECORDDRAWINGS A. At the start and during the progress of the job, keep one separate set of complete contract issued prints for making construction notes and mark-ups. B. Show conduit routing and wiring runs as constructed and identify each. C . Record all deviations from the Contract Documents . D. Submit set of marked-up drawings for review . The final payment will not be made until the review is complete . 3.11 OPERATIONS AND MAINTENANCE MANUALS A. Six (6) weeks prior to the completion of the project, compile an Operations and Maintenance Manual on each item of equipment. These manuals shall include detailed instructions and maintenance as well as spare parts lists . B. Submit copies for review as hereinbefore specified. C . Preliminary Operations and Maintenance Manuals shall be included with the initial shipments of equipment to the contractor shop or site. END OF SECTION g :\fwO l\2643\specslcontract 2\unit 4 clcctrical\final clec specs 9-1~8\160 10 electrical g eneral pro visions .d oc 16010-7 SECTION 16110 RACEWAYS PART 1 -GENERAL 1.01 SCOPE A. This section shall include raceways, enclosures, supporting devices ancillary fittings and appurtenances. Furnish and install the complete raceway systems as shown on the Drawings and as specified herein. B. Raceway is a broad-scope term that shall be defined by the National Electrical Code under Article 100. 1.02 APPLICATIONS A. Refer to Specification Section 16410 for underground requirements. B. Except as otherwise shown on the Drawings, or otherwise specified, all underground and in-slab conduit raceways shall be of the following type: • Except as otherwise specified, all power and control underground conduit runs shall be made with schedule 40 PVC. Bends to grade shall be made with plastic coated rigid aluminum conduit. C . Except as otherwise shown on the Drawings , or otherwise specified, all above grade conduit raceways shall be of the following type : 1. Indoor exposed power and control conduit shall be rigid aluminum conduit. Instrumentation, signal, and communication conduit shall have 24" separation from power conduits . 2. Outdoor exposed power, control, and instrumentation, signal, and communication conduit shall be rigid aluminum conduit, except where areas are denoted as corrosive or NEMA 4X. In those area furnish plastic coated rigid aluminum conduit, fittings , and boxes. 1.03 SUBMITIALS AND SHOP DRAWINGS A. Process catalog submittals for the following: 1. Rigid Metallic Aluminum Conduit 2. Plastic Jacketed Rigid Steel Conduit 3 . Rigid Non-Metallic Conduit 4. Liquid-tight Flexible Conduit 5. Liquid-tight Fittings 6. Conduit Bushings 7. Conduit Bodies 8. Conduit Sealing Fittings 9. Expansion-Deflection Fittings 10. Expansion Fittings 11. Cast Metal Boxes g :\fwO I \2643\specs\contract 2\unit 4 electrical\final elcc specs 9-16-08\ 16 11 0 raceways.doc 161I0-1 ( ) } 12. Tape Products 13 . Wiring Devices 14. Supporting Devices 15. Labels 16. Grounding Devices 17. F oarn Sealant PART 2 -PRODUCTS 2 .01 RACEWAYS A. Rigid metallic aluminum conduit shall be manufactured of 6063 alloy, T-1 temper, with no more than 0.02% copper content. All conduit couplings shall be threaded aluminum. All such conduit shall be listed with UL and comply with UL-6A and ANSI C80.5. Aluminum conduit shall be Easco, or equal. B. Plastic coated rigid aluminum conduit shall consist of rigid aluminum body that complies with above specifications for rigid aluminum conduit, plus conduit shall have 40 mil thick heat-fused PVC over outside and 2 mil coat of fully catalyzed phenolic inside . The inside coat shall have the chemical resistance of the outer coating and shall not dissolve in lacquer thinner. All couplings shall be equipped with PVC sleeves that extend one pipe diameter or 2", whichever is less, beyond the end of the coupling. All plastic coated conduit shall conform to NEMA Standard #RNl. Such conduit shall be manufactured by Robroy, or equal. C. Non-metallic rigid conduit shall be. Schedule 40 PVC. Such conduit shall be UL listed for 90 degrees C and shall conform to NEMA TC-2 and UL-651 standards. Furnish Carlon, Cantex or equal. Furnish manufacturer's approved solvent for joining couplings. D. Liquid-tight flexible conduit shall be constructed of non-metallic sunlight resistant PVC . Furnish Anaconda type NMUA. E. Flexible conduit for connection of light fixtures above dropped ceilings shall be non-jacketed, interlocking steel and shall be hot-dipped galvanized. Furnish Electri-Flex or equal. Length shall not exceed 6'. 2.02 CONDUIT FITTINGS A. NEMA 4 locknuts for rigid metallic conduit shall consist of aluminum body with neoprene sealing ring. Furnish Crouse-Hinds, T &B, or equal. B. NEMA 1 locknuts for rigid metallic conduits shall be hardened aluminum for use with aluminum conduit. C. Conduit field-applied hubs for sheet metal enclosures shall be aluminum body with recessed neoprene sealing ring, threaded NPT insert, and shall be, T &B 3 70 AL series, or equal products by OVGedney. D. Conduit hubs for non-metallic enclosures shall be fiberglass polyester reinforced with galvanized steel core, complete with locknut and grounding bushing. All such hubs shall be Crouse-Hinds Type NHU, or equal. g:lfwOl\2643\specs\contract 2\unit 4 clectrical\final clcc specs 9-l<H>B\16 110 raceways.doc 16110-2 E. Rigid metallic conduit chase nipples, split couplings, slip fittings, unions, reducers, and enlargers, shall be aluminum iron. F. Rigid metallic conduit short els and long els shall be rigid aluminum with NPT threaded hubs and male ends. Throats shall be smooth and free from burrs . All such fittings shall be OZ/Gedney Type "9" Series , Appleton, or equal. G . Rigid metallic conduit split couplings shall be made of aluminum and have threaded body with split tightening shelves with neoprene sandwich. Such fittings shall be OZ type "SSP", or equal. H. Rigid metallic conduit grounding bushings shall be aluminum body with threaded hub, bakelite insulated throat, and tin-plated copper ground lug. Furnish OZ/Gedney type ABLG, or equal. I. Liquid-tight flexible conduit fittings shall be suitable for the specified flexible conduit and shall be type B. Furnish straight or angle connectors as required. All such connectors shall be OZ/Gedney type 4QP, or equal. J . Rigid metallic conduit expansion/deflection fittings shall consist of galvanized malleable iron hubs with heat-fused epoxy coating, flexible neoprene joining sleeve banded to hubs with stainless steel bands, and with internal bonding jumper and guide cones. Furnish Crouse-Hinds type "XD" or equal. K. Rigid metallic conduit expansion fittings shall consist of metallic barrel joined to hubs at each end. One hub shall be threaded to barrel and other hub shall have slip fit to allow up to four ( 4 ") inches of conduit lateral movement. Provide external bonding jumper for each expansion joint. Furnish Crouse-Hinds type "XJ", OZ Type "AX", or equal. L. Conduit waterstops for sealing inside of conduit runs shall consist of aluminum pressure discs with sandwiched neoprene seal and with 316 stainless steel hardware. Furnish OZ/Gedney type "CS" series products, as indicated. M . Conduit sealing bushings for penetrations in exterior walls shall be constructed of neoprene and shall have an aluminum disk with stainless steel bolts and hardware. Furnish OZ/Gedney "CSM" series products. For existing walls core drill wall to size recommended by manufacturer of sealing bushing. Use two bushings per wall penetration, one each side. For newly constructed walls provide a PVC Schedule 40 sleeve in concrete pour. PVC sleeve shall be installed with a water stop seal. The size of the poured in place sleeve shall be as recommended by the manufacturer of the water stop seal. 2 .03 CONDUIT BODIES AND BOXES A. Conduit bodies such as "C", "LB", "T" and the like pulling fittings shall be aluminum. Covers for damp and/or wet location use shall be gasketed cast metal with "wedge-nut" clamps. Covers for dry locations shall be cast aluminum and hardware shall be 316 stainless steel. All covers shall be equipped with clamp type clevises. Furnish Crouse-Hinds Form 7, or Appleton Form "FM7" products . B . Conduit bodies for use in corrosive areas shall be as specified above but shall have 40 mil plastic coated PVC jacket and 2 mil interior coating as specified for plastic coated rigid metallic conduit. Furnish Robroy, Ocal, or equal fittings . l ) C. Conduit bodies such as "GUA", "GUAT", "GUAL", and the like pulling/splicing fittings shall be ( cast aluminum with threaded cast aluminum covers . All such conduit bodies shall be Killark "GE" series, or equal products by Crouse-Hinds or Appleton. g :\fwO l \2643\specslcontract 2\unit 4 electrical\final elcc specs 9-16-08\16 11 0 raceways.doc 16110-3 ) _., D. Cast metal outlet boxes, pullboxes, and junction boxes whose volume is smaller than 100 cubic inches, and cast metal device boxes, shall be sand-cast, copper-free aluminum or zinc coated sand-cast malleable iron. All boxes shall have threaded hubs. Furnish Crouse-Hinds "FD" style condulets, Appleton "FD" style Unilets, or equal. E. Covers for cast metal boxes shall be gasketed cast metal covers with 316 stainless steel screws and shall be suitable for use in wet or damp locations. 2.04 PULL AND JUNCTION BOXES 2.05 A. Pullboxes and junction boxes whose volume is less than 100 cubic inches shall be furnished as specified hereinbefore except where sheet metal types are shown, in which case, furnish such sheet metal enclosures in NEMA 4X 304 stainless steel construction with gasketed covers of same material. B. Pull boxes and junction boxes whose volume is 100 cubic inches and greater shall be NEMA 4X 304 grade stainless steel type with gasketed stainless steel covers. Provide print pocket and interior back panel for mounting of terminal strips where terminal strips are called for on the drawings. Sheet metal boxes shall be as manufactured by Hoffman or equal. C. Covers for sheetmetal pullboxes and junction boxes over 100 cubic inches (and for smaller sized where shown) shall have hinged doors. All hardware shall be stainless steel. D. Cast metal junction boxes shall be cast aluminum type with gasketed, cast metal covers and with stainless steel cover screws. LABELS A. Buried conduit marking tape for marking path of secondary buried conduits shall be four ( 4 ") inch nominal width strip of polyethylene with highly visible, repetitive marking "BURIED CONDUIT" or similar language, repeated along its length. B. Voltage warning labels for cabinets shall be waterproof vinyl strips with adhesive back and shall have "DANGER (VOLTAGE) -DISCONNECT ALL SOURCES OF POWER BEFORE ENTERING". Letters shall be highly visible red color on white background. 2.06 SUPPORTING DEVICES A. Mounting hardware, nuts, bolts, lockwashers , and washers, shall be Grade 316 stainless steel. B . Unless otherwise indicated, channel framing and supporting devices shall be manufactured of ASTM 6063, T06 grade aluminum; 1-5/8" wide x 3-1/4" deep (double opening type). Clamp nuts for use with channels shall be grade 3 16 stainless steel. C. Where indicated, furnish grade 316 stainless steel slotted channel members 1-5/8" wide x 1-5/8" deep or 1 5/8" x 3 1/4" deep, double-faced type. All hardware and conduit clamps shall be grade 316 stainless steel. D. Conduit clamp supports for terminating conduits onto cable trays shall be mechanically galvanized malleable iron with adjustable angle clamp. Fittings shall be provided with 316 stainless steel hardware . Furnish OZ/Gedney type CTC products. E. All such channel members and fittments shall be B-Line, Unistrut or equal. F. Conduit straps, and associated nuts, lockwashers and bolts for use with channels shall be 316 stainless steel with 316 stainless steel hardware. Furnish B-Line products or equal. g :\fwOl\2643\specs\contract 2\unit 4 clectricallfinal elec specs 9-16-08\16110 raceways.doc 16110-4 G. After-set concrete inserts (drilled expansion shields "D .E.S.") shall consist of two types. For anchors to accommodate 5/16" diameter bolts and smaller, provide HILTI "HDI" series 316 stainless steel anchors. For anchors to accommodate 3/8" diameter and larger bolts, provide HIL TI "HV A" series with 316 stainless steel threaded inserts. H . Hanger rod shall be 3/8" minimum diameter Type 316 stainless steel all-thread. I. One hole conduit clamps shall be nest-back or clamp-back conduit supports shall be two-piece type constructed of copper free aluminum or malleable iron alloy. The material shall match the conduit material. Furnish Crouse-Hinds series 500 clamp + series CB spacer, Thomas & Betts 1270/1280 series clamp + series 141NG nestback (if required), or equal. Finish for cast malleable iron shall be hot dip galvanized . J. Conduit beam clamps shall be hot-dip galvanized malleable iron and shall be as follows : 1. TYPE Right Angle MANUFACTURER OVGedney Type "UBCG", or equal. 2 . Parallel ........ .... .......... .. ...... ... ... . ... ..... OVGedney Type "UPCG", or equal. 3. Edge ................................................. OVGedney Type "UECG", or equal. K. Hanger rod beam clamps shall be clamp type with hardened steel, bolt, Steel City "500" Series, Crouse-Hinds type "MW", or equal. Furnish swivel stud for each rod make-up . L. Conduit "J" hangers shall consist of steel straddle with detachable bolt. Finish shall be electro- galvanized. Furnish Kindorf type "C-149", Unistrut "J-1200" Series, or equal. M. Conduit "U" bolts shall be hot-dip galvanized steel with 316 stainless steel hex-head bolts. N . Equipment stands for supporting devices such as control stations, device boxes ·and the like, shall consist of a welded structural aluminum c-channel and plate aluminum floor plate as detailed on the drawings. 2.07 MISCELLANEOUS MATERIAL A. Double bushings for insulating wiring through sheet metal panels shall consist of mating male and female threaded phenolic bushings. Phenolic insulation shall be high-impact thermosetting plastic rated 150 degrees C. Furnish OZ Type "ABB", or equal. B . Conduit pull-cords for use in empty raceways shall be glass-fiber reinforced tape with foot- marked identification along its length. Furnish Thomas, Greenlee, or equal products. C. Conduit thread coating compound shall be conductive, non-galling, and corrosion-inhibiting. Furnish Crouse-Hinds Type "STL", Appleton Type "ST", or equal. D . Plastic compound for field-coating of ferrous material products shall be PVC in liquid form that sets-up semi-hard upon curing. Furnish Rob Roy "Rob Kote" or equal. E. Zinc spray for coating galvanized steel threads shall be Research Laboratory type "LPS", Mobil "Zinc-Spray" or equal conductive zinc-rich spray enamel product. F . Foam sealant for waterproofing uses shall be Avanti AV280, or equal. g :lfwOl \2643\spccs\co ntract 2\unit 4 clcctrical\fioal clcc specs 9-IIH>8116 1 JO raceways .doc 16110-5 ( ) \ / ) PART 3 -EXECUTION 3.01 RACEWAYS A. Install the conduit system to provide the facility with the utmost degree of reliability and maintenance free operation. The conduit system shall have the appearance of having been installed by competent workmen. Kinked conduit, conduit inadequately supported or carelessly installed, do not give such reliability and maintenance free operation and will not be accepted. B. Raceways shall be installed for all wiring runs, except as otherwise indicated. C. Conduit sizes, where not indicated, shall be N.E.C. code-sized to accommodate the number and diameter of wires to be pulled into the conduit. Unless otherwise indicated, 3/4" trade-size shall be minimum size conduit. D. Unless otherwise noted, conduit runs shall be installed exposed. Such runs shall be made parallel to the lines of the structure. Conduit shall be installed such that it does not create a tripping hazard or an obstruction for headroom. E. All runs of rigid conduit shall be threaded, and all male threads shall be coated with non-galling thread compound prior to assembly: F. Plastic coated metallic conduit lengths shall be joined with threaded metallic coupling that shall be each equipped with a 40 mil thickness sleeve that shall extend over the threads of the joined conduit. Each joint shall be watertight. G. Field-cut threads in runs of plastic coated metallic conduit shall be cut with a special die that has rear reamed out oversize so as to slip over plastic coating. Do not attempt to cut threads on plastic coated conduit with regular dies, whereby plastic coating is skinned back to allow the incorrect die to be used. Coat all field-cut threads with cold-galvanizing spray, use two coats to provide I -mil minimum coating thickness. H. Conduit runs made in concrete pours or surface-mounted runs that are attached to the structure, shall be equipped with an expansion/deflection fitting where they cross an expansion joint, or at every 100 feet. I. Unless otherwise shown, conduit penetrations through floors located below enclosures, shall be made each with couplings set flush with the outside faces of the concrete pour. Each pair of couplings shall be joined with a threaded spool piece. Use coated aluminum or galvanized steel couplings. J. Rigid metallic conduit runs shall have their couplings and connections made with screwed fittings and shall be made up wrench-tight. Check all threaded conduit joints prior to wire pull. Coat all male threads with Crouse-Hinds "STL" or equal, conductive lubricant prior to joining. K. All conduit runs shall be watertight over their lengths of run, except where drain fittings are indicated. In which cases, install specified drain fittings. L. Plastic jacketed flexible steel conduit shall be used to connect wiring to motors, limit switches, bearing thermostats, and other devices that may have to be removed for servicing. Unless otherwise indicated, maximum lengths of flex shall be three (3') feet. M. Where plastic jacketed flex is installed, make up terminal ends with liquid-tight flex connectors. In wet locations, install sealing gaskets on each threaded male connector. Each flex connector g :\fwOl\2643\specs\contract 2\unit 4 clcctricallfinal elec specs 9-16-08\16110 raceways.doc 16110-6 shall be made-up tightly so that the minimum pull-out resistance is at least 150 lbs. Install external spirally-wrapped ground wire around each run of liquid-tight flex and bond each end to specified grounding-type fittings. ( N. Empty conduits shall have pull-ropes installed. Identify each terminus as to location of other end and trade size of conduit. Use blank plastic waterproof write-on label and write information on each label with waterproof ink. Pull a mandrel through each conduit to check and clear blockage before installing pull-rope. Owner's representative shall witness test. Provide documentation that all conduits are clear and ready for future use. Cap exposed ends of empty conduit with threaded plugs . 0. Conduit runs into boxes, cabinets and enclosures shall be set in a neat manner. Vertical runs shall be set plumb. Conduits set cocked or out of plumb will not be acceptable. P. Conduit entrances into equipment shall be carefully planned. Cutting away of enclosure structure, torching out sill or braces, and removal of enclosure structural members, will not be acceptable. Q. Use approved hole cutting tools for entrances into sheet metal enclosure. Use of cutting torch or incorrect tools will not be acceptable. Holes shall be cleanly cut and they shall be free from burrs, jagged edges, and tom metal. · R . All raceways shall be swabbed clean after installation. There shall be no debris left inside. All interior surfaces shall be smooth and free from burrs and defects that would injure wire insulation. S. Outdoor aluminum runs of raceways shall be installed with expansion fittings and supports as ( required to accommodate thermal expansion due to changes in temperature appropriate with the structure from which the conduit is supported. Installation shall not appear to be loose or non- linear with changes in temperature from night to day or from summer to winter. In no case shall a straight run of conduit be installed over 20' without an expansion fitting . Furnish additional expansion fittings if required by the characteristics of the particular installation. 3.02 CONDUIT BODIES AND BOXES A. Conduit bodies such as "LB", "T", "GUAT", etc ., shall be installed in exposed runs of conduit wherever indicated and where required to overcome obstructions and to provide pulling access to wmng. Covers for such fittings shall be accessible and unobstructed by the adjacent construction . GUA series pulling bodies rather than LB fittings and the like shall be used for splicing purposes as well as pulling access. B. Covers for all conduit bodies shall be installed with gasketed cast metal type where located in damp or wet locations . C. All conduit boxes installed whose inside volume is less than l 00 cubic inches shall be cast metal type with gasketed cast metal cover, unless otherwise indicated . D. All conduit boxes whose inside volume exceeds 100 cubic inches shall be sheet metal type except where gasketed cast metal type, stainless steel or fiberglass reinforced polyester are indicated. g:\fwO 1\2643\spccslcontrad 2\unit 4 eledrical\final clcc s pecs 9-16-08\ 16110 raceways.doc 16110-7 ) 3.03 RACEWAY SUPPORT A. All raceway systems shall be adequately and safely supported. Loose, sloppy and inadequately supported raceways will not be acceptable . Supports shall be installed at intervals not greater than those set forth by the NEC, unless shorter intervals are otherwise indicated, or unless conditions require shorter intervals of supports. B . Multiple runs of surface mounted conduit on concrete or masonry surfaces shall be supported off the surface by means of aluminum channels. Attach each slotted channel support to concrete surface by means of two (2) 1/4" diameter stainless steel bolts into drilled expansion shields. C. Single runs of surface mounted conduit on concrete or masonry surfaces shall be supported with hot-dipped malleable iron conduit clamps and nest-back spacers. Furnish plastic coated malleable iron conduit clamps and nest backs where corrosive areas are called out. D . Conduit runs that are installed along metallic structures shall be supported by means of hot- dipped galvanized beam clamps as specified herein. 3 .04 LABELING A. In addition to labeling requirements as specified throughout this and other Sect ions , install wiring and raceway labeling as follows: 1. Apply write-on identification to empty conduits to identify each conduit as to terminus of other end and also to identify trade size of conduit. 2. Where active conduits terminate into bottoms of motor control centers, install label on each conduit terminus and show number and size of w iring and function of circuitry and trade size of conduit. END OF SECTION g:llwO l \2643\sp<cs\contl'llct 2\unit 4 cl ectrical\final clec specs 9-16--08\161 10 raceways.doc 16110-8 PART 1 -GENERAL 1.01 SCOPE SECTION 16120 WIRE&CABLE This section shall include wire and cable, terminating devices, splice kits, labeling, and appurtenances. 1.02 SUBMITTALS AND SHOP DRAWINGS Process catalog submittals for the following: 1. Power and control cable 2. Instrument cable 3. Conductor Connectors 4. Tape Products 5. Labels PART 2 -PRODUCTS 2.01 WIRE AND CABLE A. All conductors shall be soft-drawn annealed copper, Class B stranding that meets ASTM B-8. Copper conductors shall be uncoated, except as otherwise specified. B. Single conductor cable for power, control, and branch circuits shall have cross-linked polyethylene insulation, rated for 600 volts. Cable shall be NEC type XHHW. All such cable shall be rated for wet or dry use. Cable insulation shall be color coded with factory pigmented colors below size #6 awg. Color coding shall be as specified under P art 3 of this section. Cable shall be as manufactured by Southwire or equal. C. Instrument cable for analog circuits, shall be # 16 awg, twisted shielded pairs or triads with PVC insulation and overall jacket. Cable assembly shall be rated for 600 volts, wet or dry locations. Furnish Okonite "Okoseal-N Type P-OS" or approved equal. D . Single conductor cable for 24 volt de control shall be minimum size #16. Furnish MTW type insulation for panel wiring and THWN insulation for field wiring in conduits. E . Ground mat and associated upcomers and grounding conductors shall be bare tin-plated stranded copper. F. Cable for RS485 applications shall be Belden #9841. G . Cables for RTD measurement shall be g :\fwOJ\2643\specs\contract 2\mit 4 electrical\final dee specs 9-16-08\16120 wire & cable.doc 16120-1 ) 2.02 CONNECTORS A. Mechanical connectors for 600V class wiring shall be tin-plated copper alloy bolted pressure type with bronze tin-plated hardware. Furnish connectors as follows: TYPE Single conductor to flat-plate connector MANUFACTURER & TYPE BlackbumLH Multiple conductor to flat-plate connector ............................... Blackbum L2H, L3H, L4H Split-bolt connector .................................................................. Blackbum HPS Two-bolt parallel connector with spacer .................................. Blackbum 2BPW Cross Connector ....................................................................... Blackbum XT Splice Connector ...................................................................... Blackbum S Flush ground connector ............................................................ OZ Type "VG" B. Insulated spring wire connectors, "wire-nuts", for small building wire taps and splices shall be plated spring steel with thermoplastic jacket and pre-filled sealant. Connector shall be rated for 600 volts, 75 degrees C continuous. Furnish King Technology, or equal. C. Connectors for control conductor connections to screw terminals shall be crimp-type with vinyl insulated barrel and tin-plated copper ring-tongue style connector. Furnish T&B "Sta-Kon", 3M "Scotchlok", or equal. D. Terminal strips for miscellaneous field terminations of control and instrumentation circuits shall consist of 12 point box lug terminals with marking surface. Terminal assembly shall accept #18 to #12 awg and shall be rated 600 volts. Furnish Allen-Bradley #1492-HJ812 terminal blocks. 2.03 INSULATING PRODUCTS A. Tape products shall be furnished as hereinafter specified and shall be Plymouth-Bishop, Okonite, 3M, or equal. B. General purpose electrical tape shall be 7 mil thick stretchable vinyl plastic, pressure adhesive type , Plymouth-Bishop Premium 111, 3M, Scotch 33+, or equal. C . Insulating void-filling tape and high voltage bedding tape shall be stretchable ethylene propylene rubber with high-tack and fast fusing surfaces. Tape shall be rated for 90 degrees C continuous, 130 degrees C overload, and shall be moisture-proof. Void filling tape shall be Plymouth-Bishop W963 Plysafe, 3M Scotch 23, or equal. D. High temperature protective tape shall be rated 180°C continuous indoor/outdoor, stretchable, self- bonding silicone rubber. High temperature tape shall be Plymouth-Bishop 20 Plysil , 3M Scotch 70, or equal. E. Insulation putty filler-tape shall be Plymouth-Bishop 125 Filler Tape, 3M Scotchfill, or equal. F. Arc and fireproofing tape shall be Plymouth-Bishop 20 Plysil, 3M Scotch #70 or equal. g :lliMlt\2643\specs\contract 2\mit 4 clectricallfinal elec specs 9-16-08\16120 wire & cable.doc 16120-2 2.04 LABELS A. Colored banding tape shall be 5 mil stretchable vinyl with permanent solid color. Colors shall be as hereinafter specified. Tape shall be Plymouth-Bishop Premium 37, 3M Scotch #35, or equal. B. Numbered wire marking labels shall be PVC sleeve-type markers, T&B, Brady or equal. C. Cable identification ties shall be weather resistant polyester with blank write-on space, T &B, Brady or equal. 2.05 MISCELLANEOUS MATERIAL A . Cable grips shall be grip-type wire mesh with machined metal support. Furnish Kellems, Appleton, or equal products. B. Wire pulling compound shall be non-injurious to insulation and to conduit and shall be lubricating, non-crumbling, and non-combustible. Furnish Gedney "Wire-Quick", Ideal "Yellow" or equal. PART 3 -EXECUTION 3.01 POWER AND CONTROL CABLE A. Power and control conductors shall be sized as shown and where no size is indicated, the conductor size shall be #12 awg for power circuits, #14 awg for 120 vac control circuits, and #16 awg for instrumentation circuits. B. Equipment grounding conductors shall be installed with type XlilIW or THHN insulated stranded l ) copper conductors and the insulation color shall be green in sizes up to and including # 10 awg. C. Color coding shall be as follows. Non-factory color coded cables shall be marked with specified color tape . Use the following colors : Conductor l 20/208V Systems 480V Systems Phase A or Ll Black Brown PhaseB orL2 Red Orange PhaseC Blue Yellow Neutral White NIA Ground Green Green D . Branch circuits may be spliced for receptacle, lighting and small appliance load inside appropriate junction boxes. Feeders shall be installed without splice. E. Except as otherwise specified, taps and splices with # 10 A WG and smaller, shall be made with insulated spring wire connectors . Such connectors in damp or wet locations shall be waterproofed by filling interstices around wires with silicone rubber and further insulating with an envelope of stretched piece of EPR tape around each wire. Then, apply one-half lapped layer of electrical tape over all. F. Motor connections made with #10 AWG and smaller wire shall be made up with set-screwed copper lugs with threaded-on insulating jacket. After make-up of each connector, install two (2) layers half- lapped, of high temperature tape over connector barrel and down one (1 ") inch over wires . g :lfwO 112643\specs\contract 2\unit 4 electrical\final elec specs 9-16-08\16 120 wi re & cable.doc: 16120-3 G . Taps, splices, and connections in #8 A WG and larger wires shall be made with copper alloy bolted pressure connectors. Each such connector shall be insulated by means of applying insulation putty over sharp edges so as to present a smooth bonding surface. Next, apply at least four (4) layers, half- lapped each layer of EPR tape. Then, make final wrapping of at least three (3) layers , half-lapped each layer of electrical tape. H. Control wiring connections to stud type and screw type terminals shall be made with ring-tongue type crimp connectors. Label each terminal jacket with wire marking label at each connection . I. Each wire connection shall be made up tightly so that resistance of connection is as low as equivalent length of associated conductor resistance . J. Numbered marking labels shall be installed to identify circuit numbers from panelboards. Install labels on each wire in each panelboard, junction, pullbox and device connection. K. Label each wiring run with write-on waterproof labels inside motor control center. Install write-on label ties around wire group at conduit entrance and write-on label the wire size, conduit size and service . L. Install PVC sleeve type numbered marking on each control wire termination at each terminal strip and at each device . Do this in motor control center, terminal cabinets, safety switches, remote controllers, pilot operators, and instrumentation equipment. Number selected shall correspond to number on terminal strip. M. All wiring inside equipment enclosures shall be neatly trained and laced with nylon tie-wraps . 3 .02 INSTRUMENTATION WIRING A . All 4-20mA analog pairs shall have shields grounded at the instrumentation panel and insulated on the field end unless otherwise required by instrument supplier. Single point grounding shall be maintained. 3.03 GROUND WIRING A. Each item of equipment shall be adequately and thoroughly grounded. Comply with Article 250 of N.E.C., except where higher standards of grounding have been specified . In addition to following requirements as specified under Section 16450, install grounding for general wiring systems B . Equipment grounding conductors (EGC) shall be installed in each run of power and control conduits . These wires shall be green colored in sizes #6 A WG and smaller and green banded in larger sizes. Ground wires shall be type THHN or XHHW insulated copper wires. C. EGC runs into equipment shall be grounded to equipment bus where available, or to equipment ground lugs. D. Where grounding type bushings are installed, bond EGC thereto, and furthermore , ground each bushing lug to equipment ground bus or ground lug, or ground rod. E. In each motor terminal box, install equipment ground lug and connect EGC thereto. g :\fwOl\2643\specslcontract 2\unit 4 electri cal\fi nal elec specs 9-16-08\16 120 wi re & cable.doc 16120-4 3 .04 LABELING A. In addition to labeling requirements as specified throughout this Section, install wiring and raceway ( labeling as follows: 1. Apply numbered wire marking labels to control wiring terminations for each termination in each item of equipment. Use PVC sleeve type labels. 2. Apply numbered wire marking labels to power and control wiring terminations in motor control centers, panelboards, and at outlets, to identify circuit numbers. Use PVC sleeve type labels . 3. Apply numbered wire marking labels to each signal wire termination in each instrument junction box, and in each item of equipment served by instrumentation circuits. Use PVC sleeve type labels. 4. Apply write-on identification labels to wiring sets in each motor control center, and in each pullbox and junction box. Show wire size, conduit size, and line and load information. Use waterproof plastic write-on labels with nylon tie-wraps. 3 .05 TESTING A. Each run of 600V class power and control wiring shall be tested prior to connection of line and load. Make tests with 1 OOOV de hand-crank or motor driven ohmmeter. Each run of wiring shall be tested phase-to-phase and/or phase-to-neutral, and phase-to-ground. Test results for each test shall be equal to or greater than 25,000,000 ohms with 1 OOOV de applied. All tests shall be made in the presence of the Owners representative or Engineer. B. Test all runs of signal wiring with 250V de megger. Insulation values shall meet or exceed 1,000,000 ohms per 100 feet ( cable to shield). C. Should any cable or circuit fail to meet the above tests, replace wire and retest. END OF SECTION g:lfwOl\2643\spccs\contract 2\unit 4 electrical\final elec specs 9-16-08\16120 wire & cable .doc 16120-5 ( ) ) SECTION 16191 DRY TYPE TRANSFORMERS PART 1 -GENERAL 1.01 SCOPE This section refers to dry-type transformers. Furnish and install transformers as shown on the Drawings and as specified hereinafter. 1.02 STANDARDS Dry-type transformers shall be listed by UL and shall comply with UL-506, NEMA ST-20. 1.03 SUBMITTALS Process catalog submittals on dry type transformers. PART 2 -PRODUCTS 2.01 GENERAL A. Dry type transformers 15 kV A and below shall be totally enclosed non-ventilated, 115 degrees Crise. Core and coil shall be totally encapsulated in sand and resin or equivalent. Dry type transformers above 15 kV A shall be ventilated with NEMA 3R drip shields. B. Each transformer shall be equipped with two 2 .5% full-capacity below normal and two 2.5% full capacity above normal taps . C. Furnish transformers in KV A and voltage ratings as shown on the Drawings. Transformer enclosure shall be suitable for indoor use. Enclosure shall be rated 3R. D. Sound level of each transformer shall not exceed 60 db at three feet. E. Transformer shall have electrostatic shield. F. Furnish Square D, General Electric, Cutler-Hammer or equal products. PART 3 -EXECUTION 3.01 INSTALLATION A. Install transformers where shown. Adequately support wall-mounted transformers. Use stainless steel bolts and hardware . B. Bond neutral of each transformer to its enclosure and to grounding electrode conductors per NEC article 250 . Install grounding electrode conductors from transformer secondary neutral to ground mat. END OF SECTION g :\fwOl\2643\specs\contract 2\unit 4 clectrical\final clec specs 9-16---08\16191 dry type tnnsfonncrs.doc 16191-l PART 1 -GENERAL 1.01 SCOPE SECTION 16199 MISCELLANEOUS A. This section shall include disconnect switches, wiring devices, equipment stands, main circuit breaker panels, combination motor starter and high resistance ground detection. B. Furnish and install all such devices and completely connect and wire each device. 1.02 SUBMITTALS AND SHOP DRAWINGS A. Process catalog submittals, and equipment data for the following: 1. Wiring Devices 2. Wiring Device Covers 3. Wrring Device Boxes 4. Disconnect switches 6. Terminal strips 7. Wrreways 8. Limit Switches 9. Main Circuit Breaker 9. MaiH Circuit Breaker PART 2 -PRODUCTS 2.01 WlRING DEVICES A. All wiring devices shall be specification grade and shall meet NEMA WD-1 requirements. Color shall be brown, unless otherwise indicated. B. Cover plates for wiring devices shall be Appleton FSK series unless otherwise noted on the drawings. Boxes shall be Appleton type FD, cast metal, raised-lid type. Furnish integral mounting feet where called for on the drawings. Furnish multi-gang units for two or more switches. C . Furnish the following miscellaneous wiring devices: I. Single-pole, single-throw, 20A toggle switch shall be Arrow-Hart# 1221, or equal. 2. Single-pole, double-throw (three-way) 20A toggle switch shall be Arrow-Hart# 1223, or equal. D. Weather proof GFCI receptacles shall each consist of the following: 1. I-gang cast metal box with mounting feet. 2. Bryant #GFR82FT-GRY hospital grade, 20 amp GFCI receptacle . g :\fwOl\2643\specs\contract 2\unit 4 elearical\final elee specs 9-16-08\16199 miscellaneous.doc 16199-1 (1 ( C 3. Bryant #RB5781-0 weatherproof flip lid deep cover meeting NEC article 410-57b (suitable for wet locations "while in use"). 2.02 TERMINAL STRIPS A. Terminal strips for installation injunction boxes and the like shall be 600 volt, rated for 25 amps with tin-plated copper box lugs. B. Furnish Allen-Bradley type l 492-HJ812 or equal in quantities as required. 2.03 EQUIPMENT ST ANDS A . Equipment stands for motinting control stations (if required) shall be constructed of structural members welded together as called for on the drawings. B . Each equipment stand shall be installed with anchor bolts or 3/8" anchors. Furnish grout and mastic bottom coating as indicated on the drawings. 2 .04 SAFETY SWITCHES (FUSED DISCONNECTS) A. Safety switches shall be heavy duty, rated 600 volts ac and shall have class R fuses in sizes as indicated on the drawings. Interrupting rating of all fused switches shall be I 00,000 amps rms symmetrical. B. Safety switches shall be as manufactured by General Electric, Square D, Cutler-Hammer or equal. 2 .05 P ANELBOARDS A. Furnish and install panelboards as shown on the drawings and as specified herein. B . Submit outline and dimensional drawings, catalog literature, and wiring diagrams , to Engineer for review . C. Indoor enclosures shall be fabricated of code gauged steel and shall be rated NEMA 12. Outdoor enclosures shall be fabricated o f corrosion resistant material and shall be rated NEMA 4X. D. Buses shall be tin plated copper. Mains shall be as indicated on the drawings . E. Furnish all circuit breakers and spaces as scheduled or indicated on the drawings. F. Lighting panelboards for use indoors shall be Square D . Panelboards shall have an integrated interrupting rating of 22 ,000 amps rms symmetrical at 208Yl20 vac . Lighting panelboards for use outdoors or where called for to be NEMA 4X shall be Crouse-Hinds type NLP . Panelboards shall be 12 circuit unless otherwise noted or scheduled . G. Install panelboards where shown on the drawings and adequately support. Use stainless steel bolt and hardware. H. All conduits shall have grounding bushings installed and grounded to ground bus . Vacuum clean insides of each panelboards after all connections are made . I. Panelboards shall be Square-D, General Electric, Cutler-Hammer. g :lfwO 112643\specs\contract 2\uni t 4 clcdricallfinal elec s pecs 9-16--08\16 199 mi scellaneous.doc 16199-2 J . Panelboard shall include a TVSS module without changing the available spaces in the panel as shown on the drawing sheet panel schedule. The TVSS shall be rated 120 to 150 kA and shall include form C alarm contacts for SCADA RTU input. ( 2.06 CONTROL STATIONS A. Control stations shall have NEMA 4X enclosures constructed of stainless steel. Furnish Cutler- Hammer, General Electric, or Hoffman enclosures. B. Control units such as pilot lights, selector switches, and push buttons shall be rated NEMA 4X and shall have NEMA A600 contact ratings. Pilot lights shall be transformer type, push to test. PART 3 -EXECUTION 3.01 WIRING DEVICES A. Install wiring devices where shown and support each box to wall with stainless steel hardware into typical drilled expansion shields. B . Set each wiring device with axis plumb and install with yoke screws so as to adequately support each device. 3.02 TERMINAL STRIPS A. Install terminal strips as herein before specified. Mount to enclosures or backpans with stainless steel hardware . C. Label each terminal directory with numbers corresponding to wire numbers landed. 3 .03 SPARE PARTS A. One control relay for every three or less of each range and type installed complete with mounting socket. B. One limit switch for every three or less for light switch application END OF SECTION g :\fwOl\2643\specs\contract 2\unit 4 elcctricallfinal elec specs 9-16-08\16199 miscellaneous.doc 16199-3 t ' ' ) SECTION 16210 ELECTRIC UTILITY SERVICE PART 1 -GENERAL 1.01 SCOPE A. The Fort Worth Meter Station metering water for the City of Grand Prairie will be served by ONCOR. The pump station secondary service voltage is 480Y/277 volts, 3 phase, solidly grounded. The Contractor shall assure that he has reviewed the connections for the electrical service entrance and that the ONCOR transformer connections are for 480Y/277 solidly grounded configuration for the. B . The Contractor shall install service connections to the existing pump station building at the site and furnish and install new to the new service entrance location. The Contractor shall co-ordinate with ONCOR the scheduling and the sequencing of work so as to minimize downtime. C. Contractor shall begin work at the metering station only after verifying that easement and right of way requirements have been met. D. The contractor shall furnish (if required by ONCOR) and install the transocket (meter base) and supports, conduit, and wiring as required by ONCOR. Contractor shall verify how the cable is to be pulled in coordination with ONCOR. E. The Contractor shall furnish and install new service entrance wiring from the existing ONCOR overhead distribution in the new underground conduit concrete encased duct bank to the new 480- volt transocket to be mounted on the electrical service equipment rack. The work shall include furnishing and installing necessary elbows, conduits, sleeves, grounding, extra cable lengths, and other miscellaneous hardware to terminate the service to the new equipment. Scheduling, sequencing and inspection by ONCOR and the Owner shall be done by the Contractor in co- ordination with ONCOR. Conduit shall be encased in concrete as shown on the drawings. F. ONCOR will connect the electrical service in co-ordination with the Contractor for the metering station and new pump station building. This work shall be as specified herein and per ONCOR specifications and shall be verified by the Contractor to meet the requirements of ONCOR "Electric Service Guidelines Book" in the applicable electrical sections and in particular Section 400 as required. The work shall also comply with "Customer Built Distribution Design Specifications (DDS) and in particular "UG Distribution from Overhead Transformation -Secondary Svc Accounts". For Oncor requirements see the internet location: www.oncor.com/electricity/construct/guidelines/const_guide.aspx . G. Scheduling, sequencing of work and inspection required by ONCOR and the Owner shall be done by the Contractor in co-ordination with ONCOR. The installation shall meet the latest requirements of the NESC and NEC (NFPA 70). Contact ONCOR, John Sprunck, ONCOR -Phone: 972-923- 4205, Email: john.sprunck@oncor.com -or the ONCOR designated representative. Obtain and fill out the ONCOR forms and submit prior to installation. H . Contractor shall arrange for the payment by the City of Fort Worth to ONCOR for the cost in aid of construction by ONCOR. Contact Chris Harder, PE, Engineering Manager -Phone: 817-871-8293 or his designated alternate. I. The Contractor shall coordinate a schedule with ONCOR and the City of Fort Worth to provide power to meet project schedule requirements. g :\fwOl\2643\specs\contract 2\unit 4 dcctrical\final dee specs 9-16--08\16210 electric utility service.doc 16210-l PART 2 -PRODUCTS 2 .01 RACEWAYS Raceways, duct banks, hand.holes, or manholes shall be as specified under Section 16110 or as required by ONCOR for the secondary to the meter socket. 2.02 WIRE AND CABLE Service wire and cable (480 volt) shall be as specified under Section 16120 or as required by ONCOR PART 3 -EXECUTION 3 .01 GENERAL A . Install service conductors with cable as specified under Section 16120 or as required by ONCOR B. Coordinate with electric utility (ONCOR) inspector for inspection of transocket installation and underground work prior to trenching and backfilling and as otherwise required by utility. C. Pull a mandrel through each conduit to check and clear blockage. Install service conductors with cable as specified under Section 16120 . Install service conductors with cable as specified under RACEWAY SECTION. Install a mule tape (pull tape -a flat ribbon, consecutively numbered in feet, which is usually made of polyester or aramid yarn and may be coated with plastic for waterproofing) in the empty conduit for use by ONCOR. END OF SECTION g :\fwO l\2643\spccslcontract 2\uni t 4 dectrical\final clcc specs 9-16--08\162 10 electric utility service.doc 16210-2 l ) PART 1 -GENERAL 1.01 Scope SECTION 16350 MOTOR CONTROL CENTERS A. Furnish and install 480 volt motor control centers as shown on the drawings and specified herein. Work shall include all necessary materials, equipment, labor, and services. B. Auxiliary and accessory devices necessary for system operation or performance, such as relays or terminals to interface with other Sections of these Specifications, shall be included. C. Motor control centers shall be 480 volt, three phase, three wire plus ground with incoming section solid neutral distribution block for connection to future transition sections and future automatic transfer switch. D. Motor control centers shall be furnished with the capability for future sections by extension of the MCC buses. E. Motor control centers shall be designed for top entry of conduits including service entrance section. 1.02 SUBMIITAL AND SHOP DRAWINGS A. Process catalog data (identifying specific items selected) submittals for the following: 1. Pilot lights 2. Pilot Operaters 3. Control and alternator relays 4. Timers 5. Protective relays and digital voltmeters 6. Overloads 7. Contactors 8. Circuit breakers 9 . Circuit breaker solid state and ground fault trip units. 10. Motor circuit protectors 11. Ground fault protective devices 12. Fuses 13. Control Wire 14. Surge protection devices 15. Power quality meter 16. Undervoltage-phase sequence relay 17. TVSS-Transient Voltage Surge Suppressor 18. Power factor correction capacitors g :lfwOJ\2643\spccslcontract 2\unit 4 elcctrical\final elcc specs 9-16-08\163 50 motor control centers.doc 16350-1 B . Process shop drawings for the motor control center. C . Submit time current curves for each of overcurrent device and overloads used in the motor control centers . Furnish time current curves with shop drawings. 1.03 ST AND ARDS A. Motor control center shall have UL labels where UL labels apply . PART 2 -PRODUCTS 2 .01 MOTOR CONTROL CENTERS A. Motor Control centers shall have NEMA 1B wiring. Motor control centers shall be rated for a 42,000 rms symmetrical interrupting rating. B . Motor Control Centers shall consist of 20" deep structures in indoor NEMA 1 gasketed enclosures. C. Paint finish of enclosures shall comply with the following minimum specifications unless the manufacturer's standard paint processes are considered equal. D . Clean and degrease and rinse all steel parts, then they shall be phosphatized to MIL Specification TT-C-490 . E . Further, all steel parts shall be cleaned and oven-dried primed, and painted with an electrostatically deposited coat. F. Paint thickness shall be at least 1.5 mils . G. Main buses and vertical drops of each motor control center shall be rated 480V, three-phase, three- wire plus ground, and they each shall be braced for 42,000 amps rms symmetrical fault duty . Provide ground bus through each section. All buses shall be tin-plated copper. H. Incoming line sections shall be equipped with power quality meter GE PQM II or equal with outputs for kW, Amps , and Volts as shown in the schedule for remote signals . MCC-1 shall incoming line section shall have lightning arrestors and surge capacitors . Power quality meter shall be designed for flush mounting with only the bezel mounting extending beyond the MCC. I. Furnish main circuit breaker. MCC with incoming line section shall be UL listed as Service Entrance . J. Each group of up to four (4) MCC sections shall have 120 volt ac, 150 watt space heater and adjustable thermostat. Wire heaters into lighting panelboard . K. Additionally, motor control centers shall be as follows : 1. Each cubicle shall be equipped with stab-in power connections. All unused power stab openings shall be equipped with removable insulating plugs . 2. Signage shall be as follows: t a. Each cubicle shall have laminated plastic nameplates identifying load served. Nameplate shall be at least l" by 3" and shall have white letters engraved on a black background and ( shall be attached with self tapping screws and adhesive backing. Letters shall be at least 5/32" tall and shall denote load information as shown on the one line diagram. g:\fwOl\2643\specs\contract 2\unit 4 clectrical\final clec specs 9-16-08\16350 moto< control centet>.doc 16350-2 ) I b. All compartments with voltages present from outside of the compartment shall have a sign on the inside on the compartment door marked "DANGER -DISCONNECT DOES NOT DE-ENERGIZE ALL CIRCUITS INSIDE THIS UNIT". Letters shall be black on yellow background and sign shall be adhesive backed vinyl approximately 1-1/2" by 4". 3. All motor controllers shall be full voltage, non-reversing type except where other types are indicated. Contactors and overcurrent devices and conductors shown shall be minimum sizes, confirm all external loads prior to manufacture. 4. Each controller shall be in an isolated compartment, complete with its overcurrent device, unless otherwise indicated. Where overcurrent devices are in a separate compartment from the associated controller, the doors of both compartments shall be mechanically interlocked. Where individual overcurrent devices, contactors, and the like are indicated , they too shall be housed in an isolated compartment. 5. Provide a vertical bus shutter mechanism that covers the vertical bus stab area when a plug-in starter or feeder is withdrawn. This feature shall allow for complete vertical bus isolation and insulation. 6. Each compartment shall have a hinged door. Disconnect device operating handles shall have on-off positions clearly marked and each handle shall have pad-locking provisions. Compartment doors shall have mechanical interlocks to prevent their being opened unless the disconnect is in the "Off' position; however, there shall be a defeat mechanism for authorized personnel entry. 7. Each controller shall be equipped with its fused secondary power transformer (CPT). VA capacity of CPT shall be sized to handle its compartment load plus external connected loads and motor space heater as shown on the motor schematic drawing sheet. Provide double- fused primary protection for each CPT. 8. Each cubicle shall be equipped with pull-apart terminal blocks for control cable and for stab-in cubicle power wiring. Terminal block conductors shall be tin-plated copper. 9. Control wiring shall be type SIS for ungrounded conductors and shall be numbered with wire marking labels at each terminal, device and connection. Control wires shall be type MTW for neutral and grounds . Color codes shall be white for neutral conductors, green for ground wires. Numbers shall correspond to those displayed by the manufacturer on their record drawings. Wire markers shall be Brady PVC sleeve type or equal. Provide necessary terminal strips for connection of field control wiring with 10% spares . 10. Each controller shall be equipped with indicated pilot operators and other devices. Each contactor shall have two normally open auxiliary contacts and two normally closed auxiliary contacts. All auxiliary contacts not used by control circuit shall be wired to field terminals. All pilot operators such as pilot lights, selector switches, and pushbuttons shall be oil-tight grade. Each device shall be equipped with engraved legend plates. 11. All pilot lights shall be equipped with indicated colored lenses. Each pilot light shall be low- voltage, transformer type with push-to-test feature . 12. Control wiring and associated control devices in each motor control center shall be furnished as shown; however, if different external control arrangements caused by substitution or changes under another Section are required, then make such changes as required to accommodate those changes . All such changes shall be reviewed and accepted by the Engineer. g :\fwOl\2643\specs\oontract 2\unit 4 electrical\final elcc specs 9-16--08\16350 motor control centers.doc 16350-3 13. Provide three overloads for each motor controller as indicated on the drawings. Overload blocks shall be adjustable from 80% to 115% of their nominal value. Selection of overloads shall be determined by the full-load current of motors to be supplied. All overloads shall be ( mechanically-reset type with door-mounted reset pushbuttons. 14 . Motor control center arrangement and number of sections and cubicles shall be furnished . 15 . Each vertical section with more than one cubicle shall be equipped with vertical wireway. Such wireways shall have metal side barriers. Side barriers adjacent to cubicles shall be equipped with grommeted opening into each cubicle. 16 . Horizontal and vertical bus runs shall have each set of busses barriered from cubicles with insulated barriers. 17 . Each vertical section of the line-ups shall be equipped with a horizontal ground bus that shall run continuous through all sections . Ground bus size shall be at least 1/4" x l" size and shall be tin-plated copper. 18. Control relays with 120 volt coils shall be industrial type . Contacts for 120 volt control circuits shall have contacts rated NEMA A600. Contacts which are indicated low energy shall be gold flashed or logic reed type. Low energy contacts shall be used for 12 volt de status input to telemetry. Each contact shall be field convertible. Each relay shall have open-close position indication. Each relay shall be fully equipped with its maximum number of contacts. Control relays for 24 volt de circuits shall have diode suppression on coil, with contacts rated 10 amps at 120 vac, and shall be general purpose type with octal pin plug-in base. 19 . Elapsed time meters shall be panel mounted in the door of the starter unit and shall be non- resettable with 99,999 .9 hour register and 2.5 " square bezel. Furnish Cramer model 635K. l 20 . Alternator relays for alternating between two pumps shall be TimeMark Model 261 or equal. 21. Phase failure monitors shall have adjustable unbalance pickup, and adjustable voltage dropout and adjustable time delay. Furnish TimeMark Model 2501 -600, GE ITI, or approved equal. 22 . Motor branch circuit overcurrent protection shall be motor circuit protectors, unless otherwise indicated. Each motor circuit protector shall have adjustable current setting pickup . 23. Other branch overcurrent devices shall be thermal-magnetic type, unless otherwise indicated. Minimum IC of each thermal-magnetic breaker shall be 42 kA rms symmetrical amps. Breaker shall have 120VAC shunt trip for ground fault protection relay where indicated on the drawings . 24 . Each starter and each circuit breaker feeder shall have ground fault protection where indicated on the one line . Feeder breakers shall have fused primary and secondary 480V to 120V control power transformer for shunt tripping breaker by ground fault relay. Full voltage non-reversing starters shall have ground fault relay open contactor upon ground fault. Ground fault protection system shall consist of self powered ground fault relay with adjustable time delay and zero sequence current transformer. Ground fault protection system shall be General Electric Model GFM or equal. 25 . Each motor control starter unit for pumps over 10 Hp shall include power factor control capacitor with fuses and blown fused push-to-test indicator lights. L. Motor control center shall be Square D Model 6, General Electric, or Cutler Hammer. g :\fwOl \2643\specslcontracl 2\uni t 4 elcctrical\final clec specs 9-16-08\16350 motor control centers.doc 16350-4 PART 3 EXECUTION 3.01 FACTORY TESTS A. All equipment shall be carefully inspected after assembly and all wiring shall be checked to ensure correctness of connections and operation. B. The MCC , accessories and wiring shall be tested in accordance with latest revision ANSI Cl9.3 and any other applicable ANSI standard. C . The Owner reserves the right to witness tests . The Contractor shall notify the Owner two weeks in advance of scheduled tests. D. Five copies of certified test reports shall be submitted. 3.02 MOTOR CONTROL CENTERS A . Prior to energization of motor control centers , keep enclosures protected with plastic sheets and maintain specified space heaters energized to prevent internal condensation, use 150W lamp in bottom of each section. B . Set sections in place and shim level , use metal shims. Bolt bottom rails to concrete pad by means of 3/8" diameter stainless steel bolts into drilled expansion anchors. Use two bolts per wide section, one in front and one in rear. C . Make all field bus connections with torque wrench set to manufacturer's recommended torque settings. D. Each conduit entry into bottom of cabinets shall be equipped with grounding bushing. Bond each raceway equipment grounding conductor to its bushing ground lug and thence to equipment ground bus where bonding jumper shall be connected with specified flat bus connector. Where empty conduits terminate, install blank disc in grounding bushing . Bring specified foot-marked pull tape through the blank penny and label with plastic write-on label and show the size of conduit and the terminus of the other end . For each active conduit, install plastic write-on label and identify cable number, size , conduit size, and identify load served. E . Install all power and control wiring and make all connections. Install wiring between MCC units . Phase band each power cable at each connection. Neatly train and lace all gutter wiring with nylon tie wraps. Do not obstruct relays and other pan-mounted devices with load cables . Install wire markers to identify each control wire at each termination . F . Install all devices , fuses , breakers , and make installation ready. Set all adjustable and programmable devices such as breaker magnetic trips. Main breaker trip settings shall be made as directed by Engineer. 3.03 SPARE PARTS A. Furnish the following spare parts with the equipment in conformance with the specifications . 1. One timing relay for every three or less of each range and type installed complete with mounting socket. 2. One control relay for every three or less of each range and type installed complete with mounting socket. g :\fwO l \2643\spccs\contract 2\u nit 4 clectrical\fi nal clcc specs 9-16--08\16350 motor control centers.d oc 16350-5 3. One ground fault relay for every three or less of each range and type installed complete with mounting socket. 4. Twenty pilot light bulbs and 10% spare lenses . 5. One extra overload relay for each type used. 6. Two starter coils for every three or less starters of each NEMA size installed . 7. One set of starter contacts for every three or less starters of each NEMA size installed . 8. One spare phase failure relay. 3 .04 TRAINING A. The Contractor shall provide one ( 1) training session in the electrical room for owner's representatives for up to four (2) hours within two (2) months after facility start-up and checkout. B. A manufacturer's qualified representative familiar with the maintenance and servicing of the equipment shall conduct the training session. C . The training program shall consist of instruction on operation of the assembly, control devices , circuit breakers , switches, and major components of the assembly . D . Additionally, the training program shall consist of instructions and requirements for normal troubleshooting and maintenance of the equipment including locations of resets and circuit breakers required for returning the equipment to normal operation after a shutdown. E. The program shall include showing which devices and equipment the local operations or maintenance personnel can work on and replace and the equipment that should only be repaired by a qualified representative of the manufacturer. Devices and major components that require a maintenance timetable and procedures to be followed as part of an ongoing maintenance program shall be identified. END OF SECTION g :lfwOl\2643\specslcontr>ct 2\unit 4 electrical\final clec specs 9-1~8116350 motor control centers.doc 16350-6 l t PART 1 -GENERAL 1.01 SCOPE OF WORK SECTION 16410 UNDERGROUND Furnish and install a system of underground raceways and wiring as shown on the drawings. 1.02 APPLICATIONS Except as otherwise shown on the Drawings , or otherwise specified, all underground and in-slab conduit raceways shall be of the following type : 1. Except as otherwise specified, all power and control underground conduit runs shall be made with schedule 40 PVC . Bends to grade shall be made with plastic coated rigid galvanized steel conduit. 2. All instrumentation underground conduit runs shall be made with plastic coated rigid galvanized steel conduit. 1.03 SUBMITT ALS Process submittals for the following: 1. Non Metallic conduit 2 . Metallic conduit 3 . Grounding Bushings 4. Buried conduit marker tape 5. · Conduit supporting saddles 1.04 RELATED WORK SPECIFIED UNDER OTHER SECTIONS A. Refer to Section 16110 for raceways. B. Refer to Section 16120 for wiring. C. Refer to Section 16 450 for grounding. D . Refer to Structural Drawings Sheet S4 . PART 2 -PRODUCTS 2.01 RACEWAYS Raceways shall be as specified in Section 16110. 2.02 MISCELLANEOUS A. Gravel for underbedding of conduits shall be washed type pea gravel. B. Plastic saddles for spacing and supporting conduits shall be interlocking types as manufactured by Cantex. g:\fwOl\2643\specs\contract 2\unit 4 electrical\final clec specs 9-16-08\16410 underground.doc 16410-1 C. Plastic marker label tape for buried conduits shall be yellow background with black letters with repetitive marking "ELECTRIC LINE" on yellow background, continuous along its length. Furnish { T &B #NA-0608, or equal tape. PART 3 -EXECUTION 3.01 EXCAVATION AND BACKFILLING A. Do all excavating and backfilling necessary for the installation of the work. This shall include shoring and pumping in ditches to keep them dry until the work has been installed. B. All excavations shall be made to proper depth, with allowances made for floors, forms, beams, piping, finished grades, etc. Ground under conduits shall be undisturbed earth or if disturbed, mechanically compacted to a density ratio of 95% before conduits are installed. C. All backfilling shall be made with selected soil, free of rocks and debris, and shall be pneumatically tamped in six (6") inch layers to secure a field density ratio of95%. D . Field check and verify the locations of all underground utilities prior to any excavating. Avoid disturbing these as far as possible. In the event existing utilities are broken into or damaged, they shall be repaired so as to make their operation equal to that before the trenching was started. E. Furnish concrete encased ductbank for conduits where indicated on the drawings and for electrical service from Utility pole. 3.02 RACEWAYS A. All underground conduits shall be PVC schedule 40 unless otherwise noted. All bends to grade shall be made with plastic coated rigid steel conduits and shall extend to 6" above grade. Conduits shall be watertight over the entire length of the underground run . B. Install all power, control, and signal wiring. Label each single conductor wire at each connection with PVC sleeve type wire labels. Label each signal cable at each end with plastic waterproof write- on type label to identify terminal connection and function and device served. C. Where empty conduits terminate into equipment install blank "disc" under grounding bushing and bring specified foot-marked pull tape through disc . Label each end of each pull tape with waterproof plastic label to identify terminus of other end and also show conduit size. 3.03 WIRING All underground wiring runs shall be installed from line to load w ithout splice. END OF SECTION g:lfwO 112643\s pecslcontract 2\unit 4 el ectrical\!inaJ elcc: specs 9-16--081164 10 underground.doc 16410-2 ) PART I-GENERAL 1.01 SCOPE SECTION 16450 GROUNDING A. Furnish and install grounding systems in accordance with Article 250 of the National Electrical Code as shown on the Drawings and as specified herein. B. Provide ground mat grounding electrode system as shown on the drawings and as specified herein. 1.02 SUBMITTALS Submit manufacturers' catalog sheets with catalog numbers marked for the items furnished, which shall include : 1. Ground well casings 2. Ground rods 3. Terminal lugs and clamps 4. Exothermal welding materials 5. Ground cable 6. Ground connection hardware PART 2 -PRODUCTS 2.01 GROUNDING ELECTRODES A. All ground mat grounding electrodes and grounding electrode conductors shall consist of tin plated stranded copper. B. All ground rods shall be copper clad steel products, 3/4" diameter x 10 foot long, unless otherwise indicated. Ground rods shall be Blackbum #6258, or equal. Provide heavy duty ground rod clamps equal to Blackbum #GG58 where vertical connections are installed and #GUV where U-bolt connectors are installed to serve horizontal connections . 2 .02 GROUNDING DEVICES A. Connectors shall be furnished as specified under Section 16120. B. Conduit grounding bushings shall be furnished as specified under Section 16110. C. Equipment grounding conductors shall be furnished as specified under Section 16120. D . Flush cast metal grounding plates shall consist of bronze body with flat plate on top and bolted clamp connector on bottom. Furnish OZ type "VG", or equal flush connectors . Each such connector shall be furnished with silicon bronze connector bolts for installation of top-mounted grounding connectors. E . Exothermal welding kits shall be "Cadweld" products as manufactured by Erica. Molds, cartridges, powder, and accessories shall be as recommended by the manufacturer. g:lfwOl\2643\spccs\contract 2\unit 4 clcctrical\final clec specs 9-16-08\16450 grounding system.doc 16450-1 2.03 GROUND TEST WELLS A. Ground test wells shall be furnished each ground rod for the purpose of field testing the ground mat system. B. Ground test wells shall each consist of ground rod with connector attached to a #2 upcomer from the ground mat and contained within an access well with labeled top. C. Ground test well enclosures shall be Brooks-Oldcastle product #VB3RT series, or equal. Enclosures shall be 10 1/4" diameter and shall include cast iron cover with integrally cut "GROUND TEST WELL" in top of cover. PART 3 -EXECUTION 3.01 GROUND MA TS AND GROUND WELLS A. Install ground mat around the perimeter and under the new foundations as shown. Use tin-plated copper stranded conductors in sizes as indicated for the ground mat. Install upcomer with indicated wire sizes of tin plated copper conductors. Exothermally weld all connections. The ground mat wire shall have a minimum cover of 24". B. Unless other larger sizes are indicated on the drawings , install #2 upcomers from ground mat to RTU, and other equipment indicated on the drawings . Install "VG" flush floor connector to serve each upcomers and run #2 stingers from topside of each "VG" to ground bus in equipment.' Bond VG to rebar in concrete . C . Install ground rods in test wells where indicated on the drawings. 3.02 TRANSFORMER A . Bond transformer neutral to cabinet. B. Install grounding electrode conductor from each transformer neutral to system ground and to local electrodes as shown . Run #2 ground wire to ground mat. 3 .03 WIRING SYSTEMS GROUNDING A. All equipment enclosures, motor and transformer frames , metallic conduit systems and exposed structural steel systems shall be grounded . B . Equipment grounding conductors shall be run with all wmng. Sizes of equipment grounding conductors shall be based on Article 250 of the N.E.C. except where larger sizes may be shown. Bond each equipment grounding conductor to the equipment grounds at each end of each run. C . Liquid tight flexible metal conduit in sizes 1" and larger shall be equipped with external bonding jumpers. Use liquid t ight connectors integrally equipped with suitable grounding lugs . D . Where conduits enter into equipment free of the metal enclosure, install grounding bushing on each conduit and bond bushing lug to equipment ground bus . E. Where conduits enter equipment enclosures , equip each penetration inside with grounding bushing. Install bonding jumper from each grounding bushing to ground bus. g:\fwOl \2643\spccs\contract 2\u ni t 4 clectricaNi nal clcc specs 9-16--08\1 6450 ground ing system.doc 16450-2 ( ) ) F. For equipment enclosures that do not come furnished with a ground bus, install ground lug in each enclosure that shall be bonded to the metal cabinet or backpan of the enclosure . G. Separately derived systems shall be each grounded as shown and shall comply with Article 250 of the NEC except where higher standards are shown. 3.04 TESTING A. All exothermic weld connections shall successfully resist moderate hammer blows. Any connection which fails such test or if upon inspection, weld indicates a porous or deformed connection, the weld shall be remade . B. All exothermic welds shall encompass 100 percent of the ends of the materials being welded. Welds which do not meet this requirement shall be remade. C. Test the ground resistance of the system. All test equipment shall be furnished by Contractor and be approved by Engineer. Test equipment shall be as manufactured by Biddle or approved equal. Dry season resistance of the system shall not exceed five ohms. If such resistance cannot be obtained with the system as shown, provide additional grounding as directed by Engineer. END OF SECTION g :\fwOl\2643\spccs\contract 2'<Jnit 4 electrical\final elec specs 9-16-08\16450 grounding system.doc 16450-3 PART 1 -GENERAL 1.01 SCOPE SECTION 16910 INSTRUMENTATION A. This section covers the general requirements for the instrumentation. B. Auxiliary and accessory devices necessary for system operation or performance, such as relays, din connectors, or terminals to interface with other Sections of these Specifications, shall be included. 1.02 QUALITY ASSURANCE A. Manufacturers: Firms regularly engaged in manufacture of products of this type, and whose products have been in satisfactory use in similar service for not less than 5 years. B. Installer: Qualified with at least 5 years of successful installation experience on projects with work similar to that required for this project. C. NEC Compliance: Comply with the National Electrical Code, NFPA 70, as applicable to wiring and other electrical construction of the unit. D. UL Compliance: Provide components with UL listing and labeling for applicable UL categories. ( Custom panels, control panels, and instrument panels and the like shall be manufactured by a fabricator approved as a UL508A shop and shall bear a UL 508A (UL Industrial Control Panel) label. E. Provide complete unit and installation to conform with NFPA-90A. 1.03 SUBMITIALS A. Submit catalog literature, specification material and installation and operation manual for each instrument and device specified herein . B. Submit outline and dimensional drawings and wiring diagrams to Engineer for review. C. Submit shop drawings for including wiring and dimensional outlines . Shop drawings shall include ISA loop drawings. Loop drawings shall include all device terminal numbers and wire numbers. 1.04 SYSTEM RESPONSIBILITY The contractor shall assume complete "SYSTEM RESPONSIBILITY" for the instrumentation system . "System Responsibility" shall mean that the Contractor is responsible for the overall operation, satisfactory performance, and integration of the individual components into the whole system so that the entire system functions in whole and in its parts as intended by the Contract Documents. g :lfwOl\2643\specs\contntct 2\unit 4 electrical\final clec specs 9-16-08 \16910 instrumentation.doc 16910-1 PART 2 -PRODUCTS 2 .01 SURGE SUPPRESSORS A. Surge suppressors for protecting 120vac circuits shall meet UL 1449, UL 1283 , NEMA LS-1 1992, and ANSI/IEEE C62.41 and C62.45. Load current rating shall be 20 amps at 120vac. B . Surge suppressors shall be series connected and shall have a surge current capacity of 45 ,000 amps. High frequency noise filtrat ion shall be as follows: Mode L-N L-G lkHz 6db 6db lOkHZ 16db 6db lOOkHZ 42db 16db 1MHz 25db 55db C. Surge suppressor shall be Current Technology model MSU45-120-1G-20A-3. 2.02 ENCLOSURES A . Enclosures for RTU and instrumentation equipment shall be hinged door type and shall have interior mounting sub panel. Enclosure shall be as specified in drawings or shall be Hoffman or equal. Enclosure shall be sized to house the specified equipment, but shall not be less than the size indicated on the drawings. B . Enclosure rating for air-conditioned and ventilated locations shall be NEMA 12 gasketed. Enclosure rating for outdoor or damp locations such as vaults, dry pits, etc . shall be NEMA 4X and shall be constructed of 304 or 316 stainless steel. 2.03 PRESSURE TRANSMITTER Rosemount as shown on drawings 2 .04 FL OW MEASUREMI;NT HSQ RTU/SCADA Panel a s shown on drawings with Se nsus "ICE" Touch-Read Sy stem and Meter Master Rate of Flow Sensor/Transducers. 2.05 GRAND PRAIRIE TEMPERATURE MEASUREMENT A. Furnish and install water temperature measurement at the meter station flow piping. Temperature measurement shall be Endress+Hauser Model THl 1-F lAACClYK probe inserted in the water piping flange connection of the flow line. The probe shall extend no further than Yi " beyond piping into the water line. The RTD shall include a 4 wire platinum connection compatible with the temperature transmitter. The assembly shall be arranged as shown in the drawings. B. RTD shall include the E+H blue Al + cover, % NPT for cable entry with terminal block for connection of the RID leads. 2 .06 GRAND PRAIRIE TEMPERATURE MEASUREMENT A. A loop powered Endress & Hauser Model RIT261 or engineer approved equal indicating temperature transmitter shall be installed inside the Grand Prairie SCADAIRTU panel or an adjacent panel to the RTU in a NEMA 4X enclosure and powered from the RTU. The temperature transmitter shall be installed in accordance with the manufacturer's recommendations to measure the water temperature as shown on the drawings . The g :lfwOl \2643\spccs\cootract 2\unit 4 electrical\final elec specs 9-16-08116910 instrumentation.doc 16910-2 temperature transmitter shall untilize a remote mounted 4-wire 100 ohm platinum RTD and shall output a 4-20ma signal linear with temperature . The temperature shall be indicated on a 5-digit integral LCD display . B. The temperature transmitter shall be housed in a NEMA 4X epoxy coated aluminum enclosure with viewing window. The temperature transmitter shall be compatible with the RTD Temperature sensor assembly to make up a complete system to measure the temperature over the expected range of the elevated storage tank. 2.07 GRAND PRAIRIE RTU PANEL AND ANTENNA A . Allow in bid for WHECO to transfer the existing R TU Panel and radio system to the new meter station (rack mounted) as shown in the drawings . Configuration changes to the HMI System for Grand Prairie shall be included. All Grand Prairie configuration and programming work shall be done in accordance with requirements to duplicate the existing R TU at the nearby meter station and add the temperature transmitter as described in section 2.05 and 2.06 above. Contact Kent Meyerhoeffer, WHECO, 8501 Jacksboro Hwy, Lakeside, TX 76135 , Phone: 817-244-6660, FAX: 817-560-3263 , Email: Kent@whecocontrols.com B. Allow in bid for WHECO to provide testing and to contact the City of Grand Prairie to witness the functional operation of the RTU at the new station. C. Contractor shall be responsible for any damage to the unit during the transfer and installation. 2.08 MISCELLANEOUS A. Terminal strips for connection of field wiring shall be DIN rail mounted channel mounted terminals { suitable for connecting #22 to #12 wire sizes. Terminals shall be solderless box lug type with 1 · pressure plate and removable terminal marking strips. Box lugs shall be tin-plated copper. Terminals \, ) shall be Allen-Bradley 1492-HMI series with required DIN rail mounting channel and end clamps . Fused terminals for 24 volt de instrumentation circuits shall be rated 10-57 volts de , shall have blown fuse LED indicator and shall be Allen-Bradley 1492-H5 series. Fused terminals for 120 volt ac circuits shall be rated 300 volts ac, shall have neon blown fuse indicator and shall be Allen-Bradley 1492-84 series. Terminal strips shall have factory terminal markers . B. Control relays shall be 3 pole double throw with pin base and matching socket. Furnish Potter & Brumfield model RR3P with 120 volt coil. C. Furnish control panel devices as indicated in the drawings . 120vac pushbuttons , selector switches, and pilot lights shall be oil tight, Allen-Bradley type 800H or equal. Pilot lights shall be transformer type and shall have push-to-test option . E. Furnish intrusion detection devices for equipment panels, doorways , and hatches to be located as indicated in the drawings . PART 3 -EXECUTION 3.01 INSTALLATION GENERAL A. Permanently mount the instruments, and all required appurtenances in accordance with manufacturer 's requirements . All work shall be done in accordance with industry standards, the NEC , ISA recommendations and in a workmanship like manner. B. Calibrate, and test all instruments . g:\fwO 112643\specs\contract 2\unit 4 dectricaNinal dee specs 9-16-08\16910 instrumentation.doc 16910-3 C. Certify that all instrument installations and calibrations are done in accordance with ISA and the manufacturer's recommendations. D. Provide completed ISA calibration sheets for all new instruments provided. E . All surge suppression devices shall be grounded with minimum #8 ground wire. 3.02 OPERATIONS AND MAINTENANCE MANUALS A. Six (6) weeks prior to the completion of the project, compile an Operations and Maintenance Manual on the instrumentation equipment. These manuals shall include detailed instructions, periodic calibration requirements and maintenance, as well as recommended spare parts lists. B. Submit for review per Contract General Conditions Section O 1730 . END OF SECTION g :lfwOI\2643\spccs\contract 2\unit 4 clectricaNinal clcc specs 9-16--0&\169!0 instrumentation.doc 16910-4 26227 Research Road Hayward, California 94545-3725 sales@hsq.com http://www.hsq.com TECHNOLOGY Telephone: (510) 259-1334 + Facsimile: (510) 259-1392 By Email billgoff@swbell.net August 4, 2008 McCurry and Associates Attention: Bill Goff Reference: RTU for Grand Prairie Metering Station City of Fort Worth, Texas HSQ Quotation No. 0808-0001-AN Gentlemen: HSQ Technology is pleased to offer you a quotation in accordance with our recent conversation and your subsequent email. HSQ has included two new Sensus 7103N Meters in the RTU . Included with each unit: • One new HSQ Model 25X86 RTU with 1046 8DI board, 2507 4AO board, 2 each Sensus 7130N meters, power supply, battery backup, and MDS 9710-A transceiver all installed on a back panel mounted in a 42"H30"WI0"D NEMA 4X enclosure . Panel will have a UL label. • The enclosure shall have two 1-3/4" holes, one on the right and one in the left. These will be plugged for shipment. • Antenna and 2 cable connectors • One each signal isolator-Phoenix MCR signal multiplier • Database and graphics • On-site Check-out, to include Field Test, Loop Test, and Comparison Test • RTU drawing • RTU is FOB jobsite, or other location as specified by the contractor Excluded: • Installation • Antenna mast & cable • Sales tax • Bonds Our total lump sum price for the above is $25,975.00 . This price is valid for a period of one hundred and sixty (160) days. RTU can be delivered within ninety (90) days after receipt of a purchase order. Terms are prepaid, COD, or thirty (30) days on approval of credit. Promote Safety . . . Every Day ! An Equal Opportunity Employer California Contractor's Licen se 378393 ) ( McCurry and Associates HSQ Quotation No. 0808-0001 -AN Attention: Bull Goff Page2 August 4, 2008 TECHNOLOGY HSQ has included a trip for each RTU. Please note that HSQ Technology will assume that the contractor has completed all installation and checked out all wiring and equipment before scheduling the startup trip . Additional trips will be invoiced at $1,500 .00 per day plus expenses in accordance with our normal Service Pricing Sheet. HSQ needs a minimum of three (3) weeks notice to schedule the startup trip . Please call the undersigned at 800/486-6684 if you have any questions. Sincerely yours, HSQ TECHNOLOGY Alan T. Nelson Estimating Manager ATN/rm cc : Craig Schellbach cpschellbach@transvstems.com - - - - - - - - Appendix A Geotechnical Report / · TxDOT Boring Logs r i I, f l f 1 f l l 1 ! 1 1 l I l l l l J ! ) I I f l I l I I GEOTECHNICAL ENGINEERING STUDY TRE 36-INCH WATER MAIN EXTENSION TRINITY BOULEVARD AT SH 360 FORT WORTH, TEXAS Presented To: TranSystems Corporation December 2007 PROJECT NO. 123-07-09 (Revised) i' l f I I 1 { 1 I l l 1 l 1 1 l t l T ' 1 J I l I ' l l lJ l ' t 1 C~ ENGINEERING, INC. December 28, 2007 Report No. 123-07-09 TranSystems Corporation 500 West ih Street, Suite 1100 Fort Worth, Texas 76102 Attn: Mr. Craig Schellbach, P.E. Dear Mr. Schellbach: GEOTECHNICAL ENGINEERING STUDY TRE 36-INCH WATER MAIN EXTENSION TRINITY BOULEVARD AT SH 360 FORT WORTH, TEXAS 7636 Pebble Drive Fort Worth, Texas 76118 www.cmjengr.com Submitted here are the results of a geotechnical engineering study for the referenced project. This study was performed in general accordance with CMJ Proposal 07-1942 dated May 11 , 2007. The geotechnical services were authorized by Mr. Raul Pena, Ill, P.E. on August 10, 2007. Engineering analyses and recommendations are contained in the text section of the report . Results of our field and laboratory services are included in the appendix of the report . We would appreciate the opportunity to be considered for provid ing the materials engineer ing and geotechnical observation services du ring the construction phase of this project. We appreciate the opportunity to be of service to the TranSystems Corporation . Please contact us if you have any questions or if we may be of further service at this time . Respectfully submitted , CMJ ENGINEERING, IN _ .... ,,,,,, ...-:-;1~.9.~.T.f~~\'• _f' ~~·· * ··.~<S' • . . ' /*•• •. * I ,.: \•' , ........ . .......... ~ '--~mN1tS P. SAPPINGTON, IV I Jame P. Sappington , IV, P.E. Projec Engineer Texas No . 97402 t ···:·····················-.···: ,, ~-. 97402 /$.; ·~· •k;,, 1,~·~/.CENS~?.··~..:" .o" , ,.sst' ....•• ~~0--'l~ ,,,ONAL ~--,')· '""' copies submitted: (3) Mr. Craig Schellbach , P.E.; TranSystems Corporation Phone (81 7) 284-9400 Fax (817) 589-9993 Metro (81 7 ) 589-9992 I l I 1 r i l 1 f l 1 1 1 l I 1 ) TABLE OF CONTENTS Page 1. 0 I NTRODUCTION--------------------------------------------------------------------1 1.1 General -------------------------------------------------------------------1 1.2 Purpose and Scope-------------------------------------------------------------1 1.3 Report Format----------------------------------------------1 2.0 FIELD EXPLORATION AND LABORATORY TESTING-----------·-----------------2 2.1 Field Exploration -------------------....:--------------------------------2 2.2 Laboratory Testing -----------------------------------------------3 3.0 SUBSURFACE CONDITIONS----------------------------------------3 3 .1 Site Geology----------------------------------------------3 3 .2 Soil Conditions--------------------------------4 3.3 Ground-water Observations -4 4.0 TRENCH EXCAVATIONS -----------------------------------5 4 .1 4 .2 .... '-t.J 4.4 4 .5 4.6 4.7 4 .8 Expected Subsurface Conditions----- Open Cut------------------------------------------- 5 5 "'T'"----L I r"I---r"\!L ""--···-L--!--c::_ I lt::llvll / DUlt:: rll Ut::Wdlt::111(~--------------------------------------v Soft Trench Bottom Conditions ------------------6 Excavation Considerations-----------------6 Trench Backfill------------------------------7 Trench Backfill Settlement -------------------------------------------------------8 Provisions to Reduce Backfill Settlement ---------------------------8 T I 5.0 CONSTRUCTION OBSERVATIONS ----------------------------------------------9 6 .0 REPORT CLOSURE ---------------------------------------------------9 I l j l I l i 1 fl I l 1 J APPENDIX A Plate Plan of Borings --------------------------------------------------------------A.1 Unified Soil Classification System--------------------------------------A.2 Key to Classification and Symbols-------------------------------------------A.3 Logs of Borings-----------------------------------------------------------------A.4 -A.6 r 1 fl T I I 1 f l J l f l 1.0 INTRODUCTION 1.1 General This report presents the results of a geotechnical engineering study for a selected section of a new 36-inch diameter water main extension along TRE right-of-way , from Greenbelt Road to SH 360, in Fort Worth , Texas . The selected section of the proposed water main parallels an existing Mechanically Stabilized Earth (MSE) retaining wall which retains the earth adjacent an elevated building approximately 30 to 40 feet to the west. The planned pipe depth in this area is on the order of 8 feet below exist ing grades . Plate A.1, Plan of Borings, depicts the project vicinity and locations of the exploration borings. 1.2 Purpose and Scope The purpose of this geotechnical engineering study has been to determine the general subsurface conditions . To accomplish its intended purposes , the study has been conducted in the following phases: (1) drilling sample borings to determine the general subsurface conditions and to obtain samples for testing; (2) performing laboratory tests on appropriate samples to determine pertinent r ) engineering properties of the subsurface materials; and (3) provide a written report of results . u The design is currently in progress and the locations and/or elevations of the structure could change . Once the final design is near completion (80 -percent to 90-percent stage), it is I l f l u t I f l l J I ! LI recommended that CMJ Engineering , Inc. be retained to review those portions of the construction documents pertaining to the geotechnical recommendations , as a means to determine that our recommendations have been interpreted as intended . 1.3 Report Format The text of the report is contained in Sections 1 through 6 . All plates and large tables are contained in Appendix A. The alpha-numeric plate and table numbers identify the appendix in which they appear. Small tables of less than one page in length may appear in the body of the text and are numbered according to the section in which they occur. Units used in the report are based on the English system and may include tons per square foot (tsf), kips (1 kip = 1,000 pounds), kips per square foot (ksf), pounds per square foot (psf), pounds per cubic foot (pcf), and pounds per square inch (psi). Report No. 123-07-09 (Revised) CMJ ENGINEERI NG, I NC. 1 L1 r 1 f l f l r 1 J l I 1 I l I l f l ! I I I l 11 I I 1 r 1 I 1 ) 2.0 FIELD EXPLORATION AND LABORATORY TESTING 2.1 Field Exploration Subsurface materials at the project site were explored by three (3) vertical soil borings . Borings 8- 1 through 8-3 were drilled to depths of 20 feet below existing grade along the proposed water line route in the vicinity of the existing retaining wall. The borings were drilled using continuous flight augers at the approximate locations shown on the Plan of Borings, Plate A.1 . The boring logs are included on Plates A.4 through A.6 and keys to classifications and symbols used on the logs are provided on Plates A.2 and A.3 . Undisturbed samples of cohesive soils were obtained with nominal 3-inch diameter thin-walled (Shelby) tube samplers at the locations shown on the logs of borings. The Shelby tube sampler consists of a thin-walled steel tube with a sharp cutting edge connected to a head equipped with a ball valve threaded for rod connection . The tube is pushed into the soil by the hydraulic pulldown of the drilling rig. The soil specimens were extruded from the tube in the field, logged, tested for consistency with a hand penetrometer, sealed, and packaged to limit loss of moisture. The consistency of cohesive soil samples was evaluated in the field using a calibrated hand penetrometer. In this test a 0.25-inch diameter piston is pushed into the relatively undisturbed sample at a constant rate to a depth of 0.25 inch. The results of these tests, in tsf, are tabulated at respective sample depths on the logs. When the capacity of the penetrometer is exceeded, the value is tabulated as 4 .5+. To evaluate the relative density and consistency of the harder formations, a modified version of the Texas Cone Penetration test was performed at selected locations. Texas Department of Transportation (TXDOT) Test Method Tex-132-E specifies driving a 3-inch diameter cone with a 170-pound hammer freely falling 24 inches. This results in 340 foot-pounds of energy for each blow. This method was modified by utilizing a 140-pound hammer freely falling 30 inches . This results in 350 foot-pounds of energy for each hammer blow. In relatively soft materials, the penetrometer cone is driven 1 foot and the number of blows required for each 6-inch penetration is tabulated at respected test depths , as blows per 6 inches on the log. In hard materials (rock or rock-like), the penetrometer cone is driven with the resulting penetrations, in inches, recorded for the first and second 50 blows, a total of 100 blows . The penetration for the total 100 blows is recorded at the respective testing depths on the boring logs. Report No. 123-07-09 (Revised) CMJ ENGINEERING, INC. 2 f l r 1 I 1 I f 1 J 1 I l l 1 I l r 1 Ground-water observations during and after completion of the borings are shown on the upper right of the boring log . Upon completion of the borings, the bore holes were backfilled with soil cuttings and plugged at the surface by hand tamping . 2.2 Laboratory Testing Laboratory soil tests were performed on selected representative samples recovered from the borings. In addition to the classification tests (liquid limits, plastic limits, and percent passing the No . 200 sieve), moisture content, unconfined compressive strength, and unit weight tests were performed . Results of the laboratory classification tests , moisture content, unconfined compressive strength , and unit weight tests conducted for this project are included on the boring logs . The above laboratory tests were performed in general accordance with applicable ASTM procedures, or generally accepted practice. 3.0 SUBSURFACE CONDITIONS 3.1 Site Geology The site is situated on the outcrop of the Woodbine Formation. The Woodbine is a series of ferruginous, argillaceous sands , laminated clays some of which are bituminous , ironstone and some gravel. Historically, the Woodbine is a member of the "upper" or Gulf Series of Cretaceous age . It is characteristic of a high-destructive deltaic system. Sediments such as sands, silts , clays and gravels were deposited by rivers into a late Mesozoic Sea . The sediments were laid down as 1 1 sand bars and sheets, sand and gravel terraces, lagoonal and estuarial clays and silts as well as in other configurations. These deposits were then reworked to greater or lesser degree by the action t 1 of the adjacent waters of the sea. As the sea encroached upon the land , the sediments were further reworked. f l 1 1 I l J 1 I 1 As a result of this geological activity, the Woodbine Formation is a heterogeneous mixture of materials ranging from highly active clays, through sandy clays and silts, to sand and gravel. Large masses of very hard sandstone occur locally and are commonly referred to as boulders . Relatively firm shales are often encountered at varying depths below the surface . Additionally, the type material encountered may vary widely over very short distances both laterally and vertically . Report No. 123-07-09 (Revised) CMJ ENGINEE RING, I NC. 3 r i fl t 1 r 1 f I I 1 f l ' 1 1 l Sand layers and lenses which are found throughout the formation tend to serve as aquifers for subsurface runoff. 3.2 Soil Conditions Specific types and depths of subsurface strata encountered at the boring locat ions are shown on the boring logs in Appendix A. The generalized subsurface stratigraphy encountered in the borings is discussed below. Note that depths on the borings refer to the depth from the existing grade or ground surface present at the time of the investigation, and the boundaries between the various soil types are approximate . Natural overburden soils consist of brown, light brown, dark brown , light reddish brown, reddish brown, and dark gray clayey sands , silty clays , sandy clays, and sandy shaly clays. Ironstone nodules and seams often were present in these soils . The cohesive soils encountered were The soils had tested Liquid Limits (LL) of 26 to 48 and Plasticity Indices (Pl) of 6 to 29 and classify as SC and CL according to the USCS. A tested unit weight and unconfined compressive strength ) value was 110 pcf and 1,620 psf, respectively. Dark gray sandy shale is present in the borings at depths of 7 to 16 feet. This rock is moderately hard to hard (sedimaentary rock basis) and exhibits THO Cone Penetrometer values of 1.75 to r 1 2.75 inches in 100 blows . f \ ! l I l I 1 3.3 Ground-water Observations The borings were advanced using continuous flight augers to check the relative elevation of water in the boreholes during d rilling . Borings 8-2 and 8-3 were dry at completion of drilling. Table 3.3-1 presents a summary of water level measurements . TABLE 3.3-1 Ground-Water Observations Boring Seepage During Water at Completion Water at End of No. Drilling (ft.) (ft.) Day (ft.) B-1 8 16 11 B-2 Dry Dry - B-3 Dry Dry - Report No. 123-07-09 (Revised) CMJ E NG INEERING, INC. 4 J ' l l 1 J r 1 r 1 r 1 1 1 1 l l l While it is not possible to accurately predict the magnitude of subsurface water fluctuation that might occur based upon these short-term observations , it should be recognized that ground-water condit ions will vary with fluctuations in rainfall. Fluctuations of the ground-water level can occur due to seasonal va riations in the amount of rainfall ; site topography and runoff; hydraulic conductivity of soil strata ; and other factors not evident at the time the borings were performed. The poss ibility of ground-water level fluctuation should be considered when developing the des ign and construction plans for the project. The possibility exists that perched water may occur in joints in the clays , atop rock , or through more granular seams, particularly after periods of heavy or extended rainfall. 4.0 TRENCH EXCAVATIONS 4.1 Expected Subsurface Conditions The anticipated soil conditions at each boring location are generally soft to hard silty, sandy, or shaly clays with zones of sands. Conventional earth moving equipment is expected to be suitable for excavating the overburden soils . Heavy duty excavation equipment may be necessary w ithin the shale, depending on rock hardness . 4.2 Open Cut l l The trench excavations should be performed in accordance with OSHA Safety and Health Standards (29 CFR 1926/1919), Subpart P. For excavations less than 5 feet deep through the various clays, it is expected that near vertical excavation walls will be possible . However, in the case that excavations occur through soft clays, granular soils , non-compacted fill , or submerged r 1 soils, it will be necessary to either slope the excavation sidewalls or provide temporary bracing to control excavation wall instability. In addition , for excavations deeper than 5 feet, the excavation l 1 T 1 I l I . I '. sidewalls must be sloped or temporary bracing must be provided , regardless of the soil conditions encountered . 4.3 Trench / Bore Pit Dewatering Ground-water seepage was encountered in Boring 8-1 as shallow as 8 feet. Ground -water conditions can vary with seasonal fluctuations in rainfall . In the case that ground water is encountered , controlling the ground water is essential to construction of t he utility lines. Failure to Report No. 123-07-09 (Revised) CMJ ENGIN EE RIN G, I NC. 5 r I 1 I , l l f I f l ! 1 T 1 T l J I t I J l ) control any encountered ground water could result in trench wall collapse , trench bottom heave, an unstable trench bottom and detrimental pipeline settlement , and pipe deflections after backfilling. Ground-water levels should be maintained at two feet below the base of the excavation for the full term of construction . Protection of the open excavations should be provided during periods of moderate to heavy rainfall , as surface water will most likely channel and collect in the excavations. The water level should be lowered prior to excavating and should be maintained at this lowered level until the pipe trench is backfilled. It is likely that seepage may be controlled by means of collection ditches , sumps , and pumping . However, in the event that water infiltrati on rates are high , it may be necessary to install a more elaborate dewatering system. The design of any dewatering system required is the contractor's responsibility . 4.4 Soft Trench Bottom Conditions Soft trench bottom conditions are unlikely where the trench bottom is situated in the stiff to hard to be unsu itable for support of the pipe . Soft clays could occur where ground water is present. In any areas where unsuitable bearing deposits are encountered at the planned invert elevation , the trench bottom can be prepared using one of the following methods : 1. Under-cut to a su itable bearing subgrade and replace with a structural compacted fill. The over-excavation should extend laterally a distance of at least 1 foot beyond the edges of the p ipe , and then at least 1 foot laterally for every 1.5 feet of fill required beneath the pipe . The over-excavation backfill shou ld be completely surrounded with a geotextile cons isting of Mirafi 140N , Amoco ProPex 4545, or equivalent. The backfill should consist of a free draining aggregate (i.e ., sands, gravels , crushed limestone, or crushed concrete) approved by the geotechnical engineer. The backfill should be placed in maximum 9-inch loose lifts and uniformly compacted to a minimum relative density of 70 percent as determined by test methods ASTM D 4253 and D 4254 . 2. Casting a 6-inch thick reinforced concrete slab . The concrete should have a minimum 3,000 psi compressive strength at 28 days . 4.5 Excavation Considerations The proposed alig nment of the water line is understood to be approximately 30 feet east of the adjacent MSE retaining wall and building , with the water line planned at approximately 8-foot depths as measured from the top of ground to the bottom of the pipe . Design plans were acquired t l for both the MSE wall and building , indicating the existing structures to cons ist of shallow foundations with MSE wall he ights ranging from 5 to 17 feet. The existing wall shows no visual ! j I l Report No. 123-07-09 (Revised ) CMJ ENGINEERING, I NC. 6 { l r I I 1 I l I 1 ! l f 1 ! l I I ! l I I 1 1 I 1 f I ) signs of distress, although evidence of erosion is noted at the-wall toe and possibly within the wall backfill . The owner should be made aware a proper wall maintenance program should be initiated. For bearing capacity considerations, open trenches used to excavate the water line should not encroach within the zone of influence of the adjacent retaining wall and building . The zone of influence, or stress change at depth, is defined by the angle of the influence zone, which is typically assumed to be 1 H:2V for uniformly loaded continuous footings . Slope stability considerations dictate open trenches should be maintained at least 15 feet away from the existing wall system. The planned location of the proposed line from the adjacent wall and building is beyond the zone of influence in regards to foundation bearing and related slope stability considerations for an open cut to 8 feet. If an adjacent surface structure is within 1.25 times the trench depth of an open trench cut, then continuous trench shoring (not trench boxes) should be used within the open trench cut performed within this distance. Hydraulic shoring struts should be used and installed during excavation as needed to provide full lateral support to vertical trench sidewalls, and thereby help reduce lateral ground movements near existing structures. A pre-construction condition survey should be performed prior to beginning excavation near any structure that could be affected by the trench excavation to note existing conditions including apparent distress prior to construction . Construction monitoring should be performed to verify that existing structures are not impacted or damaged by construction operations . 4.6 Trench Backfill Pipe embedment should be a coarse-grained cohesionless material that will properly fill the area below the spring line of the pipe. This bedding should extend above the pipe a minimum of 6 inches to provide protection of the pipe during placement of the trench backfill. Site excavated materials are generally considered suitable for use as backfill above the pipe bedding materials . All trench backfill should be free of deleterious materials. Use of rock fragments greater than 4 inches in any dimension should be prohibited, since attaining a uniform moisture and density without voids would be difficult. Backfill should be compacted in maximum 9- inch loose lifts at a minimum of 95 percent of the Standard Proctor density (ASTM D 698). Report No. 123-07-09 {Revised) CMJ ENGrNEERING, INC. 7 r l Li I 1 E ) l 1 Clay soils having a Pl greater than 20 should be compacted at a moisture content ranging from 0 to +4 percentage points above the optimum moisture content. Granular soils having a Pl less than 20 should be compacted at a moisture content ranging from -3 to +3 percentage points of the optimum moisture content. Jetting to compact the pipe backfill should not be allowed . In areas where settlement of the backfill must be closely controlled, the trench excavation should be backfilled with either cement stabilized sand or flowable concrete having a 28-day compressive strength ranging between 50 and 200 psi. In order to reduce the potential for erosion, cement stabilized sands or flowable concrete also can be considered where the pipe exits slopes associated with drainage swales. 4.7 Trench Backfill Settlement Settlement of the backfill soils should be anticipated. It is anticipated that properly compacted on- c,ito rbu fill c,l"lilc, ,.,ill c,ottlo hotU1oon ,:ihl"l11t 1 ,:inrl ? norront t"lf tho fill thirl<noc,c, l=l"lr AY~mnlA 1 (') -· .. --·-, .... --··-..... __ ,,,_ --.. ··--· · ----... , -· ·--,....-, --· ... -· ... ·-................... ·---· . -· _ ..... _,, ·r·-, . - feet of fill would be expected to settle on the order of 1.2 to 2.4 inches. The trench backfill could be over-built in order to reduce the potential for a surface depression along the trench centerline . We recommend the backfill be crowned. The centerline of the excavation should be over-built by one foot and sloped down to match grade at the edge of the excavation. 4.8 Provisions to Reduce Backfill Settlement Field testing will be a critical element in controlling the compaction of the backfill to limit settlement. All trench backfilling in these critical areas shall include full-time observation of soil compaction by l l an experienced geotechnician under the supervision of the geotechnical engineer. The contractor should provide protection for the testing/inspection personnel while working in the trenches, and shall move the protective shield/shoring such that areas to be tested are readily accessible . The compacted moisture/density of all backfill soils should be tested at a rate of one test per 250 linear feet of trench, for each lift of fill placed, during compaction. Digging through existing lifts of backfill to access and test underlying lifts should not be allowed . j l I l Report No. 123-07-09 (Revised) CMJ ENGINEERING, INC. 8 n I l LJ f l I l ll lJ j l 1 l 1 l l J l l l.J LJ In addition, to limit settlement, where Class 1 and Class 2 crushed stone materials are used as pipe bedding materials, they should be wrapped with a suitable geotextife to limit the intrusion of fines into the crushed stone material. 5.0 CONSTRUCTION OBSERVATIONS In any geotechnical investigation, the design recommendations are based on a limited amount of information about the subsurface conditions. In the analysis, the geotechnical engineer must assume the subsurface conditions are similar to the conditions encountered in the borings . However, quite often during construction anomalies in the subsurface conditions are revealed. Therefore, it is recommended that CMJ Engineering, Inc. be retained to observe earthwork and foundation installation and perform materials evaluation during the construction phase of the project. This enables the geotechnical engineer to stay abreast of the project and to be readily available to evaluate unanticipated conditions, to conduct additional tests if required and, when necessary, to recommend alternative solutions to unanticipated conditions. Until these construction phase services are performed by the project geotechnical · engineer, the recommendations contained in this report on such items as proper soil moisture condition and other such subsurface related recommendations should be considered as preliminary. It is proposed that construction phase observation and materials testing commence by the project geotechnical engineer at the outset of the project. Experience has shown that the most suitable method for procuring these services is for the owner or the owner's design engineers to contract directly with the project geotechnical engineer. This results in a clear, direct line of communication between the owner and the owner's design engineers and the geotechnical engineer. 6.0 REPORT CLOSURE The boring logs shown in this report contain information related to the types of soil encountered at specific locations and times and show lines delineating the interface between these materials . The logs also contain our field representative's interpretation of conditions that are believed to exist in those depth intervals between the actual samples taken . Therefore, these boring logs contain both factual and interpretive information . Laboratory soil classification tests were also performed on samples from selected depths in the borings. The results of these tests, along with visual-manual procedures were used to generally classify each stratum . Therefore, it should be understood that Report No. 123-07-09 (Revised) CMJ ENGINEERING, INC. 9 l' l l J the classification data on the logs of borings represent visual estimates of classifications for those portions of · each stratum on which the full range of laboratory soil classification tests were not performed . It is not implied that these logs are representative of subsurface conditions at other locations and times . With regard to ground-water conditions, this report presents data on ground-water levels as they were observed during the course of the field work. In particular, water level readings have been made in the borings at the times and under conditions stated in the text of the report and on the boring logs . It should be noted that fluctuations in the level of the ground-water table can occur with passage of time due to variations in rainfall, temperature and other factors . Also, this report does not include quantitative information on rates of flow of ground water into excavations, on pumping capacities necessary to dewater the excavations, or on methods of dewatering ! 1 excavations. Unanticipated soil conditions at a construction site are commonly encountered and cannot be fully predicted by mere soil samples, test borings or test pits. Such unexpected 1 1 conditions frequently require that additional expenditures be made by the owner to attain a properly 1-) , l J J l designed and constructed project. Therefore, provision for some contingency fund is recommended to accommodate such potential extra cost. The analyses , conclusions and recommendations contained in this report are based on site conditions as they existed at the time of our field investigation and further on the assumption that the exploratory borings are representative of the subsurface conditions throughout the site; that is, the subsurface conditions everywhere are not significantly different from those disclosed by the borings at the time they were completed . If, during construction , different subsurface conditions from those encountered in our borings are observed, or appear to be present in excavations, we must be advised promptly so that we can review these conditions and reconsider our recommendations where necessary. If there is a substantial lapse of time between submission of this report and the start of the work at the site , if conditions have changed due either to natural ! 1 causes or to construction operations at or adjacent to the site, or if structure locations, structural loads or finish grades are changed, we urge that we be promptly informed and retained to review t .J our report to determine the applicability of the conclusions and recommendations , considering the changed conditions and/or time lapse. ' l Further, it is urged that CMJ Engineering , Inc . be retained to review those portions of the plans and specifications for this particular project that pertain to earthwork and foundations as a means to Report No. 123-07-09 (Revised) CMJ ENGINEERING, INC. 10 r u determine whether the plans and specifications are consistent with the recommendations contained in this report. In addition , we are available to observe construction , particularly the compaction of structural fill , or backfill and the construction of foundations as recommended in the report, and such other field observations as might be necessary. The scope of our services did not include any environmental assessment or investigation for the presence or absence of wetlands or hazardous or toxic materials in the soil, surface water, ground water or air, on or below or around the site . This report has been prepared for use in developing an overall design concept. Paragraphs , statements , test results , boring logs , diagrams, etc. should not be taken out of context, nor utilized without a knowledge and awareness of their intent within the overall concept of this report. The f J reproduction of this report , or any part thereof, supplied to persons other than the owner , should indicate that this study was made for design purposes only and that verification of the subsurface T I conditions for purposes of determ ining difficulty of excavation , trafficability , etc. are responsibilit ies of the contractor. T I f j l J l l . - 1 l I J I ..l I l This report has been prepared for the exclusive use of TranSystems Corporation for specific application t o design of this project. The only warranty made by us in connection with the services provided is that we have used that degree of care and skill ordinarily exercised under similar conditions by reputable members of our profession practicing in the same or similar locality. No other warranty, expressed or implied , is made or intended . * * * * Report No. 123-07-09 (Revised} CMJ ENGI NEERING, INC. 11 fl [J L: I I I • I l ) ~ N j TRINITY BOULEVARD ==-==========---- [><--)(~ Existing Retaining Woll XFB-1 + ----~-~--- X I I I +B-2 I I Existing Building X I I x +8-3 X I I X I I D 6=c X -X__JJ : LEGEND: ~ Boring Location - -Proposed Water Main Extension -X -Existing Fence 0 CMJENGINEERING. INC. PLAN OF BORINGS 50 Approximate Scole PLATE A.I 100 Feel CMJ PROJECT No. 123-07-09 36-/NCH WATER MAIN EXTENSION TRINITY BOULEVARD AT SH 360 FORT WORTH, TEXAS LI L) LI r J ! J l } I 1 1 l l l l J ll lJ I 1 l I Major Divisions Grp. Sym. Typical Names cii en Well -graded gravels, gravel-~ e' en a, ro ..!!! ~ .§ GW sand mixtures, little or no ~ -~ ro o fines ·g c ~C U ~© c~ ~ o .!:::! gi ~ Poorly graded gravels , gravel -~ Q) ~(/) -CJ) N .._ a, o ;S_ GP sand mixtures, little or no d, ·u; en a> > -fines ~ ID ai ~-~ ro 5) > ctl eni------1---1------------1 8 "in ~ 8 'Sf" ..... oc:>-oenc Q) 0 ~ z .§ ~ GM Silty gravels , gravel-sand-s ilt ai ·Sl ~ ]l j .c ro 00 mixtures i:: ~ Z C+-:=:QJQ) ::::J <!> ct1 3 :a .§ 1----+------------t u ·u; c £ enCll <Do en~ ai~o ~~ '5 ..... ~ > a, GC Clayey gravels, gravel -sand -V, en~ o ~o. co -a :g, 6 c:> o.. clay mixtures ·ro z ~co ~ C>ai ·ro-;;; E £ rn= ~ a~ ~ -~ ~ 'fil' SW Well-graded sands, gravelly .::: ~ ~ a, E {le .§ sands , li ttle or no fines ~ro ~ ~ ro en o E -~ lJl g ~ g Laboratory Classification Criteria D50 (D30)2 c. = --greater th an 4: Cc= ----between 1 and 3 D10 0,0 x 0 60 o..0~1-----------------------1 U) U) _g --E ~~ ~ Not meeting all gradation requirements for GW -() <ii a.. C) ::::, C) -a,_ _________ ~-------~ -~ 0) s: C) .!:: ~ = ·s (~ en Liquid and Plastic limits below "A" line or P .I. greater than 4 (!)>----------- Liquid and plastic limits plotting in hatched zone between 4 and 7 are borderline cases requ iring use of dual symbols en (I) u :~ : 'i:: : (]) Liquid and Plastic limits above "A" line with P .I. greater than 7 :~-~~~~~~~~~~~~~~----t :o : Cll 0 60 (030 )2 c.= -greater than 6 : Cc=-----between 1 and 3 0 ,0 0 ,0 x Oso £ § © ffi o 1----+------------t-g ~ ._ :;:; N a> a, Poorly graded sands ; ro ~ ...; c o u ·-OE -c~ cID ._ ro en ·-SP gravelly sands , little or no c en a, u <ii ,l::QJ> 2-(I)~ 2<ii. Not meeting all gradation requirements for SW .c a, fines en i;:::: a, o. ~ c {l en -~1-----1---,1-------------100 o.N c1----------~----------i ro c ~ en a> ro~"St" o ena> io..-u £ m " . ... a, !';?l c i:;; li'i U0,•.•!d c=irirl Pl::istir. limits ~ '5 ~ ~ g SM Silty sands, sand-silt ~~ ;,; £ £ ~ below "A" line or P .l. less Liquid and plastic limits 5 !!:: c '+= E mixtures a, ~ ;;:: en a, ..-~ ~ .c ro ~ 2 2i g ~ 0 .8 than 4 plotting between 4 and 7 Q) > Q) ·u; 0 0 N ci z C Ill .c -en ,_ :g~ en <ii -a E ~ en ·ro -~ ~ -0) (I) CD ·c c2 ·-ro u.. E '+- 0 '+-ro .c C (I) £ ~ 0 6 C (I) £ ~ 0 -~ <1> ~ 1----+------------1 ~ c J2 --1 ~ l{) 1-----------1 are borderline cases 3::oc Oen -g -~ '+= -~ -~ ~ Liquid and Plastic limits requiring use of dual ro ~ SC Clayey sands , sand-clay E ~ ~ above "A" line with P .I. symbols ~ (f) o.. mixtures a, <1> en $ ~ c3 ~ greater than 7 8 lO C Ill (/) ..c: >,- ~ (D u ro -0 Q) C ~ (I) 0) (/)~ ~ E Cf) = -0 ·5 O" 2 >, .S! -C en ..c: Ill= .Ql 0) ~ I ,_ V, 0 ML CL Inorganic silts and very fine sands, rock flour , silty or clayey fine sa nds , or clayey silts w ith sl ight plasticity Inorganic clays of low to medium plasticity, gravelly clays, sandy clays, silty clays, and lean clays OL Organic silts and organic silty clays of low plasticity MH CH OH Pt Inorganic silts , micaceous or diatomaceous fine sandy or silty soils, elastic silts Inorganic clays of high plasticity , fat clays Organic clays of medium to high plasticity , organic silts Peat and oth er high ly org a ni c soils fi O...---+----t------+-----;-~,----t-----t--~---t/-----,i / s::n1---+--t---+--l----t---t--+----t-v---r--t----1 CH / 4:::n1---t---+---+---+--+----t---1rr---i----t---1 !301--,1---1---1--+----+--,;,..l/ __ +-/--1--1----1 ·u .. / OH a1 d MH J . ~ ·~ 2 nU1----+---+---+---t---r--t---t---"'.t----""t---t----i / / CL 0 10 20 30 40 50 60 70 80 90 100 Liquid Lim it Plasticity Chart UNIFIED SOIL CLASSIFICATION SYSTEM PLATE A.2 L1 Ll LI lJ L J J Ll ! l u !J l] SOIL OR ROCK TYPES --' ---GRAVEL LEAN CLAY SILT SILTY CLAYEY HIGHLY PLASTIC CLAY CONGLOMERATE Shelby Ti.Jbe Auger Split Spoon TERMS DESCRIBING CONSISTENCY, CONDITION, AND STRUCTURE OF SOIL Fine Grained Soils (More than 50% Passing No . 200 Sieve) Descriptive Item Penetrometer Reading, (tsf) Soft 0.0 to 1.0 Firm 1.0 to 1.5 Stiff 1.5 to 3.0 Very Stiff 3.0 to 4 .5 Hard 4 .5+ Coarse Grained Soils (More than 50% Retained on No. 200 Sieve) Penetration Resistance Descriptive Item (blows/foot) n ,_ A V 11.V-,, 4 to 10 10 to 30 30 to 50 Over 50 Soil Structure \/o ru I ""C"O • -·2 ----- Loose Medium Dense Dense Very Dense Relative Density Q to 10% 20 to 40% 40 to 70% 70 to 90% 90 to 100% Rock Core Contains appreciable deposits of calcium carbonate; generally nodular Having inclined planes of weakness that are slick and glossy in appearance Composed of thin layers of varying color or texture Containing cracks, sometimes filled with fine sand or silt Cone No Pen Recovery Calcareous Slickensided Laminated Fissured lnterbedded Composed of alternate layers of different soil types, usually in approximately equal proportions TERMS DESCRIBING PHYSICAL PROPERTIES OF ROCK Hardness and Degree of Cementation Very Soft or Plastic Soft Moderately Hard Hard Can be remolded in hand; corresponds in consistency up to very stiff in soils Can be scratched with fingernail Can be scratched easily with knife ; cannot be scratched with fingernail Difficult to scratch with knife Very Hard Cannot be scratched with kn ife Poorly Cemented or Friable Easily crumbled Cemented Bound together by chemically precipitated material; Quartz, calcite, dolomite, siderite, Degree of Weathering ) Unweathered Slightly Weathered Weathered Extremely Weathered and iron oxide are common cementing materials. and iron oxide are common cementing materials. Rock in its natural state before being exposed to atmospheric agents Noted predominantly by color change with no disintegrated zones Complete color change with zones of slightly decomposed rock Complete color change with consistency, texture , and general appearance approaching soil KEY TO CLASSIFICATION AND SYMBOLS PLATEA.3 [J Ll u LI n Ll u u i l J J u u ~ l ) -, n. (.') Ol 9 )9 (') N (.') z 12 0 Q'.l u. 0 (.') 0 .J CMJ Project No. I Boring No. Project ENGINEERING INC. -36-lnch Water Main Extension 123-07-09 8-1 Trinity Boulevard at SH 360 -Fort Worth, Texas Location Water Observations See Plate A.1 Seepage at 8' during drilling, water at 16' at completion; water at 11' at Completion I Completion end of day Depth 20.0' Date 9-21-07 Surface Elevation Type NIA ATV-34, w/ 6" CFA ii:'. 0 "' 0 Ql 0 C LL .c .0 C. ~ ci N a. E E o.S 0 ~ ~u'. -o .2 & >, ro Stratum Description • -0 z 0 0 ~~~ Ql en .?;-0 Cl) -ro Cl;,,: ~ o"*-Ql " ~::; "cJ. u. Ql :5 C <+= Ql "' ~ Ul 0:: u.: C 0 ·5 OQ C ~-0 0 ·-a," :2 _.. ~~ :.::; X -Ql 0 0. C () 0 3: C • "'> r/)-::,·-r/) Ql •-C ~Cl) u E ::i w a ..2 Ql ~ "' Ql CT E m E m-o Oo "'·-C .0 coo Cl:'. 0:: CD 0.. I-0.. U) ::::L:J a: ::J 0:5 ~() ::> ..J ::> () 0.. ~- CLAYEY SAND , brown and light reddish brown, w/ 0.75 21 L--ironstone nodules 1.0 33 29 13 16 18 '--1.5 12 '--I -brown and dark brown, 3' to 8' 19 '--0 .5 22 1-5- --i L--1.5 42 35 16 19 23 L--~ '-10-1.5 17 :: -~ L--~ L-----~_A_!<!n'!' '3!-!.A_I i:, 0?.~ ~'?'!. mnrl<>r<it"I'! h<irrl tn h<>rrl L--...:-=: noo12.15· 12 --~1s- L---------L------ L-----=-= -L------00/1 .75' '-20---~---------------------------- LOG OF BORING NO. 8-1 PLATE A.4 u u ll LJ LI L1 u u u f_J LJ LJ l 1 .., a. (!) 0, 9 [:; ti, "' (!) z D'. 0 ID lL 0 (!) 0 ..J Project No. I Boring No. Project 36-l nch Wate r Main Extension 123-07-09 8-2 Trinity Boulevard at SH 360 -Fort Worth, Texas Location Water Observations S ee Plate A.1 Dry during d rilling, dry at completion Completion I Completion Depth 20.0' Date 9-21-07 Surface Elevation Type N/A ATV-34, w/ 6" C FA ii 0 (/) 0 <I> 0 .c .c C. ~ cii N a. E E o.S 0 >, <ti Stratu m D escription . -0 z 0 <I> Cl) C/) -<ti 0 ::R ~ u.. Q) o,;,,: ::R ui er: U: C 0 0 ·-ai :!2 ...; (.) 0 3: C . (/) > ::,·-w 0 .Q Q) CZ! CJ) Q) o-E \ "'·-a:: 0::: lll c.. I-c.. Cl) ::J ::J SANDY CLAY, brown and light reddish brown, w/ 2 .25 '--ironstone nodules, very stiff to hard 4 .5+ ---stiff, o· to 1' 4 .5+ --· 3 .75 --4 .5+ 93 38 SANDY SHALY CLAY, dark gray, hard ~5- I-- ~ --SANDY SHALE, dark gray, moderately hard to hard --~ -----I----p00/2 .25' --L-10--- -- ~ -------~ -----I---- ~ ---15-==-noo,1 .15• -~ --=-=-------noo,1 .15· -- ~20------------------------------· -· - LOG OF BORING NO . 8 -2 CMJ ENGINEERING INC. - cu'. ::R ~u: -o .2 & 0 ~-~~ ?;-Q) -o'#. ·u :5C ~::i Ii: Q) (/) OQ C ~ -0 ~~ '-'X -Q) 0 a. C (/)-VJ Q) ·-C ~ <n oE::, !!! E "'-0 Oo C..c coo c.. ::J 0::E ~(.) ::, ...J ::, (.) c.. 20 15 14 15 18 20 16 17 PLAT E A.5 L u l [ l tJ ll l l L l [ l I l ~ 11 ° I l l l ~ l l-o (!) ~ (,) -, a. (!) m 9 .... a J, ~ (!) z ii': 0 a, lL 0 (!) 0 __J Project No . I Boring No. Project 36-lnch Water Main Extension 123-07-09 8-3 Trinity Bo ulevard at SH 360 -Fort Worth, Texas Location Water Observations See Plate A.1 Dry duri ng drilling, dry at completion Completion I Completion Depth 20.0' Date 9-21-07 Surface Elevation Type N/A ATV-34, w/ 6" CFA u:: 0 1/) 0 Q) 0 .c .0 a. ~ Cl N a. E E o .~ 0 >. C'O • "O ~~ Q) Cl) Cl) Stratum Description -ra 0 ~ ~ u.. Q) ~ ui er: u.: C: 0 0 -<I) ~~ (.) 3: C: • 1/) > gi -~ UJ a _Q Q) ~ o-E 0:: er: mo.1-0. (/) ::J ::J -~ SILTY CLAY, light brown, w/ calcareous nodules, 1.5 1--stiff 2.0 1--~ SANDY CLAY, reddish brown , w/ ironstone 2.0 1--~: -" nodules, stiff r 0.25 CLAYEY SAND, brown 0 .25 29 26 ~5- 1---~ 1--WDf? SANDY SHAL Y CLAY, brown and light brown, w/ 4.0 ~ ~ ironstone lenses, very stiff to hard 1---4.5+ 98 48 ~,o-, 1--=~ 1-- s ~ -\. 1-- ·:s:,,®· ~1::; ~ 4 .5+ 1---~ --SANDY SHALE, dark gray, moderately hard 1---~ -- ~ ----- 1--------00/2 .75' ---'-20---~------------------------ -- LOG OF BORING NO . 8-3 CMJ ENGINEERING INC. - C: u:: ~ ~Li'. u O . 0 a, en o- .2:-Q) -C: Cl) Cl) o'cf?. :i C: c:-::j r.:: <l> en ·o 0~ c: ~u ~:t:£ :;::. X -Q) 0 a. C: 1/) Q) 1/)- :! ui u E ::i ra E ·-C: C'O "O Oo C: .0 C: 0 0 O::::::i a::: .s :ii: (.) ::i....1 ::, (.) a. 23 20 19 110 1620 13 20 6 19 34 19 29 17 16 16 PLATE A.6 l ) Note: TxDot boring logs are provided for information only, and were not obtained specifically for this project. . . . . . . , , .. , I . , h r, . . LY1 u f� , 07 lrr .;: (h .I (� . n, � t) 0 b O Q' C1 C. U ,� �' o � I , . , , � ,. . , . , I. i. X�,,, . - . 1 4? 1 � 14 , . I ! ` ^. 1 t 7 •+ I c) (y Iq Y4 u : . .. . .tj .i (. 1 ' (:) I,). , (It ' ,1 , l �, 1 . e : I ' I- (p -,.- rp 11, `' Il (, , : 1111 � - tq 7 % . " n VI Ur . .1 r / n dIU �1 1,� I� Ir '� D ° ! I 1: . 5 t r: rp i b r� . 'O 1 d I. I. I I I I r I it (..) .1 h rb U �Ir M lr • a a; It I r ('I. r 'f) 1 (h u ,� , i' I 1 . Ut I m ,,p I(. '� ,� itS� a'a,*t' t, :.1, I .�— :, 1 ) Ca i (t � O'G>6Y' S/off � 9 j rJ AW a a a % 0 __ _.� . L a ..v: , , ` C^ t —5, •—ti V Te� 1 � .. . . . �(, ^ j I I 1 7 rtl 1f. 1 ]%% . (; V ' V , 1� • 1 N r I it a ! ; 1' t -.' / J, 4� ',' .' J ' ,. u; �14 �'' ', I Di I r/11Ir1 a I I 4 f(1' , �d y f . '. M. 1 e 1 YII ) F 'il► `y 1 . y " N'' Yj Il)1 �y lu \ j;!.! �, (?) ; {l1 4, (x, ( 4 ,`'-/_.^JI►y �•K/� I II -.a �o. ;o nI I re c, m 11 a �, '�'iI, w , ' ., N ,46I , V: rf . 1• 1 I�?I'� 0 ) t r� I <) ) i! 1 11`j I ,.1 ()IZ % fr-c I , �q t4' Ij ..) I. , 4 •d''t. i' h ^ 'veil �y i t, . bra / �) h i 1'' i I. t1 11 111 H I i � '1 r r, � ! h k) . y x i (� r, I t' O a" ITt ,1", w t o C 1 Ai . • I,N� I ti' (� i10 � 'I n I n J ! 1d i ,. f.z....(,L%i.. �n 1146,7 Min /ra /u pI I t) y�• : 3 },I .., _.. _ . r . :1--e----_ VQrT. ,7rr r II I, 1. ^) L; : I (tFf w °' (;,ib too f>,,y. { i i Ii l� trn t 7a "I� h� I .. �}(1 'yt1(7 �1,+; V. ti (� b �j {a:(ry Vl a it ( p�T t1 ' R �; !�:c+` : . �,.N' 4 iI ij I !, In y 1.1 i4. IL.f I ! I,.,, a f. la�l K {, rp II! C l ! i Qi + t. ^ ` cilPI h '' k , e l .. 1!11 C, / GI I I I/ i i.l. _. _. _.. . Y. { J 1.1 , 11 f _ , , -- ' I , L - _ I .-� . _. - .. _. - . ��1 i - "!i I' L. A. 11 ,r 1 t L. 4 S'n o..0'.IvetI slut;41 - �i ,�Iir•I I I. rA:t7 1 .� R,. I I .,y.1)y1y .. 'I � �-T sz,0'= �fi 1,0f _.-_.,.. Illli ! ; ,% �`O, ,NI Iou a () " 4 y 11 Ill j I (� i e, '0, I /., : S14) /9, 75' I 1S. S0 03t `' ^ . h �I I 1. 11) t)` , O .) i �,;,,4, 7� ' 4 I. J �' 'Act). r�, I. I (, ro, 77 u�r :11,o I! j I �y. 11 t(rr) ..'. it„-.y Overp ;1 'o' . �:I I n 0 U� l �I' j M, ICI; U.�) 1,15 _—_ �. 5��_Facef0Ao /Lv, +.1 GiZSI ! , . R . ) Ill C):. _.:c j _. _ a '� t(1 .hV A V ;C1 �h' !i t), f, CJl r - - (� 1.ti ! I.0 I t ' i 1 to t I I rI � rA ! j' . Ur Ur a0 i q t, I .I . . � . w I� O p I JI , (MI ' 11 .. � N )'' 6� ti; b� is �' I`� I. r ,Ii ti U 11 I b t�. It :, 1F ) 1; rj 1 q q1 1, 0I. lb r,y r'1 / 1' � . I(i' lA ,'11 , / ; N I I, o'' Al I1. tl' r;� :. i �. o I, I I'', I I n I I C j.) j c, r, 11 j I y , • - C. Vim' 7s R . IT *3 I' I . G' . , I it /`� 1 �� ' l>t d>hl>},al�,Id4� �N ollitigl ` f I ! It (�, I . (� -- - �w� r ,a � �u;--1 i . 1; !�f I. , y Q ( w r' ¢-SC' a Orr//ccl-f,�ffc i,11 I ('Itl1 1 . . ' 11 'A d i< St ,0 - ZOB.0 L : i \`lr�I ,..:.. Iq H) ''rL.. , 1 m i3OII :. L .__. "_ , r. l ,..„ I , rA r `, O. O o I �,, I _ o. f z .r 1. r) .j � .1 . 4) . I I . . I . .� . I � I � I ) . . , I . 45'. 1: -, L " , - I I � . ,� . �. b , p' t� `i C� C � �; � . i p U, 1 - , v re `<y IIIt` I. (� j(�jl f Y i r i 1 O �! .l I �, O ft b ! .. � "� vi -41 . to . O . ( w„ ' ) IC S ,: tt, ,tj a ', %I IV IQ . 1,) jn '� r > J I� i I. O iI b 11 A III . 1, .t, 1' U � tli M '` h . I-))' t; 'i;i o • ID . hi )IJ N ' �, 11 t1i n+ � � � ti U to til . �I tTl j In a 1 . �„ 1 q i ", " 1 •1 11 �' Iti ,�,r, I (►.' Z, . e n. et fir.; �):; n 3 a p pre i', � 1' a n' A ,r;, t �T �)1 {�1 I a n It I I I ��.� t l l K I. "�1 'grJR.'\' ry 1 I. I, . . i r . TL. +q 1 ) (r l� . d r, 14 ti V( 11 p 11 >; (A !, h 11 C - 'A ) ) ,r y 11 a ,I �. I h ?,1 r ), r N l of 1 I' 1, �J !V V i C } h• f 1 , 'i. 14 ,y aC I.1r \ r, . n (i �I tl . 1� t f, V : II \ 1�R.. ID (1 ). ;i, J r!1 1 C:` 7 �' (' ) '.r, n,' M tl � r a Ybbl. ), r((� �% ,I In r •) 1 R r4 n h i. "ti P. . '�) �1 1 . j rl 1 w ,' V Tj <' + . n t r, •I ., �j �' I G 'U , ' /1 'U .. It! r �'� tr .'V � ., , , . .. r '� t t) ' s' W k) v ! ( .. �~ I _ v I I .I ♦\ l..Ol'J t: r� lr'.:�..�. �,y���,"1 �'.I 'K�!'7 M� a'�)TJT��V. e �fi�/'r,.�� ....'/rgS7•.. ... .J Ffc y, �',Z,�..W�':;`E t �J h. `.. 0> , aBsC1^;OfrCnS !6. �.. ,;,1, 6,. ,4 r� c e �St T 1 �t8r, 5 ..i _ . . . I ), �' - "'l A, �.0 f.__.6.e�) I...JLI �t.:.rl_�_ `1''',J G' .I_.-.�r `-�,' . �.�i � :t... -- 17 .. 1j*YOC �. N�, .Y� ',, ' i1 v, ( rCs d GJole t5® Qr2in _ : rouo S S'ofle roo a Ga o •j . ` L. iCIO F7.�.57. r.tO,�r7T It I.- :r _ N _ - i c 1 CC _ Zi . .. ^� r1 5!i F ry s9� A.� - _ _. - C4pncre rim if! jOC i`- , J040(e2±� SrJ. ?V[ j ii U f11; i JD9 +9' a 1, a :� �o�c,n_c �teE o CA LF .SFa, Oro 9tlow 00 T L, �.c 1 of ° li 1 sPgN >.D„ `v ;.. raQh _ } %F4C3 v!. - .S.�b '--� "I i 1vYC'rs o 3c')� _ r� ` - R I — -1 I IF } o i , t, CS SPAN ..t»t '' ; �� } i_- ii i ' Trnr¢y ._8lrc� 5:�: /3r50.01 t_ ✓ # `� � o- , t • _ " Ered< L.ne O = 1 p_ - 3 ; t rid c �� _ 2ac�r�' _rya '0 £SJ+!3E0 it , s H Eno' _B 4 0 i i 8 en ' Q . , .�, I,'O j 00 ^ S �2 1 f'e St, '.2=00 j ZOc?` B c�D �L 3' 10,!ic'% Elie cGa,` �? y,? 200? O,JO :� ^._.D✓ 10.00 IODu .�L:DO' _ .i rr S - .m ` _ 4.c. a-c .-� E r.' tie .. �y coo 00 r¢r G r IN $c2 Cr`TJ 1 - CUK op If I - - . _ _. --. - �' J__G3.:'✓`r%^GSfr��SSL.c' .`.O^CrEi'� �G1!T. SII2- 4-= ? - EE• ✓ -Ec - -- --- —' - .. _ _ Sta. Jl0 +J2.00 PC i ss _ - End jj i {'- P�ymen t o"i'1 �.'b - L -- - , Fir500 L. --- --- Exp -` r r 1 -as-i-8 -rsz9r C:?y `,�.. I" 033C�s"D'-+ss�-cI Imp way l v. �onc•�c c 2 a s C. 1 �tj E,Y1sTrn9�` .. �� 10-1.1P11 x53 Stet/ wi E.�abe Eyround LrnC Qi� :I 1Q,%iny. a� 4:0� 410-0rILL I y r � - ., - - _ - A E DEPAR °'F**J of gifRh,� i ,. , _ �T• T _ 1 r. ��t�6=:7'�?�i .a.uo-PVBt/C rCA.Y �Q7'Ar14O1 �\ 1� . .4470 A Y. p 11. T i 1 $ands GIO _gyp G4/6°--GC1'6' .5J3?a-SO. _,.. 53nd �.. ae - a -�/��., Ja' S01 "2+ 30.E-(Y J1 V' .'. �_ TRIti/ITY .6 L VD ta - TES'LIZ" 4010L E 44 •01. - 3D. Z -u0fd �O Z 11�SAZla - - . 50. , 60... ...- 5D 5 SOI3 A /o7O � 5TA .1 �. T L - �f' < : Q50.ILI L. 2 8.27TG' O l77a1 _ . ,ti _ z - Fc, ; �a7 zlizlT9 2 : d22AV; i o v��l 4 -- -- _ - — -- 0*DO end 0 6 +`5 � .. . .. _ t .v' Y a �.. .. _ 1...tL It I ILL - i_ r hkl � 1 11 � i 1� � .._��,u'' :1 ._ .: ,(fj, � ,ri `U 4, II ,, $� 6v;1•'.ii ,` `� <;�' k, �'.. ,,i+ trJ' ,• N Iq l�' C1 y) ll. Cj fro .w ,�. �Ib tj ,� U):� ;�, I i. I ' I`' ..•._..,_..'- +arr•"_.._. 4� t')Ct l)f,� .,,•, � �J h �. �c� U1� �'r I �. , t 11�) �,Pr;� � �,',•I II`�'II ( I � .. ' �'II �•'S� m�� '4 � h I �• N I�' �' • 0, ,.l' �.1� 4 bl 'ttl .. `I ,II I r' _ N �,}...., f, , :. 11. 111 I,, `. I�I _ ' 1 ' � � � P I � �ii 1'I - c, { � •.r , , C,� r I \, I z � e JI I ' - J C. _ � Cie, 4 .....t Ili !.). Vf-1,l. i 'I• ; I `' �' � � U top ,IJ � / :I:i •J. .r, c. ". I. t I n, 0^` " ;, • i 1;� i r � � � W. Ili.• as I� .I' I ll� h ^. � 't .}.�jf �,� a, a 4 I v `i ,• I `� r. U114) l r lV r it ., a apse 1* y I , I 1 tl1 P I r / b IIU �� �•' C) III I L If) lo ,r>till �:_•b �t ,r� t . >) 1r) ` iy pp7 .., W li 9r.'l. C,✓�' tii �/1 II1. If)(� M, v ,� �. `n r ,y 1 F,r66': 0,, Re _1* /1Y. c�, i V u)i ,' I I �. 4. ; � � 4 /�C...7, , � - j '� _'!/��!�e� ' )` 1 i I I o l4� O �. � l' I'•' � �vl st �. NI 19 flu 1'_- " O I ICI i `jSGg :pcy, (NWos S/ rJ �L ! I Q''' Z fOSS/ SG E/ of f Sf�0,YS P'il,/r0 IZ _.. . _ IV(6 1cL V) -s M . 1 . �i� (!A, U; I , (v! sN • I • `I, r r I. 4 it 5is y nA + 1 ,Jz In, trl 4 t ,� r. ,C I r II h!. its kw v, J a �„y j .. ,4 ::. UlO � 1n w� � _ i n,l,. � •i ` '' W V) `� I �.i Il��.'l. M.V�1 �"'ll.��.�!'��� •'•. ?�'�"•4k• �l ,; �Y �!(�.. ' �.. If ill I _ ! .r) UMOO , n C I 9Q ®...,{I . a o If) a W fir, *� �? 1 •� � 0 I, ..+/��an� e��;vS r L rd I it �ONJ 1 I �. tv D N �) I ii r� III V)'t' I zi la v, q Y I I I II i 31 feYS pOl/,1-10 0 H.OF ^ ri I i t�,If ,,. i i 00 ; `.\ 7 c�tl'-^'-� i W b'C V'W I� III 'l L�J1" p V V I e, Qj ulga _ # i fit Iry V I' NJ � II Cl j 'I ea I', t q', � � ti'. P) i Z ry'• 1 � IL I III n �� I', \ R � ✓ . � V ' 1. j � IY) Q: ✓1 41 1 C O. q 1 to tY ! I I .,IIIl I 9 ;r . Ali r. k V; ' ..; q ,1 a, v ' .. rllllll i(1;. gf�Hl1 �Ii`[ri � � i 1� I, y — u r) t' l� r :1 /00 , . • w.....�„ 1 ! � �� .I , Ili, .,.._.. �. -�, , .,'.. ��� .'o"l:.;o .101�Y n . + ,�, I I � c 'L 1 I • I -r �—� ,n 1I�_-A . ..,�, 4 � � I .t� `/ �f) - - Ify'��•1 IAl il',"1. It rF l.. 4-''T+i�.Y-,5...1.. 111' O.1 - tld O II 'f . ,, ; .I ,n . # '• t)1 f' ' + �.: ,,1) � ;I)('r• ;� \, !,�':. tUi r • n,' ni n n IL If OQ, /�Y, �Iw�G,00 1j1 Cl �', I, :e• �C�(/nl ,. v' L• , it