Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Contract 40068
Cl1Y SECRETARY v7 SPECIFICATIONS AND CONTRACT DOCUMENTS CITY SECRETARY CONTRACT NQ,,-~......a......i..-1 FOR o.o.E. FILE THE CONSTRUCTION OF CONTRACTOR'S BONDING CO. CTlON'S ~ T Southwest Parkway Water & Sanitary Sewer " CONSTRU Main Relocations, CLIENT DEPARTMENT Part 13: 24-inch Water Main at Dirks/Altamesa City Project No. 00204 DOE No. 6033 Water Project No. P265-603170020487 Michael J . Moncrief Mayor S . Frank Crumb, P.E. Dale A . Fisseler, P.E. City Manager Director, Water Department William Verkest, P .E . Director, Transportation and Public Works Departme; (} -J-;:-, fi.f;_ Prepared for ~.~~.'-_ The City of Fort Worth I•~,.· * '*\" Water Department f.!r. ..... , ......... t..~ 2009 \;\.~~~i;j. •tt'?A-~~I ~ # -~ Kimley-Horn ,~,;~NA\. t~i~~h-\\'ti."'~,~o~ I 1. o? -and Associates, Inc . 1' TX Firm Registration No. F-928 KHA No. 061018028 M&CReview Page I of2 . ·, .c Official !llte of the City of Fort Worth, Texas CITY COUNCIL AGENDA DATE: CODE: 12/15/2009 C COUNCIL ACTION: Approved on 12/15/2009 REFERENCE NO.: **C-23987 TYPE: CONSENT LOG NAME: PUBLIC HEARING: FoRTWORTH ~ 60SH121TP13-MCO NO SUBJECT: Authorize a Contract in the Amount of $863,370.00 with M-Co Construction , Inc., for Water Main Relocations for State Highway 121T, Part 13, at Dirks Road/Alta Mesa Boulevard RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute a contract in the amount of $863,370 .00 with M-Co Construction , Inc., for Water Main Relocations for State Highway 121T, Part 13, at Dirks Road/Alta Mesa Boulevard. DISCUSSION: On April 5 , 2005 , (M&C C-20632) the City Council authorized the City Manager to execute an Engineering Agreement with Kimley-Hom and Associates , Inc., for Water Main Relocations for State Highway 121T, Part 2, from Hulen Street to Alta Mesa Boulevard (Project 00204). The State Highway 121T, Part 2 , design contract provided plans and specifications for the following construction projects: • State Highway 121T, Part 1 (Complete); • State Highway 121T, Part 2 (Complete); • State Highway 121T, Parts 1A, 5 and 7A (Complete); • State Highway 121T, Part 13A, Harris Parkway (Complete); • State Highway 121T, Parts 78, 11 and 19 (Complete); • State Highway 121T, Part 3 (Complete); • State Highway 121T, Parts 8, 10 and 12 (Complete); • State Highway 121T, Part 21 (Under Construction); and • State Highway 121T, Part 13 (Proposed via this M&C). This project, Part 13, will allow for the relocation of the existing 24 inch water main on Dirks Road/Alta Mesa Boulevard, that is in conflict with the proposed State Highway 121T. The project was advertised for bid on October 15, 2009, and October 22, 2009, in the Fort Worth Star-Telegram . On November 5, 2009, the following b ids were received: Bidder Amount Time of Completion M-Co Construction, Inc. $863,370.00 150 Calendar Days Conatser Construction TX, LP $885 ,005 .00 North Texas Contracting $898 ,812 .00 Jackson Construction, Ltd . $905 , 198 .00 William J . Schultz, $953 ,844 .50 d/b/a Circle "C" Construction Company S .J . Lou is Construction of TX, Ltd $990 ,824 .35 http ://apps.cfwnet.org/council _packet/mc_review.asp ?ID=l2778&councildate=l2/l 5/2009 3/12/2010 M&CReview Tri Dal Utilities, Ltd . John Burns Construction Company of Texas, Inc. $1,243 ,517 .00 $1,548 ,644.00 Page 2 of2 In addition to the contract amount $12,000.00 is required for project management and inspection and $26,000.00 is provided for project contingencies. M-Co Construction, Inc., is in compliance with the City's M/WBE Ordinance by committing to 12 percent M/WBE participation. The City's goal on this project is 11 percent. The project is located in COUNCIL DISTRICT 3. 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 . TO Fund/Account/Centers Submitted for City Manager's Office by: Originating Department Head: Additional Information Contact: ATTACHMENTS 60SH121TP13-MCO MAP.pdf FROM Fund/Account/Centers P265 541200 603170020487 $863 ,370.00 Fernando Costa (6122) S . Frank Crumb (8207) Liam Conlon (6824) http ://apps .cfwnet.org/council_packet/mc_review .asp?ID=l2778&councildate=l2/15/2009 3/12/2010 ADDENDUM NO. 1 CITY OF FORT WORTH WATER DEPARTMENT SH 121 T Southwest Parkway Water & Sanitary Sewer Main Relocations, Part 13: 24-inch Water Main at Dirks/Altamesa City Project No. 00204, DOE No. 6033 Water Project No. P265-603170020487 Addendum No. 1. Issue Date: November 2, 2009 Bid Receipt Date: November 5, 2009 This addendum forms part of the contract documents referenced above and modifies the original Contract Documents. Acknowledge receipt of this addendum by signing and attaching it to the Contract Documents (inside). Note receipt of the Addendum in the Bid Proposal and on the outer envelope of your bid . SPECIFICATIONS Part B -PROPOSAL • Replace the existing Proposal Section (Pages B-1 to B-12) with the attached revised proposal: "PROPOSAL -ADDENDUM NO. 1" (Pages B-1 R to B-12R) Part DA -ADDITIONAL SPECIAL CONDITIONS • Replace existing item DA-56 -SHOP ORA WINGS with Attached item DA-56 . • Replace existing item DA-119 -DUCTILE IRON PIPE with Attached item DA-119 . • Replace existing item DA-125 -PIPELINES CROSSING HIGHWAYS, STREETS AND RAILROADS BY BORING, TUNNELING OR OPEN CUT with Attached item DA-125. CONSTRUCTION DETAILS Water Line Details • Replace existing detail WTR-002/18 -GATE VALVE AND BOX with Attached detail WTR- 002M . Replace existing detail 5/19-VAULT DETAIL FOR 16 " AND LARGER GA TE VALVES with Attached detail WTR-OOSM . Replace existing detail 8/20 -HORIZONTAL BLOCKING with Attached detail WTR-008A. Add the attached VERTICAL BLOCKING TABLE l to the Water Line Details . Add the attached detail WTR-017M -CASING to the Water Line Details . Replace existing detail 19/21 -TUNNELING AND BORING with Attached detail WTR-11 IA. Replace existing detail WTR-029 -EMBEDMENT AND BACKFILL with Attached detail WTR- 029M . Pavement Repair Details • Replace existing detail STR-028 -PERMANENT ASPHALT PAVEMENT TRENCH REPAIR with Attached detail STR-028M. • Replace existing detail STR-031 -REINFORCED CONCRETE PAVEMENT TRENCH REPAIR with Attached detail STR-031 M . All other provisions of the contract documents, plans and specifications shall remain unchanged. 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. ADDENDUM NO. 1 ADDENDUM NO. 1 RECEIPT ACKNOWLEDGED: By~ Company:To ~tC> C~ci\~ Water Department S. Frank Crumb, P.E. Director By: ~aj Tony Sholola, P.E . Engineering Manager Water Department ADDENDUM NO. 1 PART DA -ADDITIONAL SPECIAL CONDITIONS DA-56 SHOP DRAWINGS 1. Submit seven (7) copies of shop drawings , layouts , manufacturer's data and material schedules as may be requ ired 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 des ign 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 dev iation from the plans and specifications unless such deviations are specifically identified by the method described below , and further shall not rel ieve the Contractor of responsibil ity 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 h is understanding by indicating which equipment and materials he inten ~js to furn ish and install , and by detailing the fabr ication 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 constrict ion , coordination of his work with that of other trades and satisfactory performance his work . The Contractor shall check and verify all measurements and rev iew submittals prior to being submitted, and sign or initial a statement included with the submittal , which signifies compliance with plans and specifications and dimens ions suitable for the applicat ion . Any dev iation 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 : • Ductile iron pipe , concrete pipe , or steel pipe • Concrete pipe fittings (If applicable) • Cas ing Pipe • Resilient Seat Gate Valves , Fire Hydrants, and other appurtenances • Meter Vault Components • 6-inch blow off valve Additional shop drawing requirements are described in some of the material specificat ions . 3. Address for Submittals -The subm ittals shall be addressed to the Project Manager: Liam Conlon City of Fort Worth Water Department 1000 Throckmorton Fort Worth , TX 76102 PART DA -ADDITIONAL SPECIAL CONDITIONS DA-119 DUCTILE IRON PIPE A. GENERAL 1. SCOPE OF WORK Furnish all labor, material, tools , equipment and incidentals required and install buried ductile iron pipe and fittings complete as shown on the Drawings and as specified herein . 2 . QUALITY ASSURANCE a. Manufacturer: Finished pipe shall be the product of one (1) manufacturer. Pipe manufacturing operations (pipe , fittings , lining , coating) shall be performed at one (1) location . b. Reference Standards : 1) ANSI/AWWA C104/A21.4 -American National Standard for cement -Mortar Lining for Ductile-Iron Pipe and Fittings for water. 2) ANSI/AWWA C105/A21.5 -American National Standard for Polyethylene Encasement. 3) ANSI/AWWA C110/A21.10 -American National Standard for Ductile Iron and Grey Iron Fittings , 3-inch through 48 inches for water and other liquids . 4) ANSI/AWWA C111/A21.11 -American Nat ional Standard for Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and Fittings . 5) ANSI/AWWA C115/A21 .15,7 American National Standard for Flanged Ductile-Iron Pipe with Ductile-Iron or Gray-Iron Threaded Flanges . 6) ANSI/AWWA C150/A21 .50 ,8 American National Standard for the Thickness Design of Ductile-Iron Pipe . 7) ANSI/AWWA C151/A21 .51 ,9 American National Standard for the Ductile-Iron Pipe , Centrifugally Cast , for Water or Other Liquids . 8) ANSI/AWWA C153/A21.53, "Ductile-Iron Compact Fittings For Water Service" 9) ANSI/AWWA C600 , 11 Installation of Ductile-Iron Water Mains and Their Appurtenances. 10) AWWA M-41 Ductile-Iron Pipe and Fittings . 3. SUBMITTAL$ PART DA -ADDITIONAL SPECIAL CONDITIONS Submittals shall be in accordance with the Special Specifications and shall include the following: a. Prior to the fabrication of the pipe , submit Record Data of fabrication and laying drawings to the Owner for review of general conformance to contract documents . Record Data shall include a complete description of the pipe offered, including cuts , tabulated layout, design calculations , thrust calculations , and pertinent design data . Record Data shall incorporate any changes necessary to avoid conflicts with existing utilities and structures . The laying schedule shall show pipe class , class coding, station limits and transition stations for various pipe classes . Details for the design and fabrication of all fittings and specials and provisions for thrust shall be included . Submittal shall be sealed by a Licensed Professional Engineer in the State of Texas . b. Submittal for painting exterior pipe to include recommendation for preparation, application and storage . c . Prior to delivery of the pipe to the project site, the manufacturer shall furnish an affidavit certifying that all pipe , fittings , and specials, and other products and materials furnished, comply with this specification . If requested by the OWNER , the manufacturer shall submit certified reports of all testing . 4 . DELIVERY AND STORAGE a . Delivery and Storage shall be in accordance with ANSI/AWWA C600 and AWWA M41. B. PRODUCTS 1. DUCTILE IRON PIPE : a . Pipe shall be in accordance with NCTCOG 2.12.8 , AWWA C 110, AWWA C111, AWWA C115 , AWWA C150, and AWWA C151 . All pipe shall meet the requirements of NSF 61 . b. Flexible Restrained Push on Joints (FRPJ) shall be U.S. Pipe -TR-Flex , American -Flex-Ring , or approved equal. c . All pipes shall be cement mortar coated in accordance with ANSI/AWWA C104 . d. All buried pipe shall be polyethylene encased in accordance with AWWA C105 . e . As a minimum standard, the following pressure classes shall apply: Diameter Pipe (inch) 3" through 12" Min . Pressure Class (PSI) 350 psi PART DA -ADDITIONAL SPECIAL CONDITIONS 14 " -20 " 24 " 30 " -64" 250 psi 200 psi 150 psi f. Engineer shall verify that pressure class specified meets the minimum design requirements contained within these provisions . When requested , pipe design calculations shall be subm itted to the City . Ductile iron pipe shall be designed in accordance with the latest revision of ANSI/AWWA C150/A21 .50 for a minimum 150 psi (or project requirements , whichever is greater) rated working pressure plus a 100 psi surge allowance ; a 2 to 1 factor of safety on the sum of the working pressure plus surge pressure ; Type 4 laying condition , and a minimum depth of cover of 12 feet. Type 4 laying conditions are as defined in ANSI/AWWA C150/A21 .50 . g . Mechanical thrust restraint may be done only for make-up pieces where push on joints are not applicable . Retainer glands shall be Series 1100 Megalugs by EBAA Iron for ductile iron pipe mechanical joints , Series 2000PV Mechanical Joint Restraint Glands by EBAA Iron for PVC pipe mechanical joints , and Series 1500 Ductile Iron Retainers for PVC pipe push-on joints . h . 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/AWWA C151/A21 . i. Pipe markings shall meet the minimum requirements of ANSI/AWWA C151/A21 , latest revis ion . Minimum pipe markings shall be as follows : 1) "DI" or "DUCTILE " shall be cast or metal stamped on each pipe 2) Weight, pressure class , and nominal thickness of each pipe 3) Year and country pipe was cast 4) Manufacturer's mark j . 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% 2 . DUCTILE IRON PIPE JOINTS : a. General -Comply with ANSI/AWWA C111/A21 .11 , latest rev ision . 1) Push -On Jo ints 2) Mechanical Joints 3) Restrained Joints 4) Flanged Joints-AWWA C115/A21 .15, ANSI 816 .1, Class 125 PART DA -ADDITIONAL SPECIAL CONDITIONS b . All rubber joint gaskets utilized on ductile-iron pipe shall be in conformance with ANSI/AWWA C111/A21 .11 , 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\NWA C111/A21 .11, ANSI/AWWA C115/A21 .15 , and ASTM A307 , "Standard Specification for Carbon Steel Bolts and Nuts ." For mechanical joints , bolts and nuts shall be coated w ith a ceramic-filled , baked on fluorocarbon resin . Coated bolts and nuts shall be prepared "near white " or "white " when coated to manufacturer's recommended thickness by a certified appl icator. Coating shall be of Xylan® 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 . 3. DUCTILE IRON PIPE COATINGS : a. All ductile iron pipe shall have an asphaltic coating , minimum of 1 m il thick , on the pipe exterior, unless otherwise specified . b . Pipes shall have an interior cement mortar lining applied in accordance with ANSI/A\NWA C104/A21 .04 , or latest revision. c . Pipe and fittings exposed to view in the fin ished work shall not receive the standard asphaltic coat on the outside surfaces , but shall be shop-coated with rust inhibitive primer. Primer 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 conform ing to AWWA C105/A21 .5. Polyethylene film must be marked as follows : 1) Manufacturer's name or trademark 2) Year of manufacturer 3) ANSI/AWWA 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 e. For gravity sewer applications , all ductile iron pipe shall have an approved corrosion resistant coat ing applied to the interior. Interior coat ing shall be pre-approved by Fort Worth Water Department Standard Product PART DA -ADDITIONAL SPECIAL CONDITIONS Committee for application in wastewater environment. Coating shall be Protecto 401 or approved equal. 4 . DUCTILE IRON PIPE FITIINGS: a. Joints : Fittings shall have flanged , mechanica l, restrained , push-on joints or any combination of these . Joints must be manufactured in accordance w ith the above referenced standards . Unless specified otherwise on the plans or in the project specifications , fittings will be provided for installation as follows : b. Pressure Rating: Unless specified otherwise, the rated working pressures for fittings are as follows : Ductile Iron Compact Fittings (AWWA C153/A21 .53) Nominal Size (in) 3"-24" 30 " -48" 54 " -64 " Pressure Rat ing (PSI} 350 PSI 250 PSI 250 PSI Ductile-Iron Full Body Fittings (AWWA C110/A21 .10) Nominal Size (in) 3" -24" 30 " -48 " Pressure Rating (PSI) 350 PSI 250 PSI c. Dimensions and Thickness : Fittings and joints shall conform to the thickness and dimensions shown in the various standards referenced under Section 1.02 .B. d . Flange : Unless specified otherwise , the bo lt circle and the bolt-holes shall match those of ANSI B16 .1 Class 125. All screwed-on flanges shall be ductile iron . Field fabrication of f langes shall be prohibited , unless approved otherwise . e . Gland : Glands shall be manufactured of ductile iron conform ing 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/AWWA C111/A21 .11 and ASTM A307 , "Standard Specification for Carbon Steel Bolts and Nuts". For mechan ical 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 manufacturer's recommended th ickness by a certified applicator. Coating shall be Xylan®, as manufactured by Whitford Corporation , or approved equal. Coating shall conform to the PART DA -ADDITIONAL SPECIAL CONDITIONS performance requ irements of ASTM B117 , "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/AWWA C116/A21 .16 , shall have a min imum dry film thickness of 4 mils , and be certified in accordance with ANSI/NSF 61 . i. Interior Lin ing : All ductile iron fittings are to be furnished with a cement- mortar lining of standard thickness as defined in referenced ANSI/AWWA C104/A21.4 and given a seal coat of asphaltic material , unless otherwise specified. Fusion bonded interior coatings shall comply with ANSI/AWWA C116/A21 .16 , shall have a minimum dry film th ickness of 4 mils , and be certified in accordance with ANSI/NSF 61 . j . 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 - lam inated (HDCL) polyethylene encasement conforming to AWWA C105/A21 .5. Polyethylene film must be marked as follows : 1) Manufacturer's name or trademark 2) Year of manufacturer 3) ANSI/AWWA C105/A21 .5 4) Minimum film thickness and material type 5) Appl icable range of nominal diameter size(s). 6) Warning -Corrosion Protection -Repair Any Damage k. Marking : Fitting mark ing shall meet the requirements of ANSI/AWWA C110/A21 .10 or ANSI/AWWA C153/A21 .53 shall have distinctively cast on them the following information : 1) C-153 or C-110 , depending on which type of fitting provided . 2) Pressure Rating 3) Nominal diameter of openings 4) Manufacturer's ident ification 5) Country where cast 6) Number of degrees or fraction of the circle on all bends 7) Letters "DI " or "DUCTILE " cast on them . PART DA -ADDITIONAL SPECIAL CONDITIONS C. EXECUTION 1. GENERAL: a. Install, pipe , fittings , and appurtenances as special in accordance with AWWA M41 and AWWA C600 . b . All pipe shall be mechanically restrained at fittings and within the calculated restraint areas , or as shown on the drawings . c . Polyethylene encasement shall be installed in accordance with AWWA C 105 and AWWA M41 , Method A or B. Method C will not be allowed . d. Where indicated, paint shall be applied per manufacturer's recommendations . e. Ductile iron pipe shall be manufactured in accordance with the latest revision of ANSI/AWWA C151/A21 .51. Each pipe shall be subjected to a hydrostatic test of not less than 500 psi for a . duration of at least 10 seconds . f . The manufacturer shall take adequate measures during pipe production to assure compliance with ANSI/AWWA C151/A21 .51 by performing quality-control tests and maintaining results to those tests as outlined in section 5, "Verification " of that standard . g . 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. h. The Contractor shall , upon request by City, furnish manufacturer's certified test reports that indicate that each run of pipe furnished has met specifications, that all inspections have been made , and that all tests have been performed in accordance with ANSI/AWWA C151/A21 .51 . i. 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. PART DA -ADDITIONAL SPECIAL CONDITIONS DA-125 PIPELINES CROSSING HIGHWAYS, STREETS AND RAILROADS BY BORING, TUNNELING OR OPEN CUT A. GENERAL 1. WORK INCLUDED 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. 2. QUALITY ASSURANCE a. DESIGN CRITERIA 1) TUNNEL LINER PLATE [Not Used] 2) CASING INSULATORS Casing insulators shall be designed by the Manufacturer to adequately support anti electrically isolate the carrier pipe within the casing pipe under all conditions . Number and location of spacing insulators 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 , or clearances from other underground utilities or structures . Any additional cost caused by this variation shall be the responsibility of the Contractor. 3. SU BM ITT ALS Submittals shall include : a Installer's Qualifications b Shop drawings of the tunnel liner plate and fasteners from the tunnel liner plate manufacturer. Shop drawings shall include calculations for the 4 . PART DA -ADDITIONAL SPECIAL CONDITIONS design of the tunnel liner plate sealed by a Licensed Engineer in the State of Texas. Shop drawings are for record purposes only and will not be reviewed or approved by the Engineer. STANDARDS AWWA C-206 AWWAC-210 AASHTO M-190 AASHTO ASTM A-36 ASTM A-123 ASTM A-135 ASTM A-139 ASTM A-153 ASTM A-307 ASTM A-449 ASTM A-569 ASTM A-570 ASTM C-76 ASTM D-4254 "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 F'ipe Arches" Standard Specifications for Highway Bridges , 1989. "Structural Steel" "Zinc (Hot Dipped Galvanized) Coatings on Iron and Steel 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 Dens ity" 5. DELIVERY AND STORAGE a . The Contractor shall store tunnel liner plate in accordance with manufacturer's recommendations . Any liner plate that appears to have been damaged in the opinion of the Owner's representative shall be removed from the project and replaced with a new piece . 6. 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 PART DA -ADDITIONAL SPECIAL CONDITIONS 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 times , 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 construct ion so as to avoid damage to the existing pipe lines or telephone cables . Verification of location of existing utilities shall be the complete responsibility of the Contractor . 7 . OPTIONS a. CASING MATERIAL: Unless specified otherwise, the Contractor may use steel pipe or tunnel liner plate where bore and/or tunnel as 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 jacking or 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 . 8 . GUARANTEES [Not Used] B. PRODUCTS 1. MATERIALS PART DA -ADDITIONAL SPECIAL CONDITIONS a. STEEL PIPE : Steel casing pipe shall have a minimum yield strength of 35 ,000 psi. Casing shall meet ASTM A36 , ASTM A570, ASTM A 135 , ASTM A 139 , or approved equal. Pipe shall be coated and lined in accordance with AWi/i/A C210 or approved equal. Pipe joints shall be welded in accordance with AWi/i/A C206 . 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 : casing Diameter Wall Th1cKness 42" 0 .50 " b. TUNNEL LINER PLATES: [Not Used] 2. 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 ma intain 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 pre- formed foam . The cellular grout shall have the following characteristics : 1) Min imum 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 3. FABRICATIONS [Not Used] 4 . MANUFACTURED PRODUCTS a . TUNNEL LINER: [Not Used] b . CASING INSULATORS : Casing Insulators shall be used for this project. In lieu of casing insulators , steel rails and rollers may be considered as an PART DA -ADDITIONAL SPECIAL CONDITIONS acceptable substitute. However, the Contractor must submit a design for the rail and roller installation as well as documentation to justify the substitution as an acceptable installation , in lieu of casing insulators . Use casing insulators for any type of carrier pipe. Insulators shall consist of pre-manufactured stainless steel bands with plastic lining and plastic runners . Insulators shall fit snug over the carrier pipe and position the carrier pipe approximately in the center of the casing pipe , to provide adequate clearance between the 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 polyurethane coated steel pipe may have thickened outside mortar bands in lieu of casing insulators . Mortar bands shall properly position the pipe within the casing or tunnel liner. C. EXECUTION 1. PREPARATION [Not Used] 2. GENERAL CONSTRUCTION PROCEDURES a. EXCAVATION AND BACKFILL OF ACCESS PITS 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 . PART DA -ADDITIONAL SPECIAL CONDITIONS 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 th is purpose . If guide rails are used, install pipe and hold down jacks after installation of carrier pipe. 3) After installation of the carrier pipe , mortar inside and outside of the joints as applicable. Verify electrical discontinuity 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 , 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 . 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 fitt i ngs for the casing pipe or tunnel liner plate 48" in diameter or larger. Grout fittings shall be 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 crossings where grout fittings are not used . Seal the low end and pressure grout until grout is extruded from the opposite end . 3. CROSSINGS INSTALLED BY BORING PART DA -ADDITIONAL SPECIAL CONDITIONS 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 soil formations , a gel-forming colloidal drilling fluid cons isting 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 so il 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 casing pipe is inserted simultaneously with the boring operation . 4 . 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 pi pe . Provide a clearance of 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 PART DA -ADDITIONAL SPECIAL CONDITIONS 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 c;;utting 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 . 5. CROSSINGS INSTALLED WITH TUNNEL LINER PLATE [Not Used] 6 . CROSSINGS WITH CASING INSTALLED BY OPEN CUT a . 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 the construction plans . All other requirements shall be as specified herein. NOTE: PAVEMENT OR OTHER SURFACE MATERIAL DETAIL PERTAINS TO ALL GATE VALVE SIZES 4" THRU 12" OR LARGER, AS DIRECTED. NO TE: r =, I I _.L-...1.. ~-r,-..:i,,. I I I I I I I I I I I I I I I I I I CONCRETE COLLAR PER DETAIL WTR-004 I '-----41f------IF VALVE OPERATING : NUT IS MORE THAN 3' BELOW PAVEMENT SURF ACE , PROVIDE EXT EN SION STE M TO 1' BELOW PAVE ME NT SUR FACE . (SEE DETAIL WTR -003) n---MCKINLEY IRON AND STEEL CO., NO . YB5 THREE PIECE VALVE BOX OR APPROVED EQUAL. i-----GATE VAL VE TORQUE BOLTS PRIOR TO BACKFILL El -10 MATERIAL E2-10 CONSTRUCTION ALL GATE VALVES SHALL B E RESILI ENT SEAT CITY OF FORT WORTH, TEXAS GATE VALVE AND BOX DATE : FEB . 2009 WTR-002M NOTE: GATE DIMENSION TABLE ALL GATE VALVES SHALL BE RESILIENT SEAT VALVE SIZE A B C 0 [ F C w Cl. ii LL 0 Cl. 0 t:, A I . . . . . . . 5· (MIN .) ~ -H-* L_:.,. ~-~:~.~\ ~r E1-14 MATERIAL E2 -14 CONSTRUCTI ON FORT WORTH ~ ___ ., .. 16" 4'1)S" 48" 12· 10· 24" 12· 16 " 18" 51%" 48" 12· 12· 24" 12· 18" 20· 55%• 54• 12" 12· 24" 16" 20· 24" &4'lf." 60" 18" 14• 30• ,a· 24" 30• aol6 · 66" 18" ,a· 30• 20· 30" 36" eoll,· 72• 18" 18" 35• 24 " ~s· 42" 107%· 78" 24• 2(f 36" :io· 42" 48" 12,~· 90• 24" 26" 42" J6" 4!!" 54• 14:z)S" 102" 24" 32" 46" 40• 54• DIMENSIONS AR[ BASED ON AJ.IERICAN DARLING VAL V[ AND ~~t-c1~ ~~~~~;0v!:\~~~2AR~\:~% CAT,.LOG NO. 10, PAG£S 20 AND 22 54• GATE VALVE DIMENSIONS ARE BASl:D ON ORA\l,ING NO. 92-12158, OATEO 12-13-70. CONCRETE TOP VIEW, LESS MANHOLE COVER AND RIM INSTALLATlON NOTES : ~4,,....'-"=-~~,c::o,.-NO . 6 BARS, ...a..:.:.-'--',.c....;:...~~.:..,__.c...:..a...~:1;.,..:;..L...1~,;.:,.:~~ 6" C-C (TYP) 1. 32" FORT WORTH STANDARD HINGED LID WITH THE WORD "WATER" CAST IN 2-INCH LETTERS PER SAN-D09 AND WTR -012. USE BILCO 3D"x30" TYPE HLC ACCESS HATCH IN HIGH TRAFFlC AREAS . SECTION A -A BYPASS OPTIONAL-NOT REQUIRED FOR RESILIENT WEDGE VALVES GRANULAR EMBEDMENT (TO TOP OF PIPE) NO. 4 BARS, 12" C-C BOTH WAYS IN 2500# CONCRETE * 2" COVER (TYP.) CITY OF FORT WORTH , T EXAS VAULT DETAIL (TYP) A 2. VALVE VAULT SID E WALLS SHALL BE PRECAST REINFORCED CONCRETE PIPE OF TH E TONGUE AND GROOVE DESIGN, MEETING THE REQUIREMENTS OF A.S .T.M. C-76, CLASS 111, OR EQUAL, USING RAM-NEK PLASTIC SEAL, OR POURED-IN-PLACE 2500# REINFORCED CONCRETE WITH 8" WALLS. CONCRETE WALLS SHALL BE REINFORCED WITH #4 CIRCULAR BARS , SPACED 6" C-C HORIZONTALLY AND 6" C-C VERTICALLY. POURED-IN-PLACE CONCRETE MU ST HAVE "FIR ST SURFACE RUBBING" AS SPECIFIED IN E2 -14.15b (1) OF TH E GENERAL CONTRACT DOCUMENTS AND SPECIFICATIONS. 3. PROVIDE CORPORATION AND CURB STOPS A MAXIMUM OF 12" FROM EACH END OF GA TE VAL VE, AS SHOWN. CORPORA TlON AND CURB STOP SIZES SH ALL BE 1· FOR 16", 20", AND 24" PIPE NOMINAL DIAMETERS; 2" FOR 30" AND LARGER DIAMETERS . 2" TAPS SHALL BE C.C . THREAD WITH FLARE, WITH IN SULATED ADAPTOR KIT. COPPER RISERS SHALL BE PROVIDED BE TWEEN THE CORPORA TlON AND CURB STOPS. CURB STOPS SHALL BE INSTALLED AT AN ELEVATION 12" BELOW THE VAULT LID. 4. GROUT WITH MORTAR. 5. BY-P ASS VALVE NOT REQU IRED FOR RES ILIENT WEDGE GA TE VALVE. DA TE: FEB . 2009 FOR 16" AND LARGER GATE VALVES WTR-OOSM PLUGS, ,~ & VAL ',f;3 IIO" IIOC)S 46' BENDS VAL't'ES ot'TR-fl.EX BY US PIPE, FLEX-IINO BY AQPCO, OR APl'R(N[I) EQUAL .. LOK-....0 BY N:IPCIJ, OR N'PROWD EQUAL 22.SO" 80C)S 11 ,ZS' IIOIOS --( 'MlJlED lilll.DEI) JONlS JOINTS REDUCOI ~ Jk. .•. ""· ,d;f..., * RmWIT ~~T '9' "'"· ~T RESW •• T , ~-"C' MIN. ~T .~T ~ ~ ~ ~ ·o· "'"· ~., ~NT RE5mT ~~ '[" ., .. ·~ ~-~~~l .~ r,c ""' ~ ~' A~~ AREA ,.;;. ·,..;;;;,,. MU AREA ARtA ""' ON OfN ONlW •I NefN 1H •f >= •f NeN lIN~lW I N = ., oNO'N ,N= e -r 2'-3" "'" lie" 42 NA NA 2-11,7'11 21 37 N,A N A 1 -11· 3.115 II II" -e· r-11· 11.411 74 ~· N A N A ., .... 12-00 'IT 441 N A N A :c-r 11.441 11 10" -r .:r-11· 13.2!1 "' 117' N A NA 4-4• 111.74 32 00' N A N A 3"-'S 10,14 13" 12" -r +-,· ,a.oe 1oe IIO' N A NA 5-<T U .H 311 71 N A N A 3"-10" 14.111 111" 111" ·-q 11-10 33.113 N,A 105' 1911' 1118 1-<T 47.119 N A 112" 1311'" 1119 11-:r 28.117 NA 'DJ ..., r-4· 113.01 NA 130' 2JII 234 8'-t" 74.17 N A 114 1ee 234 11-11· 40.lll N A 24" ir-<T" 11'-t· 79.34 NIA 1!111 2711 z1:, 10'-S" 107,N NA 130 195 2711 r-11· 1111.4.1 N A y;r ii--11'-IT 119.211 N/A 1113" 331 33S 13"-0" 1118.111 NA 11111 234 3311 11-r 11.29 NA JO" ~-1.:r-1" 111.n NIA 2J1 3111 "911' llf'-T 1242.112 N/A 191 270' 31111 ,, -· 131.49 N/A 42" ~·-111-4 233.79 N/A """' ~ """ 1111"-.:r-,...,.,.13 N/A = 304 _, 1.T-lf" 1711.114 N/A IOTES: 1. BEARING AREAS SHOWN ARE BASED ON 225 PSI TEST PRESSURE AND 2000 PSF ALLOWABLE SOIL BEARING PRESSURE UNLESS NOTED OTHER'MSE. I S N A 20 N A 2ll N A 29 ,,.,,. 311'" 71f' 47' 1111 SI 1oe 1111 12T 81 1441 113" 1115 2. WR.AP ALL BELOW GROUND DUCTILE IRON ASSEMBLIES IN POLYETHYLENE ACCORDING TO AWWA C105. 3. ALL DUCTILE IRON TEES , BENDS, PLUGS, ETC . SHALL BE MECHANICALLY RESTRAINED BY MEGALUG OR APPROVED EQUAL 4. RESTRAINT LENGTHS ARE BASED ON THE FOLLO'MNG CRITERIA ASSUMPTIONS: TEST PRESSURE IN PSI DEPTH OF MAIN IN FEET TRENCH TYPE AND BEDDING SOIL TYPE SAFETY FACTOR (FOR DIP) TYPICAL JOINT LENGTH IN FEET TYPE OF PIPE (FOR PCCP) TYPE OF PIPE (FOR STEEL) COEFFICIENT OF FR ICTION (FOR PCCP) COEFFICIENT OF FRICTION (FOR STEEL) UNIT WEIGHT OF BACKFlLL IN PCF 225 5.0 4 CL 1.5 18 B-303 200 PSI PRESSURE CLASS POL YEURETHANE COATED. MORTAR UNED 0.25 0 .15 110 N A N A N A NA 118 er 81 n 118' 13.:r 1-s· 1,1111 4 T N A N,A 1-0" 0.114 2" 4 NA N A 29' 21 N A NA 1-10· J.31 s 10' N A N A 1-4" t.1111 3" s NA NA 53' 39 N A N A 2'-4 S.17 II 12' N A NA 1-11 :uo 3" II NA NA 7'r 54 NA NA z--11· 7.4& II' 14 N A N,A z-u 3.74 4 T NA NA 111 H N A NA ;s--r 13.24 N,A 1111" ;JI!' 111 :c-7' 8.1& N/A e 211 4 NA IIT -. -· 4-7' 20.111 N/A 23' 411 18' ,:r-.,-10.39 N/A 11 23' II N1A 124 -· -· lf-1· 21,79 N/A 2T 114 21 1;,--11· 14.117 N/A 15 2T II N A 1IIO' -· -· 11-1cr 4e.S4 N/A J,3" fS8 211" 4-11' 23.311 N/A 19 J,3" T NA 11111 --· --· l'-.:r-17.02 N/A ,,. 71f 31 11-10" 33.17 N/A 18 311' .. N,A 227' --· 'IIO'II. r-r 111.22 N/A 46 1M 35' 11-10" 45.113 N/A 22' 43" II N1A 2811 -· -· 5. DUC11LE IRON PIPE (DIP) RESTRAINT LENGTHS ARE CALCULATED 'MTH POLY WR.AP IN ACCORDANCE WITH AWWA C105. 6. LENGTH SHOWN FOR BENDS IS REQUIRED ON BOTH SIDES OF THE BEND . 7 . RESTRAIN A MINIMUM OF ONE FULL LENGTH OF PIPE ON ALL SIDES OF FITTINGS REGARDLESS OF LENGTH INDICATED ON TABLES . 8. CONTRACTOR SHALL BE GUIDED BY THIS TABLE, RESTRAINT LENGTHS 'MLL VARY AS THE DESIGN CRITERIA VARIES FROM THAT ASSUMED . MANUFACTURERS SHALL BE RESPONSIBLE FOR DETERMINING EXACT RESTRAINT LENGTHS REQUIRED BASED ON ACTUAL VALUES AT EACH LOCA110N. 9 . REDUCER LENGTHS ARE CALCULATED UTILIZING A 4• PIPE FOR THE SMALL SIZE. LENGTH SHOWN IS FOR THE LARGER PIPE DIAMETER TO BE RESTRAINED . PIPE MANUFACTURERS SHALL BE RESPONSIBLE FOR DETERMINING RESTRAINT LENGTH REQUIRED FOR REDUCERS . 10.THE CONTRACTOR IS REQUIRED TO PROVIDE THRUST RESTRAINT BY MEANS OF RESTRAINING JOINTS AND CONCRETE BLOCKING. EACH METHOD SHALL BE CAPABLE OF THRUST RESTRAINT INDEPENDENT OF THE OTHER SYSTEM. JOINT RESTRAINT SHALL BE AS SPECIFIED IN THE •RESTRAINED JOINTS• TABLE ABOVE . Hortzontal Blocld,g DETAL W1lH>08A 9CALE: N.T.S. VERTICAL BLOCKING JOINT DIA. TEST UNIT WEIGHT JOINT AREA BEND ANGLE EXP. FORCE RED. VOL RED. AREA RAW NO. 4 REQ. NO 4 (INCHES) PRESSURE CONCRETE (SQ. IN.) (DEG) (LBS) CONCRETE STEEL STRAPS STRAPS (PSIG) (PCF) (CU. FT.) (SQ. IN .) 11 .25 9,854 65.69 0.46 1.15 2 22.5 19,613 130.75 0.92 2.29 3 16 250 150 201 .06 45 38,472 256.5 1.80 4.49 5 90 71,086 473.76 3 .32 6.29 9 11 .25 15,397 102.64 0.72 1.60 2 22.5 30,645 204.30 1.43 3.56 4 20 250 150 314.16 45 60,112 400.75 2.81 7.01 6 90 111,072 740.46 5.16 12 .96 13 11.25 22.171 147.81 1.03 2.59 3 22.5 44,128 294.19 2.06 5 .15 6 24 250 150 452.39 45 86,561 577.07 4.04 10.10 11 90 159,944 1066.29 7.46 18.66 19 11 .25 34,642 230.95 1.62 4.04 5 22.5 68,951 459.67 3 .22 8.04 9 30 250 150 706.86 45 135,252 901.68 6.31 15.78 16 90 249,913 1666.08 11.66 29.16 30 11 .25 49,885 33257 2.33 5.82 6 22.5 99,289 661.93 4.63 11 .58 12 36 250 150 1017.66 45 194,763 1298.42 9.09 22.72 23 90 359,674 2399.16 16.79 41 .99 42 11.25 67,699 452.66 3.17 7 .92 6 225 135,434 900.96 6.31 15.77 16 42 250 150 1365.45 45 265,094 1767.29 12.37 30.93 31 90 489,629 3265.53 22.66 57.15 56 11 .25 86,684 591.23 4.14 10.35 11 22.5 176,514 1176.76 8 .24 20.59 21 48 250 150 1809.56 45 346,245 2306.30 16.16 40.40 41 90 639,777 4265.18 29.86 74.64 75 Vertical Blockilg TABLE 1 NOTE : ALL PIPE SHALL BE LAID TO GRADE AS SHOWN ON THE PLANS. CARRIER PIPE NOTE : ALL PIPE SHALL BE LAID TO GRADE AS SHOWN ON THE PLANS . CARRIER PIPE VARIOUS TYPES OF CASING PIPE MAY BE USED, CONCRETE OR STEEL LINER PIP E AS PERMITTED BY THE PLANS AND SPECIF ICATIONS . NOTE: TUNNELED SECTION OPEN CUT OR BORED SECTION PRESSURE GROUT BETWEEN CASING AND SURROUNDING EARTH TUNNEL LINER OR CASING PIPE AS REQUIRED. WA TIER LINES SHALL BE SECURED BY CASING SPACERS PER APPROVED PRODUCT LIST. NOTIE: ADEQUATE SKIDS SHALL BE FURNISHED AND INSTALLED BY THE CONTRACTOR AS NECESSARY TO FACILITATE INSTALLATION OF CARRIER PIPE. CASING PIPE WA TER LINES SHALL BE SECURED BY CASING SPACERS. MIN. (3) SPACERS PER JOINT OF PIPE. MAX. 6' BETWEEN SPACERS. NOTE: ADEQUATE SKIDS SHALL BE FURNISHED AND INSTALL ED BY THE CONTRACTOR AS NECESSARY TO FACILITATE INSTALLATION OF CARRIER PIPE. 1. REFERENCE DETAIL WTR -029M/22 FOR EMBEDMENT AND BACKFILL OF C A S ING BY OPEN E1-15 MATERIAL CUT. E2 -15 CONSTRUCTION CITY OF FORT WORTH, TEXAS CASING DETAILS DATE : FEB . 2009 WTR-017M NOTES: CASING INSULATORS SHALL BE STAINLESS STEEL CASING MATERIAL AS STATED IN SPECIFICATIONS l l , , 6'-6" 0.C. MAX. SPACING (TYP.) AND LOCATE AT PIPE BELL PLUG ENDS OF CASING WITH GROUT (6" MIN. WIDTH) WATER MAIN CARRIER PIPE 1. BORE & CASING SHALL BE INSTALLED AS SHOWN IN PROFILE VIEW OF PLANS WHERE APPLICABLE. THIS DETAIL ILLUSTRATES THE GENERAL LOCATION OF CASING SPACERS FOR SUPPORTING CARRIER PIPE AND GROUTING ENDS OF CASING PIPE. 2 . WHERE A BORE PIT EXCEEDS 5 FEET IN DEPTH THE CONTRACTOR SHALL INSTALL SHORING OF THE PIT WALLS AS REQUIRED BY OSHA. 3 . WHERE A BORE IS TO BE PARTIALLY OR COMPLETELY ABANDONED, BORE SHALL BE COMPLETELY FILLED WITH HYDRAULICALLY PLACED CEMENT GROUT . 4. ALL INTERNAL JOINTS SHALL BE RESTRAINED BY WELDING FOR CONCRETEE OR STEEL PIPE, AND PUSH-ON JOINT TYPE FOR DUCTILE IRON . 5. FOR WATER LINES DO NOT GROUT THE ANNULAR SPACE BETWEEN THE CARRIER PIPE AND THE CASING PIPE. SEAL ENDS OF CASING WITH GROUT, MINIMUM 6" WIDE. PRICE SHALL BE INCLUDED IN THE UNIT PRICE BID FOR PIPE INSTALLED BY OTHER THAN OPEN CUT. Twm and Bor'1g DETAL 111A SCALE: N.T.S. ---iH--l---TYPE "C" BACKFILL (SEE E1 -2.4 G.C.D ) OR TYPE MINIMUM 6" INITIAL---~~--2E FLO WABLE BACKFI LL AS IDENTIFIED ON SHEET .......,,,.._,...~-SAND MATERIAL EMBEDMENT BACKFILL COVER & INIT IAL BACKFILL SEE SPEC. E l -2.3 G.C.D. MINIMUM 6" ---..-~-- EMBEDMENT WATER : SAND GRADATION • LESS THAN 10% PASSING #200 SIEVE • P.1. = 10 OR LESS CRUSHED STONE GRADATION SIEVE SIZ E RETAINED 1" 0-10 Y;," 40 -75 %" 55 -90 #4 90 -100 #8 95-1 00 TYP E "C" BACKFILL (SEE E1 -2.4 G.C.D) OR TYPE 2E FLOWAB LE BACKFILL AS IDENTIFIED ON SHEET FILTER FABRIC - SUPAC-HEAVY GRADE BNP (UV) OR APPROVED EQUAL . CRUSHED STONE SEE SPEC. E1-2 .3 G.C.D. WATER: SIZES 16" AND LARGER SANITARY SEWER: ALL SIZES NOTE: SP ECIFICATION REFERENCES ARE FOR WATER AND SANITAR Y SEWER ONLY . MATERIAL SPECIFI CATIONS THE EMBEDMENT AND BACKFILL DETAILS PROVIDED ON TH IS SHEET SHALL REPLA CE APPROPRIATE PROVISIONS OF E1-2 .4(b) AND E1-2.3 OF THE GENERA L CONTRACT DOCUMENTS AND SPECI FICATIONS FOR WATER DEPARTMENT PR OJ ECT S (G.C.D .) ALL OTHER P ROVI SIONS OF THE SE ITEM S SHALL APPLY. CITY OF FORT WORTH , T EXAS DATE : JUNE 2009 WATER AND SANITARY SEWER EMBEDMENT AND BACKFILL DETAILS WTR-029M DITCH NOTES; TRENCH REPAIR LIMITS ~-'-;"i'::.---BACKFILL MATERIAL PER DETAIL WTR-029 (SEE NOTE 3) 1. ALL EXISTING ASPHALT COURSE SHALL BE REPLACED TO THE ORIGINAL DEPTH . PLACE A MINIMUM OF 2" HMAC SURFACE COURSE (TYPE "D" MI X) TO MATCH EXISTING GRADE AS SHOWN . 2. PLACE A MIN. OF 8" 2: 27 CONCRETE AS SHOWN. 3 . FLOWABLE FILL MAY BE REQUIRED TO BACKFILL ALL TRENCHES IN DOWNTOWN STREETS AND AS NOTED IN THE PLANS THIS SHALL BE CONS IDERED SUBSIDIARY TO THE UNIT PRICE OF THE PIPE. 4 . ALL CO NSTRUCTION MUST BE IN ACCORDANCE WITH THE CITY OF FORT WO RTH STANDARD SPEC IFICAT IONS FOR STREET AND STORM DRAIN CON STRUCTION. FORTWORTH ~ CITY OF FORT WORTH, TEXAS PERMANENT ASPHALT PAVEMENT TRENCH REPAIR DATE : JULY 2009 STR-028M 5' MIN . NOTES: CLASS 'A' REINFORCED CONCRETE PAVEMENT REPLACEMENT TO THE NEAREST JOINT OR CURB. SEE DETAIL STR-035 EXISTING CONCRETE PAVEMENT 1. FLOWABLE FILL MAY BE REQUIRED TO BACKFILL ALL TRENCHES IN DOWNTOWN STREETS AND AS NOTED IN THE PLANS THIS SHALL BE CONSIDERED SUBSIDIARY TO THE UNIT PRICE OF THE PIPE. 2 . REINFORCED CONCRETE PAVEMENT SHALL BE REPLACED TO ORIGINAL DEPTH, OR TO A MINIMUM OF 6", WHICHEVER IS GREATER. 3. PLACE 6" OF 2: 27 CONCRETE AS SHOWN. 1" OF REINFORCED CONCRETE MAY BE SUBSTITUTED FOR EVERY 2" OF 2 : 27 CONCRETE. 4. REINFORCEMENT OF CONCRETE MUST MEET CITY STANDARD OR MATCH EXISTING , WHICHEVER IS GREATER . 5 . ALL CONSTRUCTION MUST BE IN ACCORDANCE WITH THE CITY OF FORT WORTH STANDARD SPECIFICAT IONS FOR STREET AND STORM DRAIN CONSTRUCTION . CITY OF FORT WORTH , TEXAS REINFORCED CONCRETE PAVEMENT TRENCH REPAIR EXIST ING CURB & GUTTER DATE : JULY 2009 STR-031M • Notice to Bidders Comprehensive Notice to Bidders Special Instructions to Bidders TABLE OF CONTENTS Minority and Women Business Enterprises Specifications Proposal Vendor Compliance to State Law General Conditions Supplementary Conditions to Part C Special Conditions Additional Special Conditions Special Specifications Certificate of Insurance Contractor Compliance with Worker's Compensation Law Maintenance, Payment and Performance Bonds Contract Geotechnical R e port Cathodic Protection Report and Specifications Easement Documents Tx.DOT Permit Part A A A B B B C Cl D DA E F F F G Appendix A Appendix B AppendixC Appendix D PART A PART A-NOTICE TO BIDDERS Sealed proposals for the following project: ·sH l21T'S0UTIIWEST?ARKWAYWATER & SANITARY SEWER MAIN RELOCATIONS, PART 2 PART 13: 24-INCH WATER MAIN AT DIRKS/ ALTAMESA in Fort Worth, Texas City Project No. 00204, DOE No. 6033 Water Project No. P26>603170020487 Addressed to the City of Fort Worth Purchasing Office at 1000 Throckmorton Street, Fort Worth, Texas 7 6102 will be received until 1 :30 p.m., Thursday, November 5, 2009 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 at Kimley Hom and Associates office, 801 Cherry Street, Suite 950, Unit 11, Fort Worth, Texas 76102. A sixty dollar ($60.00) non-refundable fee is required for each set of plans and documents. These documents contain additional information for prospective bidders. The major work on the above referenced project shall consist of the following: Water Line Improvements 2,327 LF 24" Water Line by Open Cut 550 LF 42" Steel Casing Pipe by Open Cut 150 LF 24" Water Line by Other than Open Cut 15 LF 16" Water Line by Open Cut 5 EA 24" Gate Valve 4 EA 16" Gate Valve The City reserves the right to reject any or all bids and waive any or all irregularities. No bid may be withdrawn until the expiration of ninety (90) days from the date bids are opened. The improvements included in this project must be performed by a contractor who is pre-qualified by the Water Department at the time of bid opening. The procedures for pre-qualification are outlined in the "Special Instructions to Bidders (Water Department)". For additional information, please contact Mr. Liam Conlon, Project Manager, City of Fort Worth - Water Department at (817) 392-6824 or Mr. Carl T. DeZee, P.E., Project Manager, Kimley-Hom and Associates, Inc., at (817) 335-6511. ADVERTISING DATES: October 15, 2009 October 22. 2009 Fort Worth, Texas PART A-COMPREHENSIVE NOTICE TO BIDDERS Sealed proposals for the following project: SH 121T SOUTHWEST PARKWAY WATER & SANITARY SEWER MAIN RELOCATIONS, PART 2 PART 13: 24-INCH WATER MAIN AT DIRKS/ ALTAMESA in Fort Worth, Texas City Project No. 00204, DOE No. 6033 Water Project No. P265-603170020487 Addressed to the City of Fort Worth Purchasing Office at 1000 Throckmorton Street, Fort Worth, Texas 7 6102 will be received until 1 :30 p.m., Thursday, November S, 2009 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 at Kimley Horn and Associates office, 801 Cherry Street, Suite 950, Unit 11, Fort Worth, Texas 76102. A sixty dollar ($60.00) non-refundable fee is required for each set of plans and documents. These documents contain additional information for prospective bidders. All Bidders will be required to comply with Provision 5159a of·~emon's Annotated Civil Statutes'~ of the State of Texas with respect to the payment of prevailing wage rates and City Ordinance no. 7400 (Fort Worth City Code Sections 13-A-221 through 13-A-29) prohibiting discrimination in the employment practices. Bid security is required in accordance with paragraph 2 of the Special Instructions to Bidders. The major work on the above referenced project shall consist of the following: Water Line Improvements 2,327 LF 24" Water Line by Open Cut 550 LF 42'' Steel Casing Pipe by Open Cut 150 LF 24" Water Line by Other than Open Cut 15 LF 16'' Water Line by Open Cut 5 EA 24" Gate Valve 4 EA 16" Gate Valve Included in the above will be all other miscellaneous items of construction as outlined in the Plans, General Contract Documents and Specifications. The improvements included in this project must be performed by a contractor who is pre-qualified by the Water Department at the time of bid opening. The procedures for pre-qualification are outlined in the "Special Instructions to Bidders (Water Department)". The City reserves the right to reject any and /or all bids and waive any and/or all formalities. A WARD OF CONTRACT: No bid may be withdrawn until the expiration of ninety (90) days from the date bids are opened. The award of contract, if made , will be within ninety (90) days after the opening of bids, but in no case will the award be made until all the necessary investigation are made as to the responsibility of the bidder to whom it is proposed to award the Contract. Bidders are responsible for obtaining all addenda to the contract documents and acknowledging receipt of the addenda by initialing the appropriate spaces on the PROPOSAL form(s ). Bidders must also acknowledge receipt of the Addendum on the outside of their bid envelope. 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 City of Fort Worth Water Department at (817) 392-8207. Bidders sliaff not separate, detacli 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 specifications book or face rejection oftbe bid as non-responsive. It& recommendecHliattlie tiidder 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 ofsafcf forms from the City Project Manager named in this solicitation. 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 entefPrises in City contracts. A copy of the Ordinance can be obtained from the Office of the City Secretary. The bidder shall submit the MBFJWBE UTILIZATION FORM, SUBCONTRACTOR/SUPPLIER UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM and/or the GOOD FAITH EFFORT FORM ("with Documentation") and/or the JOINT VENTURE FORM as appropriate. The Documentation must be received by the managing department no later than S:00 p.m., f"lve (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. The Contractor shall be prepared to commence construction without all executed permits and shall submit a schedule to the City of how construction will proceed in the other areas of the project that do not required permits. SUBMISSION OF BID AND AWARD 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. Award of the contract shall be to the responsible low bidder. Bidders are hereby informed that the Director of the Water Department reserves the right to evaluate and recommend to the City of Fort Worth City Council the bid that is considered to be in the best interest of the City of Fort Worth. The managing department for this project is the Water Department. For additional information, please contact Mr. Liam Conlon, Project Manager, City of Fort Worth- Water Department at (817) 392-6824 or Mr. Carl T. DeZee, P.E., Project Manager, Kimley-Hom and Associates, Inc., at (817) 335-6511. DALE A. FISSELER, P.E. CITY MANAGER MARTY HENDRIX CITY SECRETARY ADVERTISING DATES: October 15, 2009 October 22, 2009 Fort Worth, Texas By: TOI}~ 51 D ioh Tony Sholola, P.E., Engineering Manager, Water Department SPECIAL INSTRUCTIONS TO BIDDERS 1) PREOUALIFICATION REQUIREMENTS: All contractors submitting bids are required to be prequalified by the Fort Worth Water Department prior to submitting bids . This prequalification process will establish a bid limit based on a technical evaluation and financial analysis of the contractor. It is the bidder's responsibility to submit the following documentation: a current financial statement, an acceptable experience record, an acceptable equipment schedule and any other documents the Department may deem necessary, to the Director of the Water Department at least seven (7) calendar days prior to the date of the opening of bids. a) The financial statement required shall have been prepared by an independent certified public accountant or an independent public accountant holding a valid permit issued by an appropriate State licensing agency and shall have been so prepared as to reflect the financial status to the submitting company. This statement must be current and not more than one (1) year old. In the case that a bidding date falls within the time a new statement is being prepared, the previous statement shall be updated by proper verification. b) For an experience record to be considered to be acceptable for a given project, it must reflect the experience of the firm seeking qualification in work of both the same nature and technical level as that of the project for which bids are to be received . c) The Director of the Water Department shall be the sole judge as to the acceptability for financial qualification to bid on any Fort Worth Water Department project. d) Bids received in excess of the bid limit shall be considered non-responsive and will be rejected as such . e) The City, in its sole discretion, may reject any bid for failure to demonstrate experience and/or expertise. f) Any proposals submitted by a non-prequalified bidder shall be returned unopened, and if inadvertently opened, shall not be considered. g) The City will attempt to notify prospective bidders whose qualifications (financial or experience) are not deemed to be appropriate to the nature and/or magnitude of the project on which bids are to be received . Failure to notify shall not be a waiver of any necessary prequalification . 2. BID SECURITY: A cashier's check, or an acceptable bidder's bond, payable to the City of Fort Worth, in an amount of not Jess than five (5%) percent of the largest possible total of the bid submitted must accompany the bid, and is subject to forfeiture in the event the successful bidder fails to execute the Contract Documents within ten (10) days after the contract has been awarded To be an acceptable surety on the bid bond, the surety must be authorized to do business in the state of Texas . In addition, the surety must ( 1) hold a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of $100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion, will determine the adequacy of the 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 . 09/10/04 1 4 . WAGE RATES: Section C3-3 .13 of the General Conditions is deleted and replaced with the following : (a) The contractor shall comply with all requirements of Chapter 2258, Texas Government Code, including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258, Texas Government Code. Such prevailing wage rates are included in these contract documents . (b) The contractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract; and (ii) the actual per diem wages paid to each worker. These records shall be open at all reasonable hours for inspection by the City. The provisions of Right to Audit, under paragraph L of Section Cl: Supplementary Conditions To Part C -General Conditions, pertain to this inspection. (c) The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs (a) and (b) above . (d) With each partial payment estimate or payroll period, whichever is less, an affidavit stating that the contractor has complied with the requirements of Chapter 2258, Texas Government Code. The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times. 5. AMBIGUITY: In the case of ambiguity or lack of clearness in stating prices in the Proposal, the City reserves the right to adopt the most advantageous construction thereof to the City or to reject the Proposal. 6 . BIDDER LICENSE: Bidder must be a licensed Contractor in the State of Texas . 7 . NONRESIDENT BIDDERS: Pursuant to Article 601g, Texas Revised Civil Statutes, the City of Fort Worth will not award this contract to a nonresident bidder unless the nonresident's bid is lower than the lowest bid submitted by a responsible Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder to obtain a comparable contract in the state in which the nonresident's principal place of business in located. "Nonresident bidder" means a bidder whose principal place of business is not in this state, but excludes a contractor whose ultimate parent company or majority owner has its principal place of business in this state. This provision does not apply if this contract involves federal funds. The appropriate blanks of the Proposal must be filled out by all nonresident bidders in order for the bid to meet specifications . The failure of a nonresident contractor to do so will automatically disqualify that bidder. 8. PAYMENT: If the bid amount is $25 ,000.00 or less, the contract amount shall be paid within forty- five ( 45) calendar days after completion and acceptance by the City. 9 . AGE: In accordance with the policy ("Policy") of the Executive Branch of the Federal Government, Contractor covenants that neither it nor any of its officers, members, agents employees, program participants or subcontractors, while engaged in performing this contract, shall , in connection with the employment, advancement or discharge of employees or in connection with the terms, conditions 09/10/04 2 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 advertisements for employees to work on this contract, a maximum age limit for such employment unless the specified maximum age limit is based upon a bona fide occupational qualification, retirement plan or statutory requirements . Contractor warrants it will fully comply with the policy and will defend, indemnify and hold City harmless against any claims or allegations asserted by third parties or subcontractor against City arising out of Contractor's and/or its subcontractors' alleged failure to comply with the above referenced Policy concerning age discrimination in the performance of this agreement. 10 . DISABILITY: In accordance with the provisions of the Americans With Disabilities Act of 1990 ("ADA"), Contractor warrants that it and any and all of its subcontractors will not unlawfully discriminate on the basis of disability in the provision of services to the general public, nor in the availability, terms and/or conditions of employment for applicants for employment with, or employees of Contractor or any of its subcontractors. Contractor warrants it will fully comply with ADA's provisions and any other applicable federal, state and local laws concerning disability and will defend, indemnify and hold City harmless against any claims or allegations asserted by third parties or subcontractors against City arising out of Contractor's and/or its subcontractors' alleged failure to comply with the above referenced laws concerning disability discrimination in the performance of this agreement. 11 . MINORITY AND WOMEN BUSINESS ENTERPRISES: In accord with City ofFort 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 of not less than three (3) years . 12. FINAL PAYMENT, ACCEPTANCE AND WARRANTY: a. The contractor will receive full payment (less retainage) from the city for each pay period. 09/10/04 3 b. Payment of the retainage will be included with the final payment after acceptance of the project as being complete. c . The project shall be deemed complete and accepted by the City as of the date the final punch list has been completed, as evidenced by a written statement signed by the contractor and the City. d. The warranty period shall begin as of the date that the final punch list has been completed. e. Bills Paid Affidavit and Consent of Surety shall be required prior to final payment becoming due and payable . f. In the event that the Bills Paid Affidavit and Consent of Surety have been delivered to the city and there is a dispute regarding (i) final quantities, or (ii) liquidated damages, city shall make a progress payment in the amount that city deems due and payable. g . In the event of a dispute regarding either final quantities or liquidated damages, the parties shall attempt to resolve the differences within 30 calendar days . 09/10/04 4 liiil - PARTB FORTW°ORTH .._, •9• ---City of Fort Worth 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 pr oject is _1.1_ % 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 Form, if goal is met or exceeded : 2. Good Faith Effort and Subcontractor Utilization Form , if participation is less than stated oal: 3. Good Faith Effort and Subcontractor Utilization Form, if no M/WBE artici ation: 4. Prime Contractor Waiver Form , if you will erform all subcontractin /su lier work : 5. Joint Venture Form, if utilize a joint venture to met or exceed oal. received by 5:00 p.m., five (5) City business days after the bid o enin date, exclusive of the bid o enin date . received by 5:00 p.m., five (5) City business days after the bid opening date, exclusive of the bid opening date. received by 5:00 p .m., five (5) City business days after the bid o enin date, exclusive of the bid o enin date . received by 5:00 p.m ., five (5) City business days after the bid o enin date, exclusive of the bid o enin date. received by 5 :00 p.m., five (5) City bus i ness days after the bid o enin date , exclusive of the bid o enin date. : FAILURE TO COMPL::Y WITliTHE CITY'S PJj/WBE . ORDINANCE, WILL.:RESULT·:INTHE· BID BEING CONSIDERED . . ,· .. ,.·· .,,· .,,,~ -,_ .. ,.·., ,-.~~f ,. NON ~RESPONSIVETOSPECiFI CATlo'N ~'i)i/~;_\',; .. _· "··: ~~t: ;;,:._~-,·.· Any questions, please contact the M/WBE Office at (817) 392 -6104. Rev. 11/11/05 - liiiiil FORT WORTH ~ PfUME COMPANY NAME: PROJECT NAME: City's M/WBE Project Goal: % City of Fort Worth Subcontractors/Suppliers Utilization Form ATTACHMENT 1A Page 1 of 4 Check applicable block to describe prime I M/W/DBE I I NON-M/W/DBE BID DATE Prime's M/WBE Project Utilization: PROJECT NUMBER % Identify all subcontractors/suppliers you will use on this project Failure to complete this form, in its entirety with requested documentation,· and received by the Managing _ Department on or before 5:00 p.m. five (5) City business days after bid opening, ~xcli.Jsive of bid opening'.dat~, · will result in the bid being considered non-responsive to. bid specifications. · · · /{\,. · :· '· . ' . ,; , •• ' ' ·-~-. .---~ f' . , , , ,r . 1 *, >· /i,i.; , -~ . .. .. .. ... :· ·'·1:~ ... t·;';- The undersigned Offerer agrees to enter into _ ·a · formal agreement with the M/WBE~ firm(s). listed gin, this · utilization schedule, conditioned upon execution of_ a contract with the City of Fort Worth. .,The . intentional' and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will resurf in the' bid being considered non-responsive to' bid specifications " -~ . >;/'c ·; •';; •• :"-;; • •• ___ ' •• M/WBEs listed toward meeting the project goal must be located in the nine (9) county marketplace or currently doing business in the marketplace at the time of bid. Marketplace is the geographic area of Tarrant , Parker, Johnson , Collin, Dallas, Denton , Ellis, Kaufman and Rockwall counties . Identify each Tier level. Tier is the level of subcontracting below the prime contractor, i.e :, a: direct payment from the prime contractor to a subcontractor is considered 1 ~1 tier, a payment by a subcontr_actor to its supplier is considered 2nd tier · .. -· ALL M/WBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms, located or doing business at the time of bid opening within the Marketplace, that have been determined to be bonafide minority or women businesses by the North Central Texas Regional Certification Agency (NCTRCA), or the Texas Department of Transportation (TX DOT), highway division . Disadvantaged Business Enterprise (DBE) is synonymous with Minority/Women Business Enterprise (M/WBE). If · hauling services are utilized, the prime will be given credit as. long as the M/WBE listed owns : and ,, Operates at least one fully licensed ancf operational truck to be used on the contract . The M/WBE may lease trucks from another M/WBE firm, including M/WBE owner-operators, and receive full M/WBE credit. The _ M/WBE may lease trucks from non-M/WBEs, including owner-operators,· but will only receive· credit_for th~ fees and commissions earned by the M/WBE as outlined in the lease agreement. , · · ,-. ., ~-, t Rev . 5/30/03 FORT WORTH ---.,..-- ATTACHMENT 1A Page 2 of 4 Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority, Women and non-M/WBEs. Please list M/WBE firms first, use additional sheets if necessary. Certification N (check one) 0 SUBCONTRACTOR/SUPPLIER T n ._, Company Name I N T Detail Detail C X -M Subcontracting Work Supplies Purchased Dollar Amount Address e M w T D w Telephone/Fax r B B R 0 B E E C T ,E A Rev _ 5/30/03 ATTACHMENT 1A Page 3 of4 Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e ., Minority, Women and non-M/WBEs. Please list M/WBE firms first, use additional sheets if necessary. Certification N (check one) 0 SUBCONTRACTOR/SUPPLIER T n N T Detail Detail Company Name I C X ,: Subcontracting Work Supplies Purchased Dollar Amount Address e M w T D Telephone/Fax r B B R 0 B E E C T E A Rev . 5/30/03 - fORTWORTH ~ Total Dollar Amount of M/WBE Subcontractors/Suppliers Total Dollar Amount of Non-M/WBE Subcontractors/Suppliers TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ $ $ ATIACHMENT 1A Page 4 of 4 The Contractor will not make additions, deletions, · or substitutions to this . certified fist without the prior. approval of the Minority and . Women Business ,£nterprise Office ·Manager or designee .. through the .. submittal of a Request for App r,ova1-of Change!Ac!ditfon .. ~ Any unj~stified.:char;i~je or deletion '~hall be a ~at~rial br:each of contract-and may' result in debarment in ·accord 'with ,tlie/procedures outlined i_n the ordinance: The 'contractor shall submi L a detailed explanation of how:the: reque sted: cha nge/~ddition or. deletion wifl affect the committed M/WBE goal. If the detail explanation is nofsubmitted, it wm ·affect the final compliance determination. ·. By affixing a signature to this form , the Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including M/W/DBE(s) arrangements submitted with the bid . The Offerer also agrees to allow an audit and/or examination of any books, records and files held by their company. The bidder agrees to allow the transmission of interviews with owners, principals, officers , employees and applicable subcontractors/suppliers/contractors participating on the contract that will substantiate the actual work performed by the M/W/DBE(s) on this contract, by an authorized officer or employee of the City . Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City _work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance and create a material breach of contract may result in a determination of an irresponsible Offeror and barred from partic ipating in City work for a period of time not less than one (1) year. Authorized Signature Printed Signature Title Contact Name/Title (if different) Company Name Telephone and/or Fax Address E-mail Address City/State/Zi p Date Rev . 5/30/03 FORT"WORTH -"-, ·w· ---City of Fort Worth Prime Contractor Waiver Form PRIME COMPANY NAME: PROJECT NAME: City's M/WBE Project Goal: PROJECT NUMBER % ATIACHMENT1B Page 1 of 1 Check applicable block to describe prime I M/W/DBE I I NON-M/W/DBE BID DATE If both answers to this form are YES, do not complete ATIACHMENT 1C(Good Faith Effort Form). All questions on this form must be completed and a detailed explanation provided , if applicable. If the answer to either question is NO, then you must complet~ ATIACHMENT 1C . This form is only applicable if .b.oth answers are yes . Will you perform this entire contract without subcontractors? YES If yes , please provide a detailed explanation that proves based on the size and scope of this project, NO this is your normal business practice and provide an operational profile of your business . Will you perform this entire contract without suppliers? YES If yes , please provide a detailed explanation that proves based on the size and scope of this project, this is your normal business practice and prov ide an inventory profile of your business. NO The bidder further agrees to provide , directly to the City upon request, complete and accurate information regard ing actual work performed by all subcontractors, including M/WBE(s) on this contract, the payment therefore and any proposed changes to the original M/WBE(s) arrangements submitted with this bid. The bidder also agrees to allow an audit and/or examination of any books, records and files held by their company that Will substant iate the actual work performed by the M/WBEs 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 creates 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. Authorized S ignature Printed S ignature T itle Contact Name (if different) Company Name Phone Number Fax Number Address Email Address City/State/Zip Date Rev. 5/30/03 FORT WORTH '"-:, w· PRIME COMPANY NAME: PROJECT NAME: City's M/WBE Project Goal: % City of Fort Worth Good Faith Effort Form I PROJECT NUMBER ATTACHMENT 1C Page 1 of 3 Check applicable block to describe pri me I M/W/DBE I I NON-M/W/DBE BID DATE If you have failed to secure M/WBE participatio11 and you have subcontracting and/or supplier opportunities or if y9ur DBE participation is less than the City's project goal, you.!!!.!:!§! complete this form. .. : -~ ,, . /. _ "'" '. ,. If the bidder's method of compliance with the M/WBE goal is based upon demonstration of a "good faith effort", the bidder will have the burder:1 of correctly and accurately preparing and submitting the documentation required by the City. Compliance with each item, 1 thru 6 below, shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional and/or knowing misrepresentation the facts or intentional discrimination by the bidder. Failure to complete this form, in · its entirety with supporting ' documentation, and received by the Managing Department on or before 5:00 p.m. five (5) City business·days~after bid opening, ex~lusive of bid opening date, will result in the bid beirag considered non-responsive to bid specifications. ; 1.) Please list each and every subcontracting and/or supplier opportunity} for the completion of this project, regardless of whether it is to be provided by a M/WBE or non-M/WBE. (DO NOT LIST NAMES OF FIRMS) On Combined Projects, list each subcontracting and or supplier opportunity through the 2nd tier. (Use additional sheets, if necessary) List of Subcontracting Opportunities List of Supplier Opportunities Rev. 05/30/03 ATTACHMENT 1C Page 2 of 3 2.) Obtain a current (not more than three (3) months old from the bid open date) list of M/WBE subcontractors and/or suppliers from the City's M/WBE Office. __ Yes __ No Date of Listing __ / ___ / __ 3.) Did you solicit bids from M/WBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by mail, exclusive of the day the bids are opened? __ Yes (If yes, attach M/WBE mall listing to include name of firm and address and a dated copy of letter mailed.) __ No 4.) Did you solicit bids from M/WBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by telephone, exclusive of the day the bids are opened? __ Yes (If yes, attach list to include name of M/WBE firm, person contacted, phone number and date and time of contact.) __ No NOTE:· A facsimile may be used to comply with. either 3 or 4, but may not be used for both. If a facsimile ,.. . ,. . ,,. is used·, -attach ., the fax confirmation, which is to provide M/WBE name, date, time, fax number and documentation faxed. ' ' ;, ' ., ' < ... "~ ' c... ,. ' NOTE: .If the · list of M/WBEs for a particular subcontracting/supplier opportunity is ten (10) or less~ the bidder must 'contact the entire list to be in compliance with questions ~ and 4. If the list of M/WBEs for a particular subcontracting/supplier opportunity is ten (10) or more, the bidder must contact at least two- thirds (2/3)_of the list within such. area of opportun.ity, but n~t less than ten to be iri compliance with questi9n_s 3 a_nd 4. · 5.) Did you provide plans and specifications to potential M/WBEs or information regarding the location of plans and specifications in order to assist the M/WBEs? __ Yes __ No 6.) Submit documentation if M/WBE quotes were rejected. The documentation submitted should be in the forms of an affidavit, include a detailed explanation of why the M/WBE was rejected and any supporting documentation the bidder wishes to be considered by the City. In the event of a bona fide dispute concerning quotes, the bidder will provide for confidential in-camera access to and inspection of any relevant documentation by City personnel. (Please use additi.onal sheets, if necessary, and attach.) Company Name Telephone Contact Person Scope of Work Reason for Reiection ADDITIONAL INFORMATION: Rev. 05/30/03 ATTACHMENT 1C Page 3 of 3 Please provide additional information you feel will further explain your good and honest efforts to obtain M/WBE participation on this project. The bidder further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed on this contract, the payment thereof and any proposed changes to the original arrangements submitted with this bid. The bidder also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance and creates 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. The undersigned certifies that the information provided and the M/WBE(s) listed was/were contacted in good faith. It is understood that any M/WBE(s) listed in Attachment 1 C will be contacted and the reasons for not using them will be verified by the City's M/WBE Office. Authorized Signature Printed Signature Title Contact Name and Title (if different) Company Name Phone Number Fax Number Address Email Address City/State/Zip ·Date Rev. 05/30/03 FORT WORTH . "-, w CITY OF FORT WORTH Joint Venture Eligibility Form All questions must be answered; use "NA" if applicable. Joint Venture Page 1 of 3 Name of City project:---------------------------------- Ajoint venture form must be completed on each project RFP/Bid/Purchasing Number: ____________ _ 1. Joint venture information: Joint Venture Name: Joint Venture Address: (If applicable) Telephone: Cellular: Facsimile: E-mail address: Identify the firms that comprise the joint venture: Please attach extra sheets if additional space is required to provide detailed explanations of work to be perfonned by each finn comprising the ·oint venture \ M/WBE firm Non-M/WBE name: firm name: Business Address : Business Address : City, State, Zip: City, State, Zip : Telephone Facsimile E-mail Telephone Facsimile Cellular Cellular Certification Status: E-mail address Name of Certifying Agency: 2 S . f cope o wor k rfi pe orme db th J . t V t ,y e om en ure: Describe the scope of work of the M/WBE: Describe the scope of work of the non-M/WBE: ' Rev . 5/30/03 Joint Venture Page 2 of3 3. What is the percentage of M/WBE participation on this joint venture that you wish to be counted toward meeting the project goal? 4. Attach a copy of the joint venture agreement. 5. List components of ownership of joint venture: (Do not complete if th is information is described in joint venture agreement) Profit and Joss sharing: Capital contributions, including equipment: Other applicable ownership interests: 6. Identify by name, race, sex and firm those individuals (with titles) who are responsible for the day-to-day management and decision making of the joint venture: Financial decisions (to includ e Acco unt Paya ble and Rece iva bl e): Management decisions : a. Estimating ----------------------------------------------b . Marketing and Sales ---------------------------------------------- C. Hiring and Firing of management personnel ----------------------------------------------d. Purchasing of major equipment and/or supplies Supervision of field operations The City's Minority and Women Business Enterprise Office will review your joint venture submission and will have final approval of the M/WBE percentage applied toward the goal for the project listed on this form. NOTE: From and after the date of project award , if any of the participants , the individually defined scopes of work or the dollar amounts/percentages change from the originally approved information, then the participants must inform the City's M/WBE Office immediately for approval. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the City 's M/WBE Ordinance. Rev . 5/30/03 Joint Venture P 3 f 3 a!le 0 AFFIDAVIT The undersigned affirms that the foregoing statements are true and correct and include all material information necessary to identify and explain the terms and operation of the joint venture. Furthermore, the undersigned shall agree to provide to the joint venture the stated scope of work, decision-making responsibilities and payments herein. · The City also reserves the right to request any additional information deemed necessary to determine if the joint venture is eligible. Failure to cooperate and/or provide requested information within the time specified is grounds for termination of the eligibility process. The undersigned agree to permit audits, interviews with owners and examination of the books, records and files of the joint venture by any authorized representatives of the City of Fort Worth . Failure to comply with this provision shall result in the termination of any contract, which may be awarded under the provisions of this joint venture's eligibility and may initiate action under Federal, State and/or Local Jaws/ordinances concerning false _ statements or willful misrepresentation of facts. _________________ -------------------------------------------------------- Name ofM/WBE firm Name ofnon-M/WBE firm Printed Name of Owner Printed Name of Owner ' Signature of Owner Signature of Owner Printed Name of Owner Printed Name of Owner Signature of Owner Signature of Owner Title Title Date Date Notarization State of ___________________ County of ______________ _ On this _____________ .day of ________ 20 __ , before me appeared and ------------------------------------------ to me personally known and who, being duly sworn; did execute the foregoing affidavit and did state that they were properly authorized to execute this affidavit and did so as their free act and deed. Notary Public ________________________ _ Print Name Notary Public------------------------ Signature Commission Expires-----------------------(seal) Rev. 5/30/03 TO: Mr. Dale A. Fisseler, P .E. City Manager Fort Worth, Texas PROPOSAL -ADDENDUM NO. 1 FOR: SH 121T Southwest Parkway Water & Sanitary Sewer Main Relocations, Part 13: 24-inch Water Main at Dirks/Altamesa in Fort Worth, Texas City Project No. 00204 DOE No. 6033 Water Project No. P265-603170020487 Pursuant to the foregoing "Notice to Bidders," the undersigned has thoroughly examined the plans, specifications and the site, understand s 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 all the work as provided in the plan s and specifications and subject to the inspection and approval of the Director, Water Department of the City of Fort Worth. Upon acceptance of this proposal by the City Council, the bidder is bound to execute a contract and furnish Performance, Maintenance Bond, and Payment Bond approved by the City of Fort Worth for performing and completing the construction work within the time stated and for the following sum, to- wit: Pay Item CPMS Estimated Unit No. Quanti Name of Pay Item with Unit Price in Words Unit Bid Price Amount Bid I.a BID-2 ,097 L.F. Pipe -Pressure -24-Inch (Pressure Class 00595 200 DI Water Pipe by Open Cut (All Depths) (Restrained) with Backfill Per Detail WTR-029M/22) -Install @ Dollars And Cents $'Wo"\n> $ Per Unit 1.b BID-2 ,097 L.F. Pipe -Pre ssure -24-Inch (Bar-Wrapped 00596 Concrete Steel Cylinder Water Pipe A WWA C303 by Open Cut (All Depths) (Restrained) with Backfill Per Detail WTR- 029M/22) -In sta ll @ ~~1)~~ Cle\~ Dollars \ $ en. t'.£} $ }9d&'Jl. ( And ~b Cents I Per Unit l.c BID-2,097 L.F . Pipe -Pressure -24-lnch (Mortar Lined, 00597 P o lyurethane Coated Steel Water Pipe by Open Cut (All Depths) (Restrained) with Backfi ll Per Detail WTR-029M/22) - Install @ Dollars And Cents i \l o (>!t $ Per Unit *No te: Bids should be submitted for on ly one of the pipe material alternates a, b, or c. B -IR gl_ Pay Item 2.a 2.b 2 .c 3.a 3.b CPMS Estimated Unit No. Quan ti BID-180 L.F . 00595 BID-180 L.F . 00596 BID-180 L.F. 00597 Name of Pay Item with Unit Price in Words Pipe -Pressure -24-lnch (Pressure Class 200 DI Water Pipe by Open Cut (All Depths) (Restrained) with Type 2E Flowable Fill Backfill Per Detail WTR- 029M/22 and DA-108) -Install @ Dollars And Cents Per Unit Pipe -Pressure -24-Inch (Bar-Wrapped Concrete Steel Cylinder Water Pipe A WWA C303 by Open Cut (All Depths) (Restrained) with Type 2E Flowable Fill Backfill Per Detail WTR-029M/22 and DA- I 08) -Install @ t)t\f)\~e&:s~~ ~e!\ Dollars And N1:> Cents Per Unit Pipe -Pressure -24-Inch (Mortar Lined , Polyurethane Coated Steel Water Pipe by Open Cut (All Depths) (Restrained) with Type 2E Flowable Fill Backfill Per Detail WTR-029M/22 and DA-I 08) -Install @ Dollars And Cents Per Unit Unit Bid Price $~b~ $ \lol. CX) $\{\\J:b *Note : Bids s hould be submitted for on ly one of the pipe materia l a lt ernates a, b, or c. BID-200 L.F . Pipe -Casing -42-Inch (Steel Casing Pipe 01088 by Other than Open Cut with Stainless Steel Spacers with 24-Inch Pre ss ure Class 200 DI Water Pipe Per Item DA-6 and DA-125) - Install @ Dol lars And Cents $~\tb Per Unit BID-200 L.F. Pipe -Casing -42-Inch (Steel Casing Pipe 01088 by Other than Open Cut with Stainless Stee l Spacers with 24-Inch Bar-Wrapped Concrete Steel Cylinder Water Pipe A WWA C303 Per ltem DA-6 and DA-125) -Install @ ~'ih~e~ \\,~o Dollars $bq~.(l:) And N'\> Cents Per Unit B -2R Amount Bid $ ~(.J::J Ci $ . . $ $ $) ~~(J),l ~ ~ Pay I tem 3.c 4. 5. 6. 7. CPMS Estimated Unit No. Quanti BID-2 00 L.F. 01088 Name of Pa y Item with Unit Price in Words Pipe -Cas in g -42 -In c h (S tee l Cas in g Pi p e by O t h e r tha n O p e n C ut with Stai nl ess Stee l Sp ace rs with 24-ln c h M o rt a r Lin ed, P o lyu re th a n e Coate d Stee l W a te r Pipe Per It e m D A -6 a nd DA -1 25) -In sta ll @ D o ll a r s A nd Cents Per U nit Unit Bid Price ~l-Lo ~ *Note : Bids sho uld be submitted for only one of the pipe material alternates a, b, or c. BID-55 0 L.F. Pipe -Cas in g-42 -lnc h (Stee l Cas in g P ip e 0012 3 by O p e n C ut w ith Sta inl ess St eel S pacers P e r It e m DA-6) -In sta ll @ i\' ~ "-~""'~r-ei\ _p ·J C>{\ Do ll a r s And ~\) Cent s P e r U n it ~ '2D').CV BID-5 5 L.F. Pipe -Cas in g-JO -In c h (S tee l Cas in g Pipe 00 5 84 by O th e r t ha n O pe n C ut w ith Sta in less Stee l Spacer s wi th 16-ln c h P ress ure C lass 35 0 DI W a te r Pipe P e r It e m DA -6 a nd D A -1 25) - In st a ll @ t\'!tk~Q\~,~~ Do ll a r s $'5153.~ And \it) Cent s P e r U nit BID-144 L.F. Pipe -Press ure -16-In c h (Pressure Class 00 592 35 0 DI W a te r Pipe by O pe n C ut (A ll D e pth s) (R estra in e d) w ith B ac kfill P e r D e tai l WTR-029M/22) -Insta ll @ ~(ffi~\.£ D o ll a r s $]1.oo A nd \\'\) Cent s Per Un it BID -15 L.F . Pipe -Press ure -16-Inc h (P ressure C lass 0 05 92 3 50 DI W a ter Pipe by O pe n C ut (A ll D e pth s) (Restra in e d) w ith Ty pe 2E F lowa bl e F ill B ac kfill Pe r D e ta il W T R - 0 2 9M/22 a nd D A -108 ) -In sta ll @ Df\O ~ \\.,~JQ.. Do ll a r s $\3SS) A nd ~~ Ce nt s --\ Per Un it B - JR Amount Bid $ ~ ) ' 3 'x' 57).( I $ 3b~IS 0 ~lMc%.ti I 12_ ~ $:),()~.~D .. Pay CPMS Estimated Unit Name o f Pay Item with Unit Bid A mount Ite m No. Q uanti Un it Price in Words Price Bid 8. BID-20 L.F. Pipe -Pressure -12-inch (PVC C-900 DR- 00591 14 Water Pipe by Open Cut (All Depths) with Backfill Per Detail WTR-029M/22) - Install @ ~'~ <".\~ Dollars $ l.f\.ro $C\~D.c2) \ And (\T} Cents Per Unit 9. BID-30 L.F. Pipe -Pressure -8-inch (PVC C-900 DR-14 00616 Water Pipe by Open Cut (All Depths) with Backfill Per Detail WTR-029M/22) -Install @ Dollars And Cents $3C\.~ $\)~. Per Unit 10. BID-5 E.A. Valve -24-inch -(Resilient Seated) Gate 00726 Valve with Vault (Per Detail 5/14) -Install @')\~~~ O~-\-~ ~t)~~ {\\\\~--\wt{.Dollars \ And \J\) Cents $J\,,~~.'7@ $ \Lt, Lita~. Per Unit ,- 11. BID-4 E .A. Valve -16 -inch -(Resilient Seated) Gate 00719 Valve with Vault (Per Detail 5/14)-lnstall @ ·\\l_~~~~~~t1\.\\Dollars \ \ $~1t:i) $:>(q~. And ~\) Cents Per Unit 12 . BID -EA. Valve -Gate -(16-inch Cut-in Resilient 00750 Seated Gate Valve Per Item D-52.6) - lnstall~\(Q.. ~ Dollars And \S'\) Cents $\~~ $1':J.~. Per Unit 13. BID-E.A. Va lve -12-inch -(Resilient Seated) Gate 00717 Valve with Box (Per Detail 2/19) -Install @ And ~ Cents $~4{).CO $'SID. Per Unit B -4R • Pay CPMS Es tim ated U ni t Na m e of Pay Item with Un it Bid Amou nt Item No. Quanti U nit Price in Words Price Bid 14. BID-E.A. Valve -8-inch -(Resilient Seated) Gate 00717 Valve with Box (Per Detail 2/19) -Install @ ~ElVU"\ ""~ \\,\~\~i:t Dollars And ~ Cents $~§.© $ \ }3«;'tn Per Unit I 15. BID-E.A. Valve -6-inch -Blow Off-with Sump 00743 Manhole (Per Detail 17 /I 6) -Install @ ~'1"\ ~\) ~S\~ollars $k,ks~ $ldo~. And \..Sl\ Cents Per Unit ' 16 . BID-E.A. Valve -2-inch Combination Air Release 00722 and Vacuum Valve with Vault -Install @ l~llars And ~ Cents $f):1:8.oo $1~9. Per Unit 17. BID-E.A. Fire Hydrant (Per Detail 6/20) -Install @ 00546 ~f?o llars And \SD Cents $~bi.~ $~~ Per Unit 18 . BID -6 V.F . Fire Hydrant -Barrel & Stem Extension - 00548 Install @ Dollars And ~~ Cents $~~.ct) $\~ Per Unit 19 . BID-3.9 TON Pipe Fittings -Ductile Iron -Equal to 16- 00569 inch Duct ile Iron Pipe -Install @ \",~n\8~~~01 ,ars $7)~~. And "-~ Cents Per Unit 20. BID-0 .2 TON Pipe Fittings -Ductile Iron -Less Than 16 - 00568 inch Ducti le Iron Pipe -Install @ ollars $~1s $f)b9, And Cents Per Unit B -SR • Pay CPMS Estimated Unit Name of Pay Item with Unit Bid Amount Item No. Quanti Unit Price in Words Price Bid 21.a BID-13.6 TON Pipe Fittings -Ductile lron -Equal to 24 - 00569 inch Ductile Iron Pipe -Install @ Dollars And Cents $'\(O ~Th $ Per Unit 21.b BID-L.S. Pipe Fittings-Bar-Wrapped Concrete Steel 00571 Cylinder Type Fittings -Install @ \ <--~ ~ ~ ~~ Dollars And ~ Cents ~~.~ $3'8,3l)d. Per Unit 21.c BID-L.S . Pipe Fittings -Steel Pipe -Install @ 00570 Dollars And Cents $W)~ Per Unit $ *Note: Bids should be submitted for onl one of the i e fittin material alterna tes a, b, or c. 22 . BID -2 E.A. Valve -Gate -Remove and Salvage ( I 6- 00751 inch and Larger Per Item D-29) @ Dollars And \..)l) Cents $5\S.ct> Per Unit 23. BID -4 E.A. Valve -Gate -Remove and Salvage ( 12- 00751 inch and Smaller in Separate Trench Per Item D-29)@ ~~6~~ Dollars \ $ \qD.()D $':5(J). And \..\\', Cents Per Unit 24. BID -E.A. Fire Hydrant -Remove and Salvage (Per 00547 Item D-29)@ Dollars And Cents $~~t'C!J $~. Per Unit 25. BID -2 E.A. Abandon Existing Air Release and Vacuum 00123 Relief Valve and Vault -Remove @ Dollars And Cents Pe r Unit B -6R Pay CPMS Estima ted Unit Name of Pay Item with Unit Bid Amount Item No. Q uanti U nit P rice in Words Price Bid 26 . BID-945 L.F. Pipe -Pressure -Abandon (Existing 24 - 00587 inch Water Main Filled with Cement Slurry Per Item DA-134)@ ~\~ Dollars And ~~ Cents $C\. Se, $~'1). ' Per Unit I 27 . BID -654 L.F. Pipe -Pressure -Abandon (Existing 12 - 00587 inch Water Main Filled with Cement Slurry Per Item DA-134)@ Dollars And ~~~~ Cents $~~5 $~}~. ' Per Unit 28. BID-E.A. Pipe -Tapping Sleeve & 16-inch Gate 01184 Valve -16-inch x 16-inch -Install @ ~~ ~ ~~(\)~ ~/ L Dollars $)~~4S. $\4;11JS And \Js:) Cents Per Unit 29. BID-2 E.A . Pipe -Tapping Sleeve & 6-inch Gate Valve 00686 -16-inch x 6-inch -Install @ h)~~~~~'i~Dollars And \ ~ -, Cents Per Unit $~(JJ. $C\~'.clb. 30. BID -E.A. Meter Vault for 3-inch Turbo & 2-inch 00557 Bypass (No Meter) Per Item DA-52 - Install @ ollars $q~~~ $3~ Per Unit 31. BID-25 L.F. Water Service -6-inch Water Service Line 00616 to Meter Per Item D-52 .7 -Install @ -s--~~ Dollars $~,~ $~. And ~ Cents Per Unit 32 . BID -325 L.F . Water Service -6-inch Water Service Line 00616 to Private Service by Licensed Plumber Per Item D-52.7 -Install @ Do ll ars $l{i().S) $ )~\3~. Cents Per Unit B -7R Pay CPMS Estimated Unit Name of Pay Item with Unit Bid Amount Item No. Quanti Unit Price in Words Price Bid 33. BID-280 L.F. Water Service -3-inch Water Service Line 00121 to Private Service by Licensed Plumber Per Item D-52. 7 -Install @ ~M ~ Dollars $ 4~.':)\) $ ,dM toD. And --\~\~, Cents '\ Per Unit 34. BID -E.A. Sample Station -Water Sampling Stations 00709 Per Item DA-54 -Install @ Dollars And Cents $·,~© $\~.~ Per Unit 35. BID-3,175 L.F . Trench Safety System 5-foot Depth (Per 00372 Item D-26) -In stall @ ~e Dollars ' $\. A nd \\\) Cents si3 \t~ Per Unit j 36. BID -7,050 S.Y. Grass -Hydromulch Seeding (Per Item D- 00134 45) -Install @ l D Dollars And ~~k~..re_ Cents ~~s \ Per Unit 37. BID-100 S .Y . Driveway -Gravel Driveway Replacement 00401 Per DA-123 -In stall @ Dollars And ~ Cents $\~-~ $\~~. Per Unit , 38 . BID-L.S. Traffic Control (Per Item DA-117) -Install 00181 @ liars And ~ Cents $2)45'. $'>1tis. Per Unit I 39. BID -L.S. Pipe -Pres sure -Cathodic Protection 00619 System (Per DA-122 and Appendix B) - In stall ~ Dollars And Cents $\:)~W. $\~~'&). Per Unit B-8R Pay Item 40. CPMS Estimated Unit No. Quanti BID-400 L.F. 00620 Name of Pay Item with Unit Price in Words Pipe -Pressure -Extra Depth Greater Than I -foot (Depth Greater Than That Shown in the Construction Plans) -Install @ ~~-{e__, Dollars And ~~ Cents -"' Per Unit Unit B id Price $S'-~ Amount Bid $cXl.OlJ .d TOTAL: $ ~ 6~ 3 ')(). oa (Award of contract, if made, shall be to the overal responsible low bidder.) List of Ductile Iron Fittings for WATER MAIN RELOCATIONS: Quantity of Fittings Size of Fitting Type of Fitting I 24-inch x 24-inch Tee 1 24-inch x 16-inch Tee I 24-inch x 8-inch Tee I 16-inch x 16-inch Tee 6 24-inch 90 Degree Bend 2 24-inch 45 Degree Bend I 24-inch I 1 1/. Degree Bend 7 16-inch 45 Degree Bend 3 24-inch Plug 2 16-inch Plug I 24-inch Sleeve 2 16 -inch Sleeve 1 24-inch x 16-inch Reducer I 8-inch x 6-inch Reducer I 6-inch x 4-inch Reducer I 24-inch Cleaning Wye 2 16 -inch Cleaning Wye Weig ht per Fittin (lbs.) Tota l Weig ht lbs. ( _______ Tons) B -9R \l\~l).t'i) \ \ f'>D.f'\i\ ~ ~N\ "t,..., ~-. \ ~ ~f\.N~ 1::ir lA.~ l("'\ <.. t\ ()7\ \.. '\ ~. \~l\l'\.© ""'' ~. \~~® \..\, ~ \ \..\ ~ t\,~ . \\.\ ~. "'·· ~-"1 "IQ f) ff" 't'\}, ~ . D PROPOSAL MATERIAL SUPPLIER INFORMATION FORM -24-inch Water Pipe DUCTILE IRON PIPE The DUCTILE IRON pipe and valve supplier information form bound with this project manual shall be provided by the Contractor at the time that bids were submitted . Name of Manufacturer Type of Pipe Home Office Address of Manufacturer Location of plant in which pipe and fittings are to be manufactured CONCRETE PIPE The CONCRETE pipe supplier information form bound with this project manual shall be provided by the Contractor at the time that bids were submitted. Name of Manufacturer Type of Pipe \s:i\':) ~. ~\\~ 't)\J\.J Q~~,t,~~ ':1S-DSD Home Office Address of Manufacturer C'::,~ \>~,,~ 31 Location of plant in which pipe and fittings are to be manufactured STEEL PIPE The STEEL pipe supplier information form bound with this project manual shall be provided by the Contractor at the time that bids were submitted. Name of Manufacturer Type of Pipe Home Office Address of Manufacturer Location of plant in which pipe and fittings are to be manufactured B -lOR " PROPOSAL MATERIAL SUPPLIER INFORMATION FORM -16, 12 and 6-inch Water Pipe DUCTILE IRON PIPE The ductile iron pipe and valve supplier information form bound with this project manual shall be provided by the Contractor at the time that bids were submitted. G,~\~~ "'~\\)Q ~~ Name of Manufacturer Type of Pipe \'\ID ~u,';, ~W{?.~~'-L C\ID~~i~ "]\., \dl'.:5\S Home Office Ad<l(ss of Manufacturer 1 ~(;\ ~~\\-~ ~ Location of plant in which pipe and fittings are tb be manufactured PVC PIPE The PVC pipe and valve supplier information form bound with this project manual shall be provided by the Contractor at the time that bids were submitted. ~ ?ti.~, '\:i'{Q. Name of Manufacturer Type of Pipe '\-C.\~ ~~-=s:~'%~ ~ ),S,t\1)~~, ~~ C)l)t\~ Home Office Address of Manufacturer ~ ' ' Location of~t in which pip~ and flings are to be manufactured B - l lR PROPOSAL Within ten (I 0) days of notification by City, the undersigned will execute the formal contract and deliver an approved Surety Bond and such other bonds as required by the Contract Documents, for the faithful performance of this Contract. The attached bid security in the amount of$ 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 verified that he has obtained at least one set of the General Contract Documents and General Specifications for Water Department Projects dated January I, 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 of referring employee applicants to the undersigned are not discriminated against as prohibited by the terms of City Ordinance No . 7278 as amended by the City Ordinance No . 7400 . The bidder agrees to begin construction within IO calendar days after issue of the work order, and to complete the contract by 150 calendar days as set forth in the written work order to be furnished by the Owner. The work order will be issued no later than 90 days after the award of the contract and shall be in accordance with DA -46 Recommended Sequence of Construction. A . The principal place of business of our company is in the State of ____________ _ Non-resident bidders in the State of , our principal place of business , are required to be percent lower than resident bidders by state Jaw. A copy of the statute is attached . Non-resident bidders in the State of ________ , our principal place of business , are not . _ required to underbid resident bidders. ~ The principal place of business of our company or our parent company or majority owner is in the ~ StateofTexas. Receipt is acknowledged of the following addenda: Addendum No. 1 (initials)~ Addendum No . 2 (initials) __ _ Addendum No. 3 (initials) ___ _ (SEAL) if Bidder is Corporation Date : \\-'4{\C\ • B -12R Respectfully submitted , ~.~ Name: . Cl-1 Cl-1.1 Cl-1.2 Cl-1.3 Cl-1.4 C 1-1.5 Cl-1.6 Cl-1.7 Cl-1.8 Cl-1.9 Cl-1.10 Cl-1.11 Cl-1.12 Cl-1.13 Cl-1.14 Cl-1.15 Cl-1.16 Cl-1.17 Cl-1.18 Cl-1.19 Cl-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 Cl-1.29 Cl-1.30 Cl-1.31 Cl-1.32 PART C -GENERAL CONDITIONS TABLE OF CONTENTS NOVEMBER 1, 1987 TABLE OF CONTENTS DEFINITIONS Definition of Terms Contract Documents Notice to Bidders Proposal Bidder General Conditions Special Conditions Specifications Bonds Contract Plans City City Council Mayor City Manager City Attorney Director of Public Works Director, City Water Department Engineer Contractor Sureties The Work or Project Working Day Calendar Days Legal Holidays Abbreviations Change Order Paved Streets and Alleys Unpaved Streets or Alleys City Street Roadway Gravel Street Cl-1 (1) 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 (2) Cl-1 (3) Cl-1 (3) Cl-1 (3) Cl-1 (3) Cl-1 (3) Cl-1 (3) Cl-1 (3) Cl-1 (3) Cl-1 (3) Cl-1 (3) Cl-1 (3) Cl-1 (4) Cl-1 (4) Cl-1 (4) Cl-1 (4) Cl-1 (4) Cl-1 (4) Cl-1 (5) Cl-1 (5) Cl-1 (6) Cl-1 (6) Cl-1 (6) Cl-1 (6) C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL C2-2.1 C2-2.2 C2-2 .3 C2-2.4 C2-2 .5 Proposal Form Interpretation of Quantities Examination of Contract Documents and Site of Project Submitting of Proposal Rejection of Proposals (1) C2-2 (1) C2-2 (1) C2-2 (2) C2-2 (2) C2-2 (3) C2-2.6 C2-2.7 C2-2.8 C2-2.9 C2-2.10 C2-2.11 C2-2.12 C3-3 C3-3.l C3-3.2 C3-3.3 C3-3.4 C3-3.5 C3-3.6 C3-3.7 C3-3.8 C3-3.9 C-3-3.10 C3-3.ll C3-3.12 C3-3.13 C3-3.14 C3-3.15 C4-4 C4-4 .1 C4-4.2 C4-4 .3 C4-4.4 C4-4.5 C4-4.6 C4-4.7 CS-5 CS-5.1 CS-5.2 CS-5.3 CS-5.4 CS-5.5 CS-5.6 CS-5.7 CS-5.8 Bid Security Delivery of Proposal Withdrawing Proposals Telegraphic Modifications of Proposals Public Opening of Proposal Irregular Proposals Disqualification of Bidders AWARD AND EXECUTION OF DOCUMENTS: Consideration of Proposals Minority Business Enterprise/Women Business Enterprise Compliance Equal Employment Provisions Withdrawal of Proposals Award of Contract Return of Proposal Securities Bonds Execution of Contract Failure to Execute Contract Beginning Work Insurance Contractor's Obligations Weekly Payrolls Contractor's Contract Administration Venue SCOPE OF WORK Intent of Contract Documents Special Provisions Increased or Decreased Quantities Alteration of Contract Documents Extra Work Schedule of Operation Progress Schedules for Water and Sewer Plant Facilities CONTROL OF WORK AND MATERIALS Authority of Engineer Conformity with Plans Coordination of Contract Documents Cooperation of Contractor Emergency and/or Rectification Work Field Office Construction Stakes Authority and Duties of City Inspector (2) C2-2 (3) C2-2 (3) C2-2 (3) C2-2 (3) C2-2 (4) C2-2 (4) C2-2 (4) C3-3 (1) C3-3 (1) C3-3 (1) C3-3 (1) C3-3 (2) C3-3 (2) C3-3 (2) C3-3 (3) . C3-3 (3) C3-3 (4) C3-3 (4) C3-3 (6) C3-3 (6) C3-3 (6) C3-3 (7) C4-4 (1) C4-4 (1) C4-4 (1) C4-4 (2) C4-4 (2) C4-4 (3) C4-4 (4) CS-5 (1) CS-5 (1) CS-5 (1) CS-5 (2) CS-5 (2) CS-5 (3) CS-5 (3) CS-5 (3) / C5-5 .9 Inspection C5-5 (4) C5-5.I0 Removal of Defective and Unauthorized Work C5-5 (4) C5-5. l l Substitute Materials or Equipment C5-5 (4) C5-5 .12 Samples and Tests of Materials C5-5 (5) C5-5.13 Storage of Materials C5-5 (5) C5-5.14 Existing Structures and Utilities C5-5 (5) C5-5.15 Interruption of Service C5-5 (6) C5-5.16 Mutual Responsibility of Contractors C5-5 (7) C5-5.17 Clean-Up C5-5 (7) C5-5.18 Final Inspection C5-5 (8) C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY C6-6.1 Laws to be Observed C6-6 (1) C6-6.2 Permits and Licenses C6-6 (l) C6-6.3 Patented Devices, Materials , and Processes C6-6 (1) C6-6.4 Sanitary Provisions C6-6 (1) C6-6.5 Public Safety and Convenience C6-6 (2) C6-6.6 Privileges of Contractor in Streets , Alleys, C6-6 (3) and Right-of-Way C6-6.7 Railway Crossings C6-6 (3) C6-6.8 Barricades, Warnings and Flagmen C6-6 (3) L C6-6.9 Use of Explosives, Drop Weight, Etc . C6-6 (4) C6-6.10 Work Within Easements C6-6 (5) C6 .6.l 1 Independent Contractor C6-6 (6) C6-6.12 Contractor's Responsibility for Damage Claims C6-6 (6) C6-6.13 Contractor 's Claim for Damages C6-6 (8) C6-6.14 Adjustment or Relocation of Public Utilities , Etc . C6-6 (8) C6-6 .15 Temporary Sewer and Drain Connections C6-6 (8) C6-6.16 Arrangement and Charges for Water Furnished by the City C6-6 (9) C6-6.17 Use of a Section or Portion of the Work C6-6 (9) C6-6. l 8 Contractor's Responsibility for the Work C6-6 (9) C6-6.l 9 No Waiver of Legal Rights C6-6 (9) C6-6 .20 Personal Liability of Public Officials C6-6 (10) C6-6.21 State Sales Tax C6-6 (10) -:, C7-7 PROSECUTION AND PROGRESS C7-7.1 Subletting C7-7 (1) C7-7 .2 Assignment of Contract C7-7 (1) C7-7.3 Prosecution of The Work C7-7 (1) C7-7.4 Limitation of Operations C7-7 (2) C7-7.5 Character of Workmen and Equipment C7-7 (2) C7-7.6 Work Schedule C7-7(3) C7-7.7 Time of Commencement and Completion C7 -7 (3) C7-7.8 Extension of Time Completion C7-7 (3) C7-7.9 Delays C7-7 (4) (3) ' C7-7.10 Time of Completion C7-7 (4) C7-7.11 Suspension by Court Order C7-7(5) C7-7.12 Temporary Suspension C7-7 (5) C7-7.13 Termination of Contract due to National Emergency C7-7 (6) C7-7.14 Suspension or Abandonment of the Work C7-7 (6) and Annulment of the Contract: ~ C7-7.15 Fulfillment of Contract C7-7 (8) ii" C7-7.16 Termination for Convenience of the Owner C7-7 (8) C7-7.17 Safety Methods and Practices C7-7 (11) C8-8 MEASUREMENT AND PAYMENT C8-8.l Measurement Of Quantities C8-8 (1) C8-8.2 Unit Prices C8-8 (1) C8-8.3 Lump Sum C8-8 (1) C8-8.4 Scope of Payment C8-8 (1) C8-8.5 Partial Estimates and Retainage C8-8 (2) C8-8.6 Withholding Payment C8-8 (3) ' ' C8-8.7 Final Acceptance C8-8 (3) C8-8.8 Final Payment C8-8 (3) C8-8.9 Adequacy of Design C8-8 (4) C8-8.10 General Guaranty C8-8 (4) C8-8..11 Subsidiary Work C8-8 (4) C8-8.12 Miscellaneous Placement of Material C8-8 (4) C8-8 .13 Record Documents C8-8 (4) ,, (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 understood and interpreted as follows: Cl-1.2 CONTRACT DOCUMENTS: The Contract Documents are in all of the written and drawn documents, such as specifications, bonds, addenda, plans, etc., which govern the terms and performance of the contract. These are contained on the General Contract Documents and the Special Contract Documents. a. GENERAL CONTRACT DOCUMENTS: The General Contract Documents govern all Water Department Projects and Include the following Items PART A -NOTICE TO BIDDERS PART B -PROPOSAL PART C-GENERAL CONDITIONS PART D-SPECIAL CONDITIONS PART E-SPECIFICATIONS PERMITS/EASEMENTS PART F-BONDS PART G -CONTRACT (Sample) (Sample) (CITY) (Developer) White White Canary Yellow Brown Green El-White E2-Golden Rod E2A-White Blue (Sample) White (Sample) White 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 (1) . ' Cl-1.3 NOTICE TO BIDDERS: All of the legal publications either actually published in public advertising mediums or furnished direct to interested parties pertaining to the work contemplated under the Contract Documents constitutes the notice to bidders . Cl-1.4 PROPOSAL: The completed written and signed offer or tender of a bidder to perform the work which the Owner desires to have done, together with the bid security, constitutes the Proposal, which becomes binding upon the Bidder when it is officially received by the Owner, has been publicly opened and read and not rejected by the Owner . Cl-1.5 BIDDER: Any person, persons, firm, partnership, company, association, corporation , acting directly or through a duly authorized representative , submitting a proposal for performing the work contemplated under the Contract Documents , constitutes a bidder. Cl-1.6 GENERAL CONDITIONS : The General Conditions are the usual construction and contract requirements which govern the performance of the work so that it will be carried on in accordance with the customary procedure , the local statutes , and requirements of the City of Fort Worth's charter and promulgated ordinances. Whenever there may be a conflict between the General Conditions and the Special Conditions, the latter shall take precedence .. C l -1.7 SPECIAL CONDITIONS: Special conditions are the specific requirements which are necessary for the particular project covered by the Contract Documents and not specifically covered in the General Conditions. When considered with the General Conditions and other elements of the Contract Documents they provide the information which the Contractor and Owner should have in order to gain a thorough knowledge of the project. C 1-1.8 SPECIFICATIONS : The Specifications is that section or part of the Contract Documents which set forth in detail the requirements which must be met by all materials, construction, workmanship, equipment and services in order to render a completed an useful project. Whenever reference is made to standard specifications , regulations, requirements, statutes , etc., such referred to documents shall become a part of the Contract Documents just as though they were embodied therein. Cl-1.9 BONDS: The bond or bonds are the written guarantee or security furnished by the Contractor for prompt and faithful performance of the contract and include the following: a. Performance Bond (see paragraph C3-3.7) b . Payment Bond (see paragraph C3-3.7) c. Maintenance Bond (see paragraph C3-3.7) d. Proposal or Bid Security (see Special Instructions to Bidders, Part A and C2-2.6) Cl-1 (2) C 1-1.10 CONTRACT: The Contract is a formal signed agreement between the owner and the Contractor covering the mutual understanding of the two contracting parties about the project to be completed under the Contract Documents . C 1-1 .11 PLANS: The plans are the drawings or reproductions therefrom made by the Owner's representative showing in detail the location, dimension and position of the various elements of the project , including such profiles, typical cross-sections, layout diagrams , working drawings, preliminary drawings and such supplemental drawings as the Owner may issue to clarify other drawings or for the purpose of showing changes in the work hereinafter authorized by the Owner. The plans are usually bound separately from the other parts of the Contract Documents , but they are part of the Contract Documents just as though they were bound therein. C 1-1.12 CITY: The City of Fort Worth, Texas, a municipal corporation, authorized and chartered under the Texas State Statutes, acting by and through its governing body or its City Manager, each of which is required by charter to perform specific duties. Responsibility for final enforcement of the Contracts involving the City of Fort Worth is by Charter vested in the City Manager. The terms City and Owner are synonymous . Cl-1.13 CITY COUNCIL: The duly elected and qualified governing body of the City of Fort Worth, Texas. C 1-1.14 MAYOR : The officially elected Mayor, or in his absence, the Mayor Pro tern of the City of Fort Worth, Texas. Cl-1.15 CITY MANAGER: The officially appointed and authorized City Manager of the City of Fort Worth, Texas , or his duly authorized representative. Cl-1.16 CITY ATTORNEY: The officially appointed City Attorney of the City of Fort Worth, Texas , or his duly authorized representative . Cl-1.17 DIRECTOR OF PUBLIC WORKS: The officially appointed official of the City of Fort Worth , Texas , referred to in the charter as the City Engineer, or his duly authorized representative. Cl-1.18 DIRECTOR, CITY WATER DEPARTMENT: The officially appointed Director of the City Water Department of the City of Fort Worth, Texas, or his duly authorized representative, assistant, or agents . Cl-1.19 ENGINEER : The Director of Public Works, the Director of the Fort Worth City Water Department, or their duly authorized assistants , agents, engineers , inspectors , or superintendents, acting within the scope of the particular duties entrusted to them . Cl-1.20 CONTRACTOR: The person, person 's, partnership , company, firm , association , or corporation, entering into a contract with the Owner for the execution of work , acting directly or through a duly authorized representative. A sub-contractor is a person , firm , Cl-1 (3) corporation, supplying labor and materials or only labor, for the work at the site of the project. Cl-1.21 SURETIES: The Corporate bodies which are bound by such bonds as are required with and for the Contractor. The sureties engaged are to be fully responsible for the entire and satisfactory fulfillment of the Contract and for any and all requirements as set forth in the Contract Documents and approved changes therein. Cl-1.22 THE WORK OR PROJECT: The completed work contemplated in and covered by the Contract Documents, including but not li'mited to the furnishing of all labor, materials, tools, equipment, and incidentals necessary to produce a completed and serviceable project. Cl-1.23 WORKING DAY: A working day is defined as a calendar day , not including Saturdays, Sundays, and legal holidays, in which weather or other conditions not under the control of the Contractor permit the performance of the principal unit of work for a period of not less than seven (7) hours between 7:00 a.m. and 6:00 p .m ., with exceptions as permitted in paragraph C7-7.6 · Cl-1.24 CALENDAR DAYS : A calendar.day is any day of the week or month, no 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: 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 Christmas Day Such other days in lieu of holidays as the City Council may determine January 1 Third Monday in January Last Monday in May July 4 First Monday in September Fourth Thursday in November Forth Friday in November December 25 When one of the above named holidays or a special holiday is declared by the City Council , falls on a Saturday, the holiday shall be observed on the preceding Friday, or if it falls on Sunday, it shall be observed on the following Monday, by those employees working on working day operations. Employees working calendar day operations will consider the calendar as the holiday. Cl-1.26 ABBREVIATIONS: Whenever the abbreviations defined herein appear in the Contract Documents, the intent and meaning shall be as follows: Cl-1 (4) AASHTO American Association of State MGD Million Gallons Highway Transportation Officials per Day ASCE American Society of Civil CFS Cubic Foot per Engineers Second IAW In Accordance With Min. Minimum ASTM American Society of Testing Mono. Monolithic Materials % Percentum AWWA American Water Works R Radius Association I.D. Inside Diameter ASA American Standards Association O.D. Outside Diameter HI Hydraulic Institute Elev. Elevation Asph. Asphalt F Fahrenheit Ave. Avenue C Centigrade Blvd. Boulevard In. Inch CI Cast Iron Ft. Foot CL Center Line St. Street GI Galvanized Iron CY Cubic Yard Lin. Linear or Lineal Yd. Yard lb. Pound SY Square yard MH Manhole L.F. Linear Foot Max. Maximum D.I. Ductile Iron Cl-1.27 CHANGE ORDER: A "Change Order" is a written supplemental agreement between the Owner and the Contractor covering some added or deducted item or feature which may be found necessary and which was not specifically included in the scope of the project on which bids were submitted. Increase in unit quantities stated in the proposal are not the subject matter of a Change Order unless the increase or decrease is more than 25% of the amount of the particular item or items in the original proposal. All "Change Orders" shall be prepared by the City from information as necessary furnished by the Contractor. Cl-1.28 PAVED STREETS AND ALLEYS: A paved street or alley shall be defined as a street or alley having one of the following types of wearing surfaces applied over the natural unimproved surface: 1. Any type of asphaltic concrete with or without separate base material. 2. Any type of asphalt surface treatment, not including an oiled surface, with or without separate base material. 3. Brick, with or without separate base material. 4. Concrete, with or without separate base material. 5. Any combination of the above . Cl-1 (5) ii\ • '· Cl-1.29 UNPAVED STREETS OR ALLEYS: An unpaved street, alley, roadway or other surface is any area except those defined for "Paved Streets and Alleys." Cl-1.30 CITY STREET: A city street is defined as that area between the right-of-way lines as the street is dedicated. Cl-1.31 ROADWAY: The roadway is defined as the area between parallel lines two (2') back of the curb lines or four ('4) feet back of the average edge of pavement where no curb exists. · C 1-1.32 GRAVEL STREET: A gravel street is an unimproved street to which has been added one or more applications of gravel or similar material other than the natural material found on the street surface before any improvement was made. Cl-1 (6) , ' ·. f ' \ ... ·'"" -- SECTION C -GENERAL CONDITIONS C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL SECTION C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL C2-2.1 PROPOSAL FORM: The Owner will furnish bidders with Proposal form, which will contain an itemized list of the items of work to be done or materials to be furnished and upon which bid prices are requested. The Proposal form will state the Bidder's general understanding of the project to be completed, provide a space for furnishing the amount of bid security, and state the basis for entering into a formal contract. The Owner will furnish forms for the Bidder's "Experi~nce Record," "Equipment Schedule," and "Financial Statement," all of which must be properly executed and filed with the Director of the City Water Department one week prior to the hour for opening of bids. The financial statement required shall have been prepared by an independent certified public accountant or an independent public accountant holding a valid permit issued by an appropriate state licensing agency, and shall have been so prepared as to reflect the current financial status. This statement must be current and no more than one (1) year old. In the case that bidding date falls within the time a new statement is being prepared, the previous statement shall be updated by proper verification. Liquid assets in the amount of ten (10) percent of the estimated project cost will be required. For an experience record to be considered to be acceptable for a given project, it must reflect the experience of the firm seeking qualification in work of both the same nature and magnitude as that of the project _ for which bids are to be received, and such experience must have been completed not more than five (5) years prior to the date on which Bids are to be received. The Director of the Water Department shall be sole judge as to the acceptability of experience for qualification to bid on any Fort Worth Water Department project. The prospective bidder shall schedule the equipment he has available for the project and state that he will rent such additional equipment as may be required to complete the project on which he submits a bid. C2-2.2 INTERPRETATION OF QUANTITIES: The quantities of work and materials to be furnished as may be listed in the proposal forms or other parts of the Contract Documents will be considered as approximate only and will be used for the purpose of comparing bids on a uniform basis. Payment will be made to the Contractor for only the actual quantities of work performed or materials furnished in strict accordance with the Contract Documents and Plans. The quantities of work to be performed and materials to be furnished may be increased or decreased as hereinafter provided, without in any way invalidating the unit prices bid or any other requirements of the Contract Documents. C2-2(1) C2-2.3 EXAMINATION OF CONTRACT DOCUMENTS AND SITE OF PROJECT: Bidders are advised that the Contract Documents on file with the Owner shall constitute all of the information which the Owner will furnish. All additional information and data which the Owner will supply after promulgation of the formal contract documents shall be issued in the form of written addenda and shall become part of the Contract Documents just as though such addenda were actually written into the original Contract Documents. Bidders are required, prior to filing of proposal, to read and become familiar with the Contract Documents, to visit the site o_f 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 construct~on of the project. They must judge for themselves the difficulties of the work and all attending circumstances affecting the cost of doing the work or the time required for its completion, and obtain all information required to make an intelligent proposal. No information given by the Owner or any representative of the Owner other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the Owner. Bidders shall rely exclusively and solely upon their own estimates, investigation, research , tests, explorations, and other data which are necessary for full and complete information upon which Jhe proposal is to be based. It is mutually agreed that the submission of a proposal is prima-facie evidence that the bidder has made the investigation, examinations and tests herein required. Claims for additional compensation due to variations between conditions actually encountered in construction and as indicated in the Contract Documents will not be allowed. The logs of Soil Borings, if any, on the plans are for general information only and may not be correct. Neither the Owner nor the Engineer guarantee that the data shown is representative of conditions which actually exist. C2-2.4 SUBMITTING OF PROPOSAL: The Bidder shall submit his Proposal on the form furnished by the Owner. All blank spaces applicable to the project contained in the form shall be correctly filled in and the Bidder shall state the prices , written in ink in both words and numerals , for which he proposes to do work contemplated or furnish the materials required. All such prices shall be written legibly. In case of discrepancy between price written in words and the price written in numerals , the price most advantageous to the City shall govern. If a proposal is submitted by an individual, his or her name must be signed by him (her) or his (her) duly authorized agent. If a proposal is submitted by a firm , association , or partnership, the name and address of each member of the firm, association, or partnership , or by person duly authorized. If a proposal is submitted by a company or corporation, the company or corporation name and business address must be given , and the proposal signed by an official or duly authorized agent. The corporate seal must be affixed. Power C2-2(2) ,-. of Attorney authorizing agents or others to sign proposal must be properly certified and must be in writing and submitted with the proposal. C2-2.5 REJECTION OF PROPOSALS: Proposals may be rejected if they show any alteration of words or figures, additions not called for, conditional or uncalled for alternate bids, erasures, or irregularities of any kind, or contain unbalanced value of any items . Proposal tendered or delivered after the official time designated for receipt of proposal shall be returned to the Bidder unopened. C2-2.6 BID SECURITY: No proposal will be considered unless it is accompanied by a "Proposal Security" of the character and the amount indicated in the "Notice to Bidders" and the "Proposal." The Bid Security is required by the Owner as evidence of_good faith on the part of the Bidder, and by way of a guaranty that if awarded the contract, the Bidder will within the required time execute a formal contract and furnish the required performance and other bonds. The bid security of the three lowest bidders will be retained until the contract is awarded or other disposition is made thereof. The bid security of all other bidders may be returned promptly after the canvass of bids. C2-2.7 DELIVERY OF PROPOSAL: No proposal will be considered unless it is delivered, accompanied by its proper Bid Security, to the City ' Manager or his representative in the official place of business as set forth in the "Notice to Bidders." It is the Bidder's sole responsibility to deliver the proposal at the proper time to the proper place. The mere fact that a proposal was dispatched will not be considered. The Bidder must have the proposal actually delivered. Each proposal shall be in a sealed envelope plainly marker with the word "PROPOSAL," and the name or description of the project as designated in the "Notice to Bidders." The envelope shall be addressed to the City Manager, City Hall, Fort Worth, Texas . C2-2 .8 WITHDRAWING PROPOSALS: Proposals actually filed with the City Manager cannot be withdrawn prior to the time set for opening proposals. A request for non-consideration must be made in writing, addressed to the City Manager, and filed with him prior to the time set for opening of proposals. After all proposals not requested for non-consideration are opened and publicly read aloud, the proposals for which non- consideration requests have been properly filed may, at the option of the Owner, be returned unopened. C2-2.9 TELEGRAHIC MODIFICATIONS OF PROPOSALS: Any Bidder may modify his proposal by telegraphic communication at any time prior to the time set for opening proposals, provided such telegraphic communication is received by the City Manager prior to the said proposal opening time, and provided further, that the City Manager is satisfied that a written and duly authenticated confirmation of such telegraphic communication over the signature of the bidder was mailed prior to the proposal opening time. If such confirmation is not received within forty-eight ( 48) hours after the proposal opening time, no further consideration will be given to the proposal. C2-2(3) C2-2.10 PUBLIC OPENING OF PROPOSAL: Proposals which have been properly filed and for which no "Non-consideration Request" has been received will be publicly opened and read aloud by the City Manager or his authorized representative at the time and place indicated in the "Notice to Bidders." All proposals which have been opened and read will remain on file with the Owner until the contract has been awarded. Bidders or their authorized representatives are invited to be present for the opening of bids . C2-2.11 IRREGULAR PROPOSALS: Proposals shall be considered as "Irregular" if they show any omissions, alterations of form , additions, or conditions not called for , unauthorized alternate bids, or irregularities of any kind. However, the Owner reserves the right to waive any all irregularities and to make the award of the contract to the best interest of the City. Tendering a proposal after the closing hour is an irregularity which can not be waived. C2-2.12 DISQUALIFICATION OF BIDDERS: Bidders may be disqualified and their proposals not considered for any of, but not limited to, the following reasons: ,.. a) Reasons for believing that collusion exists among bidders. b) Reasonable grounds for believing that any bidder is interested in more than one proposal for work contemplated. c) The bidder being interested in any litigation against the Owner or where the Owner may have a claim against or be engaged in litigation against the bidder. d) The bidder being in arrears on any existing contract or having defaulted on a previous contract. e) The bidder having performed a prior contract in an unsatisfactory manner. f) Lack of competency as revealed by financial statement, experience statement, equipment schedule, and such inquiries as the Owner may see fit to make. g) Uncompleted work which, in the judgment of the Owner, will prevent or hinder the prompt completion of additional work if awarded. h) The bidder not filing with the Owner, one week in advance of the hour of the opening of proposals the following: 1. Financial Statement showing the financial condition of the bidder as specified in Part "A" -Special Instructions 2. A current experience record showing especially the projects of a nature similar to the one under consideration, which have been successfully completed by the Bidder. 3. An equipment schedule showing the equipment the bidder has available for use on the project. The Bid Proposal of the bidder who, in the judgment of the Engineer, is disqualified under the requirements stated herein, shall be set aside and not opened. C2-2(4) ~ , ' ' - ..... .-- PART C -GENERAL CONDITIONS C3-3 A WARD AND EXECUTION OF DOCUMENTS SECTION C3-3 A WARD 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 established in the Contract Documents. The total obtained by taking the sum of the products of the unit prices quoted and the estimated quantities plus any lump sum items and such other quoted amounts as may enter into the cost of the completed project will be considered as the amount of the bid. Until the ward of the contract is 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 may be considered for the best interest of the Owner. C3-3.2 MINORITY BUSINESS ENTERPRISE/WOMEN-OWNED BUSINESS ENTERPRISE COMPLIANCE: Contractor agrees to provide to Owner, upon request, complete and accurate information regarding actual work performed by a Minority Business Enterprise (MJ3E) and/or a Woman-owned Business Enterprise (WBE) on the contract and the payment therefor. Contractor further agrees, upon request by the Owner, to allow and audit and/or an examination of any books, records, or files in the possession of the Contractor that will substantiate the actual work performed by an MWE or WBE . Any material misrepresentation of any nature will be grounds for termination of the contract and for initiating any action under appropriate federal, state or local laws and ordinances relating to false statements; further, any such misrepresentation may be grounds for disqualification of Contractor at Owner 's discretion for bidding on future Contracts with the Owner for a period of time of not less than six (6) months. C3-3.3 EQUAL EMPLOYMENT PROVISIONS: The Contractor shall comply with Current City Ordinances prohibiting discrimination in employment practices. The Contractor shall post the required notice to that effect on the project site, and at his request, will be provided assistance by the City of Fort Worth's Equal Employment Officer who will refer any qualified applicant he may have on file in his office to the Contractor. Appropriate notices may be acquired from the Equal Employment Officer. C3-3.4 WITHDRAWAL OF PROPOSALS: After a proposal has been read by the Owner, it cannot be withdrawn by the Bidder within forty-five (45) days after the date on which the proposals were opened . C3-3 (1) C 3-3.5 AW ARD OF CONTRACT: The Owner reserves the right to withhold final action on the proposals for a reasonable time , not to exceed forty-five (45) days after the date of opening proposals , and in no event will an award be made until after investigations have been made as to the responsibility of the proposed awardee. The award of the contract, if award is made, will be to the lowest and best responsive bidder. The award of the contract shall not become effective until the Owner has notified the Contractor in writing of such award. C3-3.6 RETURN OF PROPOSAL SECURITIES: As soon as proposed price totals have been determined for comparison of bids , the Owner may, at its discretion, return the proposal security which accompanied the proposals which, in its judgment, would not be considered for the award . All other proposal securities, usually those of the three lowest bidders , will be retained by the Owner until the required contract has been executed and bond furnished or the Owner has otherwise disposed of the bids, after which they will be returned by the City Secretary. C3-3.7 BONDS: With the execution and delivery of the Contract Documents, the Contractor shall furnish to , and file with the owner in the amounts herein required , the following bonds: a. PERFORMANCE BOND: A good and sufficient performance bond in the amount of not less than 100 percent of the amount of the contract, as evidenced by the proposal tabulation or otherwise, guaranteeing the full and faithful execution of the work and performance of the contract, and for the protection of the Owner and all other persons against damage by reason of negligence of the Contractor, or improper execution of the work or use of inferior materials. This performance bond shall guarantee the payment for all labor, materials , equipment , supplies , and services used in the construction of the work , and shall remain in full force and effect until provisions as above stipulated are accomplished and final payment is made on the project by the City . b. MAINTENANCE BOND: A good and sufficient maintenance bond, in the amount of not less than 100 percent of the amount of the contract , as evidenced by the proposal tabulation or otherwise, guaranteeing the prompt, full and faithful performance of the general guaranty which is set forth in paragraph C8-8. l 0. c. PAYMENT BOND : A good and sufficient payment bond, in the amount of not less than 100 percent of the amount of the contract , as evidenced by the proposal tabulation or otherwise , guaranteeing the prompt, full and faithful payment of all claimants as defined in Article C3-3 (2) -. - 5160, Revised Civil Statutes of Te xas , 1925, as amended by House Bill 344, Acts 56th Legislature , Regular Session , 1959 , effective April 27 , 1959 , and/or the latest version thereof, supplying labor and materials in the prosecution of the work provided for in the contract being constructed under these specifications. Payment Bond shall remain in force until all payments as above stipulated are made . d . OTHER BONDS: Such other bonds as may be required by these Contract Documents shall be furnished by the Contractor. No sureties will be accepted by the Owner which are at the time in default or delinquent on any bonds or which are interested in any litigation against the Owner. All bonds shall be made on the forms furnished by the Owner and s_hall be executed by an approved surety company doing business in the City of Fort Worth , Texas, and which is acceptable to the Owner. ln 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 compapy. Each bond shall be properly executed by both the Contractor and Surety y Company. Should any surety on the contract be determined unsatisfactory at any time by the Owner, notice will be _ given the Contractor to that effect and the Contractor shall immediately provide a new surety satisfactory to the Owner. No payment will be made under the contract until the new surety or sureties , as required, have qualified and have been accepted by the Owner. The contract shall not be operative nor will any payments be due or paid until approval of the bonds by the Owner. C3-3 .8 EXECUTION OF CONTRACT : Within ten (10) days after the Owner has appropriate resolution, or otherwise, awarded the contract , the Contractor shall execute and file with the Owner, the Contract and such bonds as may be required in the Contract Documents. No Contract shall be binding upon the Owner until it has been attested by the City Secretary, approved as to form and legality by the City Attorney, and executed for the Owner by either the Mayor or City Manager. C3-3.9 FAILURE TO EXECUTE CONTRACT : The failure of the Awardee to execute the required bond or bonds or to sign the required contract within ten (10) days after the contract is awarded shall be considered by the owner .as an abandonment of his proposal, and the owner may annual the Award. By reason of the uncertainty of the market prices of material and labor, and it being impracticable and difficult to accurately determine the amount of damages occurring to the owner by reason of said awardee 's failure to execute said bonds and contract within ten (10) days, the proposal security accompanying the prop9sal shall be the agreed amount of damages which the Owner will C3-3 (3) ~:- "i suffer by reason of such failure on the part of the Awardee and shall thereupon immediately by forfeited to the Owner. The filing of a proposal will be considered as acceptance of this provision by the Bidder. C-3-3.10 BEGINNING WORK: The Contractor shall not commence work until authorized in writing to do so by the Owner. Should the Contractor fail to commence work at the site of the project within the time stipulated in the written authorization usually termed "Work Order" or "Proceed Order", it is agreed that the Surety Company will , within ten (I 0) days after the commencement date set forth in such written authorization, commence the physical execution of the contract. C3-3.11 INSURANCE: The Contractor shall not commence work under this contract until he has obtained all insurance required under the Contract Documents, and such insurance has been approved by the Owner. The prime Contractor shall be responsible for delivering to the Owner the sub-contractor 's certificate of insurance for approval. The prime Contractor shall indicate on the certificate of insurance included in the documents for execution whether or not his insurance covers sub-contractors. It is the intention of the Owner that the insurance coverage required herein shall include the coverage of all sub-contractors. a. b. C. COMPENSATION INSURANCE: The Contractor shall maintain, during the life of this contract, Worker's Compensation Insurance on all of his employees to be engaged in work on the project under this contract, and for all sub-contractors. In case any class of employees engaged in hazardous work on the project under this contract is not protected under the Worker's Compensation Statute, the Contractor shall provide adequate employer's general liability insurance for the protection of such of his employees not so protected . COMPREHENSIVE GENERAL LIABILITY INSURANCE: The Contractor Shall procure and shall maintain during the life of this contract, Comprehensive General Liability Insurance (Public Liability and Property Damage Insurance) in the amount not less than $500,000 covering each occurrence on account of bodily injury , including death, and in an amount not .less than $500 ,000 covering each occurrence on account of property damage with $2 ,000,000 umbrella policy coverage. ADDITIONAL LIABILITY: The Contractor shall furnish insurance as a separate policies or by additional endorsement to one of the above-mentioned policies, and in the amount as set forth for public liability and property damage, the following insurance : 1. Contingent Liability (covers General Contractor's Liability for acts of sub-contractors). C3-3 (4) ,-- d . ' - e. -- f. .-. g. 2 . 3. 4 . 5. 6. Blasting, prior to any blasting being done. Collapse of buildings or structures adjacent to excavation .(if excavation are performed adjacent to same). Damage to underground utilities for $500,000. Builder's risk (where above-ground structures are involved). Contractual Liability ( covers all indemnification requirements of Contract). AUTOMOBILE INSURANCE -BODILY INJURY AND PROPERTY DAMAGE: The Contractor shall procure and maintain during the life of this Contract, Comprehensive Automobile Liability Insurance in an amount not less than $250,000 for injuries including accidental death to any one person and subject to the same limit for each person an amount not less than $500,000 on account of one accident, and automobile property damage insurance in an amount not less than $100,000. SCOPE OF INSURANCE AND SPECIAL HAZARD: The insurance required under the above paragraphs shall provide a~equate protection for the Contractor and his sub-contractors , respectively, against damage claims which may arise from operations under this contract, whether such operations be by the insured or by anyone directly or indirectly employed by him , and also against any of the following special hazards which may be encountered in the performance of the Contract. PROOF OF CARRIAGE OF INSURANCE: The Contractor shall furnish the owner with satisfactory proof of coverage by insurance required in these Contract Documents in the amounts and by carriers satisfactory to the Owner. (Sample attached.) All insurance requirements made upon the Contractor shall apply to the sub-contractors , should the Prime Contractor's insurance not cover the sub-contractor's work operations. LOCAL AGENT FOR INSURANCE AND BONDING: The insurance and bonding companies with whom the Contractor's insurance and C3-3 (5) performance , payment, maintenance and all such other bonds are written , shall be represented by an agent or agents having an office located within the city limits of the City of Fort Worth. Tarrant County , Texas. Each such agent shall be a duly qualified , one upon whom authority and power to act on behalf of the insurance and/or bonding company to negotiate and settle with the City of Fort Worth, or any other claimant, and claims that the City of Fort Worth or other claimant or any property owner who has been damaged , may have against the Contractor, insurance , and/or bonding company. If the local insurance representative is not so empowered by the insurance or bonding companies , then such authority must be vested in a local agent or claims officer residing in the Metroplex, the Fort Worth- Dallas area. The name of the agent , or agents shall be set forth on all such bonds and certificates of insurance . C3-3.12 CONTRACTOR 'S OBLIGATIONS: Under the Contract, the Contractor shall pay for all materials, labor and services when due. C3-3 .13 WEEKLY PAYROLLS: A certified copy of each payroll covering payment of wages to all persons engaged in work on the project at the site of the project shall be furnished to the Owner 's representative within seven (7) days after the close of each payroll period. A copy or copies of the applicable minimum wage rates as set forth in the Contract Do cuments shall be kept posted in a conspicuous place at the site of the project at all times during the course of the Contract. Copies of the wage rates will be furnished the Contractor, by the Owner; however, posting and protection of the wage rates shall be the responsibility of the Contractor. C3-3.14 CONTRACTOR'S CONTRACT ADMINISTRATION: Any Contractor, whether a person, persons, partnership , company, firm, association, corporation or other who is approved to do business with and enters into a contract with the City for construction of water and/or sanitary sewer facilities , will have or shall establish a fully operational business office within the Fort Worth-Dallas metropolitan area . The Contractor shall charge , delegate , or assign this office (or he may delegate his Project Superintendent) with full authority to transact all business actions required in the performance of the Contract. This local authority shall be made responsible to act for the Contractor in all matters made responsible to act for the Contractor in all matters pertaining to the work governed by the Contract whether it be administrative or other wise and as such shall be empowered , thus delegated and directed, to settle all material , labor or other expenditure, all claims against work or any other mater associated such as maintaining adequate and appropriate insurance or security coverage for the project. Such local authority for the administration of the work under the Contract shall be maintained until all business transactions executed as part of the Contract are complete. Should the Contractor's principal base of operations be other than in the Fort Worth- Dallas metropolitan area, notification of the Contractor 's assignment of local authority shall be made in writing to the Engineer in advance of any work on . the project, all C3-3 (6) -- ., - -- appropriately signed and sealed, as applicable , by the Contractor's responsible offices with the understanding that this written assignment of authority to the local representative shall become part of the project Contract as though bound directly into the project documents. The intent of these requirements is that all matters associated with the Contractor's administration, whether it be oriented in furthering the work, or other, be governed direct by local authority. This same requirement is imposed on insurance and surety coverage. Should the Contractor's local representative fail to perform to the satisfaction of the Engineer, the Engineer, at his sole discretion, may demand that such local representative be replaced and the Engineer may, at his sole discretion, stop all work until a new local authority satisfactory to the Engineer is assigned. No credit of working time will be allowed for periods in which work stoppages are in effect for this reason. C3-3.15 VENUE: Venue of any action hereinunder shall be exclusively in Tarrant County, Texas. C3-3 (7) - - ... -- - SECTION C4-4 SCOPE OF WORK PART C-GENERAL CONDITIONS C4-4 SCOPE OF WORK C4-4. l INTENT OF CONTRACT DOCUMENTS: It is the definite intention of these Contract Documents to provide for a complete, useful project which the Contractor undertakes to construct or furnish, all in full compliance with the requirements and intent of the Contract Documents. It is definitely understood that the Contractor shall do all work as provided for in the Contract Documents, shall do all extra or special work as may be considered by the Owner as necessary to complete the project in a satisfactory and acceptable manner. The Contractor shall, unless otherwise specifically stated in these Contract Documents, furnish all labor, tools, materials, machinery, equipment, special services, and incidentals necessary to the prosecution and completion of the project. C4-4.2 SPECIAL PROVISIONS: Should any work or conditions which are not thoroughly and satisfactorily stipulated or covered by General or Special Conditions of these Contract Documents be anticipated, or should there be any additional proposed work which is not covered by . these Contract Documents, the "Special Provisions" covering all such work will be prepared by the Owner previous to the time of receiving bids or proposals for any such work and furnished to the Bidder in the form of Addenda. All such "Special Provisions" shall be considered to be part of the Contract Documents just as though they were originally written therein. C4-4.3 INCREASED OR DECREASED QUANTITIES: The Owner reserves the right to alter the quantities of the work to be performed or to extend or shorten the improvements at any time when and as found to be necessary, and the Contractor shall perform the work as altered, increased or decreased at the unit prices. Such increased or decreased quantity shall not be more than twenty-five (25) percent of the contemplated quantity of such item or items. When such changes increase or decrease the original quantity of any item or items of work to be done or materials to be furnished by the 25 percent or more, then either party to the contract shall upon written request to the other party be entitled to a revised consideration upon that portion of the work above or below the 25 percent of the original quantity stated in the proposal; such revised consideration to be determined by special agreement or as hereinafter provided for "Extra Work." No allowance will be made for any changes in anticipated profits not shall such changes be considered as waiving or 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 overall quantities of sanitary sewer pipe in each pipe size, but not to the various depth categories. C4-4 (1) C4-4.4 ALTERATION OF CONTRACT DOCUMENTS: By Change order, the owner reserves the right to make such changes in the Contract Documents and in the character or quantities of the work as may be necessary or desirable to insure completion in the most satisfactory manner, provided such changes do not materially alter the original Contract Documents or change the general nature of the project as a whole. Such < changes shall not be considered as waiving or invalidating any condition or provision of the Contract Documents. C4-4.5 EXTRA WORK: Additional work made necessary by changes and alterations of the Contract Documents or of quantities or for other reasons for which no prices are provided in the Contract Documents, shall be defined as "Extra Work" and shall be performed by the Contractor in accordance with these Contract Documents or approved additions thereto ; provided however, that before any extra work is begun a "Change order" shall be executed or written order issued by the Owner to do the work for payments or credits as shall be determined by one or more combination of the following methods: a. Unit bid price previously approved. b. An agreed lump sum . c. The actual reasonable cost of (1) labor, (2) rental of equipment used on the extra work for the time so used at Associated General Contractors of America current equipment rental rates, (3) materials entering permanently into the project, and (4) actual cost of insurance , bonds , and social security as determined by the Owner, plus a fixed fee to be agreed upon but not to exceed 10 percent of the actual cost of such extra work. The fixed fee is not to include any additional profit to the Contractor for rental of equipment owner by him and used for extra work. The fee shall be full and complete compensation to cover the cost of superintendence , overhead, other profit, general and all other expense not included in (1), (2), (3), and (4) above. The Contractor shall keep accurate cost records on the form and in the method suggested by the Owner and shall give the Owner access to all accounts, bills , vouchers , and records relating to the Extra Work. No "Change Order" shall become effective until it has been approved and signed by each of the Contracting Parties. No claim for Extra Work of any kind will be allowed unless ordered in writing by the Owner. In case any orders or instructions , either oral or written, appear to the Contractor to involve Extra Work for which he should receive compensation , he shall make written request to the Engineer for written orders authorizing such Extra Work , prior to beginning such work. C4-4 (2) - ... - ~- Should a difference arise as to what does or dose not constitute Extra Work, or as to the payment thereof, and the Engineer insists upon its performance, the Contractor shall proceed with the work after making written request for written orders and shall keep accurate account of the actual reasonable cost thereof as provided under method (Item C). Claims for extra work will not be paid unless the Contractor shall file his claim with the Owner within five (5) days before the time for making the first estimate after such work is done and unless the claim is supported by satisfactory vouchers and certified payrolls covering all labor and materials expended upon said Extra Work . The Contractor shall furnish the Owner such installation records of all deviations from the original Contract Documents as may be necessary to enable the Owner to prepare for permanent record a corrected set of plans showing the actual installation. The compensation agreed upon for "Extra Work" whether or not initiated by a "Change Order" shall be a full, complete and final · payment for all costs Contractor incurs as a result or relating to the change or extra work, whether said costs are known, unknown, foreseen or unforeseen at that time, including without limitation, any costs for delay, extended overhead, ripple or impact cost, or any other effect on changed or unchanged work as a result of the change or extra work. C4-4 .6 SCHEDULE OF OPERATION: Before commencing any work under this contract , the Contractor shall submit to the Owner and receive the Owner's approval thereof, a "Schedule of Operations," showing by a straight line method the date of commencing and finishing each of the major elements of the Contract. There shall be also shown the estimated monthly cost of work for which estimates are to be expected. There shall be presented also a composite graph showing the anticipated progress of construction with the time being plotted horizontally and percentage of completion plotted vertically. The progress charts shall be prepared on 8-1/2" x 11" sheets and at least five black or blue line prints shall be furnished to the Owner. C4-4.7 PROGRESS SCHEDULES FOR WATER AND SEWER PLANT FACILITIES: Within ten (10) days prior to submission of the first monthly progress payment, the Contractor shall prepare and submit to the owner for approval six copies of the schedule in which the Contractor proposes to carry on activities (including procurement of materials, plans, and equipment) and the contemplated dates for completing the same. The schedule shall be in the form of a time schedule Critical Path Method (CPM) network diagram. As the work progresses, the Contractor shall enter on the diagram· the actual progress at the end of each partial payment period or at such intervals as directed by the Engineer. The Contractor shall also revise the schedule to reflect any adjustments in contract time approved by the Engineer. Three copies of the updated schedule shall be delivered at such intervals as directed by the Engineer. As a minimum, the construction schedule shall incorporate all work elements and activities indicated in the proposal and in the technical specifications. C4-4 (3) Prior to the final drafting of the detailed construction schedule, the Contractor shall rev1ew the draft schedule with the Engineer to ensure the Contractor's understanding of the contract requirements. The following guidelines shall be adhered to in preparing the construction schedule: a. b. C. d. e. Milestone dates and final project completion dates shall be developed to conform to the time constraints, sequencing requirements and completion time. The construction progress shall be divided into activities with time durations of approximately fourteen days (14) days and construction values not to exceed $50,000. Fabrication, delivery and submittal activities are exceptions to this guideline. Durations shall be in calendar days and normal holidays and weather conditions over the duration of the contract shall be accounted for within the duration of each activity. One critical path shall be shown on the construction schedule. Float time is defined as the amount of tfrne between the earliest start date and the latest start date of a chain o( 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 yach 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 s:ubcontracts whose work is represented by activities that follow the guidelines of this Section. For each of the trades or subcontracts, the construction schedule shall indicate the following procurements, construction and preacceptance activities and events in their logical sequence for equipment and materials. 1. Preparation and transmittal of submittals 2. Submittal review periods . 3. Shop fabrication and delivery. C4-4 (4) ..... .- .- PART C -GENERAL CONDITIONS C5-5 CONTROL OF WORK AND MATERIALS SECTION C5-5 CONTROL OF WORK AND MATERIALS C5-5. l AUTHORITY OF ENGINEER: The work shall be performed to the satisfaction of the Engineer and · in strict compliance with the Contract Documents. The Engineer shall decide all questions which arise as to the quality and acceptability of the materials furnished, work performed, rate of progress of the work, overall sequence of the construction, interpretation of the Contract Documents, acceptable fulfillment of the Contract, compensation, mutual ·· rights between Contractor and Owner under these Contract Documents, supervision of the work, resumption of operations, and all other questions or disputes which may arise. Engineer will not be responsible for Contractor's means , methods, techniques, sequence or procedures of construction, or the safety precaution and programs incident thereto , and he will not be responsible for Contractor's failure to perform the work in accordance with the contract documents. The Engineer shall determine the amount and quality of the work completed and materials furnished , and his decisions and estimates shall be final. His estimates in such event shall be a condition to the right of the Contractor to receive money due him under the Contract. The Owner shall have executive authority to enforce and make effective such necessary decisions and orders as the Contractor fails to carry out promptly. In the event of any dispute between the Engineer and Contractor over the decision of the Engineer on any such matters, the Engineer must, within a reasonable time , upon written request of the Contractor, render and deliver to both the owner and Contractor, a written decision on the matter in controversy. C5-5 .2 CONFORMITY WITH PLANS : The finished project in all cases shall conform with lines, grades , cross-sections , finish , and dimensions shown on the plans or any other requirements other wise described in the Contract Documents . Any deviation from the approved Contract Documents required by the Engineer during construction will in all cases be determined by the Engineer and authorized by the Owner by Change Order. C5-5.3 COORDINATION OF CONTRACT DOCUMENTS : The Contract Documents are made up of several sections, which , taken together, are intended to describe and provide for a complete and useful project, and any requirements appearing in one of the sections is as binding as though it occurred in all sections. In case of discrepancies , figured dimension shall govern over scaled dimensions, plans shall govern over specifications, special conditions shall govern over general conditions and standard specification, and quantities shown on the plans shall govern over those shown in the proposal. The Contractor shall not take advantage of any apparent error or omission in C5-5 (1 ) " ' \ < ' the Contract Document~, and the owner shall be permitted to make such corrections or interpretations as may be deemed necessary for fulfillment of the intent of the Contract Documents. In the event the Contractor discovers an apparent error or discrepancy, he shall immediately call this condition to the attention of the Engineer. In the event of a conflict in drawings, specifications, or other portions of the Contract Documents which were not reported prior to the award of Contract, the Contractor shall be deemed to have quoted the most expensive resolution of the conflict. C5-5.4 COOPERATION OF CONTRACTOR: The Contractor will be furnished with three sets of Contract Documents and shall have available on the site of the project at all times, one set of such Contract Documents. The Contractor shall give to the work the constant attention necessary to facilitate the progress thereof and shall cooperate with the Engineer, his inspector, and other Contractors in every possible way. The Contractor shall at all times have competent personnel available to the project site for proper performance of the work. The Contractor shall provide and maintain at all times at the site of the project a competent, English-speaking superintendent and an assistant who are fully authorized to act as the Contractor's agent on the work. Such superintendent and his assistant shall be capable of reading and understanding the Contract Documents and shall receive and fulfill instructions from the Owner, the Engineer, or his authorized representatives. Pursuant to this responsibility of the Contractor, the Contractor shall designate in writing to the project superintendent, to act as the Contractor 's agent on the work. Such assistant project superintendent shall be a resident of Tarrant County, Texas , and shall be subject to call , as is the project superintendent, at any time of the day or night on any day of the week on which the Engineer determines that circumstances require the presence on the project site of a representative of the Contractor to adequately provide for the safety or convenience of the traveling public or the owners of property across which the project extends or the safety of the property contiguous to the project routing. The Contractor shall provide all facilities to enable the Engineer and his inspector to examine and inspect the workmanship and materials entering into the work . C5-5.5 EMERGENCY AND/OR RECTIFICATION WORK: When, in the opinion of the Owner or Engineer, a condition of emergency exists related to any part of the work , the Contractor, or the Contractor through his designated representative, shall respond with dispatch to a verbal request made by the Owner or Engineer to alleviate the emergency condition. Such a response shall occur day or night, whether the project is scheduled on a calendar-day or a working-day basis. Should the Contractor fail to respond to a request from the Engineer to rectify any discrepancies , omissions, or correction necessary to conform with the requirements of the project specifications or plans, the Engineer shall give the Contractor written notice that such work or changes are to be performed. The written notice shall direct attention to the CS-5 (2 ) ..... -- - discrepant condition and request the Contractor to take remedial action to correct the condition. In the event the Contractor does not take positive steps to fulfill this written request, or does not shoe just cause for not taking the proper action, within 24 hours, the City may take such remedial action with City forces or by contract. The City shall deduct an amount equal to the entire costs for such remedial action, plus 25%, from any funds due the Contractor on the project. CS-5.6 FIELD OFFICE: The Contractor shall provide, at no extra compensation, an adequate field office for use of the Engineer, if specifically called for. The field office shall be not less than 10 x 14 feet in floor area, substantially constructed, well heated, air conditioned, lighted, and weather proof, so that documents will not be damaged by the elements. CS-5.7 CONTRUCTION STAKES: The City, through its Engineer, will furnish the Contractor with all lines, grades, and measurements necessary to the · proper prosecution and control of the work contracted under these Contract Documents, and lines, grades and measurements will be established by means of stakes or other customary method of marking as may be found consistent with good practice. These stakes or markings shall be set sufficiently in advance of constructiori operations to avoid delay. Such stakes or markings as may be established for Contractor's use or guidance shall be preserved by the Contractor until he is authorized by the Engineer to remove them. Whenever, in the opinion of the Engineer, any stakes or markings have been carelessly or willfully destroyed, disturbed, or removed by the Contractor or any of his employees, the full cost of replacing such stakes or marks plus 25% will be charged against the Contractor, and the full amount will be deducted from payment due the Contractor. CS-5.8 AUTHORITY AND DUTIES OF CITY INSPECTOR: City Inspectors will be authorized to inspect all work done and to be done and all materials furnished. Such inspection may extend to all or any part of the work, and the preparation or manufacturing of the materials to be used or equipment to be installed. A City Inspector may be stationed on the work to report to the Engineer as to the progress of the work and the manner in which it is being performed, to report any evidei:ice that the materials being furnished or the work being performed by the Contractor fails to fulfill the requirements of the Contract Documents, and to call the attention of the Contractor to any such failure or other infringements. Such inspection or lack of inspection will not relieve the Contractor from any obligation to perform the work in accordance with the requirements of the Contract Documents. In case of any dispute arising between the Contractor and the City Inspector as to the materials or equipment furnished or the manner of performing the work, the City Inspector will have the authority to reject materials or equipment, and/or to suspend work until the question at issue can be referred to and decided by the Engineer. The City Inspector will not, however, be authorized to revoke, alter, enlarge, or release any requirement of these Contract Documents, nor to approve or accept any portion or section of the work, nor to issue any instructions contrary tot he requirement s of the Contract Documents. The City Inspector will in no case act as superintendent or C5-5 (3) . foreman or perform any other duties for the Contractor, or interfere with the management or operation of the work. He will not accept from the Contractor any compensation in any form for performing any duties. The Contractor shall regard and obey the directions and instructions of the City Inspector or Engineer when the same are consistent with the obligations of the Contract Documents of the Contract Documents, provided, however, should the Contractor object to any orders or instructions or the City Inspector, the Contractor may within six days make written appeal to the Engineer for his decision on the matter in Controversy. C5-5.9 INSPECTION: The Contractor shall furnish the Engineer with every reasonable facility for ascertaining whether or not the work as performed is in accordance with the requirements of the Contract Documents. If the Engineer so requests, the Contractor shall , at any . time before . acceptance of the work, remove or uncover such portion of the finished work as may be directed. After examination, the Contractor shall restore said portions of the work to the standard required by _the Contract Documents . Should the work exposed or examined prove acceptable, the uncovering or removing and replacing of the covering· or making good of the parts removed shall be paid for as extra work, but should Work so exposed or examined prove to be unacceptable, the uncovering or removing and replacing of all adjacent "defective or damaged parts shall be at the Contractor's expense. No work sh~ll be done or materials used without suitable supervision or inspect~on. C5-5 . l O REMOVAL OF DEFECTIVE AND UNAUTHORIZED'WORK: All work , materials, or equipment which has been rejected shall be remedied or removed and replaced in an acceptable manner by the Contractor at this expense. Work done beyond the lines and grades given or as shown on the plans , except as herein specially provi ded, or any Extra Work done without written authority , will be considered as unauthorized and done at the expense of the Contractor and will not be paid for by the Owner. Work so done may be ordered removed at the Contractor's expense. Upon the failure on the part of the Contractor to comply with any order of the Engineer made under the provisions of this paragraph, the Engineer will have the authority to cause defective work to be remedied or removed and replaced and unauthorized work to be removed, and the cost thereof may be deducted from any ·money due or to become due tot he Contractor. Failure to require the removal of any defective or unauthorized work shall not constitute acceptance of such work . C5-5.11 SUBSTITUTE MATERIALS OR EQUIPMENT: If the Specifications, law, ordinance, codes or regulations permit Contractor to furnish or use a substitute that is equal to any material or equipment specified, and if Contractor wishes to furnish or use a proposed substitute, he shall, prior to the preconstruction conference, make written application to ENGINEER for approval of such substitute certifying in writing that the proposed substitute will perform adequately the function called for by the general design, be similar and of equal substance to that specified and be suited to the same use and capable of performing the same function as that specified ; and identifying all variations of the proposed substitute from that specified and indicating available maintenance C5-5 (4) - - - service. No substitute shall be ordered or installed without written approval of Engineer who will be the judge of the equality and may require Contractor to furnish such other data about the proposed substitute as he considers pertinent. No substitute shall be ordered or installed without such performance guarantee and bonds as Owner may require which shall be furnished at Contractor's expense. Contractor shall indemnify and hold harmless Owner and Engineer and anyone directly or indirectly employees by either of them from and against the claims, damages, losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. CS-5.12 SAMPLES AND TESTS OF MATERIALS: Where, in the opinion of the Engineer, or as called for in the Contract Documents, tests of materials or equipment are necessary, such tests will be made at the expense of and paid for direct to the testing agency by the Owner unless other wise specifically provided. The failure of the Owner to make any tests of materials shall in no way relieve the contractor of his responsibility of furnishing materials and equipment fully conforming to the requirements of the Contract Documents. Tests and sampling of materials, unless otherwise specified, will be made in accordance with the latest methods prescribed by the American Society for Testing Materials or specific requirements of the Owner. The Contractor shall provide such facilities as the Engineer may require for collecting and forwarding samples and shall not, without specific written permission of the Engineer, use materials represented by the samples until tests have been made and the materials approved for use . The Contractor will furnish adequate samples without charge to the Owner. In case of concrete, the aggregates, design minimum, and the mixing and transporting equipment shall be approved by the Engineer before any concrete is placed, and the Contractor shall be responsible for replacing any concrete which does not meet the requirements of the Contract Documents. Tests shall be made at least 9 days prior to the placing of concrete, using samples from the same aggregate, cement, and mortar which are to be used later in the concrete. Should the source of supply change , new tests shall be made prior to the use of new materials. CS-5.13 STORAGE OF MATERIALS : All materials which are to be used in the construction contract shall be stored so as to insure the preservation of quality and fitness of the work. When directed by the Engineer, they shall be placed on wooden platforms or other hard, clean durable surfaces and not on the ground, and shall be placed under cover when directed. Stored materials shall be placed and located so as to facilitate prompt inspection. CS-5.14 EXISTING STRUCTURES AND UTILITIES: The location and dimensions shown on the plans relative to the existing utilities are based on the best information available. Omission from, the inclusion of utility locations on the Plans is not to be considered as nonexistence of, or a definite location of, existing underground utilities. The location of many gas mains, water mains , conduits, sewer lines and service lines for all utilities, etc., is unknown to the Owner, and the Owner assumes no responsibility for failure to show any or all such structures and utilities on the plans or to show them in their exact location . It is mutually agreed that such failure will not be considered CS-5 (5) sufficient basis for claims for additional compensation for Extra Work or for increasing the pay quantities in any manner whatsoever, unless an obstruction encountered is such as to necessitate changes in the lines and grades of considerable magnitude or requires the building of special works , provision of which is not made in these Contract Documents, in which case the provision in these Contract Documents for Extra Work shall apply. It shall be the Contractor's responsibility to verify locations of the adjacent and/or conflicting utilities sufficiently in advance of construction in order that he may negotiate such local adjustments as necessary in the construction process to provide adequate clearances. The Contractor shall take all necessary precautions in order · to protect all existing utilities, structures , and service lines. Verification of existing utilities , structures, and service lines shall include notification of all utility companies at least forty-eight ( 48) hours in advance of construction including exploratory excavation if necessary . All verification of utilities and their adjustment shall be considered subsidiary work. CS-5 .15 INTERRUPTION OF SERVICE: a. Normal Prosecution: In the normal prosecution of work where the interruption of service is necessary, the Contractor, at least 24 hours in advance, shall be required to: 1. Notify the Water Department's Distribution Division as to location, time , and schedule of service interruption. 2. Notify each customer personally through responsible personnel as to the time and schedule of the interruption of their service , or 3. In the event that personal notification of a customer cannot be made, a prepared tag form shall be attached to the customer's door knob. The tag shall be durable in composition, and in large bold letters shall say: CS-5 (6) .. _ - --- - - "NOTICE" Due to Utility Improvement in your neighborhood, your (water) (sewer) service will be interrupted on ----- between the hours of and ---- This inconvenience will be as short as possible. Thank You, Contractor Address Phone b. Emergency: In the event that an unforeseen service interruption occurs, notice shall be as above, but immediate. CS-5.16 MUTUAL RESPONSIBILITY OF CONTRACTORS: If, through act .-or neglect on the part of the Contractor, or any other Contractor or any sub-contractor shall suffer loss or damage of the work, the Contractor agrees to settle with such other Contractor or sub-contractor by agreement or arbitration. If such other Contractor or sub- contractor shall assert any claim against the owner on account of damage alleged to have been sustained, the owner will notify the Contractor, who shall indemnify and save harmless the owner against any such claim. CS-5.17 CLEAN-UP : Clean-up of surplus and/or waste materials accumulated on the job site during the prosecution of the work under these Contract Documents shall be accomplished in keeping with a daily routine established to the satisfaction of the Engineer. Twenty-four (24) hours after written notice is given the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the Engineer, if the Contractor fails to correct the unsatisfactory procedure, the City may take 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 the monies due or to become due to the Contractor. Upon the completion of the project as a whole as covered by these Contract Documents , and before final acceptance and final payment will be made, the Contractor shall clean and remove from the site of the project all surplus and discarded materials , temporary structures, and debris of every kind. He shall leave the site of all work in a neat and orderly condition equal to that which originally existed. Surplus and waste materials removed from the site of the work shall be disposed of at locations satisfactory to the Engineer. The Contractor shall thoroughly clean all equipment and materials installed by him and shall deliver over such materials and equipment in a bright, clean, polished and new appearing condition . No extra compensation will be made to the Contractor for any clean-up required on the project. C5-5 (7) . . CS-5.18 FINAL iNSPECTION: Whenever the work provided for in and contemplated under the Contract Documents has been satisfactorily completed and final clean-up performed, the Engineer will notify the proper officials of the Owner and request that a Final Inspection be made. Such inspection will be made within 10 days after such notification. After such final inspection, if the work and materials and equipment are found satisfactory, the Contractor will be notified in writing of the acceptance of the same after the proper resolution has been passed by the City Council. No time charge will be made against the Contractor between said date of notification of the Engineer and the date of final inspection of the work . ... ., ' ,, C5-5 (8) ... ' '' ...... - PART C-GENERAL CONDITIONS C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY SECTION C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY C6-6. l LAWS TO BE OBSERVED: The Contractor shall at all times observe and comply with all Federal and State Laws and City ordinances and regulations which in any way affect the conduct of the work or his operations, and shall observe and comply with all orders, laws , ordinances and regulations which exist or which may be enacted later by bodies having jurisdiction or authority for such enactment. No plea or misunderstanding or ignorance thereof will be considered. The Contractor and his Sureties shall indemnify and save harmless the City and all of its officers, agents, and employees against any and all claims or liability arising from or based on the violation of any such law, ordinance, regulation , or order , whether it be by himself or his employees . C6-6 .2 PERMITS AND LICENSES: The Contractor shall procure all permits and licenses, pay all charges , costs and fees , and give all notices necessary and incident to the due and lawful prosecution of the work . C6-6.3 PATENTED DEVICES, MATERIALS, AND PROCESSES: If the Contractor is required or desires to use any design, device, material , or process covered by letter, patent, or copyright, he shall provide for such use by suitable legal agreement with the patentee or owner of such patent, letter, or copyrighted design. It is mutually agreed and understood that without exception the contract price shall include all royalties or cost arising from patents , trademarks, and copyrights in any way involved in the work. The Contractor and his sureties shall indemnify and save harmless the Owner from any and all claims for infringement by reason of the use of any such trade-mark or copyright in connection with the work agreed to be performed under these Contract Documents , and shall indemnify the Owner for any cost, expense, or damage which it may be obliged to pay by reason of such infringement at any time during the prosecution of the work or after completion of the work , provided, however, that the Owner will assume the responsibility to defend any and all suits brought for the infringement of any patent claimed to be infringed upon the design, type of construction or material or equipment specified in the Contract Documents furnished the Contractor by the Owner, and to hold the Contractor harmless on account of such suits. C6-6.4 SANITARY PROVISIONS: The Contractor shall establish and enforce among his employees such regulations in regard to cleanliness and disposal of garbage and waste as will tend to prevent the inception and spread of infectious or contagious diseases and to effectively prevent the creation of a nuisance about the work on any property either public or private, and such regulations as are required by Law shall be put into immediate force and effect by the Contractor. The necessary sanitary conveniences for use of laborers on the work, properly secluded from public observation, shall be constructed and maintained by the Contractor and their use shall be strictly enforced by C6-6(1) .. the Contractor. All such facilities shall be kept in a clean and sanitary condition, free from objectionable odors so as not to cause a nuisance. All sanitary laws and regulations of the State of Texas and the City shall be strictly complied with. C6-6.5 PUBLIC SAFETY AND CONVENIENCE: Materials or equipment stored about the work shall be placed and used, and the work shall at all times be so conducted, as to cause no greater obstruction or inconvenience to the public than is considered to be absolutely necessary by the Engineer. The Contractor is required to maintain at all times all phases of his work in such a manner as not to impair the safety or convenience of the public , including, but not limited to, safe and convenient ingress and egress to the property contiguous tot he work area. The Contractor shall make adequate provisions to render reasonable ingress and egress for normal_ vehicular traffic, except during actual trenching or pipe installation operations, at all driveway crossings. Such provisions may include bridging, placement or crushed stone or gravel or such other means of providing proper ingress and egress for the property served by the driveway as the Engineer may approve as appropriate. Such other means may include the diversion of driveway traffic , with specific approval by the Engineer, If diversion of traffic is approved by the Engineer at any location, the Contractor may make arrangements sati sfactory to the Engineer for the diversion of traffic , and shall, at his expense , provide all materials and perform all work necessary for the construction and maintenance of roadways and bridges for such diversion of traffic. Sidewalks must not be obstructed except by special permission of the Engineer. The materials excavated and the construction materials such as pipe used in construction of the work shall be placed so as not to endanger the work or prevent free access to all fire hydrants, fire alarm boxes , police call boxes, water valves, gas valves, or manholes in the vicinity . The Owner reserves the right to remedy any neglect on the· part of the Contractor as regards to public convenience and safety which may come to its attention , after twenty-four hours notice in writing to the Contractor, save in cases of emergency when it shall have the right to remedy any neglect without notice, and in either case , the cost of such work or materials furnished by the Owner or by the City shall be deducted from the monies due or to become due to the Contractor. The Contractor, after approval of the Engineer, shall notify the Fire Department Headquarters, Traffic Engineer, and Police Department, when any street or alley is requested to be closed or obstructed or any fire hydrant is to be made inaccessible , and when so directed by the Engineer, shall keep any street, streets, or highways in condition for unobstructed use by fire apparatus. The Contractor shall promptly notify the Fire Department Headquarters when all such obstructed streets, alleys , or hydrants are placed back in service. Where the Contractor is required to construct temporary bridges or make other arrangements for crossing over ditches or streams, his responsibility for accidents in connection with such crossings shall include the roadway approaches as well as the structures of such crossings. C6-6(2) - - ,.. r- - - The Contractor shall at all times conduct his operation and use of construction machinery so as not to damage or destroy trees and scrubs located in close proximity to or on the site of the work. Wherever any such damage may be done, the Contractor shall immediately satisfy all claims of property owners, and no payment will be made by the Owner in settlement of such claims. The Contractor shall file with the Engineer a written statement showing all such clajms adjusted. C6-6.6 PRIVILEGES OF CONTRACTOR IN STREETS, ALLEYS, AND RIGHT-OF-WAY: For the performance of the contract, the Contractor will be permitted .to use and occupy such portions of the public streets and alleys, or other public places or other rights-of-way as provided for in the ordinances of the City, as shown in the Contract Documents, or as may be specifically authorized in writing by the Engineer. A reasonable amount of tools, materials, and equipment for construction purposes may be stored in such space, but no more than is necessary to avoid delay in the construction operations. Excavated and waste materials shall be piled or staked in such a way as not to interfere with the use of spaces that may be designated to be left free and unobstructed and so as not to inconvenience occupants of adjacent property. If the street is occupied by railroad tracks, the work shall be carried on in such manner as not to interfere with the operation of trains, loading or unloading of cars, etc. Other contractors of the Owner may, for all purposes required by the contract, enter upon the work and premises used by the Contractor . and shall be provided all reasonable facilities and assistance for the completion of adjoining work. Any additional grounds desired by the Contractor for his use shall be provided by him at his own cost and expense. C6-6.7 RAILWAY CROSSINGS: When the work encroaches upon any right-of-way of any railroad, the City will secure the necessary easement for the work. Where the railroad tracks are to be crossed, the Contractor shall observe all the regulations and instructions of the railroad company as to the methods of performing the work and take all precautions for the safety of property and the public . Negotiations with the railway companies for the permits shall be done by and through the City. The Contractor shall give the City Notice not less than five days prior to the time of his intentions to begin work on that portion of the project which is related to the railway properties. The Contractor will not be given extra compensation for such railway crossings unless specifically set forth in the Contract Documents. C6-6.8 BARRICADES, WARNINGS AND WATCHMEN: Where the work 1s carried on in or adjacent to any street, alley, or public place, the Contractor shall at his own expense furnish, erect, and maintain such barricades, fences, lights, and danger signals, shall provide such watchman, and shall take all such other precautionary measures for the protection of persons or property and of the work as are necessary. Barricades and fences shall be painted in a color that will be visible at night. From sunset to sunrise the Contractor shall furnish and maintain at least one easily visible burning light at each barricade. A sufficient number of barricades shall be erected and maintained to keep pedestrians away from, and vehicles from being driven on or into, any work under C6-6(3) construction or being maintained. The Contractor shall furnish watchmen and keep them at their respective assignments in sufficient numbers to protect the work and prevent accident or damage. All installations and procedures shall be consistent with provisions set forth in the "1980 Texas Manual on Uniform Traffic Control Devices for Streets and Highways" issued under the authority of the "State of Texas Uniform Act Regulating Traffic on Highways", codified as Article 6701d Veron's Civil Statues, pertinent section being Section Nos. 27 , 29, 30 and 31. The Contractor will not remove any regulatory sign, instructional sign , street name sign, or other sign which has been erected by the City. If it is determined that a sign must be removed to permit required construction, the Contractor shall contact the Transportation and Public Works Department, Signs and Markings Division (phone number 871-8075), to remove the sign. In case of regulatory signs , the Contractor must replace the permanent sign with a temporary sign meeting the requirements of the above referred manual and such temporary sign must be installed prior to the removal of the permanent sign. If the temporary sign is not installed correctly or if it does not meet the required specifications , the permanent sign shall be left in place until the temporary sign requirements are met. When construction work · is completed to the extent that the permanent sign can be re- installed, the Contractor shall again contact the Signs and Markings Division to re-install the permanent sign and shall leave his temporary sign in place until such re-installation is completed . The Contractor will be held responsible foe all damage to the work or the public due to failure of barricades , signs , fences, lights , or watchmen to protect them. Whenever evidence is found of such damage to the work the Engineer may order the damaged portion immediately removed and replaced by the Contractor at the Contractor's own expense. The Contractor's responsibility for the maintenance of barricades, signs, fences and lights , and for providing watchmen shall not cease until the project shall have been completed and accepted by the Owner. No compensation, except as specifically provided in these Contract Documents , will be paid to the Contractor for the Work and materials involved in the constructing, providing, and maintaining of barricades, signs, fences, and lights or salaries of watchmen, for the subsequent removal and disposal of such barricades, signs , or for any other incidentals necessary for the proper protection, safety, and convenience of the public during the contract period, as this work is considered to be subsidiary to the several items for which unit or lump sum prices are requested in the Proposal. C6-6.9 USE OF EXPLOSIVES, DROP WEIGHT, ETC .: Should the Contractor elect to use explosives, drop weight, etc., in the prosecution of the work , the utmost care shall be exercised at all times so as not to endanger life or property. The Contractor shall notify the proper representative of any public service corporation, any company, individual, or utility, and the Owner, not less than twenty-four hours in advance of the use C6-6(4) -,,. ' - of any activity which might damage or endanger their or his property along or adjacent to the work. Where the use of explosives is to be permitted on the project, as specified in the Special Conditions Documents, or the use of explosives is requested, the Contractor shall submit notice to the Engineer in writing twenty-four hours prior to commencing and shall furnish evidence that he has insurance coverage to protect against any damages and/or injuries arising out of such use of explosives. C6-6 .10 WORK WITHIN EASEMENTS: Where the work passes over, through, or into private property, the Owner will provide such right-of-way or easement privileges, as the City may deem necessary for the prosecution of the work. Any additional rights-of- way or work area considered necessary by the Contractor shall be provided by him at his expense. Such additional rights-of-way or work area shall be acquired for the benefit of the City. The City shall be notified in writing as to the rights so acquired before work begins in the affected area. The Contractor shan not enter upon private property for any purpose without having previously obtained permission from the owner of such property. The Contractor will not be allowed to store equipment or material on private property unless and until the specified approval of the pr.operty owner has been secured in writing by the Co~tractor and a copy f'll!nished to the Engineer. Unless specifically provided otherwise, the Contractor shall clear all rights-of-way or easements of obstructions which must be removed to make possible proper prosecution of the work as a part of the project construction operations. The Contractor shall be responsible for the preservation of and shall use every precaution to prevent damage to, all tress, shrubbery, plants, lawns, fences, culverts, curbing, and all other types of structures or improvements, to all water, sewer, and gas lines, to all conduits, overhead pole lines, or appurtenances thereof, including the construction of temporary fences and to all other public or private property adjacent to the work. The Contractor shall notify the proper representatives of the owners or occupants of the · public or private lands of interest in lands which might be affected by the work. Such notice shall be made at least 48 hours in advance of the beginning of the work. Notices shall be applicable to both public and private utility companies or any corporation, company, individual, or other, either as owners or occupants, whose land or interest in land might be affected by the work. The Contractor shall be 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. W~en and where any direct or indirect or injury is done to public or private property on account of any act, omission, neglect, or misconduct in the execution of the work, or in consequence of ~on-execution thereof on the part of the Contractor, he shall restore or have restored as hi _s 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 C6-6(5) .... l' replacing and restoring as may be directed by the Owner, or he shall make good such damages or injury in a manner acceptable to the owner of the property and the Engineer. All fences encountered and removed during construction of this project shall be restored to the original or a better than original condition upon completion of this project. When wire fencing, either wire mesh or barbed wire is to be crossed, the Contractor shall set cross brace posts on either side of the permanent easement before the fence is cut. Should additional fence cuts be necessary, the Contractor shall provide cross-braced posts at the point of the proposed cut in addition to the cross braced posts provided at the permanent easements limits , before the fence is cut. Temporary fencing shall be erected in place of the fencing removed whenever the work 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 proposal. Therefore, no separate payment shall be allowed for any service associated with this work. In case of failure on the part of the Contractor to restore such property or to make good such damage or injury; the Owner may , upon 48 hour written notice under ordinary circumstances, and without notic e when a nuisance or hazardous condition results , proceed to repair , rebuild , or otherwise restore such property as may be determined by the Owner to be necessary , and the cost thereby will be deducted from any monies due to or to become due to the Contractor under this contract. C6.6.11 INDEPENDENT CONTRACTOR: It is understood and agreed by the parties hereto that the Contractor shall perform all work and services hereunder as an independent contractor, and not as an officer, agent , servant , or employee of the Owner. Contractor shall have exclusive control of and exclusive right to control the details of all work and services performed hereunder , and all persons performing the same , and shall be solely responsible for the acts and omissions of its officers, agents , servants, employees, contractor, subcontractors , licensees and invitees. The doctrine of respondeat superior shall not apply as between Owner and Contractor, its officers , agents , employees , contractors and subcontractors, and nothing herein shall be construed as creating a partnership or joint enterprise between Owner and Contractor. C6-6.12 CONTRACTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS: Contractor covenants and agrees to , and does hereby indemnify , hold harmless and defend Owner, its officers, agents , servants, and employees from and against any and all claims or suits for property damage or loss and/or personal injury, including death , to any and all persons , of whatsoever kind or character, whether real or asserted , arising out of or in connection with, directly or indirectly, the work and services to be performed hereunder by the Contractor, its officers, agents, employees , contractors , subcontractors , licensees or invitees , whether or not caused , in whole or in apart , by alleged negligence on the part of officers , agents , employees , contractors , subcontractors, licensees or invitees of the C6-6(6 ) -. - - - Owner; and said Contractor does hereby covenant and agree to assume all liability and responsibility of Owner, its officers, agents, servants, and employees for property damage or loss, and/or personal injuries, including death, to any and all person of whatsoever kind or character, whether real or asserted, arising out of or in connection with, directly or indirectly, the work and services to be performed hereunder by the Contractor, its officers, agents, employees, contractors, subcontractors, licensees or invitees, whether or not caused, in whole or in apart, by alleged negligence of officers, agents, employees, contractors, subcontractors, licensees or invitees of the Owner. Contractor likewise covenants and agrees to, and does hereby, indemnify and hold harmless Owner from and against any and all injuries, loss or damages to property of the Owner during the performance of any of the terms and conditions of this Contract, whether arising out of or in connection with or resulting from, in whole or in apart, any and all alleged acts of omission of officers, agents, employees, contractors, subcontractors, licensees, or invitees of the Owner. In the event a written claim for damages against the contractor or its subcontractors remains unsettled at the time all work on the project has been completed to the satisfaction of the Director of the Water Department, as evidenced by a final inspection, final payment to the Contractor shall not be recommended to the Director of the Water · Department for a period of 30 days after the date of such final inspection, unless the Contractor shall submit written evidence satisfactory to the Director that the claim has been settled and a release has been obtained from the claimant involved. If the claims concerned remains unsettled as 9f the expiration of the above 30-day period, the Contractor may be deemed to be entitled to a semi-final payment for work completed, such semi-final payment to be in the amount equal to the total dollar amount then due less the dollar value of any written claims pending against the Contractor arising out of performance of such work, and such semi-final payment may then be recommended by the Director. · The Director shall not recommend final payment to a Contractor against whom such a claim for damages is outstanding for a period of six months_ following the date of the acceptance of the work performed unless the Contractor submits evidence in writing satisfactory tot he Director that: 1. 2. The claim has been settled and a release has been obtained from the claimant involved, or Good faith efforts have been made to settle such outstanding claims, and such good faith efforts have failed. If condition (1) above is met at any time within the six month period, the Director shall recommend that the final payment to the Contractor be made. If condition (2) above is met at any time within the six month period, the Director may recommend that final payment to the Contractor be made. At the expiration of the six month period, the C6-6(7) Director may recommend that final · payment be made if all other work has been performed and all other obligations of the Contractor have been met to the satisfaction of the Director. The Director may, if he deems it appropriate, refuse to accept bids on other Water Department Contract work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract. C6-6.13 CONTRACTOR'S CLAIM FOR DAMAGES: Should the Contractor claim compensation for any alleged damage by reason of the acts or omissions of the Owner, he shall within three days after the actual sustaining of such alleged damage, make a written statement to the Engineer, sett.ing out in detail the nature of the alleged damage, and on or before the 25th day of the month succeeding that in which ant such damage is claimed to have been sustained , the Contractor shall file with the Engineer an itemized statement of the details and the amount of such alleged damage and, upon request, shall give the Engineer access to all books of account, receipts, vouchers, bills of lading, and other books or papers cont.:1ining any evidence as to the amount of such alleged damage. Unless such statements shall be filed as hereinabove required , the Contractor's claim for compensation shall be waived, and he shall not be entitled to payment on account of such damages. C6-6.14 ADJUSTMENT OR RELOCATION OF PUBLIC UTILITIES, ETC.: In case it is necessary to change, move, or alter in any manner the property of a public utility or others, the said property shall not be moved or interfered with until orders thereupon have been issued by the Engineer. The right is reserved to the owners of public utilities to enter the geographical limits of the Contract for the purpose of making such changes or repairs to the property that may be necessary by the performance of this Contract. C6-6.15 TEMPORARY SEWER AND DRAIN CONNECTIONS: When existing sewer lines have to be taken up or removed , the Contractor shall, at his own expense and cost, provide and maintain temporary outlets and connections for all private or public drains and sewers. The Contractor shall also take care of all sewage and drainage which will be received from these drains and sewers, and for this purpose he shall provide and maintain, at his own cost and expense , adequate pumping facilities and temporary outlets or divisions. The Contractor, at his own cost and expense, shall construct such troughs, pipes , or other structures necessary, and be prepared at all times to dispose of drainage and sewage received from these temporary connections until such times as the permanent connections are built and are in service. The existing sewers and connections shall be kept in service and maintained under the Contract, except when specified or ordered to be abandoned by the Engineer. All water, sewage , and other waste shall be disposed of in a satisfactory manner so that no nuisance is created ahd so that the work under construction will be adequately protected. C6-6(8) ,...., - - C6-6. l 6 ARRANGEMENT AND CHARGES FOR WATER FURNISHED BY THE CITY: When the Contractor desires to use City water in connection with any construction work, he shall make complete and satisfactory arrangements with the Fort Worth City Water Department for so doing. · City water furnished to the Contractor shall be delivered to the Contractor from a connection on an existing City main. All piping required beyond the point of delivery shall be installed by the Contractor at his own expense. The Contractor's responsibility in the use of all existing fire hydrant and/or valves is detailed in Section E2-1.2 USE OF FIRE HYDRANTS AND VALVES in these General Contract Documents . When meters are used to measure the water, the charges, if any, for water will be made 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 ordinances applies, payment shall be made on estimates and rates established by the Director of the Fort Worth Water Department. C 6-6 .17 USE OF A SECTION OR PORTION OF THE WORK: Whenever, in the opinion of the Engineer, any section or portion of the work or any structure is in suitable condition, it may be put into use upon the written notice of the Engineer, and such usage shall not be held to be in any way an acceptance of said work or structure or any part thereof or as a waiver of any of the provisions of these Contract Documents . All necessary repairs and removals of any section of the work so put into use, due to defective materials or workmanship, equipment, or deficient operations on the part of the Contractor, shall be performed by the Contractor at his expense. C6-6.18 CONTRACTOR'S RESPONSIBILITY FOR THE WORK: Until written acceptance by the Owner as provided for in these Contract Documents, the work shall be under the charge and care of the Contractor, and he shall take every necessary precaution to prevent injury or damage to the work or any part thereof by action of the elements or from any cause whatsoever, whether arising from the execution or nonexecution of the work. The Contractor shall rebuild , repair, restore, and make good at his own expense all injuries or damage to any portion of the work occasioned by any of the hereinabove causes. C6-6.19 NO W AIYER OF LEGAL RIGHTS: Inspection by the Engineer or any order by the Owner by payment of money or any payment for or acceptance of any work, or any extension of time, or any possession taken by the City shall not operate as a waiver of any provision of the Contract Documents. Any waiver of any breach or Contract shall not be held to be a waiver of any other or subsequent breach . The Owner reserves the right to correct any error that may be discovered in any estimate that may have been paid and to adjust the same to meet the requirements of the Contract Documents. C6-6(9) 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 representative of the Owner, either personally or other wise 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, and organization which qualifies for exemption pursuant the provisions of Article 20 .04 (H) of the Texas Limited Sales, Excise , and Use Tax Act , the Contractor may purchase , rent or lease all materials, supplies and equipment used or consumed in the performance of this contract by issuing to his supplier an exemption certificate in lieu of the tax , said exemption certificate to comply with State Comptroller 's Ruling .007 . Any such exemption certificate issued to the Contractor in lieu of the tax shall be subject to and shall comply with the provision of State Comptroller 's Ruling .011, and any other applicable State Comptroller's rulings pertaining to the Texas Limited Sales, Excise , and Use Tax Act. On a contract awarded by a developer for the construction of a publicly-owner improvement in a street right-of-way or other easement which has been dedicated to the public and the City of Fort Worth, an organization which qualifies for exemption pursuant the provisions of Article 20.04 (H) of the Texas Limited Sales , Excise, and Use Tax Act , the Contractor can probably be exempted in the same manner stated above. Texas Limited Sales , Excise , and Use Tax Act permits and information can be obtained from: Comptroller of Public Accounts Sales Tax Division Capitol Station Austin , TX C6-6(10) A.. - ..-- ,- - PART C -GENERAL CONDITIONS C7-7 PROSECUTION AND PROGRESS SECTION C7-7 PROSECUTION AND PROGRESS: C7-7.l SUBLETTING: The Contractor shall perform with his own organization, and with the assistance of workmen under his immediate superintendance, work of a value of not less than fifty (50%) percent of the value embraced on the contract. If the Contractor sublets any part of the work to be done under these Contract Documents, he will not under any circumstances be relieved of the responsibility and obligation assumed under these Contract Documents. All transactions of the Engineer will be with the Contractor. Subcontractors will be considered only in the capacity of employees or workmen of the Contractor and shall be subject tot he same requirements as to character and competency. The Owner will not recognize any subcontractor on the work. The Contractor shall at all times, when the work is in operation, be represented either in person or by a superintendent or other designated representatives . C7-7.2 ASSIGNMENT OF CONTRACT: The Contractor shall not assign, transfer, sublet, or otherwise dispose of the contract or his rights, title, or interest in or to the same or any part thereof without the previous consent of the Owner expressed by resolution of the City Council and concurred in by the Sureties. If the Contractor does, without such previous consent, assign, transfer, sublet, convey, or otherwise dispose of the contract or his right, title, or interest therein or any part thereof, to any person or persons, partnership, company, firm, or corporation, or does by bankruptcy, voluntary or involuntary, or by assignment under the insolvency laws of any states, attempt to dispose of the contract may, at the option of the Owner be revoked and annulled, unless the Sureties shall successfully complete said contract, and in the event of any such revocation or annulment, any monies due or to become due under or by virtue of said contract shall be retained by the Owner as liquidated damages for the reason that it would be impracticable and extremely difficult to fix the actual damages. C7-7.3 PROSECUTION OF THE WORK: Prior to beginning any construction operations, the Contractor shall submit to . the Engineer in five or more copies, if requested by the Engineer, a progress schedule preferably in chart or diagram form, or a brief outlining in detail and step by step' the manner of prosecuting the work and ordering materials and equipment which he expects to follow in order to complete the project in the scheduled time. There shall be submitted a table of estimated amounts to be earned by the Contractor during each monthly estimate period. The Contractor shall commence the work to be performed under this contract within the time limit stated in these Contract Documents and shall conduct the work in a continuous manner and with sufficient equipment, materials, and labor as is necessary to insure its completion within the time limit. C7-7(1) The sequence requested of all construction operations shall be at all times as specified in the Special Contract Documents. Any Deviation from such sequencing shall be submitted to the Engineer for his approval. Contractor shall not proceed with any deviation until he has received written approval from the Engineer. Such specification or approval by the Engineer shall not relieve the Contractor from full responsibility of the complete performance of the Contract. The contract time may be changed only as set forth in Section C7-7 .8 EXTENSION OF TIME OF COMPLETION of this Agreement, and a progress schedule shall not constitute a change in the contract time . C7-7.4 LIMITATION OF OPERATIONS : The working operations shall at all times be conducted by the Contractor so as to create a minimum amount of inconvenience to the public. At any time when, in the judgment of the Engineer , the Contractor has obstructed or closed or is carrying on operations in a portion of a street or public way greater than is necessary for proper execution of the work, the Engineer may require the Contractor to finish the section on which operations are in progress before the work is commenced on any additional section or street. C7-7.5 CHARACTER OF WORKMEN AND EQUIPMENT: Local labor shall be used by the Contractor when it is available. The Contractor may bring from outside the City of Fort Worth his key men and his superintendent. All other workmen , including equipment operators , may be imported only after the local supply is exhausted. The Contractor shall employ only such superintendents , foremen , and workmen who are careful, competent, and fully qualified to perform the duties and tasks assigned to them , and the Engineer may demand and secure the summary dismissal of any person or persons employed by the Contractor in or about or on the work who, in the opinion of the Owner, shall misconduct himself or to be found to be incompetent , disrespectful , intemperate , dishonest, or otherwise objectionable or neglectful in the proper performance of his or their duties , or who neglect or refuses to comply with or carry out the direction of the owner, and such person or persons shall not be employed again thereon without written consent of the Engineer. All workmen shall have sufficient skill , ability, and experience to properly perform .the work assigned to them ·and operate any equipment necessary to properly carry out the performance of the assigned duties. The Contractor shall furnish and maintain on the work all such equipment as is considered to be necessary for the prosecution of the work in an acceptable manner and at a satisfactory rate of progress. All equipment, tools , and machinery used for handling materials and executing any part of the work shall be subject to the approval of the Engineer and shall be maintained in a satisfactory, safe and efficient working condition. Equipment on any portion of the work shall be such that no injury to the work. Workmen or adjacent property will result from its use. C7-7(2) r· ' ·"-. ,... C7-7.6 WORK SCHEDULE : Elapsed working days shall be computed starting with the first day of the work completed as defined in Cl-1.23 "WORKING DAYS" or the date stipulated in the "WORK ORDER" for beginning work, whichever comes first. Nothing in these Contract Documents shall be construed as prohibiting the Contractor from working on Saturday, Sunday or Legal Holidays, providing that the following requirements are met : a. A request to work on a specific Saturday, Sunday or Legal Holiday must be made to the Engineer no later that the preceding Thursday. b. Any work to be done on the project on such a specific Saturday, Sunday or Legal Holiday must be , in the opinion of the Engineer, essential to the timely completion of the project. The Engineer's decision shall be final in response to such a request for approval to work on a specific Saturday, Sunday or Legal Holiday, and no extra compensation shall be allowed to the Contractor for any work performed on such a specific Saturday, Sunday or Legal Holiday. Calendar Days shall be defined in C 1-1.24 and the Contractor may work as he so desires . C7-7.7 TIME OF COMMENCEMENT AND COMPLETION: The Contractor shall commence the working operations within the time specified in the Contract Documents and set forth in the Work Order. Failure to do so shall be considered by the owner as abandonment of the Contract by the Contractor and the Owner may proceed as he sees fit. The Contractor shall maintain a rate of progress such as will insure that the whole work will be performed and the premises cleaned up in accordance with the Contract Documents and within the time established in such documents and such extension of time as may be properl y authorized. C7-7 .8 EXTENSION OF TIME COMPLETION: The Contractor's request for an extension of time of completion shall be considered only when the request for such extension is submitted in writing to the Engineer within seven days from and after· the time alleged cause of delay shall occurred. Should an extension of the time of completion be requested such request will be forwarded to the City Council for approval. · In adjusting the contract time for completion of work , consideration will be given to unforeseen causes beyond the control of and without the fault or negligence of the Contractor, fire , flood, tornadoes, epidemics, quarantine restrictions, strikes , embargoes, or delays of sub-contractors due to such causes. C7-7(3) When the date of completion is based on a calendar day bid, a request for extension of time because of inclement weather will not be considered. A request for extension of time due to inability to obtain supplies and materials will be considered only when a review of the Contractor 's purchase order dates and other pertinent data as requested by the Engineer indicates that the Contractor has made a bonafide attempt to secure delivery on schedule. This shall include efforts to obtain the supplies and materials from alternate sources in case the first source cannot make delivery. If satisfactory execution and completion of the contract should require work and materials in greater amounts or quantities than those set forth in the approved Contract Documents , then the contract time mat be increased by Change Order. C7-7 .9 DELAYS: The Contractor shall receive no compensation for delays or hindrances to the work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material, if any , which is to be furnished by the City. When such extra compensation is claimed , a written statement thereof shall be presented by the Contractor to the Engineer and if by the Engineer found correct, shall be approved and referred by the Engineer to the City Council for final approval or disapproval ; and the action thereon by the City Council shall be final and binding. If delay is caused by specific orders given by the Engineer to stop work, or by the performance of extra work, or by the failure of the City to provide material or necessary instructions for carrying on the work , then such delay will entitle the Contractor to an equivalent extension of time , his application for shall , however, be subject to the approval of the City Council: and no such extension of time shall release the Contractor or the surety on his performance bond from all his obligations hereunder which shall remain in full force until the discharge of the contract. C7 -7.10 TIME OF COMPLETION: The time of completion is an essential element of the Contract. Each bidder shall indicate in the appropriate place on the 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 specifi ed by the City in the proposal section of the Contract Documents. The number of days indicated shall be a realistic estimate of the time required to complete the work covered by the specific contract being bid upon. The amount of time so stated by the successful bidder or the City will become the time of completion specified in the Contract Documents . For each calendar day that any work shall remain uricompleted after the time specified in the Contract Documents , or increased time granted by the Owner, or as automatically increased by additional work or materials ordered after the contract is signed , the sum per day given in the following schedule , unless otherwise specified in other parts of the Contract Documents , will be deducted from the monies due the Contractor, not as a penalty , but as liquidated damages suffered by the Owner. C7-7(4) - .-' \ /-._ -, ' .... - r -, AMOUNT OF CONTRACT AMOUNT OF LIQUIDATED DAMAGES PER DAY Less than $ 5,000 inclusive $ 35.00 $ 5,001 to $ 15,000 inclusive $ 45.00 $ 15 ,001 to $ 25,000 inclusive $ 63.00 $ 25 ,001 to $ 50 ,000 inclusive $ 105.00 $ 50 ,001 . to $ 100 ,000 inclusive $ 154.00 $ 100 ,001 to $ 500 ,000 inclusive $ 210.00 $ 500,001 to $ 1,000,000 inclusive $ 315 .00 $ 1,000,001 to $2,000,000 inclusive $ 420 .00 $2,000,000 and over $ .630 .00 The parties hereto understand and agree that any harm to the City caused by the Contractor's delay in completing the work hereunder in the time specified by the Contract Documents would be incapable or very difficult to calculate due to lack of accurate information , and that the "Amount of Liquidated Damages Per Day", as set out above, is a reasonable forecast of just compensation due the City for harm caused by any delay. C7-7.l 1 SUSPENSION BY COURT ORDER: The Contractor shall suspend operations on such part or parts of the work ordered by any court , and will not be entitled to additional compensation by virtue of such court order. Neither will he be liable to the City in the vent the work is suspended by a Court Order. Neither will the Owner be liable to the Contractor by virtue of any Court Order or action for which the Owner is not solely responsible. · C7-7.12 TEMPORARY SUSPENSION: The Owner shall have the right to suspend the work operation wholly or in part for such period or periods of time as he may deem necessary due to unsuitable weather conditions or any other unsuitable conditions which in the opinion of the Owner or Engineer cause further prosecution of the work to be unsatisfactory or detrimental to the interest of the project. During temporary suspension of the work covered by this contract, for any reason, the Owner will make no extra payment for stand-by time of construction equipment and/or construction crews . If it should become necessary to suspend work for an indefinite period , the Contractor shall store all materials in such manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way , and he shall take every precaution to prevent damage or deterioration of the work performed ; he shall provide suitable drainage about the work , and erect temporary structures where necessary . Should the Contractor not be able to complete a portion of the project due to causes beyond the control of and without the fault or negligence of the Contractor as set forth in Paragraph C7-7 .8 EXTENSION OF THE TIME OF COMPLETION , and should it be C7-7(5) determined by mutual consent of the Contractor and the Engineer that a solution to allow construction to proceed is not available within a reasonable period of time , then the Contractor may be reimbursed for the cost of moving his equipment off the job and returning the necessary equipment to the job when it is determined by the Engineer that construction may be resumed. Such reimbursement shall be based on actual cost to the Contractor of moving the equipment and no profit will be allowed . No reimbursement shall be allowed if the equipment is moved to another construction project for the City of Fort Worth. The Contractor shall not suspend work without written notice from the Engineer and shall proceed with the work operations promptly when notified by the Engineer to so resume operations . C7-7 .13 TERMINATION OF CONTRACT DUE TO NATIONAL EMERGENCY: Whenever, because of National Emergency , so declared by the president of the United States or other lawful authority, it becomes impossible for the Contractor to obtain all of the necessary labor, materials, and equipment for the prosecution of the work with reasonable continuity for a period of two months , the Contractor shall within seven days notify the City in writing , giving a detailed statement of the efforts which have been made and listing all pecessary items of labor, materials , and equipment not obtainable. If, after investigations , the owner finds that such conditions existing and that the inability of the : Contractor to proceed is not attributable in whole or in part to the fault or neglect of the Contractor, than if the Owner cannot after reasonable effort assist the Contractor in procuring and making available the necessary labor, materials , and equipment within thirty days, the Contractor my request the owner to terminate the contract and the owner may comply with the request, and the termination shall be conditioned and based upon a final settlement mutually acceptable to both the Owner and the Contractor and final payment shall be made in accordance with the terms of the agreed settlement, which shall include . But not be limited to the payment for all work executed but not anticipated profits on work which has not been performed. C7-7.14 SUSPENSION OR ABANDONMENT OF THE WORK AND ANNULMENT OF THE CONTRACT: The work operations on all or any portion or section of the work under Contract shall be suspended immediately on written order of the Engineer or the Contract may be declared canceled by the City Council for any good and sufficient cause. The following , by way of example , but not of limitation , may be considered grounds for suspension or cancellation: a. Failure of the Contractor to commence work operations within the time specified in the Work Order issued by the Owner. b. Substantial evidence that progress of the work operations by the Contractor is insufficient to complete the work within the specified time. C7-7(6) - ....., A, ' - ....... c. Failure of the Contractor to provide and maintain sufficient labor and equipment to properly execute the working operations. d. Substantial evidence that the Contractor has abandoned the work. e. Subs~antial _ evidence tha~ the Contractor has become insolvent or bankrupt, or otherwise financially unable to carry on the wo·rk satisfactorily. f. Failure on the part of the Contractor to observe any requirements of the Contract Documents or to comply with any orders given by the Engineer or Owner provided for in these Contract Documents. g. Failure of the Contractor promptly to make good any defect in materials or workmanship, or any defects ·of any nature the correction of which has been directed in writing by the Engineer or t~e Owner. h. 1. J . Substantial evidence of collusion for the purpose of illegally procuring a contract or perpetrating fraud on _the City in the construction of work under COQtract. 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, If the Contractor shall for any cause whatsoever not carry on the working operation in an acceptable manner. k. If the Contractor commences legal action against the Owner. A Copy of the suspension order or action of the City Council shall be served on the Contractor's Sureties. When work is suspended for any cause or causes,· or when the contract is canceled, the Contractor shall discontinue the work or such part thereof as the owner shall designate,. whereupon the Sureties may, at their option, assume the contract or that portion thereof which the Owner has ordered the Contractor to discontinue, and may perform the same or may, with written consent of the _owner, sublet the work or that portion of the work as taken over, provided however, that the Sureties shall exercise their option, if at_ all, within two weeks after the . written notice to discontinue the work has been served upon the Contractor ~d upon the Sureties or their authorized agents. The. Sureties, in such event shall assume the Contractor's place in all respects, and shall be paid by the Owner for all work performed by them in accordance with the terms of the Contract Documents. All monies remaining due the Contractor at the time of this default shall thereupon become due and payable to the Sureties as the work progresses, subject to all of the terms of the Contract Documents. C7-7(7) In case the Sureties do not, within the hereinabove specified time , exercise their right and option to assume the contract responsibilities , or that portion thereof which the Owner has ordered the Contractor to discontinue , then the Owner shall have the power to complete , by contract ot otherwise , as it may determine , the work herein described or such work thereof as it may deem necessary , and the Contractor hereto agrees that the Owner shall have the right to take possession of and use any materials, plants, tools, equipment, supplies, and property of any kind provided by the Contractor for the purpose of carrying on the work and to procure other tools , equipment, materials , labor and property for the completion of the work, and to charge to the account of the Contractor of said contract expense for labor, materials, tools, equipment, and all expenses incidental thereto. The expense so charged shall be deducted by the owner from such monies as may be due or may become du.e at any time thereafter to the Contractor under and by virtue of ,. ' the Contract' or any part thereof. The Owner shall not be required to obtain the lowest bid for the work completing the contract, but the expense to be deducted shall be the actual cost of the owner of such work In case such expenses shall exceed the amount which would have been payable under the Contract if the same had been completed by the Contract , then the Contractor and his Sureties shall pay the amount of such excess to the City on notice from the Owner of the excess due. When any particular part of the work is being carried on by the Owner by contr~ct or otherwise under the provisions of this section , the Contractor shall continue the remainder of the work in Mnformity with the terms of the Contract Documents and in such a manner as to not hinder or interfere with the performance of the work by the Owner. C7-7.15 FULFILLMENT OF CONTRACT :The Contract will be considered as having been fulfilled, save as provided in any bond or bonds or by law , when all the work and all sections or parts of the project covered by the Contract Documents have been finished and completed, the final inspection made by the Engineer , and the final acceptance and final payment made by the Owner. C7-7.16 TERMINATION FOR CONVENIENCE OF THE OWNER: The performance of the work under this contract may be terminated by the Owner in whole, pr from time to time in part, in accordance with this section, whenever the Owner shall determine that such termination is in the best interest of the Owner. A. NOTICE OF TERMINATION: Any Termination shall be effected by mailing a notice of the termination to the Contractor specifying the extent to which performance of work under the contract is terminated , and the date upon which such termination becomes effective. Receipt of the notice shall be deemed conclusively presumed and established when the letter is placed in the United States Postal Service Mail by the Owner. Further, it shall be deemed conclusively presumed and established that such termination is made with just cause as therein stated; and no proof in any C7 -7(8) B. ' __ .. ,, - . ,.... .. claim, demand or suit shall be required of the Owner regarding such discretionary action CONTRACTOR ACTION: After receipt of a notice of termination, and except as otherwise directed by the Engineer, the Contractor shall: 1. Stop work under the contract on the date and to the extent specified in the notice of termination; 2. 3. 4. 5. 6 . place no further orders or subcontracts for materials, services or facilities except as may be necessary for completion of such portion of the work under the contract as is not terminated; terminate all orders and subcontracts to the extent that they relate to the performance of the work terminated by notice of termination; transfer title to the Owner and deliver in the manner, at the times, and to the e~tent, if any, directed by the Engineer: a. the fabricated or unfabricated parts, work in progress, completed work, supplies and other material produced as a part of, or acquired in connection with the performance of, the work terminated by the notice of the termination; and b. The completed, or partially completed plans, drawings, information and other property which, if the contract had been completed, would have been required to be furnished to the Owner. complete performance of such work as shall not have been terminated by the notice of termination; and Take such action as may be necessary, or as the Engineer may direct, for the protection and preservation of the property related to its contract which is in the possession of the Contractor and in which the owner has or may acquire the rest. At a time not later than 30 days after the termination date specified in the notice of termination, the Contractor may submit to the Engineer a list, certified as to quantity and quality, of any or all items of termination inventory not previously disposed of, exclusive of items the disposition of C7-7(9) which has been directed or authorized by Engineer, Not later than 15 days thereafter , the owner shall accept title to such items provided , that the list submitted shall be subject to verification by the Engineer upon removal of the items or, if the items are stored, within 45 days from the date of submission of the list, and any necessary adjustments to correct the list as submitted, shall be made prior to final settlement. C. TERMINATION CLAIM: Within 60 days after the notice of termination, the Contractor shall submit his termination claim to the Engineer in the form and with the certification prescribed by the Engineer. Unless one or more extensions in writing are granted by the Owner upon request of the Contractor, rnade in writing within such 60-day period or authorized extension thereof, any and all such claims shall be conclusively deemed waived. D. AMOUNTS: Subject to the prov1s1ons of Item C7-7.l(C), the Contractor and the Owner may agree upon the whole or any part of the amount or amounts to be paid to the Contractor by reason of the total or partial termination of the work pursuant hereto; provided, that such agreed amount or amounts shall never exceed the total contract price reduced by the amount of payments otherwise made and as further reduced by the contract price work not terminated. The contract shall be amended accordingly, and the Contractor shall be paid the agreed amount. No amount shall be due for lost or anticipated profits> Nothing in C7-7 .16(E) hereafter, prescribing the amount to be paid to the Contractor by reason of the termination of work pursuant to this section, shall be deemed to limit, restrict or otherwise determine or affect the amount or amounts which may be agreed upon to be paid to the Contractor pursuant to this paragraph. E. FAILURE TO AGREE: In the event of the failure of the Contractor and the Owner to agree as provided in C7-7. l 6(D) upon the whole amount to be paid to the Contractor by reason of the termination of the work pursuant to this section, the Owner shall determine , on the basis of information available to it, the amount , if any , due to the Contractor by reason of the termination and shall pay to the Contractor the amounts determined. No amount shall be due for lost or anticipated profits. F. DEDUCTIONS: In arriving at the amount due the Contractor under this section there shall be deducted; 1. all unliquidated advance or other payments on account theretofore made to the Contractor, applicable to the terminated portion of this contract ; C7-7(10) ' .... ;A. ' - -.... G. H. 2. any claim which the Owner may have against the Contractor in connection with this contract; and 3. the agreed price for, or the proceeds of the sale of, any materials, supplies or other things kept by the Contractor or sold, pursuant to the provisions of this clause, and not otherwise 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 equitable adjustment of the price or prices specified in the contract relating to the continued · portion of the contract (the portion not terminated by notice of termination), such equitable adjustment as may be agreed upon shall be made in such price or prices; noting contained herein, however, shall limit the right of the owner and the Contractor to agree upon the amount or amounts to be paid tot he Contractor for the completion of the continued portion of the contract when said 'Contract does not contain an established contract price for such continued portion. NO LIMITATION OF RIGHTS: Noting contained in this section shall limit or alter the rights which the Owner may have for termination of this contract under C7-7.14 hereof entitled "SUSPENSION OR ABANDONMENT OF THE WORK AND ANNULMENT OF CONTRACT" or any other right which the Owner may have for default or breach of contract by Contractor. C7-7.17 SAFETY METHODS AND PRACTICES: The Contractor shall be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the work at all times and shall assume all responsibilities for their enforcement. The Contractor shall comply with federal, state, and local laws, ordinances, and regulations so as to protect person and property from injury, including death, or damage in connection with the work. C7-7(1 l) ,,. .-.. - I PART C -GENERAL CONDITIONS C8-8 MEASUREMENT AND PAYMENT SECTION C8-8 MEASUREMENT AND PAYMENT C8-8. l 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 StaJes Standard Measurements used in common practice, and will be the actual length, area, solid contents, numbers, and weights of the materials and item installed. C8-8.2 UNIT PRICES: When in the Proposal a "Unit Price" is set forth, the said "Unit Price" shall include the furnishing by the Contractor of all labor, tools, materials, machinery, equipment, appliances and appurtenances necessary for the construction of and the completion in a manner acceptable to the Engineer of all work to be done under these Contract Documents. The "Unit Price" shall include all permanent and temporary protection of overhead, surface, and underground structures, cleanup, finishing costs, overhead expense, bond, .insurance, patent fees, royalties, risk due to the elements and other clauses, delays, profits, injuries, damages claims, taxes, and all other items not specifically mentioned that may be required to fully construct each item of the work complete in place and in a satisfactory condition for operation. C8-8.3 LUMP SUM: When in the Proposal a "Lump Sum" is set forth, the said "Lump Sum" shall represent the total cost for the Contractor to furnish all labor, tools, materials, machinery, equipment, appurtenances, and all subsidiary work necessary for the construction and completion of all the work to provide a complete and functional item as detailed in the Special Contract Documents and/or Plans. C8-8.4 SCOPE OF PAYMENT: The Contractor shall receive and accept the compensation as herein provided, in full payment for furnishing all labor, tools, materials, and incidentals for performing all work contemplated and embraced under these Contract Documents, for all loss and damage arising out of the nature of the work or from the action of the elements, for any unforeseen defects or obstructions which may arise or be encountered during the prosecution which may arise or be encountered during the prosecution of the work at any time before its final acceptance by the Owner, (except as provided in paragraph 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, C8-8(1) 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 ~ontractor to repair, correct, renew, or replace at his own and proper expense any defects or imperfections in the construction or in the strength or quality of the material used or equipment or machinery furnished in or about the construction of the work under contract and its appurtenances, or any damage due or attributed to such defects , which defects , imperfections, or damage shall have been discovered on or before the final inspection and acceptance of the work or during the one year guaranty period after the final acceptance. The Owner shall be the sole judge of such defects , imperfections, or damage , and the Contractor shall be liable to the Owner for failure to correct the same as provided herein . C8-8 .5 PARTIAL ESTIMATES AND RETA1NAGE: Between the 1st and the 5th day of each month, the Contractor shall submit to the Engineer a statement showing an estimate of the value of the work done during the previous month, or estimate period under the Contract Documents. Not later than the 10th day of the month, the Engineer shall verify such estimate, and if it is found to be acceptable and the value of the work performed since the last partial payment was made exceeds one hundred dollars ($100 .00) inn amount, 90% of such estimated sum will be paid to the Contractor if the total contract amount is less than $400 ,000.00 , or 95% of such estimated sum will be paid to the Contractor if the total contract amount is $400 ,000 .00 or greater, within twenty-five (25) days after the regular estimate period . The City will have the option of preparing estimates on forms furnished by the City. The partial estimates may include acceptable nonperishable materials delivered to the work which are to be incorporated into the work as a permanent part thereof, but which at the time of the estimate have not been installed (such payment will be allowed on a basis of 85% of the net invoice value thereof). The Contractor shall furnish the Engineer such information as he may request to aid him as a guide in the verification or the preparation of partial estimates. - It is understood that partial estimates from month to month will be approximate only , all partial monthly estimates and payment will be subject to correction in the estimate rendered following the discovery of an error in any previous estimate, and such estimate shall not , in any respect, be taken as an admission of the Owner of the amount of work done or of its quantity of sufficiency, or as an acceptance of the work done or the release of the Contractor of any of his responsibilities under the Contract Documents . The City reserves the right to withhold the payment of any monthly estimate if the Contractor fails to perform the work strictly in accordance with the specifications or provisions of this Contract. C8-8(2) / I C8-8.6 WITHHOLDING PAYMENT: Payment on any estimate or estimates may be held in abeyance if the performance of the construction operations is not in accordance with the requirements of the Contract Documents. C8-8.7 FINAL ACCEPTANCE: Whenever the improvements provided for by the Contract Documents shall have been completed and all requirements of the Contract Documents shall have been fulfilled on the part of the Contractor, the Contractor shall notify the Engineer in writing that the improvements are ready for final inspection. The Engineer shall notify the appropriate officials of the Owner, will within a reasonable time make such final inspection, and if the work is satisfactory, in an acceptable condition, and has been completed in accordance with the terms of the Contract Documents and all approved modifications thereof, the Engineer will initiate the processing of the final estimate arid recommend final acceptance of the project and final payment thereof as outlines in paragraph C8-8.8 below. C8-8.8 FINAL PAYMENT: Whenever all the improvements provided for by the Contract Documents and all approved modifications thereof shall have been completed and all requirements of the Contract Documents have been fulfilled on the part of the Contractor, a final estimate showing the value of the work will be prepared by the Engineer as soon as the necessary measurements, computations, and checks can be made. All prior estimates upon which payment has been made are subject to necessary corrections or revisions in the final payment. The amount of the final estimate, less previous payments and any sums that have been deducted or retained under the provisions of the Contract Documents, will be paid to the Contractor within 60 days after the final acceptance by the Owner on a proper resolution of the City Council, provided the Contractor has furnished to the owner satisfactory evidence of compliance as follows: Prior to submission of the final estimate for payment, the Contractor shall execute an affidavit as furnished by the City, certifying that; A. all persons, firms, associations, corporations, or other organizations furnishing labor and/or materials have been paid in full, B. that the wage scale established by the City Council in the City of Fort Worth has been paid, and C. that there are no claims pending for personal mJury and/or property damages. The acceptance by the Contractor of the last or final payment as aforesaid shall operate as and shall release the owner from all claims or liabilities under the Contract for anything done or furnished or relating to the work under the Contract Documents or any act or neglect of said City relating to or connected with the Contract. C8-8(3) The making of the final payment by the Owner shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. C8-8.9 ADEQUACY OF DESIGN: It is understood that the Owner believes it has employed competent engineers and designers to prepare the Contract Documents and all modifications of the approved Contract Documents. It is, therefore, agreed that the Owner shall be responsible for the adequacy of its own design features, sufficiency of the Contract Documents, the safety of the structure, and the practicability of the operations of the completed project, provided the Contractor has complied with the requirements of the said Contract Documents, all approved modifications thereof, and additions and alterations thereof approved in writing by the Owner. The burden of proof of such compliance shall be upon the Contractor to show that he has complied with the Contract Documents, approved modifications thereof, and all alterations thereof. CS-8.10 GENERAL GUARANTY: Neither the final certificate of payment nor any provision in the Contract Documents nor partial or entire occupancy or use of the premises by the Owner shall constitute an acceptance of the work not done in accordance with the Contract Documents or relieve the Contractor of liability in respect to . any express warranties or responsibility for faulty materials or workmanship. The Contractor shall remedy any defects or damages in the work and pay for any damage to the other work resulting therefrom which shall appear within a period of one year from the date of final acceptance of the work unless a longer period is specified and shall furnish a good and sufficient maintenance bond in the amount of 100 percent of the amount of the contract which shall assure the performance of the general guaranty as above outlined. The Owner will give notice of observed defects with reasonable promptness. C8-8. l 1 SUBSIDIARY WORK: Any and all work specifically governed by documentary requirements for the project, such as conditions imposed by the Plans, the General Contract Documents or these Special Contract Documents, in which no specific item for bid has been provided for in the Proposal, shall be considered as a subsidiary item of work, the cost of which shall be included in the price bid in the Proposal, for each bid item. Surface restoration, rock excavation and cleanup are general items of work which fall in the category of subsidiary work. CS-8.12 MISCELLANEOUS PLACEMENT OF MATERIAL: Material may be allocated under various bid items in the Proposal to establish unit prices for miscellaneous placement of material. These materials shall be used only when directed by the Engineer, depending on field conditions. Payment for miscellaneous placement of material will be made for only that amount of material used, measured to the nearest one- tenth unit. Payment for miscellaneous placement of material shall be in accordance with the General Contract Documents regardless of the actual amount used for the Project. CS-8.13 RECORD DOCUMENTS: The Contractor shall keep on record a copy of all specifications, plans, addenda, modifications , shop drawings and samples at the C8-8(4) .. ,. . .'·v ~· site, in good order and annotated to show all changes made during the construction process. These shall be delivered to the Engineer upon completion of the work . C8-8(5) .. :r/:\ ,i .... ,;: t ·~ ,,.;. .;,,. "'-:;: ... '"'i ,,._-' '"'"' .. -, .j . ' . ; ;, •. "" .. ' ,, ... ·-< t ~ 1' ' ,, PART Cl .r ' ,,! ;t. \\ ... ' ~- 4 .• ~I'' ,, ;:.. v• ' ' ,!• .Jc '(: \ . ~-! !l ' ., ' ';i t • <' l' • .. ,, " ; / ' . \' , .. '· r' . ; \ A. B. C. D. SECTION Cl: SUPPLEMENTARY CONDITIONS TO PART C -GENERAL CONDITIONS General These Supplementary Conditions amend or supplement the General Conditions of the Contract and other provisions of the Contract Documeµts 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 .11 of the General Conditions is deleted and replaced with D-3 of Part D -Special Conditions . C3-3. l 1 INSURANCE: Page C3-3 (5): 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 (6), is deleted in its entirety and replaced with the following: F. Contractor covenants and agrees to indemnify City's engineer and architect, and their personnel at the project site for Contractor 's sole negligence. In addition, Contractor covenants and agrees to indemnify , hold harmless and defend, at its own expense , the Owner, its officers , servants and employees, from and against any and all claims or suits for property loss, property damage , personal injury , including death, arising out of, or alleged to arise out of, the work and services to be performed hereunder by Contractor, its officers , agents , employees , subcontractors, licensees or invitees, whether or not any such 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 iniury or damage is caused in whole or in part by the negligence or alleged negligence of Owner, its officers, servants or employees. In the event Owner receives a written claim for damages against the Contractor or its subcontractors prior to final payment, final payment shall not be made until Contractor either (a) submits to Owner satisfactory evidence that the claim has been settled and/or a release from the claimant involved, or (b) provides Owner with a letter from Contractor 's liability insurance carrier that the claim has been referred to the insurance carrier. The Director may, if he deems it appropriate, refuse to accept bids on other City of Fort Worth public work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract. INCREAS ED OR DECREASED QUANTITIES; Part C -General Conditions , Section C4-4 SCOPE OF WORK , Page C 4-4 (1), revi se paragraph C4-4 .3 INCREASED OR DECREASED QUANTITIES to read as follows : The Owner reserves the right to alter the quantities of the work to be performed or to extend or shorten the improvements at any time when and as found to be necessary , and the Contractor shall perform the work as altered , increased or decreased at the unit prices as established in the contract documents . No allowance will be made for any changes in lost or anticipated profits nor shall such changes be considered as waiving or invalidating any conditions or provisions of the Contract Documents. Variations in quantities of sanitary sewer pipes in depth categories shall be interpreted herein as applying to the overall quantities of sanitary sewer pipe in each pipe size but not to the various depth categories. Revised 10/24/02 Pg.2 .. G. C3-3.l 1 INSURANCE: Page C3-3 (6): Add subparagraph "h. ADDITIONAL INSURANCE REQUIREMENTS" a. The City, its officers, employees and servants shall be endorsed as an additional insured on Contractor's insurance policies excepting employer's liability insurance coverage under Contractor's workers' compensation insurance policy. b. Certificates of insurance shall be delivered to the City of Fort Worth, contract administrator in the respective department as specified in the bid documents, 1000 Throckmorton Street, Fort Worth, TX 76102, prior to commencement of work on the contracted project. c. Any failure on part of the City to request required insurance documentation shall not constitute a waiver of the insurance requirements specified herein. d . Each insurance policy shall be endorsed to provide the City a minimum thirty days notice of cancellation, non-renewal, and/or material change in policy terms or coverage. A ten days notice shall be acceptable in the event of non-payment of premium. · e. Insurers must be authorized to do business in the State of Texas and have a current A.M. Best rating of A: VII or equivalent measure of financial strength and solvency. f. Deductible limits, or self-funded retention limits, on each policy must not exceed $10,000.00 per occurrence unless otherwise approved by the City. g. Other than worker's compensation insurance , in lieu of traditional insurance, City may consider alternative coverage or risk treatment measures through insurance pools or risk retention groups. The City must approve in writing any alternative cover'.3-ge. 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 H. I. l. Contractor's liability shall not be limited to the specified amounts of insurance required herein. m . Upon the request of City , Contractor shall provide complete copies of all insurance policies required by these contract documents. C8-8.4 SCOPE OF PAYMENT: Delete C8-8.4 , Scope of Payment at page C8-8(1) is deleted in its entirety and replaced with the following: The Contractor shall receive and accept the compensation as herein provided , in full payment for furnishing all labor, tools, materials, and incidentals for performing all work contemplated and embraced under these Contract Documents , for all loss and damage arising out of the nature of the work or from the action of the elements, for any unforeseen defects Or obstructions which may arise or be encountered during the prosecution which may arise or be encountered during the prosecution of the work at any time before its final acceptance by the Owner, (except as provided in paragraph CS-5.14) for all risks of whatever description connected with the prosecution of the work, for all expenses incurred by or in consequence of the suspension or discontinuance of such prosecution of the working operations as herein specified, or any and all infringements of patents, trademarks, copyrights, or other legal reservations , and for completing the work in an acceptable manner according to the terms of the Contract Documents. The payment of any current or partial estimate prior to the final acceptance of the work by the Owner shall in no way constitute an acknowledgment of the acceptance of the work , materials , or equipment, nor in any way prejudice or affect the obligations of the Contractor to repair, correct, renew , or replace at his own and proper expense any defects or imperfections in the construction or in the strength or quality of the :material used or equipment or machinery furnished in or about the construction of the work under contract and its appurtenances, or any damage due or attributed to such defects, which defects, imperfections, or damage shall have been discovered on or before the final inspection and acceptance of the work or during the two (2 ) year guaranty period after the final acceptance . The Owner shall be the sole judge of such defects, imperfections, or damage, and the Contractor shall be liable to the Owner for failure to correct the same as provided herein. C8-8.10 GENERAL GUARANTY: Delete C8-8.10, General Guaranty at page C8-8(4) is deleted in its entirety and replaced with the following : Neither the final certificate of payment nor any provision in the Contract Documents, nor partial or entire occupancy or use of the premises by the Owner shall constitute an acceptance of work not done in accordance with the Contract Documents or relieve the Contractor of liability in respect to any ex press warranties or responsibility for faulty materials or workmanship . The Contractor shall remedy any defects or damages in the work and pay for any damage 'to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of final acceptance of the work Revised 10/24 /02 Pg.4 unless a longer period is specified and shall furnish a good and sufficient maintenance bond in the amount of 100 percent of the amount of the contract which shall assure the performance of the general guaranty as above outlined. The Owner will give notice of observed defects with reasonable promptness. 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 (3) 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 atthe official location and stated time set forth in the "Notice to Bidders." It is the Bidder's sole responsibility to deliver the proposal at the proper time to the proper place. The mere fact that a proposal was dispatched will not be considered. The Bidders must have the proposal actually delivered. Each proposal shall be in a sealed envelope plainly marked with the word "PROPOSAL," and the name or description of the project as designated in the "Notice to Bidders." The envelope shall be addressed to the Purchasing Manager, City of Fort Worth Purchasing Division, P .O. Box 17027, Fort Worth, Texas 76102. C2-2 .8 WITHDRAWING PROPOSALS: Proposals actually filed with the Purchasing Manager cannot be withdrawn prior to the time set for opening proposals. A request for non-consideration of a proposal must be made in writing, addressed to the City Manager, and filed with him prior to the time set for the opening of proposals. After all proposals not requested for non-consideration are opened and publicly read aloud, the proposals for which non-consideration requests have been properly filed may, at the option of the Owner, be returned unopened. C2-2.9 TELEGRAPHIC MODIFICATION OF PROPOSALS: Any bidder may modify his proposal by telegraphic communication at any time prior to the time set for opening proposals, provided such telegraphic communication is received by the Purchasing Manager prior to the said proposal opening time, and provided further, that the City Manager is satisfied that a written and duly authenticated confirmation of such telegraphic communication over the signature of the bidder was mailed prior to the proposal opening time . If such confirmation is not received within forty-eight ( 48) hours after the proposal opening time, no further consideration will be given to the proposal Revised 10/24/02 Pg . 5 K. C3-3 .7 BONDS (CITY LET PROJECTS): Reference Part C, General Conditions, dated November 1, 1987; (City let projects) make the following revisions: 1. Page C3-3(3); the paragraph after paragraph C3-3 .7d Other Bonds should be revised to read: 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(4) Paragraph C3-3.l l INSURANCE delete subparagraph "a . COMPENSATION INSURANCE". 3 . Pg . C3-3(5), Paragraph C3-3 .11 INSURANCE delete subparagraph "g . LOCAL AGENT FOR INSURANCE AND BONDING". L. RIGHT TO AUDIT: Part C -General Conditions, Section C8-8 MEASUREMENT AND PAYMENT, Page C8-8 (5), add the following: C8-8.14 RIGHT TO AUDI!: (a) Contractor agrees that the City shall , until the ex piration of three (3) years after final payment under this contract, have access to and the right to ex amine 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 pro v ided 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 gi ve subcontractor reasonable advance notice of intended audits. Revised 10/24/02 Pg.6 ( c) Contractor and subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse the Contractor for the cost of copies as follows: 1. 50 copies and under -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 tnake possible proper prosecution of the work as a part of this project construction operations. The contractor's attention is directed to paragraph C6-6. l O work within easements, page C6-6(5), 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 , Sectio~ C6-6.8 BARRICADES, WARNINGS AND WATCHMEN: 1. Wherever the word Watchmen appears in this paragraph, it shall be changed to the word flagmen . 2 . In the first paragraph, lines five (5) and six (6), change the phrase take all such other precautionary measures to take all reasonable necessary measures . 0 . MINORITY/WOMEN BUSINESS ENTERPRISE COMPLIANCE: Reference Part C (General Conditions), Section C3-3.2 Entitled "MINORITY BUSINESS ENTERPRISE/WOMEN-OWNED BUSINESS ENTERPRISE COMPLIANCE" shall be deleted in its entirety and replaced with the following : Upon request, Contractor agrees to provide to Owner complete and accurate information regarding actual work performed by a Minority Business Enterprise (MBE) and/or a Woman Business Enterprise (WBE) on the contract and payment therefore . Contractor further agrees to permit an audit and/or examination of any books, records or files in its possession that will substantiate the actual work performed by an MBE and/or WBE. The misrepresentation of facts (other than a negligent misrepresentation) and/or the commission of fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate federal, state or local laws or ordinances relating to false statements; further , any such misrepresentation ( other than negligent misrepresentation) and/or commission of fraud will result in the Contractor being Revised 10/24/02 Pg. 7 determined to be irresponsible and barred from participating in City work for a period of time of not less than thee (3) years . 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 C6de. Such prevailing wage rates are included in these contract documents . (b) The contractor shall , for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract; and (ii) the actual per diem wages paid to each worker. These records shall be Open at all reasonable hours for inspection by the City. The provisions of Section C-1 , L. Right to Audit (Rev. 9/30/02) pertain to this inspection. ( c) The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs (a) and (b) above. ( d) With each partial payment estimate or payroll period , whichever is less , an affidavit stating that the contractor has complied with the requirements of Chapter 2258, Texas Government Code . The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times. Revised 10/24/02 Pg. 8 PARTD - PART D -SPECIAL CONDITIONS D-1 GENERAL ....................................................................................................................... 3 D-2 · COORDINA"(ION MEETING ........................................................................................... 5 D-3 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW .................. 5 D-4 COORDINATION WITH FORT WORTH WATER DEPARTMENT .................................. ? D-5 CROSSING OF EXISTING UTILITIES ................... : ........................................................ 7 D-6 EXISTING UTILITIES AND IMPROVEMENTS ............... .-.: .... : ......................................... 8 D-7 CONSTRUCTION TRAFFIC OVER PIPELINES ............................................................. 8 D-9 DETOURS ............................................................................. '. ........................................ 10 D-10 EXAMINATION OF SITE ............................................................................................... 10 D-11 ZONING COMPLIANCE .......................... : ............................... i ...................................... 10 D-12 WATER FOR CONSTRUCTION .................................................................................... 10 D-13 WASTE MATERIAL ....................................................................................................... 10 D-14 PROJECT CLEANUP AND FINAL ACCEPTANCE ........................................................ 10 D-15 CONSTRUCTION SCHEDULE AND SEQUENCING OF WORK ................................... 11 D-16 SAFETY RESTRICTIONS -WORK NEAR HIGH VOLTAGE LINES .............................. 11 D-17 BID QUANTITIES .......................................................................... : ............................... 11 D-18 CUTIING OF CONCRETE ......................................................... ~ .................................. 12 D-19 PROJECT DESIGNATION SIGN ................................................................................... 12 D-20 CONCRETE SIDEWALK AND DRIVEWAY REPLACEMENT. ....................................... 12 D-21 MISCELLANEOUS PLACEMENT OF MATERIAL. ......................................................... 12 D-22 . CRUSHED LIMESTONE BACKFILL ..................................................... : .. , ..................... 13 D-23 2:27 CONCRETE ................. : ..................... :: ....................................... : .......................... 13 D-24 TRENCH EXCAVATION , BACKFILL, AND COMPACTION ............. '. ............................. 13 D-25 TRENCH PAVEMENT (PERMANENT) REPAIR (E2-19) FOR UTILITY CUTS .............. 14 D-26 SITE SPECIFIC TRENCH SAFETY SYSTEM (COVERS ALL PROJECTS) .................. 15 D-27 SANITARY SEWER MANHOLES ..................................................................... : ............ 16 D-28 SANITARY SEWER SERVICES .................................................................................... 19 D-29 REMOVAL , SALVAGE, AND ABANDONMENT OF EXISTING FACILITIES .................. 20 D-30 DETECTABLE WARNING TAPES ................................................................................. 23 D-31 PIPE CLEANING .............................................................. i ................................. ·: ........... 23 D-32 DISPOSAL OF SPOIUFILL MATERIAL ......................................................................... 23 D-33 MECHANICS AND MATERIALMEN'S LIEN ................................................................... 23 D-34 SUBSTITUTIONS .......................................................................................................... 24 D-35 PRE-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER. .............. 24 D-36 VACUUM TESTING OF SANITARY SEWER MANHOLES ............................................ 27 D-37 BYPASS PUMPING ....................................................................................................... 28 D-38 POST-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER ............ 28 D-39 SAMPLES AND QUALITY CONTROL TESTING ........................................................... 30 D-40 TEMPORARY EROSION, SEDIMENT , AND WATER POLLUTION CONTROL (FOR D-41 D-42 D-43 D-44 D-45 D-46 D-47 D-48 D-49 04/15108 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 D-50 D-51 D-52 D-53 D-54 D-55 D-56 - D-57 D-58 D-59 D-60 D-61 D-62 D-63 D-64 D-65 D-66 D-67 D-68 D-69 PART D -SPECIAL CONDITIONS CLAY DAM ............................................................................................. : ....................... 40 EXPLORATORY EXCAVATION (D-HOLE) ................................................................... .40 INSTALLATION OF WATER FACILITIES ..................................................................... .40 52 .1 Polyvinyl Chloride (PVC) Water Pipe .............................................................. .40 52 .2 Blocking ...................................................... : ................. : ................................... 41 52 .3 Type of Casing Pipe .................................................................. -....................... 41 52.4 Tie-lns .............................................................................................................. 41 52.5 Connection of Existing Mains .......................................................................... .41 52.6 Valve Cut-Ins ................................................................. -.................................. 42 52.7 Water Services ................................................................................................ 42 52.8 2-lnch Temporary Service Line ........................................................................ 44 52.9 Purging and Sterilization of Water Lines .......................................................... 45 52.10 Work Near Pressure Plane Boundaries .......................................................... .45 52.11 Water Sample Station ...................................................................................... 46 52.12 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 BUTIONS .... : .... ···········:·················································································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 COORDINATION WITH THE CITY'S REPRESENTATIVE FOR OPERATIONS OF EXISTING WATER SYSTEMS ...................................................................................... 55 D-70 ADDITIONAL SUBMITTALS FOR CONTRACT AWARD .............................................. 56 D-71 EARLY WARNING SYSTEM FOR CONSTRUCTION ................................................... 56 D-72 AIR POLLUTION WATCH DAYS ................ '. ................................................................. 57 D-73 FEE FOR STREET USE PERMITS AND RE-I NSPECTIONS ..................................... 57 D-74 ~r "G~l~EN"-CEMENtf'O k!~Y;.:~.:, .. :: .. 3 . .. "I.i,]!;!5J 04/15108 SC-2 - - PART D -SPECIAL CONOITIONS 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 Cond itions and part C1 - Supplementary Conditions to Part C of the Contract are to be read together. Any conflict between Part C -General Conditions and Part C 1 -Supplementary Conditions of the Contract and this Part D, Part D shall control. FOR: SH 1°21T SOUTHWEST PARKWAY WATER & SANITARY SEWER MAIN RELOCATIONS, PART 13: 24-INCH WATER MAIN AT DIRKS/ALTAMESA FORT WORTH, TEXAS . CITY PROJECT NO. 00204, DOE NO. 6033 WATER PROJECT NO. P265-603170020487 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 drawi'ngs shall be considered cooperative ; therefore, work or material called for by· one and not shown or mentioned in the other shall be accomplished or furnished in a faithful manner as though required by all. Any Contractor performing any work on Fort Worth water or sanitary sewer facilities must be pre- qualified with the Water Department to perform such work in accordance with procedures described in the current Fort Worth Water Department General Specifications, which general specifications shall govern performance of all such work. This contract and project, where applicable, may also be governed by the two following published specifications , except as modified by these Special Provisions : 1. STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION - CITY OF FORT WORTH 04115108 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 I . , 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 sp~cifications 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 Purchas ing 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 sea led envelope plainly marked with th~ ·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 t ime 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, t he 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 mod ify 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. 04/15108 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 the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity. 3. Persons providing services on the project ("subcontractor" in §406.096)-includes all persons or entities performing all or part of the services the . contractor has undertaken to perform on the project, regardless of whether that persori contracted directly with the contractor and regardless of whether that person ha·s' 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 04/15108 SC-5 PART D -SPECIAL CONDITIONS 2. No later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. F. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. · · G. The contractor shall notify the governmental entity in writing by certified m'ail 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, a_nd 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 ~odes 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 04/15108 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 o'n the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case · of a self-insured, with the commission's Division of Self-Insurance Regulation . Providing false or misleading information may subject the contractor to administrative , criminal , civil penalties or other civil actions . · 9. The contractor's failure to comply with any of these provisions is a breach of contract by the contractor which entitles the governmental entity to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity . J ~ The contractor shall post a notice on each project site informing all persons providing services on the · project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other Texas Worker's Compensation Commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population . The text for the notices shall be the following text , without any additional words or changes : "REQUIRED WORKER'S COMPENSATION COVERAGE The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance . This includes persons providing, hauling, or delivering equipment or materials , or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee ." Call the Texas Worker's Compensation Commission at (512) 463-3642 to receive information on the legal requirement for coverage, to verify whether your employer has prov ided 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 04/15108 SC-7 PART D -SPECIAL CONDITIONS constructed of ductile iron pipe . The Engineer shall determine the required length of replacement. The material for sanitary sewer mains and sanitary sewer laterals shall be Class 51 Ductile Iron Pipe with polyethylene wrapping . The material for sanitary sewer service lines shall be extra strength cast iron soil pipe with polyethylene wrapping. Adapter fittings shall be a urethane or neoprene coupling ASTM C-425 with series 300 sta inless 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, telephone cables, utility services, water mains, sanitary sewer lines, electrical cables , drainage pipes, and all other utilities and structures both above and below ground during construction . It is understood that the Contractor is not responsible for the permanent relocation of existing utilities in direct conflict with the proposed construction . The Contractor is liable for all damages done to such 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 ex isting underground facilities and notify the Engineer of any conflicts in grades and alignment. In case it is necessary to change or move the property of any owner of a public utility, such property shall not be moved or interfered with until ordered to do so by the Engineer . The right is reserved to the owner of public utilities to enter upon the limits of the project for the purpose of making such changes or repairs of their property that may be made necessary by performance of this contract. The utility lines and conduits shown on the plans are for information only and are not guaranteed by the City of the Engineer to be accurate as to extent, location, and depth; they are shown on the plans as the best information available at the time of design , from the owners of the utilities involved and from evidences found on the ground . D-7 CONSTRUCTION TRAFFIC OVER PIPELINES It is apparent that certain construction vehicles could exceed the load bearing capacity of the pipe under shallow bury conditions . It will be the responsibility of the Contractor to protect both the new 04/15108 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 permissible to cross the existing or proposed pipes without additional protection the Contractor may elect to provide additional protection of the pipes so that more frequent crossings of the pipes are allowed. It still is, however, the responsibility of the Contractor to repair any damage to the existing or proposed lines, if the damage results from any phase of his construction operation . D-8 TRAFFIC CONTROL The contractor will be required to obtain a "Street Use Permit" prior to starting work. As part of the "Street Use Permit" a traffic control plan is required . The Contractor shall be responsible for providing traffic control during the construction of this project consistent with the provisions set forth in the "Latest Edition Texas Manual on Uniform Traffic Control Devices for Streets and Highways" issued under the authority of the "State of Texas Uniform Act Regulating Traffic on Highways," codified as Article 6701 d 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 ." 04/15108 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 pro.viding ingress and egress to adjacent private and public properties, procedures for protecting existing improvements and disposition of all materials to be removed. Proper consideration should be given to these details during the preparation of the Proposal and all unusual conditions, which may give , rise to later contingencies should be brought to the attention of the Owner prior to the subm1ssion 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 Gontractor and shall be disposed of by the Contractor at locations approved by the Engineer. All material shall be disposed of in such a manner as to present a neat appearance and to not obstruct proper drainage or to cause injury to street improvements or to abutting property. D-14 PROJECT CLEANUP AND FINAL ACCEPTANCE The Contractor shall be aware that keeping the project site in a neat and orderly condition is considered an integral part of the contracted work and as such shall be considered subsidiary to the appropriate bid items. Clean up work shall be done as directed by the Engineer as the work progresses or as needed. If, in the opinion of the Engineer it is necessary,. clean-up shall be done on a daily basis. Clean up work shall include, but not be limited to: • Sweeping the . street clean of dirt or debris • Storing excess material in appropriate and organized manner • Keeping trash of any kind off of residents' property If the Engineer does not feel that the jobsite has been kept in an orderly condition, on the next estimate payment ( and all subsequent payments until completed) of the appropriate bid item( s) will be reduced by 25%. Final cleanup work shall be done for this project as soon as all construction has been completed. No more than seven days shall elapse after completion of construction before the roadway, right- 04/15108 SC-10 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 regardin~ 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. 04115108 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 s igns 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, measured to the nearest one-tenth unit. Payment for miscellaneous placement of material shall be in accordance with the General Contract Documents regardless of the actual amount used for the project. 04/15108 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 acc ident 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 : 04/15108 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" 114 #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 b~ compacted to a minimum of 90% Standard Proctor Density (A.S .T.M. 'D698) by mechanical devices specifically designed for compaction or a combination of methods subject to approval by the Engineer. Trenches which lie under existing or future pavement shall be backfilled per Figure A with 95% Standard Proctor Density by mechanical devices specifically designed for compaction or a combination of methods subject to approval by the Engineer. Backfill material to be compacted as described above must be within +-4% of its optimum moisture content. The 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 stan,dards will be at the expense of the Contractor and will be billed at the commercial rates as determined by the City . These soil density tests shall be performed at two (2) foot vertical intervals beginning at a level two (2) feet above the top of the installed pipe and continuing to the top of the completed backfill at intervals along the trench not to exceed 300 linear feet. The Contractor will be responsible for providing access and trench safety system to the level of trench backfill to be tested . No extra compensation will be allowed for exposing the backfill layer to be tested or providing trench safety system for tests conducted by the City. 4 . MEASUREMENT AND PAYMENT: All material, with the exception of Type "B" backfill, and labor costs of excavation and backfill will be inciuded in the price bid per linear foot of water and sewer pipe. Type "B" backfill shall be paid for at a pre-bid unit price of $15.00 per cubic yard . D-25 TRENCH PAVEMENT (PERMANENT) REPAIR (E2-19) FOR UTILITY CUTS The unit price bid under the appropriate bid item of the proposal shall cover all cost for providing pavement repair equal to or superior in composition, thickness, etc., to existing pavement as detailed in the Public Works Department typical sections for Pavement and Trench Repair for Utility Cuts, Figures 2000-1 through 2000-3. The results of the street cores that were conducted on the project streets, to determine HMAC depths on existing streets, are provided in these specifications and contract documents. 04/15108 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 ser;viceable 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 th .e 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 oft.he 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 s·pecific for each water and/or sanitary sewer line included in the project. 8 . 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. 04/15108 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-built in accordance with OSHA standards. 5 . SHORING SYSTEM -Shoring means a structure such as a metal hydraulic, mechanical or timber system that supports the sides of a trench and which is designed to prevent cave- ins . Shoring systems are generally comprised of cross-braces, vertical rails , (uprights), horizontal rails (wales) and/or sheeting. D. MEASUREMENT -Trench depth is the vertical measurement from the top of the existing ground to the bottom of embedment or bottom of excavation. The quantity of trench safety systems shall be based on the linear foot amount of trench depth greater than five (5) feet. E . PAYMENT -Payment shall be full compensation for safety system design, labor, tools , m_aterials, equipment and incidentals necessary for the installation and removal of trench safety systems . D-27 SANITARY SEWER MANHOLES A. GENERAL: The installation, replacement , and/or rehabilitation of sanitary sewer manholes will be required as shown on the plans, and/or as described in these Special Contract Documents in addition to those located in the field and identified by the Engineer. All manholes shall be in accordance with sections E1-14 Materials for San itary 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 l ift hole shall be sealed on the outside of the manhole with Ram-Nek or an approved equal sealant. The lift hole shall be sealed on the inside of the manhole with quick setting cement grout. 4 . FINAL RIM ELEVATIONS : Manhole rims in parkways, lawns and other improved lands shall be at an elevation not more than one ( 1) nor less than one-half ( 1 /2) inch above the surrounding ground . Backfill shall provide a uniform slope from the top of manhole casting 04/15108 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 ~hown 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 ~urfaces 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-tape and shall be sized as recommended by the manufacturer and approved by the Engineer. The joint sealer shall be protected by a suitable removable wrapper and shall not in any way depend on oxicfation , 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 . 8 . EXECUTION : 1. INSTALLATION OF JOINT SEALANT: Each grade adjustment ring and manhole frame shall be sealed with the above-specified materials. All surfaces to be in contact with the joint sealant shall be thoroughly cleaned of dirt, sand, mud , or 9ther 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 04115108 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 re·sting 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 th _e butt joint of each length of joint material on opposite sides of the manhole . No steel shims, wood , stones, or any material not spec ifically 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 "B itumastic Super Service Black"; Tnemec "46- 450 Heavy Tnemecol ", or equal, to a minimum of 14 mils dry film thickness . 4. The exterior surface of all pre-cast section joints shall be thoroughly cleaned with a wire brush and then waterproofed with a 1/2-inch thick coat of trowelable bitumastic joint sealant from 6-inches below to 6-inches above the joint. The coated joint shall then be wrapped with 6 mil plastic to protect the sealant from damage during backfilling . 04/15108 SC-18 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 04/15108 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 service lines, the Contractor shall verify (by de-holing at the building clean-out) the e levations (shown on the plans) at the building clean-out and compare the data with the elevation at the proposed connection po int on the sewer main , in order to ensure that the two (2) percent minimum slope (or as specified by the Engineer) requirement is satisfied. Elevat ions shall also be verified at all bend locations on the service re-route. All applicable sewer mains, laterals and affected service lines that are installed without pre-construction de-holing at the affected residences (to verify design elevations) shall be removed and replaced as necessary at the Contractor's expense in the event grade conflicts are brought to light after de-holing is conducted . All elevation information obtained by the Contractor shall be submitted to the Inspector. The Engineer shall be immediately notified in the event that the two (2) percent minimum slope is not satisfied. If the Contractor determines that a different alignment for the re-route is more beneficial than shown on the plans, the Contractor shall obtain and submit all relevant elevation information for the new alignment to the Inspector and shall be responsible for ensuring that the two (2) percent minimum grade (or as approved by the Engineer) is satisfied . Prior to backfilling, the Contractor shall double check the grade of the installed service line and submit signed documentation verifying that the line has been installed as designed to the Engineer. The Contractor, at its sole expense, shall be required to uncover any sewer service for which no grade verification has been submitted. All re-routes that are not installed as designed or fail to meet the City code shall be reinstalled at the Contractor's expense. The Contractor shall ensure that the service line is backfilled and compacted in accordance with the City Plumbing Code . Connection to the existing sewer service line shall be made with appropriate adapter fittings. The fitting shall be a urethane or neoprene coupling A.S .T.M . C-425 with series 300 stainless steel compression straps. The Contractor shall remove the existing clean-out and plug the abandoned sewer service line . The contractor shall utilize schedule 40 PVC for all sanitary sewer service re-routes or relocations located on private property. Furthermore, the contractor shall utilize the services of a licensed plumber for all service line work on private property . Permit(s) must be obtained from the City of Fort Worth Development Department for all service line work on private property and all work related to the service line must be approved by a City of Fort Worth Plumbing Inspector. A copy of the plumbing permit shall be provided to the Engineer prior to beginning work on the sanitary sewer service re-route and proof of final acceptance by the 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 04/1!5/08 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 me.ter 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 arid returned to the Water Department warehouse by the Contractor in accordance with Section E2-1 .5 Salvaging of Materials . The concrete vault shall be demolished in place to a point not less than 18 inches below final grade . The concrete vault shall then be backfilled and compacted in accordance with backfill method as specified in Section E2-2 .9 Backfill. Backfill material shall be suitable excavated material approved by the Engineer. Surface restoration shall be compatible with existing surrounding surface and grade. C. SALVAGE OF EXISTING FIRE HYDRANTS: Existing fire hydrants shall be removed and returned to the Water Department warehouse by the Contractor in accordance with Section E2-1.5. Salvaging of Materials. The void shall be backfilled and compacted in accordance with backfill _method as; specified in Section E2-2 .9 Backfill. Backfill material shall be suitable excavated material approved by the Engineer. Surface restoration shall be compatible with existing surrounding surface and grade. D. SALVAGE OF EXISTING GATE VALVE: Existing gate valve and valve box and lid shall be removed and returned to the Water Department warehouse ' by the Contractor in accordance with Section E2-1 .5 Salvaging of Materials . The void area caused by the valve removal shall be backfilled and compacted in accordance wit h 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 04/15108 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 ,.. Aban9on Existing Sewer Manhole . H. REMOVAL OF MANHOLES : Manholes to be removed shall have all pipes entering or exiting the structure disconnected. The complete manhole , including top or cone section, all full barrel diameter section, and base section shall be removed . The excavation shall then be backfilled and compacted in accordance with backfill method as specified in Section E2-2 .9 Backfill . Backfill material may' be with Type C Backfill or Type B Backfill, as approved by the Engineer. Surface restoration shall be compatible with surrounding surface . 'I. CUTTING AND PLUGGING EXISTING MAINS : At various locations on this project , it may be requ1red to cut, p!ug, 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 , properiy 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 f9r 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 sewe r 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. 04/15108 SC-22 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 ~hall 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 perm it 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. 04/15108 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 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 o~ 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 designated sewer manholes shall be cleaned using high- velocity jet equipment. The equipment shall be capable of removing dirt, grease, rocks, sand, and other materials and obstructions from the sewer lines and manholes . If cleaning of an entire section cannot be successfully performed from one manhole, the equipment shall be set up on the other manhole and cleaning aga in attempted . If, again, successful 04/15108 SC-24 f··. 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 shaU 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 equipmen~. 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 INSPEGTION 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 paym~nt 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 . 04/15108 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 ir,spection 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 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 04/15/08 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 rehabi litated , 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 incidentaJ 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 . 04/1!i/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 (10"Hg) shall be drawn and the vacuum pump will be turned off. With the valve closed , the level of vacuum shall be read after the required test time. The required test time shall be determined from the Table I below in accordance with ASTM C 1244-93: Table I MINIMUM TIME REQUIRED FOR VACUUM DROP OF 1" Hg (1 O"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 de$cribed 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 04/15108 SC-28 PART D -SPECIAL CONDITIONS be operative in 100% humidity conditions . The camera, television monitor, and other components of the video system shall be capable of producing picture quality to the satisfaction of the Engineer; and if unsatisfactory, equipment shall be removed and no payment will be made for an unsatisfactory inspection . C. EXECUTION: 1. TELEVISION INSPECTION : The camera shall be moved through the line in either direction at a moderate rate, stopping when necessary to permit proper documentation of any sewer service taps. In no case will the television camera be pulled at a speed greater than 30 feet per minute. Manual winche·s, power winches, JV cable, and powered rewinds or other devices that do not obstruct · the camera view or interfere with proper documentation shall be used to move the camera through the sewer line . No more than 2000 linear feet of pipe will be televised at one time for review by the Engineer. When manually operated winches are used to pull the television camera through the line , telephones or other suitable means of communications shall be set up between the two manholes of the section being inspected to ensure good communications between members of the crew. The importance of accurate distance measurements is emphasized. All television inspection video tapes shall have a footage counter. Measurement for location of sewer service taps shall be above ground by means of meter device . Marking ·on the cable, or the like , which would require interpolation for depth of manhole, will not be allowed . Accuracy of the distance meter shall be checked by use of a walking meter, roll-a-tape, or other suitable device, and the accuracy shall be satisfactory to the Engineer. The City makes no guarantee that all of the sanitary sewers to be entered are clear for the passage of a camera . The methods used for securing passage of the camera are to be at the option of the Contractor. The cost or retrieving the Television camera, under all circumstances, when it becomes lodged during inspection, shall be incidental to Television inspection. Sanitary sewer mains must be laced with enough water to fill all low pints. The television inspection must be done immediately following the lacing of the main with no water flow. If sewer is active , flow must be restricted to provide a clear image of sewer being inspected . 2. DOCUMENTATION : Television Inspection Logs : Printed location records shall be kept by the Contractor and will clearly show the location in relation to an adjacent manhole of each sewer service tap observed during inspection. All television logs shall be referenced to stationing as shown on the plans. A copy of these television logs will be supplied to the City. 3. PHOTOGRAPHS: Instant developing, 35 mm , or other standard-size photographs of the television picture of problems ·shall be taken by the Contractor upon request of the Engineer, as long as such photograph ing 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 04/15108 SC-29 PART D -SPECIAL CONDITIONS playback shall be at the same speed that it was recorded. The television tapes shall be furnished to the City for review immediately upon completion of the television inspection and may be retained a maximum of 30 calendar days . Equipment shall be provided to the City by the Contractor for review of the tapes. Tapes will be returned to the Contractor upon completion of review by the Engineer. Tapes shall not be erased without the permission of the Engineer. If the tapes are of such poor quality that the Engineer is unable to evaluate the condition of the sewer line or to locate service connections, the Contractor shall be required to re- televise and provide a good tape of the line at no additional cost to the City. If a good tape cannot be provided of such quality that can be reviewed by the Engineer, no payment for televising this portion shall be made. Also, no payment shall be · made for portions of lines not televised or portions where manholes cannot be negotiated with the television camera . D. PAYMENT OF POST-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWERS : The cost for post-construction Television Inspection of sanitary sewers shall be per linear foot of sewer televised. The Contractor shall provide the Engineer with tapes of a quality that the particular piece of sewer can be readily evaluated as to sewer conditions and for providing appropriate means for review of the tapes by the Engineer. Television inspection shall include necessary cleaning (hydraulic jet or· mechanical cleaner) to provide video image required for line analysis . The quantity of TV inspection shall be measured as the total length of new pipe installed. All costs associated with this work shall be included in the appropriate bid item -Post-Construction Television Inspection . The item shall also include all costs of installing and maintaining any bypass pumping required to provide reliable, regular sewer service to the area residents . All bypass pumping shall be incidental to the project. D-39 SAMPLES AND QUALITY CONTROL TESTING A. The Contractor shall furnish, at its own expense, certifications by a private laboratory for all materials proposed to be used on the project, including a mix design for any asphaltic and/or Portland cement concrete to be used, and gradation analysis for sand and crushed stone to be used along with the name of the pit from which the material was taken . The contractor shall provide manufacturer's certifications for all manufactured items to be used in the project and will bear any expense related thereto . B. Tests of the design concrete mix shall be made by the contractor's laboratory at least nine days prior to the placing of concrete using the same aggregate, cement, and mortar which are to be used later in the concrete. The Contractor shall provide a certified copy of the test results to the City . C. Quality control testing of in-place material on this project will be performed by the city at its own expense . Any retesting required as a result of failure of the material to meet project specifications will be at the expense of the contractor and will be billed at commercial rates as determined by the City. The failure of the City to make any tests of materials shall in no way relieve the contractor of its responsibility to furnish materials and equipment conforming to the requirements of the contract. D. Not less than 24 hours notice shall be provided to the City by the Contractor for operations requiring testing . The Contractor shall provide access and trench safety system (if required) 04/15108 SC-30 PART D -SPECIAL CONDITIONS for the site to be tested, and any work effort involved is deemed to be included in the unit price for the item being tested. E. . The Contractor shall provide a copy of the trip ticket for each load of fill material delivered to the job site. The ticket shall specify the name of the pit supplying the fill material. D-40 TEMPORARY EROSION, SEDIMENT, AND WATER POLLUTION CONTROL (FOR DISTURBED AREAS LESS THAN 1 ACRE) A. DESCRIPTION: This item shall consist of temporary soil erosion sediment and water pollution control measures deemed necessary by the Engineer for the duration of the contract. These control measures shall at no time be used as a substitute for the permanent control measures unless otherwise directed by the Engineer and they shall not include measures taken by the CONTRACTOR to control conditions created by his construction operations. The temporary measures shall include dikes, dams, berms , sediment basins, fiber mats, jute netting, temporary seeding, straw mulch , asphalt mulch, plastic liners, rubble liners, baled-hay retards , dikes, slope drains and other devices . B. CONSTRUCTION REQUIREMENTS: The Engineer has the authority to define erodible earth and the authority to limit the surface area of erodible-earth material exposed by preparing right- of-way, clearing and grubbing , the surface area . of erodible-earth material exposed by excavation, borrow and to direct the CONTRACTOR to provide temporary pollution-control measures to prevent contamination of adjacent streams, other water courses, lakes, ponds or other areas of water impoundment. Such work may involve the construction of temporary berms , dikes, dams , sediment basins , slope drains and use of temporary mulches , mats, seeding , or other control devices or methods directed by the .Engineer as necessary to control soil erosion . Temporary pollution-control measures shall be used to prevent or correct erosion that may develop during construction prior to installation of permanent pollution control features, but are not associated with permanent control features on the project. The Engineer will limit the area of preparing right-of-way, clearing and grubbing, excavation and borrow to be proportional to the CONTRACTOR 'S capability and progress . in keeping the finish grading, mulching , seeding , and other such permanent pollution-control measures current in accordance with the accepted schedule . Should seasonal conditions make such limitations unrealistic, temporary soil-erosion-control measures shall be performed as directed by the Engineer. 2. Waste or disposal areas and construction roads shall be located and constructed in a manner that will minimize the amount of sediment entering streams. 3 . Frequent fordings of live streams will not be permitted; therefore, temporary bridges or other structures shall be used wherever an appreciable number of stream crossings are necessary . Unless otherwise approved in writing by the Engineer, mechanized equipment shall not be operated in live streams . 4 . When work areas or material sources are located in or adjacent to live streams , such areas shall be separated from the stream by a dike or other barrier to keep sediment from entering a flowing stream. Care shall be taken during the construction and removal of such barriers to minimize the muddying of a stream . 5 . · All waterways shall be cleared as soon as practicable of false work , piling, debris or other obstructions placed during construction operations that are not a part of the finished work . 04115108 SC-31 PART D -SPECIAL CONDITIONS 6 . The Contractor shall take sufficient precautions to prevent pollution of streams, lakes and reservoirs with fuels, oils, bitumen, calcium chloride or other harmful materials . He shall conduct and schedule his operations so as to avoid or minimize siltation of streams, lakes and reservoirs and to avoid interference with movement of migratory fish . C. MEASUREMENT AND PAYMENT: All work, materials and equipment necessary to provide temporary erosion control shall be considered subsidiary to the contract and no extra pay will be given for this work. D-41 INGRESS AND EGRESS/OBSTRUCTION OF ACCESS TO DRIVES The Contractor shall provide ingress and egress to the property being crossed by this construction and adjacent property when construction is not in progress and at night. Drives shall be left accessible at night, on weekends , and during holidays . The Contractor shall conduct his activities to minimize obstruction of access to drives and property during the progress of construction. Notification shall be made to an owner prior to his driveway being removed and/or rebuilt. D-42 PROTECTION OF TREES, PLANTS AND SOIL ' All property along and adjacent to the Contractors' operations including lawns, yards, shrubs, trees , etc., shall be preserved or restored after completion of the work, to a condition equal to or better than existed prior to start of work. Any trees or other landscape features scarred or damaged by the Contractor's operations shall be restored or replaced at the Contractor's expense . Trimming or pruning to facilitate the work will be permitted only by experienced workmen in an approved manner (No trimming or pruning without the property owners' consent). Pruned limbs of 1" diameter or larger shall be thoroughly treated as soon as possible with a tree wound dressing . By ordinance, the Contractor must obtain a permit from the City Forester before any work (trimming , removal, or root pruning) can be done on trees or shrubs growing on public property including street Rights-of-Ways and designated alleys . This permit can be obtained by calling the Forestry Office at 817-392-5738. All tree work shall be in compliance with pruning standards for Class II Pruning as described by the National Arborist Association. A copy of these standards can be provided by calling the above number. Any damage to public trees due to negligence by the Contractor shall be assessed using the current formula for Shade Tree Evaluation as defined by the International Society of Arboriculture. Payment for negligent damage to public trees shall be made to the City of Fort Worth and may be withheld from funds due the Contractor by the City. To prevent the spread of the Oak Wilt fungus , aUwounds on Live Oak and Red Oak trees shall be immediately sealed using a commercial pruning paint. No separate payment will be made for any of the work involved for this item and all costs incurred will be considered a subsidiary cost of the project. D-43 SITE RESTORATION The contractor shall be responsible for restoring the site to original grade and condition after completion of his operations subject to approval of the Engineer. The basis for approval by the Engineer will be grade restoration to plus minus one-tenth (0 .1) of a foot. 04/15/08 SC-32 PART D -SPECIAL CONDITIONS . D-44 CITY OF FORT WORTH STANDARD PRODUCT LIST · Proposed products submitted in the bid documents must appear in the latest "City of Fort Worth Standard Product List, for the bid to be considered responsive . Products and processes listed in the "City of Fort Worth Standard Product List shall be considered to meet City of Fort Worth minimum technical requirements. D-45 TOPSOIL, SODDING, SEEDING & HYDROMULCHING This item shall be performed in accordance with the City of Fort Worth Parks and Community Services Department Specifications for Topsoil, Sodding and Seeding . 1. TOPSOIL DESCRIPTION : This item will consist of furnishing and plac ing a minimum of six (6) inches of topsoil , free from rock and foreign material, in all parkways and medians fo the lines and grades as established by the Engineer. CONSTRUCTION METHODS : Topsoil will be secured from borrow sources as required to supplement material secured from street excavation . All excavated materials from streets which is suitable for topsoil will be used in th _e parkways and medi,ms . before any topsoil is obtained from a borrow source . Topsoil material secured from street excavation shall be stockpiled at locations approved by the Engineer, and _ at completion of grading and paving operations , topsoil shall be placed on parkway areas so as to provide a minimum six (6) inches of compacted depth of topsoil parkways. 2. SODDING DESCRIPTION : Sodding will consist of furnishing and planting Bermuda , Buffalo or St. Augustine grass in the areas between the curbs and walks , on terraces, in median strips, on embankments or cut slopes, or in such areas as designated on the Drawings and in accordance with the requirements of this Specification . Recommended Buffalo grass variet ies for sodding are Prairie and 609 . MATERIALS : Sod shall consist of live and growing Bermuda, Buffalo or St. Augustine grass secured from sources where the so il is fertile. Sod to be placed during the dormant state of these grasses shall be alive and acceptable. Bermuda and Buffalo grass sod shall have a healthy , virile root system of dense, thickly matted roots throughout a two (2) inch minimum thickness of native soil attached to the roots. St. Augustine grass sod shall have a healthy, virile root system of dense, thickly matted roots throughout a one (1) inch minimum thickness of native soil attached to the roots . The sod shall be free from obnoxious weeds or other grasses and shall not contain any matter deleterious to its growth or which might affect its subsistence or hardiness when transplanted. Sod to be placed between curb and walk and on terraces · shall be the same type grass as adjacent grass or existing lawn. Care shall be taken at all times to reta in native soil on the roots of the sod during the process of excavating, hauling, and planting . Sod material shall be kept moist from the time it is dug until planted . When so directed by the Engineer, the sod existing at the source shall be 04/15108 SC-33 PART D -SPECIAL CONDITIONS watered to the extent required prior to excavating . Sod material shall be planted within three days after it is excavated. · CONSTRUCTION METHODS: After the designated areas have been completed to the lines, . grades, and cross-sections shown on the Drawings and as provided for in other items of the contract , sodding of the type specified shall be performed in accordance with the requirements hereinafter described . Sodding shall be either "spot" or "block"; either Bermuda, Buffalo or St. Augustine grass. a. Spot Sodding Furrows parallel to the curb line or sidewalk lines, twelve (12) inches on centers or to the dimensions shown on the Drawings, shall be opened on areas to be sodded . In all furrows, sod approximately three (3) inches square shall be placed on twelve (12) inch centers at proper depth so that the top of the sod shall not be more than one-half (1/2) inch below the finished grade . Holes of equivalent depth and spacing may be · used instead of furrows . The soil shall be firm around each block and then the entire sodded area shall be carefully rolled with a heavy , hand roller developing fifteen (15) to twenty-five (25) pounds per square inch compression. Hand tamping may be required on terraces . b. Block Sodding. At locations on the Drawings or where directed , sod blocks shall be carefully placed on the prepared areas . The sod shall be so placed that the entire designated area shall be covered , and any voids left in the block sodding shall be filled with additional sod and tamped . The entire sodded area shall be rolled and tamped to form a thoroughly compact solid mass. Surfaces of block sod, which , in the opinion of the Engineer, may slide due to the height or slope of the surface or nature of the soil, shall ,. upon direction of the Engineer, be pegged with wooden pegs driven through the sod block to the firm earth , sufficiently close to hold the block sod firmly in place. When necessary , the sodded areas shall be smoothed after planting has been completed and shaped to conform to the cross-section previously provided and existing at the time sodding operations were begun. Any excess dirt from planting operations shall be spread uniformly over the adjacent areas or disposed of as directed by the Engineer so that the completed surface will present a sightly appearance . The sodded areas shall be thoroughly watered immediately after they are planted and shall be subsequently watered at such times and in a manner and quantity directed by the Engineer until completion and final acceptance of the project by the City _of Fort Worth. 3. SEEDING DESCRIPTION : "Seeding" will consist of preparing ground, providing and planting seed or a mixture of seed of the kind specified along and across such areas as may be designated on the Drawings and in accordance with these Specifications . MATERIALS : 04/15108 SC-34 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 Aug 15 to May 1 (All Sections) Tall Fescue Western Wheatgrass Annual Rye Total: 50 50 50 100 . CONSTRUCTION METHODS: After the designated areas have been completed to the lines, grades, and cross-sections shown on the Drawings and as provided for in other items of this Contract, seeding of the type specified shall be performed in accordance with the requirements hereinafter described. a. Watering. Seeded areas shall be watered as directed by the Engineer so as to prevent · washing of the slopes or dislodgment of the seed. 04/15108 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 D- 45, Construction Methods, is not applicable since no seed bed preparation is required. DISCED SEEDING: Soil over the area shown on the Drawings as directed to be seeded shall be loosened to a minimum depth of three (3) inches and all particles in the seed bed shall be reduced to less than one (1) inch in diameter or they shall be removed. The area shall then be finished to line and grade as specified under "Finishing" in Section D-45, Construction Methods . The seed, or seed mixture, specified shall then be planted at the rate required and the application shall be made uniformly . If the sowing of seed is by hand rather than by mechanical methods, seed shall be raked or harrowed into the soil to a depth of approximately one-eight (1/8) inch. The planted area shall be rolled with a corrugated roller of the "Cultipacker" type. All rolling of the slope areas shall be on the contour. ASPHALT MULCH SEEDING: The soil over the area shown on the Drawings, or as directed to · be seeded, shall be loosened to the minimum depth of three (3) inches and all particles in the seed bed shall be reduced to less than one (1) inch in diameter, or they shall be removed . The area shall then be finished to line and grade as specified under "Finishing" in Section D-45, Construction Methods. Water shall then be applied to the cultivated area of the seed bed until a minimum depth of six (6) inches is thoroughly moistened. After the watering, when the ground has become sufficiently dry to be loose and pliable, the seed, or seed mixture specified, shall then be planted at the rate required and the application shall be made uniformly . If the sowing of seed is by hand, rather than mechanical methods, the seed shall be sown in two directions at right angles to each other. Seed and fertilizer may be distributed at the same time, provided the specified uniform rate of application for both is obtained. After planting, the seed shall be raked or harrowed into the soil to a depth of approximately one-quarter (1/4) inch. The planted surface area and giving a smooth surface without ruts or tracks. In between the time compacting is completed and the asphalt is applied, the planted area shall be watered sufficiently to assure uniform moisture from the surface to a minimum of six (6) inches in depth. The application of asphalt shall follow the last watering as rapidly as possible . Asphalt shall be of the type and grade as shown on the Drawings and shall conform to the requirements of the item 300, "Asphalts, Oils and Emulsions". If the type of asphalt to be used is not shown on the Drawings, or if Drawings are not included, then MS-2 shall be used. Applications of the asphalt shall be at a rate of three-tenths (0.3) gallons per square yard . It shall be applied to the area in such a manner so that a complete film is obtained and the finished surface shall be comparatively smooth. 04/15108 SC-36 PART D -SPECIAL CONDITIONS RE-SEEDING OF AREAS PLANTED WITH COOL SEASONS SPECIES: Areas where temporary cool season species have been planted m~y 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 rpanner. 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 penetratior:i. . · I ' * 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 Draw ings. 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 fertili ze·r of a different analysis, it shall be a pelleted or granulated fertilizer with a lower concentration . Total amount of nutrients furnished and applied per acre shall equal or exceed that specified for each nutrient. CONSTRUCTION METHODS : When an item for fertilizer is included in the Drawings and proposal, pelleted or granulated fertilizer shall be applied uniformly over the area specified to be fertilized and in the manner directed for the particular item of work. Fertilizer shall be dry and in good physical condition. Fertilizer that is powdered to caked will be rejected . Distribution of fertilizer as a particular item of work shall meet the approval of the Engineer. Unless otherwise indicated on the Drawings, fertilizer shall be applied uniformly at the average rate of three hundred (300) pounds per acre for all types of "Sodding" and four hundred (400) pounds per acre for all types of "Seeding". MEASUREMENT : Topsoil secured from borrow sources will be measured by the square yard in place on the project site . Measurement will be made only on topsoils secured from borrow sources. Acceptable material for "Seeding" will be measured by the linear foot, complete in place . 04/15108 SC-37 PART D -SPECIAL CONDITIONS Ac9eptable material for "Sodding" will be measured by the linear foot , complete in place . Acceptable material for "Fertilizer" shall be subsidiary to the price of sodding or seeding . PAYMENT : All work performed as ordered and measured shall be subsidiary to the contract unless and otherwise noted in the plans and bid documents to be paid for at the unit price bid for each item of work . Its price shall be full compensation for excavating (except as noted below), loading, hauling, placing and furnishing all labor, equipment , tools, supplies, and incidentals necessary to complete work . All labor, equipment, tools and incidentals necessary to supply, transport, stockpile and place topsoil or salvage topsoil as specified shall be included in "Seeding" or "Sodding " bid items and will not be paid for directly .. "Spot sodding" or "block sodding" as the case may be, will be paid for at the contract unit price per square yard , complete in place , as provided in the proposal and contract. The contract unit price shall be the total compensation for furnishing and placing all sod; for all rolling and tamping ; for all watering ; for disposal of all surplus materials; and for all materials, labor, equipment, tools and incidentals necessary to complete the work , all in accordance with the Drawings and these Specifications . The work performed and materials furnished and measured as provided under "Measurement" shall be paid for at the unit price for "Seeding", or "Sodding", of the type specified, as the case may be , which price shall each be full compensation for furnishing all materials and for performing all operations necessary to complete the work accepted as follows : Fertilizer material and application will not be measured or paid for directly , but is considered subsidiary to Sodding and Seeding. D-46 CONFINED SPACE ENTRY PROGRAM ' It shall be the responsibility of the contractor to implement and maintain a variable "CONFINED SPACE ENTRY PROGRAM " which must meet OSHA requirements for all its employees and subcontractors at all times during construction . All active sewer manholes, regardless of depth , are defined by OSHA , as "permit required confined spaces". Contractors shall submit an acceptable "CONFINED SPACE ENTRY PROGRAM " for all applicable manholes and maintain an active file for these manholes . The cost of complying with this program shall be subsidiary to the pay items involving work in confined spaces . 04/15108 SC-38 PART D -SPECIAL CONDITIONS 0-47 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 prepa.re and submit to the contractor a list of items needing to be completed or corrected. · 9 . The contractor shall take immediate steps to rectify the listed deficiencies and notify the owner in writing when all the items have been completed or corrected. 10 . Payment for substantial completion inspection as well as final inspection shall be subsidiary to the project price. Contractor shall still be required to address all other deficiencies, which are discovered at the time of final inspection. 11 . Final inspection shall be in conformance with general condition item "C5-5 .18 Final Inspection" of PART C -GENERAL CONDITIONS. D-48 EXCAVATION NEAR TREES (WHERE IDENTIFIED ON THE PLANS) 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. 04/15108 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. 0-49 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. 0-50 CLAY DAM Clay dam construction shall be performed in accordance with the Wastewater Clay Dam Construction, figure in the Drawings in these Specifications , at locations indicated on the Drawings or as directed by the City. Clay dams shall be keyed into undisturbed soil to make an impervious barrier to reduce groundwater percolation through the pipeline trench . Construction material shall consist of compacted bentonite clay or 2:27 concrete. Payment for work such as forming , placing and finishing shall be subsidiary to the price bid for pipe installation. 0-51 EXPLORATORY EXCAVATION (D-HOLE) · The Contractor shall be responsible for verifying the locations of all existing utilities prior to construction, in accordance with item D-6. At locations identified on the drawings, contractor shall conduct an exploratory excavation (D-Hole), to locate and verify the location and elevation of the existing underground utility where it may be in potential conflict with a proposed facility al ignment. The exploratory excavation shall be conducted prior to construction of the entire project only at locations denoted on the plans or as directed by the engineer. Contractor shall submit a report of findings (including surveyed elevations of existing conflicting utilities) to the City prior to the start of construction of the entire project. If the contractor determines an existing utility is in conflict with the proposed facility , the contractor shall contact the engineer immediately for appropriate design modifications . The contractor shall make the necessary repairs at the exploratory excavation (D-Hole) to obtain a safe and proper driving surface to ensure the safety of the general public and to meet the approval of the City inspector. The contractor shall be liable for any and all damages incurred due to the exploratory excavation (D-Hole). Payment shall not be made for verification of existing utilities per item D-6. Payment for exploratory excavation (D-Hole), at locations identified on the plans or as directed by the Engineer, shall include full compensation for all materials , excavation , surface restoration , field surveys, and all incidentals necessary to complete the work , shall be the unit price bid . No payment shall be made for exploratory excavation(s) conducted after construction has begun . 0-52 INSTALLATION OF WATER FACILITIES 04/15108 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 04/15108 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 outs ide 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 exist ing 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 04/15108 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 P~ragraph 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 required approved manufactured service branches . All materials used shall be as specified in the Material Standards (E 1-17 & E 1-18) contained in the General Contract Documents . All water services to be replaced shall be installed at a minimum depth of 36 inches below final grade. All existing 3/4-inch water service lines which are to be replaced shall be replaced with 1- inch Type K copper, 1-inch diameter tap saddle when required, and 1-inch corporation from the main line to the meter box. All services which are to be replaced or relocated shall be installed 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 locat ion 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. 04/15108 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 relocat ions as required by the Engineer when the service line is not being replaced . Adjustment of only the meter box and customer service line within 5 feet distance behind the meter will not justify separate payment at any time . Locations with multiple service branches will be paid for as one service meter and meter box relocation. 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 plastic meter boxes with cast iron lid shall be provided for all 2 inch water meters or smaller. The reinforced plastic water meter boxes shall comply with section E1-18A-Reinforced Plastic Water Meter Boxes . Payment for all work and materials such as backfill, fittings, type K copper tubing , and curb stop with lock wings shall be included in the Linear Foot price bid for Service Line from Main to Meter five (5) feet behind the meter. Payment for all work and materials such as tap saddle, corporation stops, and fittings shall be included in the price bid for Service Taps to Mains . Payment for all work and materials such as furnishing and setting new meter box shall be included in the price bid for furnish and set meter box . 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 Engineer in order that the work be performed in an expeditious manner. Severed water service must be reconnected within 2 hours of discontinuance of service. 04/15108 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 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 service pipes, 3/4-inch service lines and the 2-inch meter shall be moved to the next successive project location. Payment for work such as fittings, 3/4-inch service lines, asphalt, barricades, all service connections, removal of temporary services and all other associated appurtenants required, shall be included in the appropriate bid item. B. In order to accurately measure the amount of water used during construction, the Contractor will install a fire hydrant meter for all temporary service lines. Water used during construction for flushing new mains that cannot be metered from a hydrant will be estimated as accurately as possible. At the pre-construction conference the contractor will advise the inspector of the number of meters that will be needed along with the locations where they will be used. The inspector will deliver the hydrant meters to the locations. After installation, the contractor. will take full responsibility for the meters until such time as the contractor returns those meters to th.e 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. 04/15108 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 sterilization of the water lines shall be considered as incidental to the project and all costs incurred will be considered to be included in the linear foot bid price of the pipe. 52.10 Work Near Pressure Plane Boundaries Contractor shall take note that the water line to be replaced under this contract may cross or may be in close proximity to an existing pressure plane boundary . Care shall be taken to ensure all "pressure plane" valves installed are installed closed and no cross connections are made between pressure planes SC-45 04/15108 PART D -SPECIAL CONDITIONS 52.11 Water Sample Station GENERAL: All water sampl ing station installations will be per attached Figure 34 or as required in large water ~eter 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), corporatioh 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, IT10dification to the vault, fittings, and all type K copper service line which are required to provide a complete and functional water sampling station shall be included in the price bid for Water Sample Stations . · 52:12 Ductile Iron and Gray Iron Fittings Reference Part E2 Construction Specifications, Section E2-7 Installing Cast Iron Pipe, fittings , and Specials, Sub section E2-7.11 Cast Iron Fittings: E2.,7.11 DUCTILE-IRON AND GRAY-IRON FITTINGS : All ductile-iron and gray -iron fittings shall be furnished with cement mortar lining as stated in Section E1-7. The price bid per ton of fittings shall be payment in full for all fittings, joint accessories , polyethylene wrapping , horizontal concrete blocking , vertical tie-down concrete blocking, and concrete cradle necessary for construction as designed. All ductile-iron and gray-iron fittings, valves and specials shall be wrapped with polyethylene wrapping conforming to Material Specification E1-13 and Construction Specification E2-13 . Wrapping shall precede horizontal concrete blocking, vertical tie-down concrete blocking, and concrete cradle. Payment for the polyethylene wrapping, horizontal concrete blocking, vertical tie-down concrete blocking, and concrete cradle shall be included in bid items for vales and fittings and no ·otherpayments will be allowed . SC-46 PART D -SPECIAL CONDITIONS D-~ SP~NKLINGFORDUSTCONTROL - AII 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". 8 . ROOT PRUNING EQUIPMENT 1. Vibratory Knife ,, 2. Vermeer V-1550RC Root Pruner C. NATURAL RESOURCES PROTECTION FENCE 3. Steel "T" = Bar stakes , 6 feet long. 4 . Smooth Horse-Wire : 14-1/2 gauge (medium gauge) or 12 gauge (heavy gauge). 5. Surveyor's Plastic Flagging : "Tundra" weight, International fluorescent orange or red color. 6 . Combination Fence : Commercially manufactured combination soil separator fabric on wire mesh backing as shown on the Drawings . D. ROOT PRUNING 04/15108 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 PART D -SPECIAL CONDITIONS 9. Backfill and compact the trench immediately after trenching . 1 O. Place a 3-foot wide by 4-inch deep cover of mulch over the trench as required by the Engineer. 11. Within 24 hours, prune flush with ground and backfill any exposed roots due to construction activity . Cover with wood chips of mulch in order to equalize soil temperature and minimize water loss due to evaporation . 12 . Limit any grading work within conservation areas to 3-inch maximum cut or fill, with no roots over 1-inch diameter being cut unless cut by hand or cut by specified methods, equipment and protection. E. MULCHING : Apply 2-inches to 4-inches of wood chips from trimming or clearing operation on areas designated by the Engineer. F. Tree Pruning shall be considered subsidiary to the project contract price . D-57 TREE REMOVAL Trees to be removed shall be removed using applicable methods, including stump and root ball removal, loading, hauling and dumping. Extra caution shall be taken to not disrupt existing utilities both overhead and buried . The Contractor shall immediately repair or replace any damage to utilities and private property including, but not limited to, water and sewer services, pavement, fences , walls, sprinkler system piping, etc., at no cost to the Owner. All costs for tree removal, including temporary service costs, shall be considered subsidiary to the project contract price and no additional payment will be allowed. D-58 TEST HOLES The matter of subsurface exploration to ascertain the nature of the soils, including the amount of rock, if any, through which this pipeline installation is to be made is the responsibility of any and all prospective bidders, and any bidder on this project shall submit his bid under this condition . Whether prospective bidders perform this subsurface exploration jointly or independently, and whether they make such determination by the use of test holes or other means, shall be left to the discretion of such prospective bidders. If test borings have been made and are provided for bidder's information, at the locations shown on the logs of borings in the appendix of this specification, it is expressly declared that neither the City nor the Engineer guarantees the accuracy for the information or that the material encountered in excavations is the same, either in character, location , or elevation, as shown on the boring logs . It shall be the responsibility of the bidder to make such subsurface investigations, as he deems necessary to determine the nature of the material to be excavated . The Contractor assumes all responsibility for interpretation of these records and for making and maintaining the required excavation and of doing other work affected by the geology of the site. 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 04/15108 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 fly _er 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) ~ays 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, City Project 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 numper, 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 SERVIC.E CLEANOUTS 04/15108 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-inches of hot mix asphalt over a minimum of 6-inches of compacted flex base. The existing asphalt shall be saw cut to provide a uniform edge and the entire width and length of the temporary repair shall be rolled with a steel asphalt roller to provide smooth rideability on the street as well as provide a smooth transition between the existing pavement and the temporary repair. Cost of saw cutting shall be subsidiary to the temporary pavement repair pay item . The contractor shall be responsible . for maintaining the temporary pavement until the paving contractor has mobilized .' The paving contractor shall assume maintenance responsibility upon such mobilization. No additional compensation shall be made for maintaining the temporary pavement. D-63 CONSTRUCTION STAKES The City, through its Surveyor or agent, will provide to the Contractor construction stakes or other customary method of markings as may be found consistent with professional practice, establishing line and grades for roadway and utility construction, and centerlines and benchmarks for bridgework. These stakes shall be set sufficiently in advance to avoid delay whenever practical. One set of s1akes shall be set for all utility construction (water, sanitary sewer, drainage etc.), and one set of excavation/or stabilization stakes, and one set of stakes for curb and gutter/or paving. It shall be the sole responsibility of the Contractor to preserve, maintain, transfer, etc., all stakes furnished until completion of the construction phase of the project for which they were furnished. If the City or its agent determines that a sufficient number of stakes or markings provided by the City , have been lost, destroyed, or disturbed, to prevent the proper prosecution and control of the work contracted for in the Contract Documents, it shall be the Contractor's responsibility, at the Contractor's sole expense, to have such stakes replaced by an individual registered by the Texas Board of Professional Land Surveyor as a Registered Land Surveyor. No claims for delay due to lack of replacement of construction stakes will be accepted, and time will continue to be charged in accordance with the Contract Documents . D-64 EASEMENTS AND PERMITS The performance of this contract requires certain temporary construction, right-of-entry agreements, and/or permits to perform work on private property . The City has attempted to obtain the temporary construction and/or right-of-entry agreements for properties where construction activity is necessary on City owned facilities, such as sewer lines or manholes . For locations where the City was unable to obtain the easement or right-of-entry, it shall be the Contractor's responsibility to obtain the agreement prior to beginning work on subject 04/15108 SC-50 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 .1 O 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 requ.ired. 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 an,d 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 rail i oad/agency right-of-way . For railroad permits, any and all railroad insurance costs and ~ny other incidental costs .necessary to meet the conditions associated with permit(s) compliance, including payment for flagmen, shall included in the lump sum pay bid item for "Associated Costs for Construction within Railroad I 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), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these contract documents. Penalty for Violation. A contractor or any subcontractor who does not pay the prevailing wage shall, upon demand made by the City , pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. 04115/08 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 Governm·ent 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 wo ~ker of its initial determination. Upon the City's determination that there is good cause to believe the contractor · or sub'contractor 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) 04/15/08 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 void any provision of a contract or other law, ordinance, regulation or policy whose requirements are more stringent. B . ACP is defined under NESHAP as a Category II, non-friable m~terial 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 responsibility of the Excavator. The City of Fort Worth assumes no responsibility for compliance programs, which are the responsibility of the Excavator. (Copy of forms attached) F. The removal and disposal of ACP shall be subsidiary to the cost of installing the new pipe unless otherwise stated or indicated on the project plans or contract documents . D-68 STORM WATER POLLUTION PREVENTION (FOR DISTURBED AREAS GREATER THAN 1 ACRE) PERMIT: As defined by Texas Commission on Environmental Quality (TCEQ) regulations, a Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required for all construction activities that result in the disturbance of one to five acres (Small Construction Activity) or five or more acres of total land (Large Construction Activity). The contractor is defined as an "operator" by state regulations and is required to obtain a permit. Information concerning the 04/1fi/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 stabilization and structural practices have been selected and designed in accordance with North Central Texas Council of Governments Best Management Practices and Erosion Control Manual for Construction Activities (BMP Manual). This manual can be obtained through the Internet at www.dfwstormwater.com/runoff.html. Not all of the structural controls discussed in the BMP Manual will necessarily apply to this project. Best Management Practices are construction management techniques that, if properly utilized, can minimize the need for physical controls and possible reduce costs . The methods of control shall result in minimum sediment retention of not less than 70%. NOTICE OF INTENT (NOi}: If the project will result in a total land disturbance equal to or greater than 5 acres , the contractor shall sign at the pre-construction meeting a TCEQ Notice of Intent (NOi) form prepared by the engineer. It serves as a notification to the TCEQ of construction activity as well as a commitment that the contractor understands the requirements of the permit for storm water discharges from construction act ivities 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 lo the Texas Commission on Environmental Quality . 04/15108 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 a9dress listed above. A SWPPP, pr~pared 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 o·r 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. 04/15108 SC-55 PART D -SPECIAL CONDITIONS D-70 ADDITIONAL SUBMITTALS FOR CONTRACT AWARD The City reserves the right to require any pre-qualified contractor who is the apparent low bidder(s) for a project to submit such additional information as tne City, in sole discretion may require, including but not limited to manpower and equipment records, information about key personnel to be assigned to the project, arid 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 Tini~ 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: 1. A letter · will be mailed to the contractor by certified mail, return receipt requested demanding that, within 10 days from the date that the letter is received, it provide sufficient equipment , materials and labor to ensure completion of the work within the 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. 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 apprppriately. 0411510s SC-56 PART D -SPECIAL CONDITIONS D-72 AIR POLLUTION WATCH DAYS - The Contractor shall be required to observe the following gu idelines 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 e,xcess 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. D-74 "GREEN" CEMENT POLICY As mandated by Fort Worth City Cou ncil Resolution 3536, all cem en t utilized for this project shall be procured from a kiln utilizing a dry kiln process or from ' any kiln that does not produ·ce a~ excess of 1. 71b of NOx emissions per ton of clinker produced. All related costs for complY.ing "\vith the ·'Green' Cement Policy shall be considered subsidiary to the .applicable project pay ite ms. :Jl)1s goli~y ~ha also a gly t all cemeniP oducts · cludJng cone ete, and concrete Qrod !,J cts . 04/15108 SC-57 PART D -SPECIAL CONDITIONS 04/15108 SC-58 PART D -SPECIAL CONDITIONS GREEN CEMENT POLICY COMPLIANCE STATEMENT (To be furnished by the Contractor to the City at the time of bid opening) (Submit separate forms for each supplier I product supplier) Name of Project: City Proj. No.: 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 nieets the emission standard of 1.71b or less of NOx I ton of clinker released into the atmosphere. Name of Manufacturer Address of Manufacturer: _____ .;...;... ____________ _ CONTRACTOR SUPPLIER Name Name Title Title Company Company Phone Number Phone Number 04/15108 SC-59 Date: ____ _ City ProJact No.: 00204 Project Name: NOTICE OF TEMPORARY WATER SERVICE INTERRUPTION DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL BE INTERRUPTED ON ________ _ BETWEENTBEHOURSOF _______ AND _____ _ IFYOU HAVE QUESTIONS ABOUT THIS SHUT-OUT, PLEASE CALL: M~ AT -----------(CONT RAC TORS S_UPERINTENDENT) (TELEPHONE NUMBER) OR MR. _______________ AT ____________ _ (CITY INSPECTOR) (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, ------------CONTRACTOR PART D -SPECIAL CONDITIONS F TEXAS DEPARTMENT OF HEALTH - ~ NOT.E: CtRCLE ITEMS THAT ARE AMENDED T D H DEMOLITION/ RENOVATION NOTIFICATION FORM NOTIFICATION# __ ff 1) Abatement Contractor. ______________ . _-_· -'-. _lDH .... Ucen--se-N"'"u_m...,.b_e_r. ___ _ 1J ., Address· City: state: ___ Zip:_-_--- i..:.. i . . · ~ P.'ti91J_e·l!ll.u:m .. ~.' (. ) ,_. ~;; ,.., · -· . Job Slte Phone Number._··-·-----------;,..-i' Stte.&l .... M!llrir. . • ,. Jt>H 'Ucerise Number. :.::.·; ~ .·; ··· §altsu~~·--· -·-.--.".-·-. -.----------roti Lfcense·Number.-----'--------- s ' Trained On-Site NESHAP lndlviduel:. ____ ~ _______ certificalion Dale:'---_____ _ Cemotlflon Conlt'eetor: .. _ ---------,,.,--Office Phone Numbe. __________ _ n Addfes.s:. _____________ Cily:. ________ State;. _____ Zlp :. ___ _ ~ 2) Project Consullan t or-Opemor.. ________________ TDH Ucent.e Numb er:. ____ _ Cl T Mail ing Address:. ___ ~~-----=:-------::-::--=:---:-:----::-"':"""--::--------Clty.. _______ Slate:. ___ ~.--_-Office Phone Number:...__.. _____ _ A 3) FacllftyOwner.._ ______________________________ _ H Attention :. _______________________________ _ Fi Meiling Address:. ______ ...,,.. _____________ =---==--,,..,---,-.....,.--,-------- ~ . City: . __ State; Zip; . Owner Phone Numberl1.._.) ___ _ ,'\' " , .. Noto: Th o irwolco for lhO rtotlftcatlon fae wlH ba-sent to tfle owner of the bulldl~ and tho bllllng a cldross tor tho TnvOlce will be ;. obtl.fntd from the Jnformauon 1bat 1s provided, In .. thl& ~on. 04/15108 0 N E s H A p A-} Oescrl'ptlon or Facllty Nem.e=·---------,------__;.-----------,,,,,.----- Physk:al Address:. _ __,..-,---------County: City.. _____ _..,Zlp;, ___ _ Facltlty Phone Nu mber( ) Faciity Contact Person :. ___________ _ Description of AfeeJRoom Number.._ _______________________ _ Poor Use ;, ______________ Fulute use:·---------~----=~-'""".'" Age of Buildlng/Faclllfy:, ____ size :. ___ Numb4air of Ao<>ra· _____ School (K-12.): o YES a NO IJ 5) Type of Work: Cl Demolition o Renovation (Abatement) Cl Annual Conf!_olldated T Work wiU be during ; 0 Day D Evening D ~lght Phaqd Fr()ject i Oescrip ilonofwork sched ~:·-------------------------~ ' 6) ts lhi s a PUblfc Bulklfng? 0 YES O NO Federal Facility? DYES O NO Industrial Slte? 0 YES Cl NO NESliAP-Only Facmty? CJ YES D NO Is Bulldlng/Facllity Occupied? a YES !J NO 7) Nolificatlon Type CHECK ONLY ONE r O Orlglnat (10 Worktng Da.ys) O Cancellation 0 Amendment o Emergency/Ordared b I a ij Q n 1 If lhis is an ame ndmenl, INhieh_amendment number Is tllis?_ (Enclosocopy of orfglnal andJor last amandnwmt) If en emergency, who di d you talk wJlh at TOH? ~ .. · · mergen.ey#:. _____ _ Date and Hour of Em ergency (HH/'MMIODIYY): ___ ~ ........ -- 08&Crfptlon of tt,e S1Jckfen, unexpected event and explan811on ol how the event caused unsafe conditions or Would cause equ ipment damage (c;ompulllrs , maohinety, etc. ____________________ _ D 8) Descripllon Of procedures to be followed In the event that unexpected asbestos is fou nd or previously noo-friallle Y asbestos maierlal becomes etumbl ed. pulYeriZ$d. or reduoed to powder:-------------- E s 9) W8$ an Asbestos survey performed? O' YES O NO Date: / I TOH Inspector ~nse No:. ____ _ Anatylfcal Me1hod : 0 PLM D TEM D Assumed TOH U)bor$1Qry License No ; (For TAHPA (public building) pmjects: Jil assumptiQTI mus t be made by a TDH:-:-LI-:-c-en_s_ed-:-l~nsp-ecto-:-r) 10) Description of pranned ·demolition or renovatlon work, type of material, and method(s) to be used._· ------ 11) Desctlplion of work practicea and engineering controls to be used 10 prevent emissions of asbestos ,1 the dem(SJlflon/renOYeffOO :, __ ..._ _____________ _;_ _________ _ SC-61 I City of Fort Worth, Texas Mayor and Council ·communication . COUNCIL ACTION: Approved on 7/8/2008 DATE: Tuesday, July 08, 2008 LOG NAME: 30WAGE RA TES SUBJECT: REFERENCE NO.: **G-16190 Adopt 2008 Prevailing Wage Rates for City-Awarded Public-Works Projects RE COMMENDATION: it is recommended that the City Council adopt the attached 2008 Prevailing Wage Rates for City-awarded public works projects. · DISCUSSION: Texas Government Code Chapter 2258 requires that a public body awarding a contract for public works shall determine the general prevailing rate of per diem wages for each craft or type of worker needed to execute the contract, and shall specify In the bid documents and in the contract the prevailing wage rates in that locality. Each year The Quoin Chapter of the Associated General Contractors, in conjunction with the Association of Builders and Contractors (ABC) and the American Sub-Contractors Association (ASA), conducts a wage rate survey for North Texas construction. The attached 2008 Prevailing Wage Rate data was compiled from that survey. FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that this action will have no material effect on City funds. TO Fund/Account/Centers Submitted for City Manager's Office by: Originating Department Head: Additional Information Contact: FROM Fund/Account/Centers Fernando Costa (8476) A. Douglas Rademaker (6157) Eric Bundy (7598) Compliance with and Enforcement of Prevailing Wage Laws (a) Duty to pay Prevailing Wage Rates. The contractor shall comply with all requirements of Chapter 2258, Texas Government Code (Chapter 2258), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these contract documents. (b) Penalty for Violation. A contractor or any subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. ( c) Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of2258.023, Tex;as 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. (d) Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Gove:i;nment Code, including a penalty owed t o the City or an affected worker, shall be submitted to b:inding 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 appo:int an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. ( e) Records to be Maintained. The contractor and each subcontractor shall, for a period of three (3) years following the date ofacceptance 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. (f) 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. (g) 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. (h) 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. ·--------------·------_______ , ___________ _ ---···--··-·-··--·--··-·-··-----·---·--------------- -----------,, ~ r n.c. v .tULli"fu w Ali~ !<AT.l£,S 2008 Air Tool Operator $10.06 Asphalt Distributor Operator $13.99 Asphalt Paving Machine Operator $12.78 As1>halt Raker $11.01 As1>halt Shoveler $ 8.80 Batching Plant Weigher $14.15 Broom or Sweeper Operator $ 9.88 Bulldozer Operator $13 .22 Carpenter $12.80 Concrete Finisher, Paving $12.85 Concrete Finisher, Structures $13.27 Concrete Paving Curbing Machine Operator $12.00 Concrete Paving Finishing Machine Operator $13.63 Concrete Paving Joint Sealer .Operator $12.50 Concrete paving Saw Operator $13.56 Concrete Paving Soreader Ooerator $14 .50 I Concrete Rubber I $10 61 I -. - Crane, Clamshell, Backhoe, Derrick, Dragline, Shovel Operator I $14.12 Electrician I $18.12 Fla~zer I $ 8.43 Form Builder/Setter, Structures $11,63 Form Setter, Paving & Curb $11.83 Foundation Drill Operator, Crawler Mounted $13.67 Foundation Drill Operator, Truck Mounted $16.30 Front End Loader Operator $12.62 Laborer, Common $ 9.18 Laborer, Utility $10.65 Mechanic $16.97 Milling Machine Operator, Fine Grade $11.83 Mixer Operator $11.58 Motor Grader Operator, Fine Grade . $15.20 Motor Grader Operator, Rough $14.50 Oiler $14.98 Painter, Structures $13.17 Pavement Marking Machine Operator $10.04 Pipelayer $11.04 Reinforcing Steel Setter, Paving $14.86 Reinforcing Steel Setter, Structure $16.29 Roller Operator, Pneumatic, Self-Propelled '$11.07 Roller Operator, Steel Wheel, Flat Wheelrramping $10.92 Roller Operator; Steel Wheel, Plant Mix Pavement $11.28 Scraper Operator $11.42 Servicer $12.32 Slip Form Machine Operator $12.33 Spreader Box Operator $10.92 Tractor Operator, Crawler Type $12.60 Tractor Operator, Pneumatic $12,91 Traveling Mixer Operator $12.03 Truck Driver, Lowboy-Float $14.93 Truck Driver, Single Axle, Heavy $11.47 Truck Driver, Single Axle, Light · $10.91 Truck Driver; Tandem Axle, Semi-Trailer $11.75 Truck Driver, Transit-Mix $12.08 Wa.2on Drill, $oring Machine, Post Hole Driller Operator $14.00 Welder $13.57 Work Zone Barricade Servicer $10.09 ~--·.--- -----·--·-·--------------------------·------------. -----------------·-----·------- . Classification I HrlyRate Classification HrlyRate AC Mechanic $21.69 Plumber $2.0.43 AC Mechanic Helper $1 2..00 Plumber Helper $14 .90 Acoustical Ceiling Mechanic $1 5.2.4 Reinforcing Steel Setter $1 0.00 Bricklayer /Stone Mason $19.1 2 Roofer $14.00 Bri cklayer /Stone Mason Helper $10 .1 D Roofer Helper $10.00 Carpenter $16 .2.3 Sheet Metal Worke r $16.96 Carpenter Helper $1 1.9 1 Sheet Meta l Worker Helper $12.31 Con crete Finishe r I $13 .49 Sorinkle r System Installer $18.00 Concrete Form Builder SB . i2. Sp ri nkler System Installer Helper $9.00 Drywall Mechanic $14.62. Steel Worker Structural $17.43 Drywa ll Helper $10 .91 Concrete Pumo $20.50 Crane, Clamsheel, Backhoe, Derrick, D'Line Drywal l Taper $13 .00 Sh ove l -$1 7.76 Drywal l Taper Helper $9 .0 0 Forklift $12.6 3 Ele ctrician (Journeyman ) $2.0.2.0 Front End Loader $1 0.50 Electrician He lper $14.43 Truc k Driver $14.91 Electronic Technician $19.8 6 Welder $16.06 Electronic Techni cian He lper $1 2.00 Welder Helper $9.75 Floor Laye r (Resilient) $20 .00 Floor Layer Helper $13.00 Glazier $18.00 Glazier Helper $13 .00 Insulator $14.78 Insulato r Helpe r $11.25 Lab orer Common $10 .27 Lab orer Skille d $13 .18 Lat he r $16.10 Painter $14 .83 Painter Helper $8.00 Pi pefitter $18.8 5 Pipefi tter Helper $12 .83 Plasterer $17.25 Plast erer Helper $1 2.25 _,----------------------------------- PART DA DA-1 DA-2 DA-3 DA-4 DA-5 OA-6 DA-7 DA-8 DA-9 DA-10 DA-11 DA-12 DA-13 DA-14 DA-15 DA-16 DA-17 DA-18 DA-19 DA-20 DA-21 DA-22 DA-23 DA-24 DA-25 DA.:26 DA-27 DA-28 DA-29 · DA-30 DA-31 DA-32 DA-33 DA-34 DA-35 DA-36 DA-37 DA-38 DA-39 DA-40 DA-41 DA-42 DA-43 DA-44 DA-45 DA-46 11/02104 PART DA -ADDITIONAL SPECIAL CONDITIONS AWARD OF CONTRACT FOR PROJECTS WITH MULTIPLE UNITS (OMITTED) ... 5 PIPELINE REHABILITATION CURED-IN-PLACE PIPE (OMITTED) .•..•......•.•........... 5 PIPE ENLARGEMENT SYSTEM (OMITTED) ••.•.••.•••....•••••••.....•..•...••.•.•....... ~ ......•.•... 5 FOLD AND FORM PIPE (OMITTED) ..•..••••••••...•..•..•...•.......••..•.•..............•........•..•.•.•. 5 SLIPLINING (OMITTED) •.•••••..•.••.•..•.•••••.••...•••••••••..•..•..•.•.•••..•..•.....•..•..•......•............. 5 PIPE INSTALLED BY OTHER THAN OPEN CUT ••••••..•.••.••..••••••••.•..•..••..•••.....•.•....•• 5 TYPE OF CASING PIPE •.••....•.•••••••...•...•.•••.••......•.•••.......•..••....•.•..................•........... 8 SERVICE LINE POINT REPAIR/ CLEANOUT REPAIR (OMITTED) ..........•.............. 9 PROTECTIVE MANHOLE COATING FOR CORROSION PROTECTION (OMITTED) ................................................................................................................................... 9 MANHOLE REHABILITATION (OMITTED) ......•.••.•...•..•.••••......................•................ 9 SURFACE PREPARATION FOR MANHOLE REHABILITATION (OMITTED) •••.•••.••. 9 INTERIOR MANHOLE COATING-MICROSILICATE MORTAR SYSTEM (OMITTED) ................................................................................................................. 9 INTERIOR MANHOLE COATING -QUADEX SYSTEM (OMITTED) ......................... 9 INTERIOR MANHOLE COATING -SPRAY WALL SYSTEM (OMITTED) ................. 9 INTERIOR MANHOLE COATING -RAVEN LINING SYSTEM (OMITTED) ............... 9 INTERIOR MANHOLE COATING: PERMACAST SYSTEM WITH EPOXY LINER (OMITTED) .................................................................................................................. 9 INTERIOR MANHOLE COATING-STRONG-Sl:AL-SYSTEM (OMITTED) ................. 9 RIGID FIBERGLASS MANHOLE LINERS (OMITTED) .•••••.•.•••••.....••.•••••••••.•••..••.•.•... 9 PVC LINED CONCRETE WALL RECONSTRUCTION (OMITTED) ........................... 9 PRESSURE GROUTING (OMITTED) ..••..•.....••.•..• : ....•.....••..•.•...•....•.•.•.•..•...........•...•. 9 VACUUM TESTING OF REHABILITATED MANHOLES (OMITTED) ........................ 9 FIBERGLASS MANHOLES (OMITTED) .................................................................... 9 LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES (OMITTED)9 REPLACEMENT OF CONCRETE CURB AND GUTTER (OMITTED) ..•..•....••.••..•..••• 9 , REPLACEMENT OF 6" CONCRETE DRIVEWAYS (OMITTED) ............................... 9 REPLACEMENT OF H.M.A.C. PAVEMENT AND BASE (OMITTED) ........................ 9 GRADED CRUSHED STONES (OMITTED) ............................................................... 9 WEDGE MILLING 2" TO O" DEPTH 5.0' WIDE (OMITTED) ...................................... 9 BUTT JOINTS -MILLED (OMITTED) ........................................................................ 9 2" H.M.A.C. SURFACE COURSE (TYPE "D" MIX) (OMITTED) .............................. 10 REPLACEMENT OF 7" CONCRETE VALLEY GUTTER (OMITTED) ...................... 10 NEW 7" CONCRETE VALLEY GUTTER (OMITTED) .............................................. 10 NEW 4" STANDARD WHEELCHAIR RAMP (OMITTED) ........................................ 10 8" PAVEMENT PULVERIZATION (OMITTED) ........................................................ 10 REINFORCED CONCRETE PAVEMENT OR BASE (UTILITY CUT) (OMITTED) ... 10 RAISED PAVEM.ENT MARKERS ............................................................................. 10 POTENTIALLY PETROLEUM CONTAMINATED MATERIAL HANDLING .............. 10 LOADING, TRANSPORTATION, AND DISPOSAL OF CONTAMINATED SOIL ..... 14 ROCK RIPRAP -GROUT-FILTER FABRIC (OMITTED) ....................................... 15 CONCRETE RIPRAP (OMITTED) ....................................................... , .................... 15 CONCRETE CYLINDER PIPE AND FITTINGS ........................................................ 15 CONCRETE PIPE FITTINGS AND SPECIALS ........................................................ 15 UNCLASSIFIED STREET EXCAVATION (OMITTED) ............................................. 16 6" PERFORATED PIPE SUBDRAIN (OMITTED) .................................................... 16 REPLACEMENT OF 4" CONCRETE SIDEWALKS (OMITTED) .............................. 16 RECOMMENDED SEQUENCE OF CONSTRUCTION ............................................ 16 ASC-1 DA-93 DA-94 DA-95 DA-96 DA-97 DA-98 DA-99 DA-100 DA-101 DA-102 DA-103 DA-104 DA-105 DA-106 DA-107 DA-108 DA-109 DA-110 DA-111 DA-112 DA-113 DA-114 DA-115 DA-116 DA-117 DA-118 DA-119 DA-120 DA-121 DA-122 DA-123 DA-124 DA-125 DA-126 DA-127 DA-128 DA-129 DA-130 DA-131 DA-132 DA-133 DA-134 DA-135 DA-136 11/02104 PART DA -ADDITIONAL SPECIAL CONDITIONS BRICK PAVEMENT (UTIL. CUT) (OMITTED) .......................................................... 22 LIME STABILIZED SUBGRADE (UTIL. CUT) (OMITTED) .•..•.••••••.•.•••.•••.•.•...•.••••.•• 22 CEMENT STABILIZED SUBGRADE (UTIL. CUT) (OMITTED) .••.••••.••••••••.....•••.•.•••. 22 REPAIR OF STORM DRAIN\ STRUCTURES (UTIL. CUT) (OMITTED) ..•..•.....••.•... 22 "QUICK-SET" CONCRETE (UTIL. CUT) (OMITTED) •..••.•.•••.••.•..••..•.•••••.•.....•..••.••.. 22 UTILITY ADJUSTMENT (UTIL. CUT) (OMITTED) ................................................... 22 . . STANDARD CONCRETE SIDEWALK AND WHEELCHAIR RAMPS (UTIL. CUT) (OMITTED) ........•...........•.......................•..•........•.....•......•.....•.•.....•..•.....•........•. : •.•..•. 22 LIMITS OF CONCRETE PAVEMENT REPAIR (UTIL. CUT) (OMITTED) ...•..••••••...• 22 CONCRETE CURB AND GUTTER (UTIL. CUT) (OMITTED) ...............•.....•........•... 22 PAYMENT (UTIL. CUT) (OMITTED) ........................................................................ 22 DEHOLES (MISC. EXT.) (OMITTED) ....................................................................... 22 CONSTRUCTION LIMITATIONS (MISC. EXT.) (OMITTED) .......•...•....................•.•. 22 PRESSURE CLEANING AND TESTING (MISC. EXT.) ...•...•................•.................. 22 BID QUANTITIES (MISC. EXT.) (OMITTED) ........................................................... 22 LIFE OF CONTRACT (MISC. EXT.) (OMITTED) ....................................... ; ............. 22 FLOWABLE FILL (MISC. EXT.) ......•.....••......................•...•..•....•......................••..•.•• 23 BRICK PAVEMENT REPAIR (MISC. REPL.) (OMITTED) ..•.•..•••• ; .•••••.••.••..••.•••••••••• 23 DETERMINATION AND INITIATION OF WORK (MISC. REPL.) (OMITTED) .........• 23 WORK ORDER COMPLETION TIME (MISC. REPL.) (OMITTED) .•..••.•..••.••.•..•.••..• 23 MOVE IN CHARGES (MISC. REPL.) (OMITTED) ••••.••..•••••.••••.•...•••.....••....•........••..• 23 PROJECT SIGNS (MISC. REPL.) ............•..•...........•.....•..•..•.••.......•.....................•.•. 23 LIQUIDATED DAMAGES (MISC. REPL.) (OMITTED) ........•...•.•.....................•.....••. 24 TRENCH SAFETY SYSTEM DESIGN (MISC. REPL.) (OMITTED) ........................•. 24 FIELD OFFICE (OMITTED) ..............................................•...................................•... 24 1:RAFFiC-.CONT~OL, PLAN ..................................................................................... 24 COORDINATION OF WORK WITH CONTRACTOR FOR OTHER UNITS (OMITTED) ............................................................................................................... 24 DUCTILE IRON PIPE ........•........•.••.••.••.•...•.•.•••....•....•••.••.•..•..••••••••.••.•..•.....•..•••••••.•• 24 CONCRETE PRESSURE PIPE, BAR-WRAPPED STEEL CYLINDER TYPE •••...••.• 31 BURIED STEEL PIPE AND FITTINGS ........•.••...........•.......•............•........................ 42 CATHODIC PROTECTION ..•.•..•......•...•••.....••............•..••.•..•..••.•..•••••..•.•...•.....•.....••. 68 GRAVEL DRIVEWAY REPAIR ............................................................................................ 69 REPLACEMENT OF TREES (OMITTED) ......•.......•...•................................•....•.....•. 69 PIPELINES CROSSING HIGHWAYS, STREETS AND RAILROADS BY BORING, TUNNELING OR OPEN CUT ................................................................................... 69 BUTTERFLY VALVES (OMITTED) ........•...................•...........•.••.....•....................•... 77 GATE VALVES ........................................................................................................ 78 AIR RELEASE VALVES .....•..........••••.•••.••.......•...•.•.••••.•.•••••....••.•....•.....•.............•.•• 81 CONSTRUCTION COORDINATION WITHIN UNION PACIFIC RAILROAD PERMIT AREA (OMITTED) .................................................................................................... 83 FIBERGLASS SEWER PIPE -GRAVITY SERVICE (OMITTED) ............................ 83 JUNCTION SANITARY SEWER MANHOLE (OMITTED) •........•............................•• 83 SUBSURFACE EXPLORATION (OMITTED) .........•........•.•....•........•.••...•.••.............. 83 ABANDON EXISTING WATER AND SANITARY SEWER STRUCTURES (OMITTED) ............................................................................................................... 83 ABANDON EXISTING PIPE LINE •..•...•....••....•...•..•....•..••.••••.....•.••...•.•.....•.......••....•• 84 REMOVE AND REPLACE EXISTING PIPE AND CABLE FENCE (OMITTED) •.••.•• 84 SANITARY SEWER AND WATER LINE MARKERS ...............••.........................•..•. 84 ASC-3 PART DA -_ADDITIONAi.. SPECIAL CONDITIONS DA-1 AWARD OF CONTRACT FOR PROJECTS WITH MULTIPLE UNITS (OMITIED) DA-2 PIPELI~~ REHABILITATION CURED-IN-PLACE PIPE (OMITIED) ' ' DA-3 ~IPE ENLARG~MENT SYSTEM (OMITTED) DA-4 FOLD AND FORM PIPE (OMITIED) DA-5 SLIPLINING (OMITIED) DA-6 PIPE INSTALLED BY OTHER THAN OPEN CUT A GENERAL: 1.. Furnish materials and necessary accessories, with strengths, thickness , coatings, and fittings indicated, specified and/or necessary to complete the work. 2. All excavation shall provide an open area conforming to the outside diameter of the casing and/or carrier conduit. The excavation shall be to an alignment and grade which will allow the carrier conduit to b.e installed to proper line and grade as shown on the Plans and as established in the Specifications. 3. . .' Work shall be performed in accordance with the requirements of the City of Fort Worth Water Department , the Texas Department of Transportation, or railroad company, as applicable . B. MATERIALS : 11/02104 1. Casing Pipe: Casing pipe shall be steel conforming to ANSI 836.10 and the following : 2 . 3 : 4. a. Field Strength : 35,000 psi minimum. b. Wall thickness: As specified in DA-125 . c. Diameter: As shown on the drawings (minimum size requirements). d. Joints: Continuous circumferential weld in accordance with AWS D1 .1. Carrier Pipe in Casing: Carrier pipe shall be as shown on drawings and as specified in the Ge.neral Contract Documents . Sewer Pipe without Casing Pipe : Shall be minimum Class 51 ductile iron pipe , or as designated on the plans . 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 free flowing thick slurry . ASC-5 11/02104 PART DA ·-ADDITIONAL SPECIAL CONDITIONS 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 t reated 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 pe 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 : 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 prov ided 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 tunne l 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 ASC-7 PART DA -ADDITIONAL SPECIAL CONDITIONS 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 Rl;PAIR / CLEANOUT REPAIR (OMITTED) DA-9 PROTECTIVE MAN~OLE 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 ~YSTEM (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 (0,MITTED) 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 (OMITTED) DA-24 REPLACEMENT OF CONCRETE CURB AND GUTTER (OMITTED) DA-25 REPLACEMENT OF 6" CONCRETE DRIVEWAYS (OMITTED) DA-26 REPLACEMENT OF H.M.A.C. PAVEMENT AND BASE (OMITTED) DA-27 GRADED CRUSHED STONES (OMITTED) DA-28 WEDGE MILLING 2" TO O" DEPTH 5.0' WIDE (OMITTED) DA-29 BUTT JOINTS -MILLED (OMITTED) 11102104 ASC - 9 PART DA -ADDITIONAL SPECIAL CONDITIONS 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) for discharging any treated liquid into the storm sewer or sanitary sewer are reviewed by the City (3) and acceptable stockpile area is identified by the Contractor. c. Contractor shall submit the name of his proposed qualified environmental professional consultant(s) and proposed PPCM Handling Plan to the City . The PPCM . Handling Plan shall include the detailed sequence of construction including proposed excavation and handling methods, proposed carriers for contaminated materials, waste disposal site, and a list of any permits that may be required for PPCM handling or contaminated materials disposal. The above data must be compiled and arranged in a format that is acceptable to the Texas Natural Resource Conservation Commission (TNRCC). d. Contractor shall submit actual limits of PPCM excavation, as prepared by his qualified environmental consultant(s) and testing lab . e. Contractor shall submit for review the proposed carrier pipe material to be used with the actual limits of PPCM excavation, including pipe gasket and carrier pipe coating or liner. B. PRODUCTS: 11102/04 1. PIPE GASKET MATERIAL. Materials used within the actual limits of PPCM excavation, including pipe gaskets, shall be resistant to petroleum hydrocarbon deterioration . ASC -11 11/02104 PART DA-: ADDITIONAL SPECIAL CONDITIONS 2 . The diked area shall be lined with 20-30 mil plastic tp prevent seepage into the existing soil. 3. At the end of each work day, Contractor shall completely cover stockpile with 20 mil plastic. During the day, the Contractor shall keep the stockpile covered, as necessary, to prevent release of contaminated materials due to rain or wind . 4 . Sampling and evaluation of materials will be performed at the Contractor's expense . (The City of Fort Worth will provi'de laboratory services) b. PPCS shall be handled , tested, observing all standard chain-of-custody procedures and sampling preservation and analyses shall conform to published and recognized standards . · c. The stockpiled PPCS shall be sampled and tested every 50 cubic yards for Total Petroleum Hydrocarbons (TPH) (TX1005) and Benzene, Toulene, Ethylbenzene and Xylene (BTEX) (EPA 8020). All test results will be forwarded to the City of Fort Worth Department of Environmental Management. d. Contaminated soil identified by test results will be disposed of according to DA-36, Loading, Transportation, and Disposal of Contaminated Soil.· e. It is the intent of the City of Fort Worth th~t uncontaminated soils be utilized as backfill material , if the soils also meet the Type C or B backfill classifications. 4 . HANDLINGPOTENTIALLY PETROLEUM CONTAMINATED WATER (PPCW) a. Water pumped from the excavation or from dewatering activities that has an oily sheen, a hydrocarbon odor, or is otherwise suspect, shall be considered potentially petroleum contaminated . b. PPCW shall be handled, tested, and discharged in accordance with the TNRCC's appropriate state regulation . PPCW shall be tested no later than 15 days prior to extraction . PPCW shall, if necessary, be treated in an appropriately sized oil/water separator, air stripper or GAC canisters . Contractor shall have his testing laboratory determine that the oil/water separator treated discharge is within the limits established by the TNRCC's regulations before being allowed to discharge (discharge to sanitary sewer). Contractor shall be responsible for furnishing the effluent test reports to the City. c. Alternatively, the Contractor may dispose of contaminated water, after appropriate 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 ASC -13 PART DA -ADDITIONAL SPECIAL CONDITIONS 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: DA-39 DA-40 DA-41 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 load ing, 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 responsible for all landfill costs , including, but not limited to landfill fees, transportation costs and landfill operator requested analytical testing and waste characterization. ROCK RIPRAP -GROUT -FILTER FABRIC (OMITTED) CONCRETE RIPRAP (OMITTED) 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..9 retepsioned, 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 install ing each of the various items of fittings and specials . The lump sum as bid in the Proposal shall be payment in full for all fittings and specials necessary for the construction of the project as designed. Payment for the installation of the pipe fittings , specials , and random lengths shall be included . Should the Engineer approve any changes to the fittings, specials or random pipe lengths listed as justifying the amount bid in the 11/02104 ASC -15 PART DA -ADDITIONAL SPECIAL CONDITIONS The contractor shall use Sileo Type J-3 Model 30" x 36" Steel Single Leaf Doors or approved equal unless the vault door is subject to vehicular traffic i.e.: in a street, parking lot, or driveway. The appropriate size turbo meter with strainer and check valve if required will be furnished to the Cor,Jractorfree of charge; however, the Contractor will be required to pick up these item(s) at the Field Op~rations Warehouse . Paymeni for all work, mate.rials, and all necessary appurtenances from bypass tee to bypass tee which are required to provide a complete and functional Combination Turbo Meter Installation complete with Bypass a~d Concrete Vault shall be included in the price bid for each . DA-53 OPEN FIRE LINE INSTALLATIONS (OMITTED) DA-54 WATER SAMPLE STATION A. . GENERAL: All water sampling station installations will be per WTR-025 or as required in large water meter vaults as . per WTR-024 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 . . . Ware.~ouse. B. PAYMENT FOR WTR-024 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 prjce bid for copper Service Line from Main to Meter. Payment for all work and materials necessary for the installation tap saddle (if required), corporation stops, and fittings shall be included in the price bid for Service Taps to Main. Payment for all work and materials necessary for the installation of the sampling station, concrete support block , curb stop, fittings, and an incidental 5-feet of type K copper service line which are required to provide a complete and functional water sampling station shall be included in the price bid for the water mai .. C. PAYMENT FOR WTR-025 INSTALLATIONS DA-55 11/02104 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. CURB ON CONCRETE PAVEMENT (OMITTED) ASC -17 DA-59 DA-60 DA-61 DA-62 DA-63 PART DA -ADDITIONAL SPECIAL CONDITIONS H.M.A.C. MORE THAN 9 INCHES DEEP (OMITTED) ASPHALT DRIVEWAY REPAIR (OMITTED) TOP SOIL (OMITTED) WATER METER AND METER BOX RELOCATION AND ADJUSTMENT (OMITTED). 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 regardl~ss 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 quantiti~s . 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., Final payment shall be 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. DA-64 WORK IN HIGHWAY RIGHT OF WAY When the Engineer directs the Contractor to perform work in the right-of-way which is under the jurisdiction of the Texas Department of Transportation (Tex-Dot}, the Contractor shall obtain approval from the Texas Department of Transportation prior to commencing any work therein . All work performed in the Tex -Dot right-of-way shall be performed in compliance with and subject to approval from the Texas Department of Transportation and Item E2-29.1 "Construction Within Highway Right-of-Way " of the General Contract Documents and Specifications, effective July 1, 1978 , as amended. DA-65 CRUSHED LIMESTONE (FLEX-BASE) Crushed limestone required for use as a flexible base material shall conform to Specification Item No . 208 of the Standard Specifications for Street and Storm Drain Construction for the City of Fort Worth Transportation and Public Works Department. DA-66 DA-67 DA-68 DA-69 OPTION TO RENEW (OMITTED) NON-EXCLUSIVE CONTRACT (OMITTED) CONCRETE VALLEY GUTTER (OMITTED) TRAFFIC BUTTONS The Contractor shall supply all materials and labor necessary to install traffic buttons of the same type as were previously installed at locations designated by the Engineer. The buttons to be 11102104 ASC -19 PART DA -ADDITIONAL SPECIAL CONDITIONS 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 The Owner or Engineer shall determine when an emergency situation shall exist. When water emergency work is required, the Contractor shall mobilize to the said location within twenty-four (24) hours after given notification from the Inspector and/or Project Manager. The Contractor shall make all necessary arrangements for bypass pumping, setting up barricades, notifying citizens, etc., while waiting for other utilities to be located as directed by the Engineer. The Contractor shall work continuously until the emergency work order has been completed at a time agreed to by the Project Manager, Inspector, and Contractor. After the emergency work order has been completed, there will be no additional "Job Move-In " charges paid to remobilize back to the previous project location site. · DA-76 DA-77 DA-78 DA-79 DA-80 DA-81 DA-82 DA-83 DA-84 DA-85 DA-86 DA-87 DA-88 DA-89 DA-90 11/02104 ' 1 %" & 2" COPPER SERVICES {OMIITED) SCOPE OF WORK {UTIL. CUT) {OMIITED) CONTRACTOR'S RESPONSIBIL TY (UTIL. CUT) (OMIITED) CONTRACT TIME (UTIL. CUT) (OMIITED) REQUIRED CREW PERSONNEL & EQUIPMENT (UTIL. CUT) (OMIITED) TIME ALLOWED FOR UTILITY CUTS (UTIL. CUT) (OMIITED) LIQUIDATED DAMAGES (UTIL. CUT) (OMIITED) PAVING REPAIR EDGES (UTIL. CUT) (OMIITED) TRENCH BACKFILL (UTIL. CUT) (OMIITED) CLEAN-UP (UTIL. CUT) (OMIITED) PROPERTY ACCESS (UTIL. CUT) (OMITTED) SUBMISSION OF BIDS (UTIL. CUT) (OMIITED) STANDARD BASE REPAIR FOR UNIT I (UTIL. CUT) (OMIITED) CONCRETE BASE REPAIR FOR UNIT II & UNIT Ill (UTIL. CUT) (OMIITED) 2" TO 9" H.M.A.C. PAVEMENT (UTIL. CUT) (OMIITED) ASC -21 PART DA -ADDITIONAL SPECIAL CONDITIONS DA-108 FLOWABLE FILL {MISC. EXT.) 1. Description : The flowable fill material shall be delivered to the site , free flowing and self-leveling and shall have a consistency enabling it to fill all voids without tamping, vibrating or compacting. ' The flowable fill material shall have an in place density of not less than 95 and not more than 115 lbs./cu. ft., with a maximum twenty-eight (28) day compression strength of not less than 60 and not more than 85 PSI allowing the material to be removed with hand tools such as picks and shovels. The height of free fall of the flowable fill shall not exceed four (4) feet. 2. Material Specifications : Flowable fill shall consist of: a. An appropriate amount of Portland Cement meeting ASTM C-150 (with other additives as necessary). · b. Aggregates meeting ASTM C-33 c. Sand or fine aggregates as per City of Ft. Worth Standard Specifications for Street and Storm Drain Construction Item 406 d. Flyash , Class C or F, ~meeting ASTM C-618 r e. Admixtures 1. Mineral admixtures will be pozzolanic 2. Chemical admixtures shall be in liquid or powder form used in standard ready-mix concrete products unless specifically designed for flowable fill. Permissible types of admixtures are: a. High air generators, as manufactured by Grace Construction Pr0ducts or approved equal, which are specifically designed for flowable fill to lower unit weights, reduce shrinkage and subsidence, and control compressive strength. - b. Air entraining admixtures conforming to ASTM C-260. c. High range water reducers conforming to ASTM C-494 Type For G . d. Accelerating admixtures conforming to ASTM C-494, Type C. 1. Non-chloride, non-corrosive accelerators used where metals are present in concrete or embedded members . 2. Calcium chloride DA-109 BRICK PAVEMENT REPAIR (MISC. REPL.) (OMITTED) DA-110 DETERMINATION AND INITIATION OF WORK {MISC. REPL.) {OMITTED) DA-111 WORK ORDER COMPLETION TIME {MISC. REPL.) {OMITTED) DA-112 MOVE IN CHARGES {MISC. REPL.) {OMITTED) DA-113 PROJECT SIGNS {MISC. REPL.) 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 11102104 ASC -23 11/02104 PART DA -ADDITIONAL SPECIAL CONDITIONS 4) ANSI/AWWA C111/A21 .11 -American National Standard for Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and Fittings . 5) ANSI/AWWA C115/A21.15,7 American National Standard for Flanged Ductile-Iron Pipe with Ductile-Iron or Gray-Iron Threaded Flanges. 6) ANSI/AWWA C150/A21.50,8 American National St,andard for the Thickness Design of Ductile-Iron Pipe . 7) ANSI/AWWA C151/A21.51 ,9 American National Standard for the Ductile-Iron Pipe, Centrifugally Cast, for Water or Other Liquids. 8) ANSI/AWWA C153/A21.53, "Ductile-Iron Compact Fittings For Water Service" 9) ANSI/AWWA C600, 11 Installation of Ductile-Iron Water Mains and Their Appurtenances . 10) AWWA M-41 Ductile-Iron Pipe and Fittings. 3. SUBMITTALS Submittals shall be in accordance with the Special Specifications and shall include the following : a. b. C. Prior to the fabrication of the pipe, submit Record Data of fabrication and laying drawings to the Owner for review of general conformance to contract documents. Record Data shall include a complete description of the pipe offered : including cuts , tabulated layout, design · calculations, thrust calculations, and pertinent design data . Record Data shall incorporate any changes necessary to avoid conflicts with existing utilities and structures . The laying schedule shall show pipe class, class coding , station limits and transition stations for various pipe classes. Details for the design and fabrication of all fittings and specials and provisions for thrust shall be included. Submittal shall be sealed by a Licensed Professional Engineer in the State of Texas .. Submittal for painting exterior pipe to include recommendation for preparation, application and storage. Prior to delivery of the pipe to the project site, the manufacturer shall furnish an affidavit certifying that all pipe, fittings, and specials, and other products and materials furnished, comply with this specification. If requested by the OWNER, the manufacturer shall submit certified reports of all testing . ASC-25 PART DA -ADDITIONAL SPECIAL CONDITIONS 4. DELIVERY AND STORAGE a. Delivery and Storage shall be in accordance with ANSI/AWWA C600 and AWWAM41. . B. PRODUCTS 11102/04 1'. DUCTILE IRON PIPE: a. Pipe shall be in accordance with NCTCOG 2.12.8, AWWA C110, AWWA C111, AWWA C115, AWWA C150, and AWWA C151. All pipe shall meet the requirements of NSF 61 . b. Flexible Restrained Push on Joints (FRPJ) shall be U.S. Pipe -TR-Flex, American -Flex-Ring, or approved equal. c. All pipe shall be cement mortar coated in accordance with ANSI/AWWA C104. d . All buried pipe shall be polyethylene encased in accordance with AWWA C105 . e. As a minimum standard, the following pressure classes shall apply : f . g. Diameter Pipe (inch) 3" through 12" 14" -20" 24" 30" -64 " Min. Pressure Class (PSI) 350 psi 250 psi 200 psi 250 psi Engineer shall verify that pressure class specified meets the minimum design requirements contained within these provisions . When requested, pipe design calculations shall be submitted to the City. Ductile iron pipe shall be designed in accordance with the latest revision of ANSI/AWWA C150/A21.50 for a minimum 150 psi (or project requirements , whichever is greater) rated working pressure plus a 100 psi surge allowance; 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, or if located on UPRR property the minimum depth of cover shall be as indicated on the plans plus 10.0 feet. Type 4 laying conditions are as defined in ANSI/AWWA C150/A21.50. Mechanical thrust restraint may be done only for make-up pieces where push on joints are not applicable . Retainer glands shall be Series 1100 Megalugs by EBM Iron for ductile iron pipe mechanical joints, Series 2000PV Mechanical Joint Restraint Glands by EBM Iron for PVC pipe mechanical joints, and Series 1500 Ductile Iron Retainers for PVC pipe push-on joints . ASC-26 11102/04 PART DA -ADDITIONAL SPECIAL CONDITIONS h. 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/AWWA C151/A21 . i. Pipe markings shall meet the minimum requirements of ANSI/AWWA C151/A21, latest revision. Minimum pipe markings shall be as follows : 1) "DI" or "DUCTILE" shall be cast or metal stamped on each pipe 2) Weight, pressure class, and nominal thickness of each pipe 3) Year and country pipe was cast 4) Manufacturer's mark j . 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% 2. DUCTILE IRON PIPE JOINTS: a. General -Comply with ANSI/AWWA C111/A21.11 , latest revision . 1) Push-On Joints 2) Mechanical Joints 3) Restrained Joints 4) Flanged Joints-AWWA C115/A21.15, ANSI 816.1, Class 125 b. All rubber joint gaskets utilized on ductile-iron pipe shall be in conformance with ANSI/AWWA C111/A21 .11, latest revision. c. Bolts and Nuts : Bolts and nuts for mechanical joints or flanged ends shall be of a high strength corrosion resistant low-carbon steel in accordance with ANSI/AWWA C111/A21 .11, ANSI/AWWA C115/A21.15 , 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 manufacturer's recommended thickness by a certified applicator. Coating shall be of Xylan® as manufactured by Whitford Corporation, or approved equal. Coating shall conform to the performance requirements of ASTM 8117, "Salt Spray Test " and shall include, if required, a certificate of conformance . 3. 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. ASC -27 11/02104 PART DA -ADDITIONAL SPECIAL CONDITIONS b. Pipes shall have an interior cement mortar lining applied in accordance with ANSI/AWWA C104/A21.04, or latest revision. c. Pipe and fittings exposed to view in the finished work shall not receive the standard asphaltic coat on the outside surfaces, but shall be shop-coated with rust inhibitive primer. Primer 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 C105/A21.5. Polyethylene film must be marked as follows: 1) Manufacturer's name or trademark 2) Year of manufacturer 3) ANSI/AWWA 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 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. 4. DUCTILE IRON PIPE FITTINGS : a. Joints : Fittings shall have flanged, mechanical, restrained, push-on joints or any combination of these . Joints must be manufactured in accordance with the above referenced standards . Unless specified otherwise on the plans or in the project specifications, fittings will be provided for installation as follows: b. Pressure Rating: Unless specified otherwise, the rated working pressures for fittings are as follows: Ductile Iron Compact Fittings (AWWA C153/A21.53) Nominal Size (in) 3" -24" 30" -48" 54" -64" Pressure Rating (PSI} 350 PSI 250 PSI 250 PSI ASC-28 11/02104 PART DA -ADDITIONAL SPECIAL CONDITIONS C. d. e. f. g. h. i. Ductile-Iron Full Body Fittings (AWWA C110/A21.10) Nominal Size (in) 3" -24" 30" -48" Pressure Rating (PSI) 350 PSI 250 PSI Dimensions and Thickness: Fittings and joints shall conform to the thickness and dimensions shown in the various standards referenced under Section 1.02.B. Flange: Unless specified otherwise, the bolt circle and the bolt-holes shall match those of ANSI 816.1 Class 125. All screwed-on flanges shall be ductile iron. Field fabrication of flanges shall be prohibited, unless approved otherwise. 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. 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/AWWA C111/A21.11 and ASTM A307, "Standard Specification for Carbon Steel Bolts and Nuts". For mechanical joints, the bolts and nuts shall be coated with a ceramic-filled, baked on fluorocarbon resin. Coated bolts and nuts shall be prepared "near white" or "white" when coated to manufacturer's recommended thickness by a certified applicator. Coating shall be Xylan®, as manufactured by Whitford Corporation, or approved equal. Coating shall conform to the performance requirements of ASTM 8117, "Salt Spray Test" and shall include, if required, a certificate of conformance . · 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. 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/AWWA C116/A21.16, shall 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/AWWA 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. ASC-29 PART DA -ADDITIONAL SPECIAL CONDITIONS j. 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 AWWA C105/A21.5. Polyethylene film must be marked as follows : 1) Manufacturer's name or trademark 2) Year of manufacturer 3) ANSI/AWWA 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 k. Marking: Fitting marking shall meet the requirements of ANSI/AWWA C110/A21.10 or ANSI/AWWA C153/A21.53 ~hall 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 "DI" or "DUCTILE" cast on them. C. EXECUTION 11/02/04 1. GENERAL : a. Install, pipe, fittings, and appurtenances as special in accordance with AWWA M41 and AWWA C600 . b. All pipe shall be mechanically restrained at fittings and within the calculated restraint areas, or as shown on the drawings. c. Polyethylene encasement shall be installed in accordance with AWWA C105 and AWWA M41, Method A or B. Method C will not be allowed. d. Where indicated, paint shall be applied per manufacturer's recommendations. e. Ductile iron pipe shall be manufactured in accordance with the latest revision of ANSI/AWWA C151/A21.51 . Each pipe shall be subjected to a ASC-30 PART DA -ADDITIONAL SPECIAL CONDITIONS hydrostatic test of not less than 500 psi for a duration of at least 1 O seconds . f . The manufacturer shall take adequate measures during pipe production to assure compliance with ANSI/AWWA C151/A21.51 by performing quality-· control tests and maintaining results to those tests as outlined in section 5, "Verification" of that standard. g. 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. h. The Contractor shall, upon request by City, furnish manufacturer's certified test reports that indicate that each run of pipe furnished has met specifications, that all inspections have been made , and that all tests have been performed in accordance with ANSI/AWWA C151/A21 .51. i. 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. DA-120 CONCRETE PRESSURE PIPE, BAR-WRAPPED STEEL CYLINDER TYPE A. GENERAL 11/02104 1. SUMMARY a . Furnish labor, materials, equipment and incidentals necessary to install bar-wrapped concrete cylinder pipe and fittings, and specials, including connections and appurtenances as shown on the drawings and specified herein. b. Cathodic protection details and spacing requirements are shown in the drawings and in the cathodic protection section of the specifications . 2 . QUALITY ASSURANCE a . Manufacturer: Finished pipe shall be the product of one (1) manufacturer. Pipe manufacturing operations (pipe, fittings , lining, coating) shall be performed at one (1) location. b. Factory Testing : 1) The OWNER reserves the option to have an independent testing laboratory, at the OWNER's expense, inspect pipe and fittings at the pipe manufacturer's plant. The OWNER's testing laboratory and ENGINEER shall have free access to the manufacturer's plant. The pipe manufacturer shall notify the OWNER, in writing, at least ASC -31 11102104 PART DA -ADDITIONAL SPECIAL CONDITIONS two (2) weeks ~head of pipe fabrication as to start of fabrication and fabricating schedule so that the OWNER can advise the manufacturer as to OWNER's decision regarding tests to be performed by an independent testing laboratory . In event the OWNER elects to retain an independent testing laboratory to make material tests and weld tests, it is the intent that the tests be limited · to one (1) spot testing of each category unless the tests do not show compliance with the standard. If these tests do not show compliance, the OWNER reserves the right to have the laboratory make additional tests and observations . 2) The OWNER may 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 C303, for all pipe, fittings, and specials, except that the following absorption test shall supersede the requirements of the applicable portion of AWWA C303 . 3) 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 ~amples 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. Tests for each working shift shall be performed on a daily basis until conformance to the absorption requirements has been established by 10 consecutive passing test results, at which time testing may be performed on a weekly basis for each working shift. Daily testing shall be resumed for each working shift with failing absorption test results and shall be maintained until conformance to the absorption requirements is re- established by 10 consecutive passing test results . 4) The cost of all tests specified are subsidiary to the cost of the pipe and will not be paid for separately. c. Manufacturer's Technician for pipe installation: During the construction period, the Pipe Manufacturer shall furnish the services of a factory trained, qualified, job experienced technician to advise and instruct as necessary in pipe laying and pipe jointing . The technician shall assist and advise the Contractor in his pipe laying operations and 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 regularly on-site during the first two weeks of pipe laying and thereafter as requested by the Engineer, Owner, or Contractor. ASC -32 11/02104 PART DA -ADDITIONAL SPECIAL CONDITIONS 3. SU BM ITT ALS Submittals shall be in accordance with the Special Conditions and shall include the following: a. Prior to the fabrication of the pipe, submit Record Data of fabrication and laying drawings to the . OWNER for review of general conformance to contract documents . Record Data shall include a complete description of the pipe offered, including cuts , tabulated layout, design calculations , joint restraint and thrust calculations , and pertinent design data . Record Data shall reference stationing on the plan profile sheets and shall incorporate changes necessary to avoid conflicts with existing utilities and structures. Details for the design and fabrication of all fittings and specials and provisions for thrust shall be included . Submittal shall be sealed by a Licensed Professional ENGINEER in the State of Texas . b. Prior to delivery of the pipe to the project site, the manufacturer shall furnish an affidavit certifying that all pipe , fittings , and specials , and other products and materials furni .shed, comply with this specification . If requested by the OWNER , the manufacturer shall submit certified reports of all testing required by AWWA C303 . 4 . .STANDARDS Except as modified or supplemented herein, pretensioned concrete cylinder pipe shall conform to the applicable requirements of the following standard specifications, latest edition. a. AWWA C303 "Concrete Pressure Pipe .:.... Bar-Wrapped Steel Cylinder Type" b. AWWA M9 Manual: "Concrete Pressure Pipe" c. ASTM A33 "Standard Specification for Concrete Aggregates" d. ASTM A635 "Standard Specification for Steel , Sheet and Strip , Carbon , Hot Rolled, Structural Quality" e. ASTM C144 "Specification for Aggregate for Masonry Mortar" f . ASTM C150 "Specification for Portland Cement" g. ASTM C497 "Methods of Testing Concrete Pipe" h. NCTCOG Item 2.12 .5(a) through (d) and (h) ASC-33 PART DA -ADDITIONAL SPECIAL CONDITIONS 5. DELIVERY AND STORAGE a. Packing: 1) 2) 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. · 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 placed in the trench . Moisture shall be maintained inside the pipe by periodic addition of water as necessary . 3) Pipes shall be carefully supported during shipment and storage . Each length of pipe, fitting, or special shall be internally supported and braced with stulls to maintain a true circular shape. Internal supports shall consist of timber or steel stulls firmly wedged and secured so that the stulls remain in place during handling. Pipe shall be rotated so that one (1) of the stulls is vertical during storage , shipment and installation. At a minimum, stulls shall be placed at each end, each quarter point, and center. Stulls shall not be removed from pipe until backfill operations are complete (excluding final cleanup), unless it can be demonstrated to the OWNER's satisfaction that removal of the stulls will not adversely affect the pipe installation. Pipe, fittings, and specials shall be separated so that they do not bear against each other in transit. Store pipe on padded skids, sand or dirt berms , tires, or other suitable means to protect the pipe from damage . 4) In addition, 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 designed, the date of manufacturer, and the identification number that matches shop drawing records. The top centerline shall be marked on all specials. 8. PRODUCTS 11/02104 1. MATERIALS a . Cement: Cement for use in concrete and mortar shall be Type I or II Portland Cement. ASC-34 11102/04 PART DA -ADDITIONAL SPECIAL CONDITIONS b. Aggregates : Aggregates for concrete lining and coating shall conform to ASTM C-33. c. Sand : Sand used for inside and outside joints shall be of silica base , conforming to ASTM C-144 . d. Special Coating: Pipe .to be installed in casing shall have two built-up mortar rings, each approximately 2 feet long and slightly higher than the pipe bell, to prevent the pipe from being supported by the pipe bell. Built- up mortar rings are to be applied at the quarter points of the pipe section. e. Bushes, Couplings and Plugs : Where outlets or taps are threaded , furnish and install brass reducing bushings in larger steel half couplings for the outlet size indicated . Threaded plugs shall be brass . 2. MIXES ; CEMENT MORTAR Cement mortar used for pouring joints shall cons ist of one (1) part Portland Cement to two (2) parts clean , fine, sharp silica sand , mixed with water. No manufactured sand shall be permitted. 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 . Cement shall be ASTM C150 , Type I or Type II. Sand shall conform to ASTM C144 . Cement mortar used for patching shall be mixed as per cement mortar for inside joints . 3. MANUFACTURED PRODUCTS a. Pipe: 1) General: Pipe, bends, and special fittings shall be designed, manufactured, _ and tested in accordance with the applicable requirements of AWWA C303 and AWWA M9, and the special requirements of this specification. Pipe shall be certified by the National Sanitation Foundation Standard 61 for use with potable water. 2) Pipe Design Criteria : Sizes and pressure classes (working pressure) shall be as specified. For the purposes of pipe design, working pressure plus transient pressure shall be as indicated below. Fittings, specials and connections shall be of the same or greater pressure class as the associated pipe . Pipe and fittings shall be clearly marked with the pressure class and piece number to permit easy identification in the field . Pipe design shall be based on trench conditions and design pressure class specified . Pipe shall be designed according to the methods indicated in AWWA C303 and AWWA Manual M9 for trench construction , using the following parameters: i.) Unit Weight of Fill (w) = 130 pcf ASC -35 11/02104 PART DA -ADDITIONAL SPECIAL CONDITIONS ii.) Live Load = AASHTO H-20 truck for unpaved conditions or Cooper E-80 for railroad conditions iii.) Trench Depth = As indicated plus 10-feet if on UPRR property iv .) Coefficient Ku'= 0.150 v.) Trench Width (Bd) as indicated vi.)· Bedding Conditions= As indicated vii.) Pressure Class = 150 psi min. working pressure viii.) Surge Allowance= 100 psi min imum, where :Total Pressure (including surge)= 150 psi+ 100 psi= 250 psi. x.) Deflection Lag Factor= 1.0 xi.) Soil Reaction Modulus , E' < 1,000 Trench depths indicated shall be verified after existing ut ilities are located. Vert ical 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. · 1 3) Provisions for Thrust: i.) ii.) Thrusts at bends , tees, plugs, or other fittings shall be resisted by restrained joints . Thrust at bends adjacent to casing pipe shall be restrained by welding joints through casing and for a sufficient distance each side of casing. The distance for thrust restraint shown on the plans is the minimum restraint and does not relieve the manufacturer from calculating the restraint needs as specified herein . In no case shall the restrained distance be less than indicated on the plans. If the manufacturer calculates the need for additional restraint, no additional compensation will be allowed. No thrust restraint contribution shall be allowed for the welded length of pipe within the casing, unless casing is filled with grout. Restrained joints shall be used for a sufficient distance from each side of the bend, tee, plug, or other fitting to resist thrust which will be developed at the design pressure of the pipe. For the purpose of thrust restraint, design pressure shall be 1.5 times pressure class (working pressure), or equal to the test pressure , or working pressure plus the surge allowance, whichever is greater. Restrained joints shall consist of welded joints . In areas where restrained joints are used for thrust restraint, the pipe shall have adequate cylinder thickness to transmit the thrust forces. ASC -36 11/02104 PART DA -ADDITIONAL SPECIAL CONDITIONS iii.) The length of pipe with welded joints to resist thrust forces shall be determined by the pipe manufacturer in accordance with AWWA Manual M9 and the following: a) The weight of earth (We) shall be calculated as the weight of the projected soil prism above the pipe . b) Soil density= 110 pcf (maximum value to be used). c) Coefficient of friction = 0.40 (maximum value to be used). 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 the backfill below the water table, and the coefficient of friction shall be reduced to 0.25 . iv.) Thrust collars will only be permitted for temporary plugs. Thrust collars may not be used for any other application, .unless approved in writing by the ENGINEER. 4) Inside Diameter: The inside diameter, of the cement mortar lining shall be the Nominal diameter specified . b. Joint Wrappers : Similar and equal to those manufactured by Mar-Mac Manufacturing Company . C. Insulated Connections: Insulated connection shall be in accordance with Section 15640 included in the Appendix. Where insulated connections are indicated, furnish dielectric insulation gaskets, sleeves , and plastic washers as indicated. Insulating flange kits are to be installed on all flanged outlets of the main line pipe and on both flanges of each main line valve . d. Flexible Joint Couplings: Dresser Style 38, Smith-Blair Style 411, or approved equal. e. f. Pipe Ends : The standard pipe · end shall include steel joint ring and a continuous solid rubber ring gasket as per AWWA Manual M-9 . Flanges: Flanges shall conform to AWWA C207 with laying dimensions and drilling in accordance with ANSI B 16 .1, Class 125 . Flanges shall be Flange Class E with a minimum working pressure of 275 psi for areas designated with 225 psi test pressure . In no case shall the working or test pressure of the pipe exceed the working pressure of the flange. Drilling shall match .class of valves or appurtenances which are attached. Nuts and bolts shall conform to ASTM A307, Grade B. Nuts and bolts shall conform to AWWA C207 . ASC -37 PART DA -ADDITIONAL SPECIAL CONDITIONS C. EXECUTION 1. Installation a. General: 1) Install pipe, fittings, specials, and appurtenances as specified herein, as specified in AWWA Manual M9, and in accordance with the pipe manufacturer's recommendations. 2) Lay pipe to the lines and grades as indicated. 2. Pipe Handling : a. Haul and distribute pipe, fittings at the project site. Handle piping with care , to avoid damage. Before lowering into the trench, inspect each joint of pipe, and reject or repair any damaged pipe . b. Keep the pipe clean during and after the laying operation and free of sticks, dirt, animals, and trash, and at the close of each operating day, effectively seal the open end of the pipe using a gasketed night cap with vents. 3. Pipe Jointing: 11/02104 a. General: b . 1) Thoroughly clean the bell and spigot rings before laying each joint of pipe by brushing and wiping. If any damage to the protective coating on the metal has occurred, repair the damage before laying the pipe. Lubricate the gasket and the inside surface of the bell with an approved lubricant (flax soap) which will facilitate the telescoping of the joint. Tightly fit together sections of pipe and exercise care to secure true alignment and grade. When a joint of pipe is being laid, place the gasket on the spigot ring and enter the spigot end of the pipe into the bell of the adjoining pipe and force into position . The inside joint space between ends of the pipe sections shall have an opening within the tolerances as recommended by the pipe manufacturer. No "blocking up" of pipe or joints will be permitted, and if the pipe is not uniformly supported or the joint not made up properly, remove the joint and properly prepare the trench . After joining, check the position of the gasket with a feeler gauge. If the gasket is out of position, disassemble the joint and repeat the joint laying procedure. 2) For interior welded joints, complete backfilling before welding. For exterior field-welded joints, provide adequate working room under and beside the pipe. Exterior Joints : Make the exterior joint by placing a joint wrapper around the pipe and secure in place with two (2) metal straps . The wrapper shall ASC-38 11/02104 PART DA -ADDITIONAL SPECIAL CONDITIONS C. d . be 9" inches wide for pipe 36" and larger, and 7" wide for smaller pipe, hemmed on each side. The wrapper shall be fiberglass reinforced or burlap cloth, with lengths encircling the pipe, leaving enough opening between ends to allow the mortar to be poured inside the wrapper into the joint. Fill the joint with mortar from one side in one (1) continuous operation until the grout has flowed entirely around the pipe. During the filling of the joint, pat or manipulate the sides of the wrapper to settle the mortar and expel any entrapped air. Leave wrappers in place undisturbed until the mortar has set-up. Interior Joints: 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. Ram or pack the stiff mortar into the joint space and take extreme care to insure 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 smaller than 21" shall have the bottom of 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 an inflated ball through the pipe with a rope . Welded Joints: 1) 2) 3) 4) 5) Weld joints in accordance with the AWWA Manual M9 . 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 . Adequate provisions for reducing temperature stresses shall be the responsibility of the Contractor. 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 . 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 . 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, slag , or flux before the ASC -39 11/02104 PART DA -ADDITIONAL SPECIAL CONDITIONS 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. 6) Welds shall be free from pin holes, non-metallic inclusions, air pockets, undercutting and/or any other defects . 7) 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. 8) 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. 9) 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 C206 before being allowed to weld on the line . 10) 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. 11) 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 . 12) 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. e. Protection of Exposed Metal: 1) Protect exposed ferrous metal by a minimum of one (1") inch coating of cement mortar as previously specified for inside joints unless otherwise specified. Exposed large flat surfaces such as flanges, bolts, caulked joints, threaded outlets, closures, etc., shall have coating reinforced with galvanized wire mesh. ASC-40 PART DA~ ADDITIONAL SPECIAL CONDITIONS 2) Thoroughly clean and wet the surface receiving a cement mortar coating with water just prior to placing the cement mortar coating . After placing , take care to prevent cement mortar from drying out too rapidly by covering with damp earth or burlap. Cement mortar coating shall not be applied during freezing weather. f. Patching : 1) Excessive field-patching of lining or coating shall not be permitted . Patching of lining or coating will be · allowed where area to be repaired does not exceed 100 square inches and has no dimensions greater than 12". In general, there shall not be more than one patch on either the lining or the coating of any one joint of pipe. 2) Wherever necessary to patch the pipe , make patch With cement mortar as previously specified for interior joints . Do not install patched pipe until the patch has been properly and adequately cured and approved for laying by the OWNER. Promptly remove rejected pipe from the site . D. FIELD QUALITY CONTROL 11/02104 1. Hydrostatic and Leakage Tests a . b. C. d . e . Furnish all necessary equipmelilt and labor for carrying out a pressure test on the pipelines. The procedures and method for carrying out the pressure tests shall be approved by the Engineer. 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 carrying out the tests . Hydrostatic pressure and leakage tests shall conform with AWWA M9 . All pipelines shall be subjected to hydrostatic pressure as indicated in 2 .03 .A.2 at the lowest points of the section being tested and this pressure maintained for at least one hour. The amount of leakage which will be permitted shall be in accordance with AWWA C600 . 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. 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 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 . ASC -41 PART DA -ADDITIONAL SPECIAL CONDITIONS DA-121 BURIED STEEL PIPE AND FITTINGS A. GENERAL 11/02/04 1. WORK INCLUDED Furnish labor, materials, equipment and incidentals necessary to install cement mortar lined and polyurethane coated steel pipe, fittings, and specials as specified and as required for the proper installation and function of the pipe. Cathodic Protection shall be provided as shown in the drawings and in the Cathodic Protection section of the specifications. 2 . 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. or I.S .O . quality certification program for steel pipe and accessory manufacturing. b. Owner Testing and Inspection 1) 2) Pipe may be subject to inspection by an independent testing laboratory , which laboratory shall be selected and retained by the Owner. Representatives of the laboratory or the Engineer shall have access to the work whenever it is in preparation or progress, and the Pipe Manufacturer shall provide proper facilities for access and for inspection . The Pipe Manufacturer shall notify the Owner in writing, a minimum of two (2) weeks prior to the pipe fabrication so that the Owner may advise the Manufacturer as to the Owner's decision regarding tests to be performed by an independent testing laboratory. Material, fabricated parts, and pipe , which are discovered to be defective, or which do not conform to the requirements of this specification shall be subject to rejection at any time prior to Owner's final acceptance of the product. The inspection and testing by the independent testing laboratory anticipates that production of pipe shall be done over a normal ASC -42 PART DA -ADDITIONAL SPECIAL CONDITIONS period of time and without "slow downs" or other abnormal delays. In the event that an abnormal production time is required, and the Owner is required to pay excessive costs for inspection, then the Contractor shall be required to reimburse the Owner for such labor~tory costs· over and above those which would have been incurred under a normal schedule of production as determined by .the Engineer. c. Factory Testing The Manufacturer shall perform all tests as required by the applicable AWWA standards and as listed herein . 1) Cement Mortar Lining Shop-applied cement mortar linings shall be tested in accordance with AWWA C205. 2) Polyurethane Coating General : The polyurethane coating shall be tested in accordance with AWWA C222. ii.) Thickness : The thickness of the coating shall be tested in accordance with SSPC PA2 . The coating system applied to the pipe shall be tested for holidays according to the procedures outlined in NACE RP0188 using a wet sponge holiday tester or a high voltage spark tester ( operating at 100 volts per mil), for the dry film thickness specified of 35 mil. iii.) Adhesion Testing: a) Polyurethane coatings or linings shall have an adhesion to steel of 1,500 pounds per square inch , minimum. b) Polyurethane coating adhesion to steel substrates shall be tested using pneumatic pull off equipment, such as HA TE Model 108 or Delfesko Positest, in accordance with ASTM 04541 and AWWA C222 , except as modified in this section. c) 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 . 11102104 ASC -43 11/02104 PART DA -ADDITIONAL SPECIAL CONDITIONS d) e) f) g) h) i) 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, polyureth~ne coatings shall be scored around the dolly prior to conducting the adhes ion test. 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. 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. Glue failures in excess of the minimum required tensile adhesion would be accepted as meeting the specified adhesion requirements. Adhesion tests will be conducted on polyurethane pipe coat ing and lining independently (where applicable) and will be accepted or rejected independently of the other. 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 i.) Each joint of pipe shall be hydrostatically tested prior to application of lining or coating . The internal test pressure shall be that which results in a fiber stress equal to 75% of the minimum yield st rength 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. ASC -44 11/02104 PART DA -ADDITIONAL SPECIAL CONDITIONS ii.) 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-NOT USED 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 Mortar Coating is not .allowed for this project. 7) Strength Test for Mortar Coating Mortar Coating is not allowed for this project. d . Manufacturer's Technician for Pipe Installation 1) 2) During the construction period , the Pipe Manufacturer shall furnish the services of a factory trained, qualified, job experienced technician to advise and instruct as necessary in pipe laying and pipe jointing . The technician shall assist and advise the Contractor in his pipe laying operations and 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 regularly on-site during the first two weeks of pipe laying and thereafter as requested by the Engineer, Owner, or Contractor. The pipe manufacturer shall provide services of polyurethane coating manufacturer's representative and a representative from the heat shrink joint manufacturer for a period of not less than 1 week at beginning of actual pipe laying operations to advise Contractor and Owner regarding installation, including but not limited to, handling and storage, cleaning and inspecting, coating repairs, field applied coating, heat shrink installation procedures and general construction methods and how they may affect pipe coating . The Manufacturer's Representative shall be required to return if, in the opinion of the Engineer, the polyurethane coating or the Contr actor's construction methods do not comply with contract spe<;:ifications at no additional cost to the Owner. Cost for the ASC -45 11/02104 PART DA -ADDITIONAL SPECIAL CONDITIONS 3 SUBMITTALS Manufacturer's Representatives to return to the site shall be at no additional cost to the Owner. a. Submittals shall include : 1) Prior to the fabrication of the pipe , submit fabrication and laying shop draw ings to the Engineer. Submittal shall be sealed by a licensed Profession Engineer in the State of Texas . 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 : i.) A Certificate of Adequacy of Design stating that the pipe to be furnished complies with AWWA C200, AWWA C205 , AWWA C210 , AWWA C222, and these specifications . ii.) Copies of results of factory hydrostatic tests shall be provided to the Engineer. iii.) Mill certificates , including chemical and physical test results for each heat of steel . iv .) Polyurethane coating manufacturer's and heat shrink sleeve catalog sheets and technical information . v.) A Certified Test Report from the polyurethane coating manufacturer indicating that the coatings were applied in accordance with manufacturer's requirements and in accordance with this specification . vi.) Certified test reports for welder certification for factory and field welds. vii.) Certified test reports for cement mortar tests . viii .) Certified test reports for steel cylinder tests and cement mortar tests. ASC-46 11/02104 . PART DA -ADDITIONAL SPECIAL CONDITIONS 4. STANDARDS Except as modified or supplemented herein , the steel pipe, coatings , fittings , and specials shall conform to the applicable requirements of the following standard specifications, latest edition : a. b . C. d. e . f. g. h. i. j . k. I. m. n. 0. p . q. ANSI/NSF AWWAC200 AWWAC205 AWWAC206 AWWAC207 AWWAC208 AWWAC210 AWWAC216 AWWAC222 AWWAM11 ASTM C33 ASTM C35 ASTM C150 ASTM E165 SSPC-SP-1 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 Pipe" "Steel Pipe Flanges for Waterworks Service -Sizes 4 Inches thru 144 Inches" "Dimensions for Steel Water Pipe Fittings" "Liquid-Epoxy Coating Systems for the Interior and Exterior of Steel Water Pipelines" "Heat Shrinkable Cross-Linked Polyolefin Coatings for the Exterior of Special Sections, Connections, and Fittings for Steel Water Pipelines" "Polyurethane Coatings for the Interior and Exterior of Steel Water Pipelines and Fittings" "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 Pa i nting Council -Solvent Cleaning SSPC-SP-10 Steel Structures Painting Council -Near-White Blast Cleaning ASC -47 11/02104 PART DA -ADDITIONAL SPECIAL CONDITIONS r. s. t. u. V. SSPC-PA2 SSPC-PA /Guide 3 SSPC-PS /Guide 17 ASTM D16 ASTM 522 Steel Structures Painting Council -Measurement of Dry Paint Thickness with Magnetic Gages 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" 5. DELIVERY AND STORAGE a. Packing 1) 2) 3) 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 . 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 . 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 t ie-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 . At a minimum , stulls shall be placed at each end, each quarter point and center. Stulls shall not be .removed until backfill operations are complete (excluding final clean up), unless it can be demonstrated to the owner's satisfaction that removal of stulls will not adversely affect pipe installation . ASC-48 - PART DA -ADDITIONAL SPECIAL CONDITIONS 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 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. · 8. PRODUCTS 11/02/04 1. MA TE RIALS a. Exterior Polyurethane Coating Polyurethane Coating shall meet the requirements of AWWA C-222 . Use a Coating Standard ASTM D16, Type V system which is a 2-package polyisocyanate, polyol-cured urethane coating. -The components are mixed in 1: 1 ratio at time of application . The components shall have balanced viscosities in their liquid state and shall not require agitation during use. The plant-applied coating shall be a self priming, plural component, 100 percent solids, non-extended polyurethane, ·suitable for burial or immersion and shall be CORROPIPE II OMNI as manufactured by Madison Chemical Industries Inc., DURASHIELD 210 as manufactured by Lifelast, Inc., or equal Futura Coatings. The coating manufacturer shall have a minimum of five (5) years experience in the production of this type coating. The cured coating shall have the following properties : 1) Conversion to Solids by Volume : 97 percent plus or minus 3 percent. 2) Temperature Resistance : Minus 40 degrees F and plus 150 degrees F. 3) 4) Minimum Adhesion : 1500 psi, when applied to steel pipe which has been blasted to comply with SSPC-SPtO . Cure Time : For handling in 1 minute at 120 degrees F, and full cure within 7 days at 70 degrees F. ASC-49 11/02104 PART DA -ADDITIONAL SPECIAL CONDITIONS 5) Maximum Specific Gravities : Polyisocyanate resin, 1.20 . Polyol resin, 1.15. 6) Minimum Impact Resistance : 80 inch-pounds using 1-inch diameter steel ball. 7) Minimum Tensile Stre_ngth: 2000 psi. 8) Hardness: 55 plus or minus 5 Shore D at 70 degrees F. 9) Flexibility Resistance: ASTM D522 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 8 .1.a. Mix and apply polyurethane coatings in accordance with the coating manufacturer's recommendations . c. Cement for 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 C205 . d. Cement for Mortar Coating Cement Mortar Coating is not allowed for this project. e . Flange Nuts and Bolts Nuts and bolts shall conform to AWWA C207 . f. Steel 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 . ASC -50 11102104 PART DA -ADDITIONAL SPECIAL CONDITIONS g. Bend Fittings All bend fittings shall be long radius to permit easy passage of pipeline pigs. r h. Threaded Outlets Where outlets or taps are threaded, furnish and install brass bushings for the outlet size indicated. i. Outlets for Weld Leads 2 . MIXES The Contractor may use outlets for access for weld leads. Outlets shall be welded after use. Outlet configuration shall be approved by the Engineer. a. Mortar for Interior Joints Mortar shall be one part cement to two parts sand . Cement shall be ASTM C150, Type I or II. Sand shall be of sharp silica base. No manufactured sand shall be permitted. Sand shall conform to ASTM C144. 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. 3. MANUFACTURED PRODUCTS a. Pipe 1) Pipe Design i.) Steel pipe shall be designed, manufactured, and tested in conformance with AWWA C200, AWWA Manual M11, and with the criteria specified herein. Sizes and pressure classes (working pressure) shall be as shown below. For the purpose of pipe design, the transient pressure plus working pressure shall as indicated below. Fittings, specials, and connections shall be designed for the same ASC -51 11/02104 PART DA -ADDITIONAL SPECIAL CONDITIONS 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 : a) Unit Weight of Fill (W) = 130pcf b) Live Load= AASHTO HS 20 c) Live Load = Cooper E80 at Railroads d) Trench Depth = As Indicated plus 10-feet if on UPRR property e) Deflection Lag Factor -(D,) = 1.0 f) Coefficient K = 0.10 g) Maximum Calculated Deflection -Dx = 3% (Polyurethane Coated Steel Pipe) h) Maximum Calculated Deflection -Dx = 2% (Mortar Coated Steel Pipe) i) Soil Reaction Modulus -(E') < 1,000 j) Working Pressure = 150 psi k) Test Pressure = 225 psi I) Surge Allowance = 100 psi minimum , where : Total Pressure (including surge) = 150 psi + 100 psi = 250 psi. m) The fittings and specials shall be designed in accordance with AWWA C-208 and AWWA Manual M-11 except that crotch plates shall be used for outlet reinforcement for all Pressure Diameter Values, PDV, greater than 6,000 . ii.) Where the pipe requires additional external support to achieve the specified maximum deflection, the Contractor and pipe supplier will be required to furnish alternate methods for pipe embedment. No additional compensation will be made to the Contractor by the Owner where this method is required. iii.) 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. 2) Provisions for Thrust i.) 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. ASC-52 11/02104 PART DA -ADDITIONAL SPECIAL CONDITIONS ii.) Rest rained 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 . iii.) 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 vvith AWWA Manual M-11 and the following : a) The Weight of Earth shall be calculated as the weight of the projected soil prism above the pipe. b) Soil Density= 110 pcf (maximum value to be used). c) Coefficient of Friction = 0 .20 (maximum value to be used for polyurethane coated steel pipe). d) 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. e) For horizontal bends, the length of pipe to be restrained shall be calculated as follows : For /!J. less than 60° L = P A sin (M2) f (We + Wp + Ww) For /!J. greater than 60° L =PA (1 -cos /!J.) f (We + WR + Ww) L = Length of pipe to be restrained P = 1.5 times working pressure A = Cross sectional area of pipe steel cylinder I.D. ASC -53 !!J. = Deflection angle · We = Weight of earth Wp = Weight of pipe Ww = Weight of water 11/02104 PART DA -ADDITIONAL SPECIAL CONDITIONS f = Coefficient of friction 3) Inside Diameter The inside diameter, including the cement-mortar lining, shall be a minimum of the nominal dia·meter of the pipe specified, unless otherwise indicated on the drawings. 4) Wall Thickness The minimum pipe wall steel thickness shall be as designed, but not less than 0 .25 " or pipe D/240, whichever is greater for pipe and fittings, with no minus tolerance. Where indicated on the plans, pipe arid 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 for working pressure and shall not exceed 75% of the minimum yield strength of the steel at the maximum pressure (including transient pressure), nor the following, at the specified working pressure. Pipe Type Polyurethane Coated Steel . Mortar Coated Steel Maximum Stress at Working Pressure 23,000 psi Not Used Pipe which is placed in casing or tunnel shall have a minimum pipe wall steel thickness of 0 .25" or pipe O.D./240, 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 23,000 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'. No randoms will be permitted for straight runs of pipe . ASC -54 11/02104 PART DA -ADDITIONAL SPECIAL CONDITIONS ) b. Joint Wrappers for Mortar Coated Steel Pipe Mortar Coating is not allowed for this project. 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 Joint Bonds, Insulated Connection , and Flange Gaskets shall be in accordance with Section 15640 in the Appendix. e . Bend Fittings All bend fittings shall be long radius to permit passage of pipeline pigs. · f . Pipe Ends Pipe ends shall be 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 Rubber gasket joints are not allowed for this project. 2) Lap Welded Slip Joint i.) ii.) iii.) 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 . 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 the nearest tangent of the bell radius when welds are to be located on the inside of the pipe . Lap welded slip joints may 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". ASC -55 11102/04 PART DA -ADDITIONAL SPECIAL CONDITIONS 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 sp iral 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 C207 and AWWA C206 . 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 . Flanges shall be Class E with 275 psi working pressure in accordance with AWWA C207 and in accordance with ANSI/ASME 816.1 Class 125 for areas designated with a 225 test pressure . 4) Flexible Couplings Flexible couplings shall be provided where specified. Ends to be joined by flexible couplings shall be of the plain end type , prepared as stipulated in AWWA C200 . 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 M11 . 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 C206 and applicable provisions of this specification . g. Factory-Applied exterior Polyurethane Coatings 1) Applicator Qualifications : i.) ii.) iii.) 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. 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. Personnel respons ible 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 . ASC-56 11/02104 PART DA -ADDITIONAL SPECIAL CONDITIONS 2) Surface Preparation 3) 4) 5) 6) i.) Visible oil , grease , dirt, and contamination shall be removed in accordance with SSPC-SP1, solvent cleaning . ii.) 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. iii.) 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. iv .) 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. v .) Grit and shot abrasive mixture and gradation shall be adequate to achieve a sharp angular surface profile of the minimum depth specified . vi .) Protect prepared pipe from hum idity, 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. vii.) Priming and coating of pipe shall be completed in a continuous operation the same day as surface preparation . viii .) Wire wheel or blast exterior surfaces in accordance with SSPC-SP1 O; to a near-white metal blast cleaning with a 3.0 MIL angular profile in bare steel. Equipment: Two-component, 1: 1 mix ratio , heated airless spray unit. Temperature: Minimum 5 degrees F above dew point temperature . The temperature of the surface shall not be less than 60 degrees F during application. Hum idity: Heating of pipe surfaces may be required to meet requirements of 2.01A if relative hum idity exceeds 80 percent. Resin : Do not thin or mix res ins; use as received . Store resins at a temperature above 55 degrees F at all times. ASC -57 PART DA -ADDITIONAL SPECIAL CONDITIONS 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 bf the pipe shall be adequately protected during pipe handling and shipment. 8) Recoating: Recoat only when coating has cured less than maximum time specified by coating manufacturer. When coating has cured for more than recoat time, brush-blast or thoroughly sand the surface . Blow-off cleaning using clean, dry, high pressure compressed air. 9) Curing: Do not handle pipe until coating has been allowed to cure, per manufacturer's recommendations. C . EXECUTION 11/02104 1. INSTALLATION a. General 1) 2) 3) 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 . 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 stulls. Use immersion vibration or other approved method to consolidate embedment material. Maximum allowable pipe deflection is limited to 2% for mortar coated steel pipe and 3% for polyurethane coated steel pipe . Keep the pipe clean during the laying operation and free of sticks, dirt, animals, and trash, and at the close of each operating day, effectively seal the open end of the pipe against the entrance of water using a gasketed night cap . Do not lay pipe in water. ASC -58 11/02104 PARr .DA -ADDITIONAL SPECIAL CONDITIONS 4) Install bonds at all pipe joints, other than welded joints or insulated joints. b . Pipe Handling Pipe shall be handled at all times with a minimum of two wide non-abrasive slings, belts or other equipment designed to prevent damage to the coating or lining. The equipment shall be kept in such repair that its continued use is not injurious to the coating. The spacing of pipe supports required to handle the pipe shall be adequate to prevent cracking or damage to the lining or coating. c . Line Up and Bends 1) Line up pipe for joining so as to prevent damage thereto . Thoroughly clean the bell and spigot ends of each joint of pipe of foreign matter, rust and scale before placing spigot into bell. 2) Where abrupt changes in grade and direction occur, the Contractor shall employ special shop fabricated fittings for the purpose . Field cutting the ends of the steel pip~ to accomplish angular changes in grade or direction of the line shall not be permitted . d. Pipe Laying -Rubber Gasket Joints Rubber Gasket joints are not allowed for this project. e . Pipe Laying -Welding Joints 1) 2) 3) 4) Weld joints in accordance with the AWWA C206 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. Adequate provisions for reducing temperature stresses shall be the responsibility of the Contractor. 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. 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 . ASC -59 PART DA -ADDITIONAL SPECIAL -CONDITIONS 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, 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 ~ipe 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 C206 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 in accordance with AWWA C206 and set forth in ANSI/AWS D.1 .1. 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 11102104 ASC -60 11/02104 PART DA -ADDITIONAL SPECIAL CONDITIONS for repairing the joint shall be approved by the Engineer before proceeding. f . Inside Joint Grouting for Pipe with Plant-Applied Mortar Lining Upon completion of 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. 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 i.) ii.) iii.) Primer: Provide as recommended by the sleeve manufacturer. 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. 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 SO-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 ASC -61 11/02104 PART DA -ADDITIONAL SPECIAL CONDITIONS consideration shrinkage of the sleeve due to installation and joint profile. iv.) Manufacturers : Canusa , or approved equal. 3) Installation i.) ii.) iii.) iv .) v .) vi.) vii.) viii.) x.) 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 adj acent 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. Remove all loose or damaged pipe coating at joint and either repair the coating as specified herein or increase the length of thejoint coating , where reasonable and practical. ; :' Complete joint bonding of pipe joints before application of joint coating. Joint bonds shall be low profile bonds and all gaps and crevices around the bonds shall be filled with mastic sealant. 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. Metal surface shall be free of all dirt, dust, and flash rusting prior to sleeve application. 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. 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 . 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. ASC -62 11/02104 PART DA -ADDITIONAL SPECIAL CONDITIONS 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 . xi.) 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 . xii.) Completed joint sleeve shall be fully bonded to the pipe and existing coating surface, without voids, mastic beading shall be visible along the full circumference of the sleeve, and there shall be no wrinkling or excessive burns on the sleeves . Sleeves which do not meet these requirements shall be removed and the joint recoated as directed by the Engineer. Minor repairs may be repaired using heat shrink sleeve repair kits. xiii.) 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. h. Protective Welded Joints Coating System for Polyurethane Coated Steel Pipe 1) General i.) ii.) iii.) 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. The Contractor is responsible for his operations so that they do not damage the factory applied coating system . 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 1 O joints , selected at random by the Engineer or Owner to visually inspect and test the joint ASC -63 PART DA -ADDITIONAL SPECIAL CONDITIONS after welding . Any damage must be repaired. If the Contractor's welding procedure damages the three layer joint coating system , the Contractor, at the direction of the Engineer, will be required to modify his welding procedure . 2) Joint Coating (3 Layer) i.) Apply three Layer Joint Coating System before Weld ing the Joint ii.) 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 CANUSA HCO Wrapid Tape heat resistant tape to the exterior bell end of the pipe , centered on the location of the welding , over a 35 mil factory applied polyurethane coating. iii.) Surface Preparation and Installation for Heat Shrinkable Joint Sleeve a) Clean pipe surface and adjacent coating of all mud, oil, grease, rust, and other foreign contaminates with a wire brush in · accordance with SSPC-SP2, Hand Tool Cleaning , or SSPC -SP3 , Power Tool Cleaning . Remove oil or grease contamination by solvent wiping the pipe and adjacent coating in accordance with SSPC-SP1, Solvent cleaning . Clean the full circumference of the pipe and a minimum of 6-inches onto the existing coating . b) Remove all loose or damaged pipe coating at joint and either repair the coating as specified herein or increase the length of the joint coating, where reasonable and practical. c) Complete joint bonding of pipe joints before application of joint coating . d) Joint bonds shall be low profile bonds and all gaps and crevices around the bonds shall be filled with mastic sealant. e) Store sleeves in shipping box until use is required . Keep dry and sheltered from exposure to direct sunlight. Store off the ground or concrete floors and maintain at a temperature between 60°F and 100°F as recommended by the sleeve manufacturer. 11102104 ASC -64 11/02/04 PART DA -ADDITIONAL SPECIAL CONDITIONS f) Metal surface shall be free of all dirt, dust, and flash rusting prior to sleeve application . g) Preheat pipe uniformly to 140°F to 160°F or as recommended by the sleeve manufacturer. Monitor pipe temperature using a surface temperature gauge, infrared thermometer, or color changing crayons. Protect preheated pipe from rain, snow, frost, or moisture with tenting or shields and do not permit the joint to cool. h) Prime joint with specified primer and fill all cracks, crevices, and gaps with mastic filler in accordance with the manufacturer's recommendations for the full circumference of the pipe . i) Apply heat shrink sleeve w.hen 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. k) 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 . I) Completed joint sleeve shall be fully bonded to the pipe and existing coating surface, without voids, mastic beading shall be visible along the full circumference of the sleeve, and there shall be no . wrinkling or excessive burns on the sleeves . Sleeves which do not meet these requirements shall be removed and the joint recoated as directed by the Engineer. Minor repairs may be repaired using heat shrink sleeve repair kits . m) 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. ASC -65 11/02104 PART DA -ADDITIONAL SPECIAL: CONDITIONS iv.) 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 usin·g CANUSA Repair Patch Kit (CRPK) or approved equal. The damaged area shall be covered with a minimum of 50 mm overlap around the damaged area . i. Protection of Buried Metal Buried ferrous metal such as bolts and flanges which cannot be protected with factory or field-applied polyurethane coatings or heat shrink sleeves shall be coated with two wraps of wax tape and encased in flowable fill. j . Repair and Field Touchup of Polyurethane Coating 1) Apply Madisdn GP II (E) Touchup Polyurethane Coating or equal Futura Coating for repair and field touch-up of polyurethane coating. 2) Repair Procedure -Holidays : i.) Remove all traces of oil, grease , dust, dirt, etc. ii.) Roughen area to be patched by sanding with rough grade sandpaper (40 grit). iii.) Apply a 35 mil coat of repair material described above. Work repair material into scratched surface by brushing or rolling in accordance with manufacturer's recommendations. iv.) Retest for Holiday. 3) Repair Procedure -Field ·Cuts or Large Damage : i.) ii.) iii.) iv.) If in the opinion of the Owner, or Owner's representative , that the polyurethane coating is excessively damaged. The pipe segment will be rejected until the coating system is removed and replaced so that the system is in a like-new condition . Remove burrs from field cut ends or handling damage and smooth out edge of polyurethane coating . Remove all traces of oil, grease, dust, dirt , etc. 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 . ASC -66 11/02104 PART DA -ADDITIONAL SPECIAL CONDITIONS v.) Apply a 35 mil coat of repair material described above , in accordance with manufacturer's recommendations. Work repair material into scratched surface by brushing . Feather edges of repair material into prepared surface. Cover at least 1 inch of roughed area surrounding damage , or adjacent to field cut. vi.) Test repairs for Holidays . k. Exterior Joint Protection for Mortar Coated Steel Pipe -NOT USED I. Patch of Mortar Coating -NOT USED m. Patch of Lining (Plant or Field) 1) Repair cracks larger than 1/16". Pipes w ith disbonded linings will be rejected . Excess ive 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 ha!? no dimension greater than 12". In general, there shall be not more than one (1) patch in the lining of any joint of pipe. 2) Wherever necessary to patch the pipe, make the patch with the mortar indicated . Do not install patched pipe until the patch has been properly and adequately cured and unless approved by the Engineer. n. Quality Control of Field Applied Polyurethane Coating 1) Surface Preparation: Visually inspect surface preparation to ensure cleanliness and dryness requirements have been met. Use Testex tape on at least 1 joint/day to ensure that adequate profile is being achieved . 2) Visual : Visually inspect cured coating to ensure that the coating is completely cured with no blisters , "sticky" or "gooey" areas . Also check to ensure that the coating completely covers the steel and existing coating . 3) Thickness: Use a magnetic dry film thickness gauge on cured coating to ensure adequate thickness has been achieved according to SSPC PA2 . 4) Adhesion: Perform the following procedure on a minimum of 1 joint per day: i.) Select area to test that has cured for at least 1 hour for fast setting coatings. ASC -67 PART DA -ADDITIONAL SPECIAL CONDITIONS ii.) Make small "X" cut through the coating down to the steel with a sharp knife . iii.) Each arm of the "X" should be approximately 1" long . iv.) With the point of the knife , attempt to remove the coating at the center of the "X" by sliding/poking the knife point under the coat ing. v.) Reject if coating is removed easily in large sections (>2 in2). Note that -some qualitative judgment is necessary and that the longer the coating has cured, the greater the adhesion . vi.) 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 Welding Joints : When applying the three layer joint coati_ng system for post welding the joints , the Contractor must show that 'hi~r 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 systen:i , the Contractor, at the direction of the Engineer, will be required to modify his welding procedure . 2. HYDROSTATIC TEST Perform a hydrostatic test in accordance per City of Fort Worth Standards . DA-122 CATHODIC PROTECTION This item consists of Cathodic Protection for the selected bid pipe material. Plans and specifications for the various cathodic protection requirements are included in the contract documents . Technical specifications for Cathodic Protection are included in the Appendix as part of the "Corrosivity Study and Corrosion Protection Design 24" Diameter Waterline -Phase 2 Water and Sanitary Sewer main Relocations for SH-121T (Southwest Parkway)" as prepared by Corrpro Companies, Inc . Payment for Cathodic Protection of the pipel ine shall be a lump sum price that includes installation of test stations, testing, start-up, and all incidental work and materials necessary to complete the installation in accordance with the drawings and specification~. 11/02104 ASC -68 PART DA -ADDITIONAL SPECIAL CONDITIONS DA-123 GRAVEL DRIVEWAY REPAIR At locations where gravel driveways are encountered, such driveways shall be completely replaced for the full extent of utility cut with gravel equal to or better than the existing driveway. Measurement and payment for gravel driveway repair shall be per square yard of gravel complete and in place, shall be full compensation for all labor, materials , equipment, tools , and incidentals necessary to complete the work . DA-124 REPLACEMENT OF TREES (OMIITED) DA-125 PIPELINES CROSSING HIGHWAYS, STREETS AND RAILROADS BY BORING, TUNNELING OR OPEN CUT A. GENERAL 11/02/04 1. WORK INCLUDED 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. 2. QUALITY ASSURANCE a. DESIGN CRITERIA 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 insulators shall be determined by the Manufacturer to protect carrier pipe from damages . One insulator shall be placed within 2' of ends of casing . ASC -69 . 11/02104 PART DA -ADDITIONAL SPECIAL CONDITIONS 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 engag~d 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, or clearances from other underground utilities or structures . Any additional cost caused by this variation shall be the responsibility of the Contractor. ' 3. SUBMITTALS Submittals shall include: 4 . a Installer's Qualifications b 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 sealed by a Licensed Engineer in the State of Texas . Shop drawings are for record purposes only and will not be reviewed or approved by the Engineer. STANDARDS AWWA C-206 AWWA C-210 AASHTO M-190 AASHTO ASTM A-36 ASTM A-123 ASTM A-135 ASTM A-139 ASTM A-153 ASTM A-307 ASTM A-449 "Field Welding of Steel Water Pipe" "Liquid Epoxy Coating Systems for the Interior and Exterior of Steel Water Pipelines" "B ituminous Coated Corrugated Metal Culvert Pipe and Pipe Arches" Standard Specifications for Highway Bridges , 1989. "Structural Steel" "Zinc (Hot Dipped Galvanized) Coatings on Iron and Steel 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" ASC -70 11/02104 PART DA -ADDITIONAL SPECIAL CONDITIONS ASTMA-569 "Steel , Carbon, Hot-Rolled Sheet and Strip, Commercial Quality" ASTM A-570 "Hot Rolled Carbon Steel Sheet and Strip, Structural Quality" . ASTM C-76 "Reinforced Concrete Culvert , Storm Drain, and Sewer Pipe" , . ASTM D-4254 "Test Methods for Minimum Index Density of Soils and Calculation of Relative Density" 5. DELIVERY AND STORAGE a . The Contractor shall store tunnel liner plate in accordance with _manufacturer's recommendations. Any liner plate that appears to have been damaged in the opinion of the Owner's representative shall be removed from the project and replaced with a new piece . 6. JOB CONDITIONS; PERMITS AND EASEMENT REQUIREMENTS a. b. C. d . e. Where the work is in the public right-of-way or . rai.lroad 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 . 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 . Construction along roads and railroads shall be performed in such manner that the excavated material be kept off the roads and railroads at all times , as well as , all operating equipment. Construction shall not interfere with the operations of the roads and railroads . Barricades , warning signs, and flagmen, when necessary and specified , shall be provided by the Contractor. 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 avoid damage to the existing pipe lines or telephone ASC -71 PART DA -·ADDITIONAL SPECIAL CONDITIONS cables. Verification of location of existing utilities shall be the complete responsibility of the Contractor. 7. OPTIONS a. CASING MATERIAL: Unless specified otherwise, the Contractor may use steel pipe or tunnel liner plate where bore and/or tunnel as specified. Unless specified otherwise, the Contractor shall use st~el 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 Contracto( may use jacking or 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 . 8. GUARANTEES [Not Used] B. PRODUCTS 11102/04 1. MATERIALS · a. STEEL PIPE: Steel casing pipe shall have a minimum yield strength of 35,000 psi. Casing shall meet ASTM A36, ASTM A570, ASTM A 135, ASTM A 139, or approved equal. Pipe shall be coated and lined in accordance with AWWA C210 or approved equal. Pipe joints shall be weTded in accordance with AWWA C206. 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: b. 42" 0.50" TUNNEL LINER PLATES : Corrugated metal tunnel liner plates shall be galvanized 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 applied at a rate of 2 .0 oz . per square foot on each side . Tunnel liner plates and fasteners shall comply with the requirements of MSHTO 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 . ASC-72 - 11102/04 PART DA -ADDITIONAL SPECIAL CONDITIONS 2. MIXES 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 : 48 " - 2 Flanged 48" - 4 Flanged 14 gage 12 gage 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 pre- formed 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 3. FABRICATIONS [Not Used] 4. MANUFACTURED PRODUCTS a . TUNNEL LINER: Manufactured by Contech Construction Products, Inc .. , American Commercial Inc ., or approved equal. ASC -73 PART DA -ADDITIONAL SPECIAL CONDITIONS b. CASING INSULATORS: Thickened Mortar Bands shall be used for this project. Casing insulators may be used in lieu of mortar bands and rollers. In lieu of casing insulators or mortar bands, steel rails and rollers may be cons.idered as an acceptable substitute. However, the Contractor must submit a design for .the rail and roller installation ' as well as documentation to justify the substitution as iin acceptable installation, in lieu of casing insulators . Use casing insulators for any type of carrier pipe. Insulators shall consist of pre-manufactured stainless steel bands with plastic lining and plastic runners. Insulators shall fit · snug over the carrier pipe and position the carrier pipe approximately in the center of the casing pipe, to provide adequate clearance between the 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 polyurethane coated steel pipe may have thickened outside mortar bands in lieu of casing insulators. Mortar bands shall properly position the pipe within the casing or tunnel liner. C. EXECUTION 11/02104 1. . PREPARATION [Not Used] 2. . GENERAL CONSTRUCTION PROCEDURES a. EXCAVATION AND BACKFILL OF ACCESS PITS 1) Do .not al .low 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 ASC -74 11/02104 PART DA -ADDITIONAL SPECIAL CONDITIONS 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 rails are used, install pipe and hold down jacks after installation of carrier pipe . 3) After installation of the carrier pipe, mortar inside and outside of the joints as applicable . Verify electrical discontinuity 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, 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 . 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) 2) 3) 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. Unless specified otherwise, install pressure grouting through grout fittings for the casing pipe or tunnel liner plate 48" in diameter or larger. Grout fittings shall be fabricated into casing pipe and tunnel liner plate at a maximum spacing of 6': Remove and plug grout fittings after pressure grouting. Install pressure grout from the low end for all crossings where grout fittings are not used . Seal the low end and pressure grout until grout is extruded from the opposite end . ASC -75 11/02104 PART DA -ADDITIONAL SPECIAL CONDITIONS 3. CROSSINGS INSTALLED BY BORING 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 soil 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 casing pipe is inserted simultaneously with the boring operation. 4. CROSSINGS INSTALLED BY TUNNELING AND JACKING a . b . 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. Prov ide 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. 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 not more than 2" for the upper half of the ASC-76 PART DA -ADDITIONAL SPECIAL CONDITIONS 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. 5. 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 . b. Accurately maintain the face of the excavation inside the tunnel so as to allow the absolute minimum of void space outside the liner plate. Maintain a maximum of 1/2" tolerance between the outside of the liner plate and the excavation wherever possible. The tunnel diameter shall not be greater than 2" larger than the liner O.D. 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 line.r 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 . 6. CROSSINGS WITH CASING INSTALLED BY OPEN CUT a. 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 the construction plans. All other requirements shall be as specified herein . DA-126 BUTTERFLY VALVES (OMITTED) 11102104 ASC -77 PART DA -ADDITIONAL SPECIAL CONDITIONS DA-127 GATE VALVES A. GENERAL 11/02104 1. SCOPE OF WORK a. Furnish all labor, materials, equipment and incidentals required to completely install and put into operation resilient seated gate valves and . actuator as specified herein and shown on the drawings . 2. QUALITY ASSURANCE a. References : 1) American Water Works Association (AWWA) AWWA C509 Resilient seated gate valve for water supply service . 2) American Society for Testing and Materials (ASTM) ASTM A48 Gray Iron Castings ASTM'A126 . Gray _Iron Castings for. Valves, Flanges , and Pipe _Fittings ASTM A436 Austenitic Gray Iron Castings ASTM A536 Ductile Iron Castings. b. Unit Responsibility and Coordination: The Contractor shall cause all equipment specified under this section to be furnished by the valve manufacturer who shall be responsible for the adequacy and compatibility of all valve ,components including the actuator. Any component of each complete unit not provided by the valve manufacturer shall be designed, fabricated , testing , and installed by factory-authorized representatives experienced in the design and manufacture of the valve equipment. This requirement , however, shall not be construed as relieving the Contractor of the overall responsibility for this portion of the work. 3. ENVIRONMENTAL CONDITIONS The equipment to be provided under this section shall be suitable for installation and operation either inside vault structure or directly buried for a gate valve. 4. SUBMITTAL$ a. Submittals required after award of contract and prior to installation : 1) Technical bulletins and brochures on resilient seated gate valves. ASC -78 PART DA -ADDITIONAL SPECIAL CONDITIONS b. Submittals required prior to final walk through: 1) Operation and Maintenance Manual. · 5. SPARE PARTS AND TOOLS a. Furnish one set of special tools required for the proper servicing of all equipment supplied under these Specifications, packed in a suitable steel tool chest with a lock. 6. SHIPPING INSTRUCTIONS a. All parts shall be properly protected so that no damage or deterioration will occur during a prolonged delay from the time of shipment until installation is completed and the units and equipment are ready for operation. b. All equipment and parts must be properly protected against any damage during a prolonged period at the site. c. The finished surfaces of all exposed flanges shall be protected by wooden blank flanges, strongly built and securely bolted thereto . d. Finished iron or steel surfaces not painted shall be properly protected to prevent rust and corrosion. e. Storage and Protection: Take special care to prevent plastic and similar brittle items from being directly exposed to the sun, or exposed to extremes in temperature, preventing any deformation. 7 . WARRANTY a. The equipment shall be warranted to be free from defects in workmanship, design and materials . If any part of the equipment should fail during the warranty period, it shall be replaced and the unit(s) restored to service at . no expense to the Owner. Warranty shall be for a period of two years and begin on the Date of Acceptance . B. PRODUCTS 11/02104 1. RESILIENT SEATED GATE VALVES a. b. Resilient seated gate valves 4" through 48" shall meet or exceed the latest revisions of AWWA C509 and shall meet or exceed the requirements of this specification . All valve components in contact with potable water shall conform to the requirements of ANSI/NSF Standard 61 . All valve materials for components in contact with potable water shall be resistant to chloramines. Valve body shall be ductile iron per ASTM A536 . Flanged ends shall be furnished in accordance with ANSI/AWWA C115/A21.15. Standard Flanged ASC -79 PART DA -ADDITIONAL SPECIAL CONDITIONS J Drilling. Mechanical Joints shall be furnished with outlets which conform to ANSI/AWWA C111/A21 .11 .mechanical joint requirements. c. The disc shall be constructed of ductile iron fully encapsulated in rubber. No iron shall be exposed on the disc . d. Hex head bolt, and hex nut shall be Steel ASTM A307 Gr. B, Zinc Plate per ASTM 8633, SC3 for non-buried service (4" through 12" valves). Hex head bolt and hex nut shall be 304 or 316 Stainless Steel for buried service (all sizes) and for valves 16-inch through 30-inch (non-buried service). e . T-Bolts shall be high strength low alloy Cor-Ten or approved equal. f. Resilient seated gate valves shall be Clow, American Flow Control , Mueller, or equal for size 4" through 48" in accordance with the City of Fort Worth's Standard Products List. Valves 16" and larger shall be contained within a vault as shown on the plans. g. Gate valves in buried service shall be provided with polyethylene encasement in accordance with AWWA C 105. h. Resilient seated gate valves for buried service shall be furnished with a square 2" operating nut. The valve box shall be Mueller H-10360 or Engineer approved equal. i. In all non-buried service, handwheel operators shall be furnished, unless otherwise specified. j. Resilient seated gate valves shall be non-rising stem type unless otherwise specified . k. All resilient seated gate valves shall be provided to open in clockwise direction. I. All resilient seated gate valves 20" and larger shall be provided with gear reduction . C. EXECUTION 1-1102/04 1. INSTALLATION a . All resilient seated gate valves shall be installed in accordance with the instructions of the manufacturer and as shown on the drawings . ASC -80 PART DA -ADDITIONAL SPECIAL CONDITIONS DA-128 AIR RELEASE VALVES A. GENERAL 11/02104 1. SCOPE OF WORK: a. Furnish all labor, materials, equipment and incidentals required to completely install and put into operation, air release/ air vacuum valves as specified herein and shown on the drawings. 2 . SYSTEM DESCRIPTION a. The arrangement shown on the drawings is based upon the best information available to the Engineer at the time of design and is not intended to show exact dimensions to any specific equipment unless otherwise shown or specified . Therefore , it may be anticipated that the structural supports, foundations, and connected piping shown, in part or in whole, may have to be changed in order · to accommodate the equipment furnished. No . additional payment will be made for such changes . All necessary calcu'iations and drawings for any related redesign shall be submitted to the Engineer for his approval prior to beginning the work. b. The valve shall be designed to operate with the following working conditions without damage to the valve . Water Type Working Pressure Range Test Pressure Range Surge Pressure Flow Range Potable Water 10 psi -150 psi 225 psi 100 psi 0 MGD-56 MGD c. The air release/air vacuum valve shall operate satisfactorily over the complete operating range shown . The equipment to be provided under this section shall be suitable for installation and operation at elevations from about 560-590 feet above sea level inside a vault structure . Outside ambient temperatures range between O and 110 degrees F, and reported water temperatures vary between 50 and 105 degrees F. Relative hum idity is expected to range between 5 and 100 percent. The valve shall be capable of being submerged periodically. The valve shall be the product of a manufacturer regularly engaged in the manufacture of Air release/air vacuum valves having similar service and size. The valves covered by the specifications are intended to be standard equipment of that has proven ability. Only the following manufacturers and models are acceptable. Manufacturers Vent-0-Mat ARI ASC -81 11/02104 PART DA -ADDITIONAL SPECIAL CONDITIONS d. All other valves will be considered a substitution, and will be required to submit a substitution request. The Engineer shall be the sole judge of the acceptability of any substitution requested. If the substitution request is found to be unacceptable by the Engineer then the contractor shall provide the listed equipment at no additional expense to the owner. The Contractor shall be fosponsible for any delays as a result of a substitution request. e. The listing ·above does not imply that the manufacturer's standard product is acceptable. The successful manufacturer will be required to conform to all specifications. 3. SUBMITTALS a. Submittals required after award of contract and prior to installation: 1) Technical bulletins and brochures on air release valves . b. Submittals required prior to final walk through: 1) · Operation and Maintenance Manual. 4. SHIPPING INSTRUCTIONS a. All parts shall be properly protected so that no <:1amage or deterioration will occur during a prolonged delay from the time of shipment until installation is completed and the units and equipment are ready for operation . b. All equipment and parts must be properly protected against any damage during a prolonged period at the site. c. Finished iron or steel surfaces not painted shall be properly protected to prevent rust and corrosion. d. Storage and Protection : Take special care to prevent plastic and similar brittle items from .being directly exposed to the sun, or exposed to extremes in temperature, preventing any deformation . 5. WARRANTY: a. The equipment shall be warranted to be free from defects in workmanship, design and materials. If any part of the equipment should fail during the warranty period, it shall be replaced and the unit(s) restored to service at no expense to the Owner. Warranty shall be for a period of two years and begin on the Date of Acceptance . ASC -82 =, = PART DA -ADDITIONAL SPECIAL CONDITIONS B. PRODUCTS 1. AIR RELEASE/AIR VACUUM VALVE a. The air vacuum valve shall achieve the following functions : 1) High volume discharge during pipeline filling 2) High volume intake through the large orifice 3) Pressurized air discharge 4) Surge Dampen ing -Controlled discharge rates b. The valve shall have an integral surge alleviation mechanism which shall operate automatically to limit transient pressure rise or shock · induced by closure due to high velocity air discharge or the subsequent rejoining of the separated water columns. The limitation of the pressure rise shall be achieved by decelerating the approaching water pri<?r to valve closure. c. Materials 1) 2) All internal parts shall be a ,non-corroding material such . as stainless steel or High density polyethylene . The valve body shall be constructed of stainless steel or ductile iron and equipped with intak~ and discharge flang,es. Intake/Discharge orifice area shall be equal to the nominal size of the valve . The valve shall perform as intended with no geformation, leaking or damage of any kind for the pressure ranges indicated . C. EXECUTION 1. All air release valves shall be installed in accordance with the instructions of the manufacturer and as shown on the drawings. DA-129 · CONSTRUCTION COORDINATION WITHIN UNION PACIFIC RAILROAD PERMIT AREA (OMITTED) DA-130 Fl~ERGLASS SEWER PIPE-GRAVITY SERVICE (OMITTED) DA-131 JUNCTION SANITARY SEWER MANHOLE (OMITTED) DA-132 SUBSURFACE EXPLORATION (OMITTED) DA-133 ABANDON EXISTING WATER AND SANITARY SEWER STRUCTURES (OMITTED) 11/02104 ASC -83 PART DA -ADDITIONAL SPECIAL CONDITIONS iii. The Contractor shall start grouting the voids space from the middle outward . iv. Test pipe shall also be placed in the void space . They should be offset from the insert point at maximum increment of 75'. The pipe shall be left open in the void space. The test is determined to be successful, if grout flows from void space to the bore pit. Pipe inlets are to be located at the 50% diameter and 90°/o diameter vertical distance from the flow line. Fill PVC pipe with grout and cap when tests are successful. v. Sound encasement pipe to determine location of void spaces . Record results at least every 25'. vi. Fill the annular space until grout comes out the next hole insertion point in the crown . Cap the hole in the crown when grout continuously goes out hole . Continue capping the holes until grout does not continue to flow to the next hole. Create new insertion point and check holes for grout. During the process, record the location grout discharges and keep a time log of the volume of grout inserted into the void space . vii. Inspect the progress of the grouting operation by sounding the carrier pipe . Record results for tests conducted at least every 25'. Check the circumference of the pipe for the location of the grout. viii. Cap the ends of tunnel. This includes the space between the water pipe the outer limits of the tunnel. DA-140 TUNNELING A. GENERAL 1. SCOPE. This section covers hand tunneling and shall include the necessary preparation of the site; removal and disposal of all debris; excavation as required; the handling, storage, transportation, and disposal of all excavated material; all necessary protection work; pumping and dewatering as necessary or required; protection of adjacent property; and other appurtenant work . 2. GENERAL. With reference to the terms and conditions of the construction standards for excavations set forth in the OSHA "Safety and Health Regulations for Construction", Chapter XVII of Title 29, CFR, Part 1926, the Contractor shall employ a competent person and, when necessary, a registered professional engineer, to act upon all pertinent matters of the work of this section. B. PRODUCTS 1. Tunnel Liner Plates. Galvanized steel tunnel liner plates shall be corrugated sections as manufactured by Contech Construction Products or Commercial Pantex Sika. Liner plates shall have sectional properties conforming to Section 16 .5 of AASHTO "Standard Specifications for Highway Bridges" or to Chapter 1, Section 4.16 .5, Table 4.16 .1, of AREA "Manual for Railway Engineering". 11/02104 The liner plates shall be designed so that erection and assembly can be accomplished entirely from inside the tunnel. Liner plates shall be capable of withstanding the ring thrust ASC -87 PARTE r. - -- .... adjustments at connections may be made with bends, offsets, or joint deflections. All nonstandard bends shall be made using the closest standard M.J. fittings with the required joint deflections. (Deflections not to exceed manufacturer's deflection per joint) 7. Contractor shall keep at least one lane of traffic open at all times during construction and access to all places of business and residence at all times .(Reference C6-6.5 GCD) 8 . No excavated materials, backfill materials, equipment , or supplies shall be stored within floodways or drainage easements. (Reference C6 -6.6 GCD) 9. Trenches which lay outside existing or future pavements shall be backfilled above the top of the embedment with Type "C" backfill material. When Type "C" backfill material is not suitable, at the direction of the Engineer, Type "B" material shall be used. All backfill material shall be compacted to a minimum of 90% proctor density by means of tamping only . Trenches which cross under existing or future pavement shall be backfilled with 95% proctor density by jetting, tamping, or a combination of such methods per Fig. "A". 1 O. Rim elevations of the proposed sanitary sewer manholes in repaved streets are shown as final finished grades in these plans. They shall be constructed to 15" below final finished grade by utility contractor and adjusted by paving contractor in accordance with Fig. M of the special contract documents . Concrete collars shall be installed where indicated on the plans per Fig . 121 of the special contract documents . Manhole inserts shall be installed in all standard four foot and standard four foot drop access manholes per E-100-4 of the special contract documents. Standard four foot diameter manholes shall be in accordance with section E2A , Fig . 103 and Fig . 104 GCD , standard four foot drop access manholes per Fig . 107 GCD , and shallow manholes per Fig. 106 GCD. 11 . The top of the water lines shall be a minimum of 3'-6" below the top of the curb for 12" and smaller mains except where otherwise shown on these plans . 12 . All water meters shall be placed or relocated 3'-0" behind the face of the proposed curb or as directed by the Engineer. 13 . All existing water services shall be replaced with 1" minimum copper tubing unless a larger size is indicated on the plans . Corporation stops shall be fully opened prior to trench backfill . Curb stops with lock wings shall be tested for full flow when the system is pressure tested. Extend 1 " water services to those lots where no water services have been extended to . Locate these services. at normal locations or as directed by the Engineer. a . The normal location of water service lines shall be 5' east or north of the center of the property frontage . b. For 40' or less lot frontage , all water services shall be placed 18" from the east or south property line . 14 . All sanitary sewer services encountered shall be replaced to the property line as directed by the Engineer. E-4 - - SECTION E1-18A-REINFORCED PLASTIC WATER METER BOXES E 1.18A.1 SCOPE: This specification covers three types of water meter boxes , Type A and B, and Type C. E 1.18A 1. 1.1 Class A Standard Meter Box : Intended for use with services utilizing 5/8 " X %", %" and 1" meters . E1 .18A.1.2 Class B Standard Meter Box : Intended for use with services ut ilizing 1-1 /2 " and 2" meters . E1 .18A.1 .3 Class C Standard Meter Box : Intended for use with serv ices utilizing two 5/8" X %" or %" meters. E1 .18A.2 CONSTRUCTION: Reinforced plastic water meter boxes and iron cover lids under this specification will include three specific sizes of a rectangular shape. Those three sizes will be referred to us: CLASS 'A', 11 " x 18 " Box, 12" high CLASS 'B ', 15.25" x 27" Box , 12" high CLASS 'C', 18" x 16' Box, 12" high E1.18A.3 REINFORCED PLASTIC METER BOX SPECIFICATION The meter box shall be constructed of Linear Medium Density Polyethylene (LMDPE) as defined in ASTM D-883-95A and have a minimum wall'thickness of .500". The exterior shall be black to provide UV protection. Boxes shall be able to withstand a minimum 15,000 ponds vertical load and shall withstand a minimum 400 pounds sidewall load . The meter box exterior shall be free from seams or parting lines and all edges and corners are to be smooth and free from sharp edges so the unit can be handled safely without gloves . E1 .18A.4 IRON METER BOX LID SPECIFICATION The meter box lids are to be made of cast iron according to ASTM A48-84 , Class 308 or ductile iron according to ASTM A-536 . The lids shall withstand a minimum vertical load of 15,000 pounds . Castings are coated with a bitum inous emulsified asphalt unless otherwise specified , ground smooth , and cleaned with shot blasting, to get a uniform quality free from strength defects and distortions. Dimensions shall be within industry standards of plus or minus (+/-) one-sixteenth of an inch per foot. All castings will bear the Manufacturer's IS (name or logo) and Country of Orig in. Casting weights may vary plus or minus(+/-) five percent from drawing weight per industry standards . E-5 ~- PARTF - CERTIFICA'IE OF INSURANCE ro: CITY OF FORT WOR.lH Date~ 03/17/2010 NAMEOFPROJF.CT: SH121TSQUTIIWJ!STPARKWAYWATE.R&SANITARYSEWER MAIN RELOCATION PART 13 24 INCB WATER MAIN AT AT DIRKS I ALT AMESA PROJECT NUMBER: Water P2§}§03170020487 IS ro CERTIFY 1HAT: M:CQN CPNSTRUCTJQN, INC ia. at the date of this certificate, Imured by this Compeny with respect to the business operations hereinafter described, for the type of imurmce and acccldaoce with pnmsiom of the standud polic:ia used by this Company, and furthec hereimfbr dacnl>ed. Exceptiom to standard policy noted on reverse side hereof. TYPE N INS JU A hlf"J: Poliev Effective ExDiret Limit, of'Liabilitv Wcda''1C tion TSF0001128539 0311!5/2010 0311 !512011 STATUTORY LIMITS Cocapd,euaiw Genaal Bodily Injury: Liability wuraoce {Publio C09427A77!5 03/1!5/2010 03115/2011 F.a. ()ceurrenge: S 1,000,000 Liability) Property Damage: F.a. Occurreace: S 1,000,000 Bwlirur C09427A77!5 0311!5/2010 0311 !5/2011 Ea. Olicurrmce: S 1,000,000 Collapse of 8uildill8 or k:;09427 A 77!5 Strucbnl ldjacait to 0311!5/2010 03/1512011 F.a. Occune:ncc,: S 1,000,000 acawtions Damage to Underground Utilities C0942A77!5 03/1 !512010 03/1 !5/2011 Ea. 0ccurrenoc: S 1,000 ,000 Builder'• Risk Comprehmsiw Bodily lnjwy: Automobile Liability Ea . Pc:non: s 1,000,000 c~ 1- BA9427A787 03/15/2010 03/15/2011 Ea .Oocumnc:e:S Property Damage: Ea. Ol:curn:noe: s Bodily Injury: COlllJa(:tua) Liability C09427A77!5 03/15/2010 031/1 !5/2011 Ea. Occurrence: S 1,000,000 Property Damaae: Ea. Oa:urmJce: S 1,000,000 Other Umbrella CUP5450B224 03/1!5/2010 03/1 !5/2011 $2 ML OCC/ $2 ML AG Locations oowred: All opntiqp for the City of Fort Wonh Dacriptk>llofopntionaoowrod: SHl2ITPART 13 24 INCH WATERMAINATDIRKSIALTA MESA The abcM: policies either in the body thereof°' by appropiate endancmeat provided that they may not be changed or canceled by the insurer in lea than five (5) dsys after the insured has rccc:iwd written notice of sudi chanpl« cancellation. Where applicable loca] laws or RgUlatiom require more than live (5) days actl.llll notice of change or CIIDQeJlation to be IISIW'Cd. the abow, poociea CODtain such special requimnmts, either in the body tben,of or by appropriate coooncment thereto attached . The City, its officcra. employcel and servants shall be endoned as an additional insured oo Contractor's insurance policies excepting employer's liability insurance~ under ConlrM:lor's workers' compeosation insiuance policy. cA•FJPY-1J-..;;IB;;.T.;.;X~R;,;.;is;.;.k;.;.S;;.e;.;.rv...;.;.;lc;.;;es.;;. _____ Insurance Co. Travelers Insurance Co; Texas Mutual Insurance Co ..:fort><ll..W........,mth,._...,Apnt ___ e_dw_a_rdN_a_g_e_l ------By Fran Cooper Addren 8701 Bedford Euless Rd, Ste 450, Hurst TX 76053Title Support Account Manager J CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Pursuant to Article 8308-3.23 of Vernon's Annotated Civil Statutes, Contractor certifies that it provides worker's compensation insurance coverage for all of its employees employed on City of Fort Worth Project Number: 00204. By:-. ~_c:::;> ~,tw Thl>.\l\ ~~\ \ Tit e Date ST ATE OF TEXAS § COUNTY OF TARRANT § ORE ME, the undersigned authority, on this day personally appeared ' ffiDl , known to me to be the person whose name is subscribed to t e foregoing instrument, i:wd ac=ged to me that he/she executed the same as the act and deed of ffi. -tb LOY\~ \S?f\ ,1J\Q., _ for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this_\ ___ day of ~t \ ·~ ··,-: '"' ~~.' .. ., Macheft Maenner ff~ 't\ Notary Public, State of Texas I ~JJ .. a~~ My Commission Expirea: ~ Mlly30,2012 THE STATE OF TEXAS COUNTY OF TARRANT PAYMENT BOND § § § KNOW ALL BY THESE PRESENTS: That we, (1), M-CO CONSTRUCTION, INC. as Principal herein, and (2) ___ _ Coo-Ii oeo"1-R: I Cas.u ~ 1..J.1 Com(Xl.nt./ , a corporation organized and existing under the laws of the State of (3) Jll<oois , as surety, are held and firmly bound unto the City of Fort Worth, a municipal corporation located in Tarrant and Denton Counties, Texas, Obligee herein, in the amount of EIGHT HUNDRED SIXTY THREE THOUSAND THREE HUNDRED AND SEVENTY DOLLARS AND NO CENTS ($863,370.00) for the payment whereof, the said Principal and Surety bind themselves and their heirs, executors, administrators, successors and assigns , jointly and severally, firmly by these presents : WHEREAS , the Principal has entered into a certain written contract with the Obligee dated the __ day of DEC 5 2009 20_, 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 : SH 121T SOUTHWEST PARKWAY WATER & SANITARY SEWER MAIN RELOCATION PART 13: 24 INCH WATER MAIN AT DIRKS/ ALTAMESA NOW, THEREFORE, THE CONDITION OF TIDS OBLIGATION IS SUCH, that if the said Principal shall faithfully make payment to each and every claimant (as defined in Chapter 2253 , Texas Government Code, as amended) supplying labor or materials in the prosecution of the work under the contract, then this obligation shall be void; otherwise, to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said statute, to the same extent as if it were copied at length herein . IN WITNESS WHEREOF , the duly authorized representati ves of the Principal and the Surety have executed this instrument. SIGNED and SEALED this ___ day of ___ D_E_C _1_5_2_00_9 __ ,, 20_. M:Co Cor.s -f rocJ ioo h e . • PRINCIPAL By ~ Nam=~(\ Title : ~ >-\~\{\'\- (SE AL) Address: ,3/{p c R 34, '7 :} 5 pticq t"owo , T')( 7(o CFG. Witness as to Principal ATIEST: Secretary (SE AL) Coraf;llen"/b..1 Ce.sue lfy Cn~y :~R ~ Name: 11,chael D. Jlf'Ddiuc.kscw Attorney in Fact Address : R7o L 73edforr{ £"ess &Pd, &/-1-e t.J56 J.k ,sf, Tt 7tol63 Witness as to Surety Telephone Number: ~l?-c:89 ·3800 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. THE STATE OF TEXAS COUNTY OF TARRANT PERFORMANCE BOND § § § KNOW ALL BY THESE PRESENTS : That we, (1) M-CO Construction, INC., as Principal herein , and (2) _____ _ Coaiiowi:a/ Casualfy Coll/{l)Pf corporation organized under the laws of the State of (3) !H:noi.s , and who is authorized to issue surety bonds in the State of Texas, Surety herein, are held and firmly bound unto the City of Fort Worth, a municipal corporation located in Tarrant and Denton Counties, Texas, Obligee herein, in the sum of EIGHT HUNDRED SIXTY THREE THOUSAND THREE HUNDRED AND SEVENTY DOLLARS AND NO CENTS {$863,370.00) for the payment of which sum we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally , firmly by these presents . WHEREAS , Principal has entered into a certain written contract with the Obligee dated the _day of DE C l 5 2oo 9, 20_ a copy of which is attached hereto and made a part hereof for all purposes, for the construction of: SH121T SOUTHWEST PARKWAY WATER& SANITARY SEWER MAIN RELOCATION PART 13: 24 INCH WATER MAIN AT DIRKS/ALTAMESA NOW, THEREFORE, the condition of this obligation is such, if the said Principal shall faithfully perform the work in accordance with the plans, specifications, and contract documents and shall fully indemnify and hold harmless the Obligee from all costs and damages which Obligee may suffer by reason of Principal ' s default, and reimburse and repay Obligee for all outlay and expense that Obl igee may incur in making good such default, then this obligation shall be void; otherwise, to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to Chapter 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 . DEC 1 5 2009 SIGNED and SEALED this ___ day of __________ , 20_. (SE AL) PRINCIPAL By :~ ~i::e \~(\ Address: 3/lo CR &, 7d: $p r; 09 t¢1,2n , Tx '/l. 08:;,... Witness as to Principal ATTEST: Secretary (SE AL) By: ___,.ilA~~'!:fK..f/-j~'ll!..~~' Name : f1 ;cbeel D. /.knr:h,;ckso,.; Attorney in Fact Address : $?Qt &dfncd E«Less /?oocl,Se..:le/./5. H41?Af, Tv: /J(,.DS3 Witness as to Surety Telephone Number: 8 1?-099-.fh? 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. THE STATE OF TEXAS COUNTY OF TARRANT KNOW ALL BY THESE PRESENTS: § § § MAINTENANCE BOND That M-CO CONSTRUCTION, INC. ("Contractor"), as principal , and , _____ _ Co m;oenio..l Casuofty CamJ'A!'y a corporation organized under the laws of the State of ;J:J/1·/lO i.5 ___ , ("Surety"), do hereby acknowledge themselves to be held and bound to pay unto the City of Fort Worth , a Municipal Corporation chartered by virtue of Constitution and laws of the State of Texas , ("City") in Tarrant County, Texas, the sum of EIGHT HUNDRED SIXTY THREE THOUSAND THREE HUNDRED AND SEVENTY DOLLARS AND NO CENTS {$863,370 .00) , 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 b ind themselves, their heirs , executors , administrators , assigns and successors , jointly and severally. This obligation is conditioned , however, that: WHEREAS, said Contrac s t is ay entered into a written Contract with the C ity of Fort Worth , dated the __ of 5 ~020_, a copy of which is hereto attached and made a part hereof, for the performance of the following described public improvements: SH121T SOUTHWEST PARKWAY WATER & SANITARY SEWER MAIN RELOCATION PART 13: WATER MAIN AT DIRKS/ALTAMESA the same being referred to herein and in said contract as the Work and being designated as project number(s) WATER P265-603170020487 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 hereof; and , WHEREAS, in said Contract , Contractor b inds 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 reconst ruct the Work in whole or in part at any time w ithin said period , if in the opinion of the Director of the City of Fort Worth Department of Engineering, it be necessary; and , WHEREAS , said Contractor binds itself, upon receiving notice of the need therefore to repair or reconstruct said Work as herein provided . NOW THEREFORE, if said Contractor shall keep and perform its said agreement to maintain, repair or reconstruct said Work in accordance with all the terms and conditions of said Contract, these presents shall be null and void , and have no force or effect. Otherwise , this Bond shall be and remain in full force and effect, and the City shall have and recover from Contractor and Surety damages in the premises as prescribed by said Contract . Th is obligation shall be a continuing one and successive recoveries may be had hereon for successive breaches until the full amount hereof is exhausted . IN WITNESS WHEREOF , th is instrument is executed in '7 counterparts , each of which shall be deemed an orig inal , this_ day of DEC 1 5 2009 , A .O. 20 __ . ATTEST: ~ ~~ ATTEST: (SE AL) Secretary Contractor By t ,#/,.D Nam ~\(\ Title : S; ~ ::re~~ /I Name: 11,·c,bae../ D. Nerulr,'c:ison Title : Blloiwey :Z:O &d: &201 /3ed£u Eu.le.5:$ Ro,4 S4,/e 4so Hue&t Ix ~3 Address POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT . Know All Men By Th'ese Presents, That Continental Casualty Company, an Illinoi s insurance company, National Fire Insurance Company of Hartford, an Illinois insurance company, and American Casualty Company of Reading, Pennsy lvania., a Pennsylvania insurance company (herein called "the CNA Companies"), are duly organized and existing in s urance companies having their principal offices in the City of Chicago, and State of Illinois, and that they do by virtue of the signatures and seals herein affixed hereby make, constitute and appoint Michael D Hendrickson, Individually of Hurst, TX, their true and lawful Attorney(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on their behalf bonds, undertakings and other obligatory instruments of similar nature -In Unlimited Amounts - and to bind them thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of their insurance companies and all the acts of said Attorney, pursuant to the authority hereby given is hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By-Law and Resolutions, printed on the reverse hereof, duly adopted, as indicated, by the Boards of Directors of the insurance companies. In Witness Whereof, the CNA Companies have caused these presents to be signed by their Senior Vice President and their corporate seals to be hereto affixed on this 24th day of August, 20()<). State of Illinois, County of Cook, ss: Continental Casualty Company National Fire Insurance Company of Hartford American Casualty Company of Reading, Pennsylvania Senior Vice President On this 24th day of August, 20()<), before me personally came Jacquelyne M . Belcastro to me known, who, being by me duly sworn, did depose and say: that she resides in the City of Chicago, State of Illinois ; that she is a Senior Vice President of Continental Casualty Company, an Illinois insurance company, National Fire Insurance Company of Hartford, an Illinois insurance company, and American Casualty Company of Reading, Pennsylvania., a Pennsylvania insurance company described in and which executed the above instrument; that she knows the seals of said insurance companies; that the seals affixed to the said instrument are such corporate seals; that they were so affixed pursuant to authority given by the Boards of Directors of said insurance companies and that she signed her name thereto pursuant to like authority , and acknowledges same to be the act and deed of said insurance companies. My Commission Expires September 17, 2013 CERTIFICATE I, Mary A . Ribikawskis, Assistant Secretary of Continental Casualty Company, an Illinois insurance company, National Fire Insurance Company of Hartford, an Illinois insurance company, and American Casualty Company of Reading, Pennsylvania., a Pennsylvania insurance company do hereby certify that the Power of Attorney herein above set forth is still in force, ·and further certify that the By-Law and Resolution of the Board of Directors of the insurance companies printed on the reverse hereof is still in force . l b t e fl have hereunto subscribed my name and affixed the seal of the said insurance companies this day of , Form F6853-5/2009 Continental Casualty Company National Fire Insurance Company of Hartford American Casualty Company of Reading, Pennsylvania is Assistant Secretary State of Texas Claim Notice Endorsement To be attached to and form a part of Bond No. 929497399 ______ _ In accordance with Section 2253.021(f) of the Texas Government Code and Section 53.202(6) of the Texas Property Code any notice of claim to the named surety under this bond(s) should be sent to: CNASurety 333 South Wabash Chicago, IL 60604 Telephone: (312) 822-5000 Figure: 28 TAC §1.601 (a)(3) 1 IMPORTANT NOTICE To obtain information or make a complaint: 2 You may contact Continental Casualty Company, National Fire Insurance Company , American Casualty Company or Continental Insurance Company at 312-822-5000 . 3 You may call Continental Casualty Company, National Fire Insurance Company , American Casualty Company or Continental Insurance Company's toll-free telephone number for information or to make a complaint at: 1-877-672-6115 4 You may also write to Continental Casualty Company, National Fire Insurance Company , American Casualty Company or Continental Insurance Company at: CNA Surety 333 South Wabash Chicago , IL 60604 5 You may contact the Texas Department of Insurance to obtain infonnation on companies, coverages, rights or complaints at: 1-800-252-3439 6 You may write the Texas Department of Insurance: P .O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http ://www.tdi.state .tx .us E-Mail : ConsumerProtection@tdi.state.tx .us 7 PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact Continental Casualty Company, National Fire Insurance Company, American Casualty Company or Continental Insurance Company first. If the dispute is not resolved , you may contact the Texas Department of Insurance. 8 ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. Form F8277 AVISO IMPORTANTE Para obtener informacion o para someter una queja: Puede comunicarse con Continental Casualty Company , National Fire Insurance Company , American Casualty Company or Continental Insurance Company al 312-822-5000. Usted puede Hamar al numero de telefono gratis de Continental Casualty Company, National Fire Insurance Company , American Casualty Company or Continental Insurance Company's para informacion o para someter una queja al: 1-877-672-6115 Usted tambien puede escribir a Continental Casualty Company, National Fire Insurance Company , American Casualty Company or Continental Insurance Company: CNA Surety 333 South Wabash Chicago, IL 60604 Puede comunicarse con el Departamento de Seguros de Texas para obtener informacion acerca de companias , coberturas , derechos o quejas al: 1-800-252-3439 Puede escribir al Departamento de Seguros de Texas : P .O . Box 149104 Austin, TX 78714-9104 Fax : (512) 475-1771 Web: http://www .tdi.state .tx .us E-Mail: ConsumerProtection@tdi.state.tx.us DISPUTAS SOBRE PRIMAS O RECLAMOS: Si tiene una disputa concerniente a su prima o a un reclamo, debe comunicarse con el Continental Casualty Company, National Fire Insurance Company, American Casualty Company or Continental Insurance Company primero. Si nose resuelve la disputa, puede entonces comunicarse con el departamento (TOI). UNA ESTE AVISO A SU POLIZA: Esta aviso es solo para proposito de informacion y no se convierte en parte o condicion del documento adjunto. PARTG CITY OF FORT WORTH, TEXAS CONTRACT THE STATE OF TEXAS KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT DEC 1 5 2009 This Contract made and entered into this the __ day of A.D ., 20 , by and between the CITY OF FORT WORTH, a home-rule municipal corporation situated in Tarrant, Denton, Parker, and Wise Counties, Texas, by and through its duly authorized Assistant City Manager, ("Owner"), and M-CO CONSTRUCTION, INC. Owner and Contractor may be referred to herein individally as a "Party" or collectively as the "Parties." WITNESS ETH: That said parties have agreed as follows : 1. That for and in consideration of the payments and agreements hereinafter mentioned to be made and performed by the Owner, and under the conditions expressed in the bond bearing even date herewith, the said Contractor hereby agrees with the said Owner to commence and complete the construction of certain improvements described as follows : SB121T SOUTHWEST PARKWAY WATER & SANITARY SEWER MAIN RELOCATION PART 13: 24 INCH MAIN RELOCATION AT DIRKS/ALTAMESA That the work herein contemplated shall consist of furnishing as an independent contractor all labor, tools, appliances and materials necessary for the construction and completion of said project in accordance with the Plans and Specifications and Contract Documents prepared by the Department of Engineering for the Water Department of the City of Fort Worth adopted by the City Council of the City of Fort Worth, which Plans and Specifications and Contract Documents are hereto attached and made a part of this contract the same as if written herein. 3 . The Contractor hereby agrees and binds himself to commence the construction of said work within ten (10) days after being notified in writing to do so by the Department of Water (Engineering) of the City of Fort Worth. 4 . The Contractor hereby agrees to prosecute said work with reasonable diligence after the commencement thereof and to fully complete and finish the same ready for the inspection and approval of the Department of Engineering of the City of Fort Worth and the City Council of the City of Fort Worth within a period of 150 Calender days . OFFICIAL ECORD CITY SEC ETARY FT. VORTH, TX If the Contractor should fail to complete the work as set forth in the Plans and Specifications and Contract Documents within the time so stipulated, plus any additional time allowed as provided in the General Conditions, there shall be deducted from any monies due or which may thereafter become due him, the sum of $315 .00 Per working day, not as a penalty but as liquidated damages, the Contractor and his Surety shall be liable to the Owner for such deficiency. 5 . Should the Contractor fail to begin the work herein provided for within the time herein fixed or to carry on and complete the same according to the true meaning of the intent and terms of said Plans , Specifications and Contract Documents, then the Owner shall have the right to either demand the surety to take over the work and complete same in accordance with the Contract Documents or to take charge of and complete the work in such a manner as it may deem proper, and if in the completion thereof, the cost to the said City shall exceed the contract price or prices set forth in the said plans and specifications made a part hereof, the Contractor and/or its Surety shall pay said City on demand in writing, setting forth and specifying an itemized statement of the total cost thereof, said excess cost. 6 Contractor covenants and agrees to indenmify City's engineer and architect, and their personnel at the project site for Contractor's sole negligence . In addition, Contractor covenants and agrees to indenmify, hold harmless and defend, at its own expense, the Owner, its officers, servants and employees, from and against any and all claims or suits for property loss , property damage, personal injury, including death, arising out of, or alleged to arise out of, the work and services to be performed hereunder by Contractor, its officers , agents, employees, subcontractors, licensees or invitees, whether or not any such iniury, damage or death is caused, in whole or in part, by the negligence or alleged negligence of Owner, its officers, servants, or employees. Contractor likewise covenants and agrees to indenmify 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 iniurv or damage is caused in whole or in part by the negligence or alleged negligence of Owner, its officers, servants or employees .. In the event Owner receives a written claim for damages against the Contractor or its subcontractors prior to final payment, final payment shall not be made until Contractor either (a) submits to Owner satisfactory evidence that the claim has been settled and/ or a release from the claimant involved, or (b) provides Owner with a letter from Contractor's liability insurance carrier that the claim has been referred to the insurance carrier. The Director may, if he deems it appropriate, refuse to accept bids on other City of Fort Worth public work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract. 7 . The Contractor agrees, upon the execution of this Contractor, and before beginning work, to make, execute and deliver to City of Fort Worth the following bonds in the name of the City of Fort Worth in a sum equal to the amount of the Contract. The form of the bond shall be as herein provided and the surety must first be acceptable to the requirements of the Chapter 2253 of the Texas Gov ernment Code, as Amended . OFFICIAL RECORD CITY EC ETARY FT. WORTH, TX A. If the total contract price is $25 ,000 or less, payment to the contractor shall be made in one lump sum . Payment shall not be made for a period of 45 calendar days from the date the work has been completed and accepted by the Owner . B . If the contract amount is in excess of $25 ,000 , a Payment Bond shall be ex ecuted, in the amount of the Contract, solely for the protection of the claimants supplying labor and material in the prosecution of the work. C If the Contract amount is in excess of $100,000 , a Performance Bond shall be executed, in the amount of the Contract conditioned on the faithful performance of the work in accordance with the Plans , Specifications , and Contract Documents. Said bond shall solely be for the protection of the Owner. D . A Two-year Maintenance Bond in the name of the Owner is required for all projects to insure the prompt, full and faithful performance of the general guarantee contained in the Contract Documents . 8 . The Owner agrees and binds itself to pay, and the Contractor agrees to receive, for all of the aforesaid work, and for all additions thereto or deductions therefrom, the price shown on the Proposal submitted by the successful bidder hereto attached and made a part hereof. Payment will be made in monthly installments upon actual work completed by contractor and accepted by the Owner and receipt of invoice from the Contractor. The agreed upon total contract amount (including/excluding) alternates n/a, shall be EIGHT HUNDRED SIXTY THREE THOUSAND THREE HUNDRED AND SEVENTY DOLLARS AND NO CENTS ($863,370 .00). 9. It is further agreed that the performance of this Contract, either in whole or in part, shall not be sublet or assigned to anyone else by said Contractor without the written consent of the Owner. Any request for any sublease or assignment shall be made in writing and submitted to the Director of the Engineering Department. 10 . The Contractor agrees to pay at least the minimum wage per hour for all labor as the same is classified, promulgated and set out by the City of Fort Worth, Texas , a cop y of which is attached hereto and made a part hereof the same as if it were copied verbatim herein . 11. It is mutually agreed and understood that this agreement is made and entered into by the parties hereto with references to the existing Charter and Ordinances of the City of Fort Worth and the laws of the State of Texas with references to and governing all matters affecting this Contract, and the Contractor agrees to full y comply with all the provisions of the same . IN WITNESS THEREOF, the City of Fort Worth has caused this instrument to be signed in ~ counterparts in its name and on its behalf by the City Manager and attested by its Secretary, with the corporate seal of the City of Fort Worth attached . The Contractor has executed this instrument through its duly authorized officers in ~ counterparts with its corporate seal attached. OFFICIAL ECORD CITY SECRETARY FT. WORTH, TX DEC 1 5 2009 Done in Fort Worth, Texas , this the_ day of A.D .,20 . :c~ DIRECTOR, DEPARTMENT OF WATER Contract Authorizatio• ld-\ I 'S \ l) C, . Date CONTRACTOR X)~M ~~ 1\:sru:P- ADDRESS OFFICIAL RECORD CITY SECRE ARY FT. WORTH, TX CITY OF FORT WORTH FERNANDO COST A, ASST CITY MANAGER ATTEST: APPROVED AS TO FORM AND LEGALITY: APPENDIX A GEOTECHNICAL INVESTIGATION WATER AND SANITARY SEWER RELOCATIONS FOR SH 121 T, PART II FORT WORTH, TEXAS SUBMITTED TO KIMLEY-HORN AND ASSOCIATES, INC. 801 CHERRY STREET, UNIT 11, SUITE 1025 FORT WORTH, TEXAS 76102 BY HVJ ASSOCIATES, INC. DALLAS, TEXAS JUNE 18, 2008 REPORT NO. DG-05-26061 CONTENTS ~ 1 EXECUTIVE SUMMARY ................................................................................................ I 2 INTRODUCTION ............................................................................................................ 1 2.1 Project Descripti'on .............................................................................................................. 1 2.2 Geo technical Investigation Program ................................................................................... 1 3 FIELD INVESTIGATION ............................................................................................... 1 3.1 Geotechnical Borings .......................................................................................................... I 3.2 Sampling Methods .............................................................................................................. 1 3.3 Water Level Measurements ................................................................................................. 2 4 LABORATORY TESTING ............................................................................................... 2 5 SITE CHARACTERIZATION ......................................................................................... 2 5.1 General Geology ........................................................................... _ ...................................... 2 5.2 Soil Stratigraphy ......................................... _ .......... : .............................................................. 2 5.3 Groundwater Conditions .................... , ............................................ _ ................................... 3 6 LIMITATIONS .................................................................................................................. 3 ILLUSTRATIONS SITE VICINITY MAP ..................................................................................................................................... 1 GEOLOGY MAP ............................................................................................................................................. 2 PLAN OF BORINGS ...................................................................................................................................... 3 BORING LOGS ............................................................................................................................................ 4-8 KEY TO TERMS AND SYMBOLS USED ON BORING LOGS .............................................. 9 & 10 2 INTRODUCTION 2.1 Project Description HVJ Ass,ociates, Inc. was retained by Kimley-Hom and Associates, Inc. to provide geotechnical services for the proposed Water and Sanitary Sewer Relocations for SH 121 T, Part II (South of Dirks Rd.) in Fort Worth, Texas. The project involves installation of new water and sanitary sewer lines in Fort Worth, Texas. A site vicinity map is presented on Plate 1. The purpose of this geotechnical investigation is to provide geotechnical information at the proposed water and sanitary sewer locations. 2.2 Geotechnical Investigation Program The primary objectives of this study were to gather information on subsurface conditions at the site and to provide recommendations for the proposed utilities. The objectives were accomplished by: 1. Drilling five borings to determine soil stratigraphy and to obtain samples for laboratory testing; 2. Performing laboratory tests to determine physical and epgineering characteristics of the soils. Subsequent sections of this report contain descriptions of the field exploration, laboratory-testing program and general subsurface conditions . 3 FIELD INVESTIGATION 3.1 Geotechnica) Borings The field exploration program undertaken at the project site was performed on March 25, 2008. Subsurface conditions were investigated by drilling five 20-foot borings below the existing ground surface . All boreholes were backfilled with soil cuttings. A site plan showing the approximate boring locations is presented on the Plan of Borings, Plate 3. 3.2 Sampling Methods Soil samples were obtained continuously in the upper 10 feet and at 5-foot intervals thereafter. Cohesive soil samples were obtained with a three-inch thin-walled (Shelby) tube sampler in general accordance with ASTM D-1587 standard. Granular cohesionless soils were sampled with the Standard Penetration Test (SPT) sampler in accordance with ASTM D1586 standard. Each sample was removed from the sampler in the field, carefully examined and then classified. The shear strength of the cohesive soils was estimated by a hand penetrometer in the field. Suitable portions of each sample were sealed and packaged for transportation to our laboratory. Augering was performed when rock was encountered and TxDOT cone peiletrometer test was performed at approximately 5-foot intervals in the rock. The TxDOT cone test is used to determine the relative density or consistency of a soil material. The test consists of driving a 3-inch diameter cone with a 170-pound hammer, which is dropped for a distance of two feet. The cone is seated and driven to 12 blows or 6 inches whichever comes first. Then it is driven for two consecutive 6- inch increments, and the blow counts for each increment are noted. In hard materials, the cone is driven with the resulting penetration in inches recorded for the SO blows. The number of blows for 1 conclusions and recommendations. Significant variations at areas not explored by the project boring may require reevaluation of our findings and conclusions. . . Boring P. The subsurface soils at the site generally consist of stiff low plasticity clays at the top 4 feet, followed by weathered limestone to a depth of about 15 feet, followed by limestone to the maximum termination depth of 20 feet below ground surface. Boring Q. The subsurface soils at the site generally consist of very stiff high plasticity clays at the top 3.5 feet, followed by weathered limestone to a depth of about 14 feet, followed by limestone to the maximum termination depth of 20 feet below the ground surface. Boring R. The subsurface soils at the site generally consist of firm to stiff high plasticity clays at the top 4 feet, followed by weathered limestone to a depth of about 7 feet, followed by limestone to the maximum termination depth of 20 feet below ground surface. Boring $. The subsurface soils at the site generally consist of stiff to very stiff high to low plasticity clays at the top 9 feet, followed by weathered limestone to a depth of about 17 feet, followed by limestone to the maximum termination depth of 20 feet below ground surface. Boring T. The subsurface soils at the site generally consist of very stiff high to low plasticity clays at the top 8 feet, followed by weathered limestone to a depth of about 15 feet, followed by limestone to the maximum termination depth of 20 feet below ground surface. Medium dense clayey sands were encountered at the depth of 4 to 6 feet below ground surface. Details of the subsurface stratigraphy encountered in the borings are shown on the boring logs presented on the Plates 4 through 8. 5 .3 Groundwater Conditions Groundwater was encountered in borings R and S at the depth of 9 and 17 feet, respectively, below the existing ground surface during the drilling operations and at a depth of 11 feet immediately prior to borehole backfilling in boring S. It should be noted that groundwater levels determined during and after drilling may not accurately reflect the true groundwater conditions, and therefore should only be considered as approximate. Also these readings will fluctuate seasonally and in response to rainfall. Other factors that might impact groundwater levels include leakage from existing sewers and/ or sanitary sewers. 6 LIMITATIONS This investigation was performed for the exclusive use of Kimley-Horn and Associates, Inc. for the proposed Water and Sanitary Sewer Relocations for SH 121 T, Part II (South of Dirks Rd.) in Fort Worth, Texas. HVJ Associates, Inc. has endeavored to comply with generally accepted geotechnical engineering practice common in the local area. HVJ Associates , Inc. makes no warranty, express or implied. The analyses and recommendations contained in this report are based on data obtained from subsurface exploration, laboratory testing, the project information provided to us and our experience with similar soils and site conditions. The methods used indicate subsurface conditions only at the specific locations where samples were obtained, only at the time they were obtained, and only to the depths penetrated. Samples cannot be relied on to accurately reflect the strata variations that usually exist between sampling locations. Should any subsurface conditions other than those 3 described in our boring logs be encountered, HVJ Associates, Inc. shcmld be immediately 'notified so that further investigation and supplemental recommendations can be pr6vided. · >'; 4 PLATES DA TE: 04/24/2008 9200 Kini Arthur Or. Dallas, TX 75247 2 14-678-0227 214-673-0228 Fax APPROVED BY: FF SITE VICINITY PLAN PREPARED BY : DK Water and Sanitarv Sewer Relocations for SH 121 T. Part II PROJECT NO.: DRAWING NO .: DG0526061 PLATE I DA TE : 04/24/2008 9200 Kint Arthur Dr. Dallas, TX 75247 214-678-0227 214-678-0228 Fax APPROVED BY: FF GEOLOGY MAP PREPARED BY: DK Water and Sanitarv Sewer Relocations for SH 121 T. Part II PROJECT NO .: DRAWING NO .: PLATE 2 DG0526061 DATE: 04/24/2008 9200 lun2 Arthur Dr. Dallas, TX 75247 214-678-0227 214-678-0228 Fax APPROVED BY: FF PLAN OF BORINGS PREPARED BY : DK Water and Sanitarv Sewer Relocations for SH 121 T. Part 11 PROJECT NO .: DRAWING NO.: DG056061 PLATE 3 -, 0.. (!) 0 c,: V, " c,: i5 ~ ~ f-u. J:: V, § ~ ~ 0 (!) z a1 0 II) ...J 0 V, LOG OF BORING Project: Water & Sanitary Sewer Relocations for SH-121, Part II Boring No .: P Date : 3/25/2008 Groundwater during drilling: --- Groundwater after drilling : -- ELEV. DEPTH, FEET SOIL SYMBOLS SAMPLER SYMBOLS AND FIELD TEST DATA North ing : - Easting : -- SOIUROCK CLASSIFICATION UJ C!>> zw cnin cno <(O Q.N ~ in zu. UJ (.) OQ. ~ Project No .: DG-05-26060 Elevation: Station : - Offset: -- SHEAR STRENGTH, TSF • • .. * 0.5 1.0 1.5 2 .0 ~ci z 0 MOISTURE O CONTENT, % 1----.L.------------i------------------+------lf----l PLASTIC LIMIT 1----l LIQUID LIMIT 10 20 30 .., 0 50 60 70 80 90 -o >-5 -10 -15 -20 -25 >-30 -35 Shear Types : THO 50/1.0", 50/0 .5" THD 50/0.5", 50/0 .5" THO 50/0.5", 50/0 .25" · · siii'( browii ·aiici" ia·ri LEAN cl.A -r(cLf · · · · · · · · · · · · · · · · · · · · · · · -wl limestone fragments 4'-4 .5' i'aii WEATHERED .LIMESTONE ............................ . THO 50/0.5", . ·Gray LIMESforiie· ..................... ····················· .... . 50/0.25" THO 50/0.2 5", 50/0 .25" 84 • = Hand Penet. • = Torvane & = Unconf. Comp . \ t//. t> \ \ 108 ( 1a. * = UU Triaxial ~ See Plate 3 for boring location. PLATE 4 (!) 0 ...JL------------ ' LOG ' OF BORING Project: Water & Sanitary Sewer Relocations for SH-121, Part II Boring No .: Q Date: 3/25/2008 Groundwater during drilling: -Northing : -- Groundwater after drilling : -- ELEV. DEPTH, FEET SOIL SYMBOLS SAMPLER SYMBOLS AND FIELD TEST DATA Easting : - .. SOIUROCK CLASSIFICATION ~ (/) Zu. WU co.. ~ Project No .: DG-05-26060 Elevation: Station : -- Offset: -- SHEAR STRENGTH, TSF • • . .. )I( 0.5 1.0 1.5 2.0 C MOISTURE O CONTENT, % l------'------------1------------------+------I----, PLASTIC LIMIT 1--------1 LIQUID LIMIT :x: "' I 0 C) z ii 0 a, ...J 6 "' ~o ,-5 >-10 -15 ~35 Shear Types: THO 18/6.0", 50/5 .0" 'THO 50/1 .0", 50 /0.5" THO 50/0 .5", '50/0.5" THO 50/0.5", 50/0.25" THO 50/0 .25", 50/0 .25" · ·very ·stiff: H!ifii i>rowii ·aiicf tir'ciwi, i=At ci.:A·i tciij · · · · · · · · · · . ·taii WEATHERED LiMestoNE .............................. . . ·c;ra·y '(jNIESTor:.J°E ' ............................................. . • = Hand Penet. •= Torvane • = Unconf. Comp . g, See Plate 3 for boring location. C) 0 ...J.....__ _________ _ 10 20 30 40 50 60 70 80 90 '--, - IJ ' 4. 98 ~ - ~ ,. - * = UU Triaxial PLATE 5 N :I: V) I <., z ii: 0 a, _, 5 V) u. 0 <., 0 LOG OF -BORING Project: Water & Sanitary Sewer Relocations for SH-121 , Part II Boring No.: R Date: 3/25/2008 Groundwater during drilling : 9 feet Groundwater after drilling : -- ELEV. DEPTH, FEET SOIL SYMBOLS SAMPLER SYMBOLS AND FIELD TEST DATA Northing : -- Easting: -- SOIUROCK CLASSIFICATION w C>> zW in in enc <( 0 Q.N ~ in Zu. Wt) Oil. ll: Project No .: DG-05-26060 Elevation : Station: -- Offset: -- SHEARSTRENGTH,TSF • • ... * 0.5 1.0 1.5 2.0 ~o z 0 MOISTURE O CONTENT, % ~----'---------f--------------------1---+----l PLASTIC LIMIT 1------1 LIQUID LIMIT -o 1-5 ,r I 1-10 -15 -35 Shear Types: . ·tan °WEAT°HERED LiMESTONE ............................ . THO 50/3 .5", 50/1 .5" THo so,o.1s". · ·Gr~iy ·LiMES·fo,;.iE · · · · · · · · ·· · · ·· ··· ····· · ······ · · ········ · ·· · · · · · 50/0 .5" THO 50/0 .75", 50/0.25" THO 50/0.25", 50/0 .25" THO 50 /0.25", 50/0.25 " • = Hand Penet. •=Torvane • = Unconf. Comp. See Plate 3 for boring location . 10 : 30 40 50 60 70 80 90 / ( J J 104 0 ,,, * = UU Triaxial PLATE 6 ...,.__ _________ _ :i:: "' ~ 0 Cl (!) z 12 0 a, ...J 0 "' LOG OF BORING Project: Water & Sanitary Sewer Reio.cations for SH-121 , Part 11 Boring No .: S Date: 3/25/2008 Groundwater during drilli11g: 17 feet Northing : - Groundwater after driliing : 11 feet Easting: - ELEV. DEPTH , FEET SOIL SYMBOLS SAMPLER SYMBOLS AND FIELD TEST DATA SOIUROCK CLASSIFICATION w t!li;j ~in cno <(O C. N ~ Cl) zu. W(.) oc. ~ Project No.: DG-05-26060 Elevation : Station: -- Offset: -- SHEAR STRENGTH , TSF • • .. )I( 0 .5, 1.0 · 1.5 2.0 ~o z 0 MOISTURE O CONTENT, % 1------..__---------1------------------l---~---lPLASTIC LIMIT 1-----1 LIQUID LIMIT 10 20 ~o 40 50 eo 10 so 90 -o >-10 -15 -20 -35 ,....,.....,,,_..,.1 THO 50/2.5", \/ -' , ,, 50/1 .25" THO 50/0 .75", 50/0 .5" THO 50/0 .25", 50/0.25" . ·very 'Stiff: tan · LEA'N' CLA'i' (CL.)' ............................. . . ·tan V\iEAtHERED LiMESTONif ............................ . . ·e3r~3y 'LiMESTON·E· ............................................. . Shear Types: • = Hand Penet. • :::, Torvane . '. . • = Unconf. Comp. 113 116 .. \ • \ ' 0 .. - * = UU Triaxial ~ See Plate 3 for boring location. PLATE 7 (!) 0 -'.._ _________ _ -, 0.. (!) 0 a: "' ~ ·o ~ ~ t;: :c "' § "' ~ 0 (!) z ~ 0 a, ...J 0 "' u.. 0 (!) 0 LOG OF BORING Project: Water & Sanitary Sewer Relocations for SH-121, Part II Boring No.: T Date : 3/25/2008 Groundwater during drilling : --- Groundwater after drilling: ELEV. DEPTH. FEET SOIL SYMBOLS SAMPLER SYMBOLS AND FIELD TEST DATA Northing : - Easting : -- SOIUROCK CLASSIFICATION w (!)~ ~in cno <( 0 a_N ~ in Zu. WU ca. ~ Project No .: DG-05-26060 Elevation: Station : - Offset: - SHEARSTRENGTH,TSF • • • )K 0 .5 1.0 1.5 2.0 ~o z C MOISTURE O CONTENT, % 1------'---------1-------------------+--t----1 PLASTIC LIMIT f----1 LIQUID LIMIT 0 5 10 15 20 25 30 35 Shear Types : 12-9-10 29-19-29 50/1 .0 THO 50/0 .25", 50/0 .25" · "very siitt: da"ri< "i>r,iwri · a·rici iigilt tirowii ·i=A t c:LAv · · · · · · · · · · (CH) · · 1i.1ec1iu·rii ·c1erise: · fiiitit ·tirowri · ci..A vE'i ·sANi:>" <sc)· wi rock . "i'aii WEATHERED "(.iMESTONE . wi clay "seams · .......... . 8'-10' Gray LIMESTONE 23 • = Hand Penet. •= Torvane • = Unconf. Comp . See Plate 3 for boring location . 10 20 30 40 0 60 70 80 90 • 116 0 * = UU Triaxial PLATE 8 _,..__ __________ _ SOIL SYMBOLS SAMPLER TYPES Soil Types I Thin Walled 0 No Recovery ~ [[ffi1] [[illJ ~ Shelby Tube .. Clay Slit Sand Gravel ~ Spilt Barrel [] Auger Modifiers ~ • CJ :"=~: • 6 · .,. 11 Liner Tube B Jar Sample Clayey · Silty Sandy Cemented Construction Materials WATER LEVEL SYMBOLS ~ I\"'' -~ fl Groundwater level determined during , ' , ..sz... -,-'~ l.. ,'t~ drilli ng operations (.,' Asphaltlc Stabilized Fill or Portland Groundwater level after drilling in .I_ Concrete Base Debris Cement open borehole or piezometer Concrete SOIL GRAIN SIZE Particle Size or Sieve Classification Particle Size No. (U.S. Standard) Clay < 0 .002 mm < 0.002 mm Silt 0.002 • 0 .075 mm 0.002 mm • #200 sieve Sand 0 .075 · 4 .75 mm #200 sieve · #4 sieve Gravel 4 .75 • 75 mm #4 sieve • 3 in. Cobble 75 • 200 mm 3 In.· 8 in. . Boulder > 200 mm > 8 in . ' DENSITY OF COHESIONLESS SOILS CONSISTENCY OF COHESIVE SOILS 3/6 50/4" 0/18 " Descriptive Term Very Loose Loose Medium Dense Dense Very Dense Penetra,tion Resistance "N" * Blows/Foot 0 ·4 4 · 10 10 • 30 30 · 50 > 50 Consistency Very Soft Soft Firm Stiff Very Stiff Hard PENETRATION RESISTANCE Blows required to penetrate each of three consecutive 6-inch increments per ASTM D· 1586 * If more than 50 blows are required, driving is discontinued and penetration at 50 blows is noted Sampler penetrated full depth under weight of drill rods and hammer Undrained Shear Strength' (tsQ 0 • 0 .125 0 .125 · 0 .25 0.25 • 0.5 0 .5 • 1.0 1.0 • 2.0 > 2.0 * The N value is taken as the blows required to penetrate the final 12 inches Slickensided Fissured Inclusion Parting Seam Layer Laminated Stratified TERMS DESCRIBING SOIL STRUCTURE Fracture planes appear polished or glossy, sometimes striated Breaks along definite planes of fracture with little res ista nce to fracturing Small pockets of different soils, such as small lenses of sand scattered through a mass of clay Inclusion less than 1/4 inch thick extending through the sample Inclusion 1/4 i nch to 3 in ches thick extending through the sample Inclusion greater than 3 inches thick extending through the sample Soil sample composed of alternating partings of different soil type Soil sample composed of alternating seams or layers of different soil type Intermixed Calcareous Ferrous Nodule Soil sample composed of pockets of different soil type and laminated or stratified structure is not evident Having appreciable quantities of calcium carbonate Having appreciable quantities of iron A small mass of irregular shape 9200 Kini. Arthur Dr. Dallas, TX7l247 214-o78-0227 214-678-0228 f3" KEY TO TERMS AND SYMBOLS USED ON BORING LOGS PROJECT NO .: I DRAWING NO.: DG0526061 PLATE9 ROCK TYPES m Limestone m Shale [JJ E Weathered ffl Weathered ~ Limestone Shale E Highly • Dolomite ~ Weathered Limestone SOLUTION AND VOID CONDITIONS Void Cavities Interstice; a general term for pore space or other openings in rock . Small solutional concavities. Sandstone Weathered Sandstone Granite Friable Low Hardness Moderately Hard Very Hard SAMPLER TYPES I Thin-Walled [J Rock Core Tube ~ Standard B Auger Sample Penetration Test ~ THD Cone I] Bag Sample Penetration Test HARDNESS Crumbles under hand pressure Can be carved with a knife Can be scratched easily with a kn ife Cannot be scratched with a knife Vuggy Containing small cavities, usually lined with a mineral of different composition from that of the surrounding rock. WEATHERING GRADES OF ROCKMASS (l) Vesicular Containing numerous small, unlined cavities, formed by expansion of gas bubbles or steam during solidification of the rock. Porous Containing pores, interstices, or other openings which may or may not interconnect. Cavernous Containing cavities or caverns, sometimes quite large. Most frequent in limestones and dolomites. Slightly Moderately Highly Completely Residual Soil JOINT DESCRIPTION SPACING Very Close Close Medium Close Wide REFERENCES: <2" 2"-12" 12"-3' >3' INCLINATION Horizontal Shallow Moderate Steep Vertical (1) British Standard (1981) Code of Practice for Site Investigation, BS 5930. (2) The Bridge Div., Tx. Highway Dept. Foundation Exploration & Design Manual, 2nd Division, revised June, 1974. 0-5 5-35 35-65 65-85 85-90 Discoloration indicates weathering of rock material and discontinuity surfaces. Less than half of the rock material is decomposed or disintegrated to a soil. More than half of the rock material is decomposed or disintegrated to a soil. All rock material is decomposed and/or disintegrated into soil. The original mass structure is still largely intact. All rock material is converted to soil. The mass structure and material fabric are destroyed . SURFACES Slickensided Smooth Irregular Rough Polished, grooved Planar Undulating or granular Jagged or pitted BEDDING THICKNESS <2 ) Very Thick Thick Th i n Very Thin Laminated Thinly Laminated 9200 KinR Arthur Dr. Dallas, TX 75247 2)4~78.-0227 214~78-0228 Fax >4' 2'-4' 2"-2' 1/2"-2" 0.08"-1/2" <0.08" KEY TO TERMS AND SYMBOLS USED ON BORING LOGS Information on each boring log is a compilation of subsurface conditions and soil and rock classifications obtained from the field as well as from laboratory testing of samples . Strata have been interpreted by commonly accepted procedures. The stratum lines on the logs may be transitional and approximate in nature. Water level measurements refer only to those observed at the times and places indicated, and may vary with time, geologic condition or construction activity . PROJECT NO.: I DRAWING NO .: DG0526061 PLATE IO ' - ., APPENDIXB CORROSIVITYSTUDYAND CORROSION PROTECTION DESIGN 24" DIAMETER WATERLINE -PHASE 2 WATER AND SANITARY SEWER MAIN RELOCATIONS FOR SH-121T (SOUTHWEST PARKWAY) PREPARED FOR KIMLEY-HORN & ASSOCIATES FORT WORTH, TEXAS PREPARED BY CORRPRO COMPANIES, INC. HOUSTON, TEXAS OCTOBER, 2009 G:\jobs\2008\305945\Phase U\ERl-2701.doc TABLE OF CONTENTS 1.0 Introduction 2.0 Executive Summary 3 .0 Corrosivity Evaluation 3 .1 Results and Analysis 3 .2 Corrosion Protection Requirements 4.0 Design Report 4.1 Summary 4.2 Protective Coating 4.3 Pipe Bedding and Backfill 4.4 Cathodic Protection 4 .5 Joint Bonding and Electrical Isolation 4 .6 Test Stations 4 .7 Conclusions and Recommendations l,, Appendices Appendix A Field Data Appendix B Laboratory Data Appendix C Specification Section 15640 -Joint Bonding and Electrical Isolation Appendix D Specification Section 15641 -Corrosion Control Test Stations Appendix E Specification Section 15642 -Magnesium Anode Cathodic Protection System Appendix F Specification Section 15643 -Polyethylene Encasement LO CORROSIVITY STUDY AND CORROSION PROTECTION DESIGN 24" DIAMETER WATERLINE -PHASE 2 WATER AND SANITARY SEWER MAIN RELOCATIONS FOR SH-121 T (SOUTHWEST PARKWAY) INTRODUCTION Corrpro Companies Inc. has been retained bf Kimley-Horn & Associates to perform corrosivity evaluation and corrosion protection de~ign services for the proposed 24" Diameter Waterline Project -Phase 2, associated with the Water and Sanitary Sewer Main Relocations for SH-121T (Southwest Parkway), located in Fort Worth, Texas. The proposed pipeline alignment has an approximate length of 2,400 feet. The 24" diameter waterline will be offered for bid with the following pipe material alternatives: • Bar-wrapped concrete cylinder pipe (CCP) (A WWA -C303). • Ductile iron pipe. • Dielectrically coated steel pipe. Upon completion of the corrosivity evaluation, a corrosion protection design was prepared including the requirements for joint bonding, electrical isolation, stray current control, corrosion control test stations and cathodic protection. This report presents the results of the corrosivity evaluation and corrosion protection design. 2.0 EXECUTIVE SUMMARY 2.1. Soils along the pipeline route are considered moderately corrosive to the concrete cylinder pipe (CCP), the ductile iron pipe (DIP) and the steel pipe material options. Corrosion protection measures are recommended for all three pipe alternatives to help preserve the physical integrity of the waterline. 2.2. The mortar coating on the CCP provides corrosion protection for the embedded steel components. Nevertheless, areas of low soil resistivity and high moisture content 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. 2.3 . The annealing oxide and asphaltic ·shop coating typically present on the DIP option should be supplemented with the installation ofa polyethylene encasement and a cathodic protection system. 2.4. The dielectric coating on the carbon steel pipe option provides corrosion protection for this option. Nevertheless, low soil resistivity and high moisture content may compromise the level of corrosion protection in the long run, making the steel susceptible to corrosion. Therefore, it is recommended that the carbon steel pipe option be cathodically . protected to minimize the probability of corrosion at coating holidays. 2.5. Joint bonding of the CCP and DIP option is required to maintain the electrical continuity throughout the length of these piping options. Joint bonding of mechanical joints is also necessary for the steel pipe option. 2.6 . The evaluation indicates that AC or DC interference is not a concern for the waterline at this time. Nevertheless , re-evaluation of DC interference conditions will be necessary after installation of the proposed neighboring gas pipelines (if cathodically protected). 2.7. Test stations should be installed at galvanic anode ground bed locations, at cased crossings and at all buried underground in-line isolators to monitor the effectiveness of the cathodic protection system. 3.0 CORROSIVITY EVALUATION The soil corrosivity analysis and corrosion control recommendations presented in this report are based on the field soil resistivity survey and laboratory soil analysis conducted by Corrpro Companies, Inc. During the field evaluation Corrpro also investigated the possibility of interference due to stray DC currents and overhead high-voltage AC power lines which might affect the physical integrity of the planned water pipeline. The evaluation performed is the basis for determining the corrosion protection requirements for the concrete cylinder pipe (CCP), dielectrically coated steel pipe and ductile iron pipe (DIP) options. 3.1 RESULTS AND ANALYSIS Field and laboratory testing were performed to collect chemical and electrical data pertaining to the corrosivity of the proposed pipeline alignment with respect to the CCP, steel pipe and DIP options. Soil resistivity measurements were recorded from grade to depths of five , ten and fifteen feet at three (3) locations along the proposed pipe alignment. This data is recorded in Appendix A. 2 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 line is to be installed, is summarized as follows: 24" Diameter Waterline-Phase 2 Water and Sanitary Sewer Main Relocations for SH-121T Fort Worth, Texas Soil Resistivity 5-10 Feet 10-15 Feet Minimum 3,084 ohm-cm 1,875 ohm-cm Maximum 5,383 ohm-cm 4,522 ohm-cm Percent < 1,000 0% 0% Percent< 2,000 0% 33.3% Percent< 3,000 0% 66.7% Percent 2'.: 3,000 100% 33.3% Percent> 5,000 33.3% 0% Three (3) soil samples collected by geotechnical firm personnel along the pipeline right-of-way were tested in the laboratory for moisture content, pH, chloride, ion concentration, sulfide ion concentration, conductivity and resistivity. Laboratory test results are tabulated in Appendix B. With respect to the chemical properties of the soil, the test results of the samples indicate: • Moisture content from 8.20% to 19.0%. • A pH from 8.1 to 8.4. • Chloride ion concentrations from 1 ppm to 7ppm. • No detectable sulfide ions. • Conductivities from 170 to 780 microhmos. • Resistivities from 2,200 to 8,000 ohm-cm. Considering each of the chemical and electrical soil properties that are tested in the field and the laboratory, general guidelines for interpreting the results are as follows: • Soil Moisture -The higher the soil moisture content, the greater the anticipated rate of corrosion. Moisture contents can range from 1 % (very dry sands) to 40% ( clays holding a great deal of moisture). Typical values are 10 3 3.2 to 15% with over 20% moisture considered high. • pH -Acidic soils and groundwater are more conducive to galvanic corrosion of ferrous materials than alkaline soils and· groundwater. • Conductivity -For a giv·en corrosion cell wit:p a fixed potential difference between the anode and cathode, the · higher the conductivity, the greater the metal loss. Conductivities over 350 microhmos/cm ( equivalent to a resistivity of2850 ohm-cm) are considered high. • Sulfide Concentration -Any detectable concentrations of sulfide ions are indicative of anaerobic conditions that may support high rates of metal dissolution due to microbiologically influenced corrosion. • Chloride Concentrations -Chloride ions are cathode depolarizers, which enhance the rate of corrosion. The higher the concentration, the greater the rate of corrosion. Many soils have chloride concentrations less than 10 ppm. Concentrations over 50 ppm are significant from a corrosion standpoint. • Soil Resistivity -Resistivity is " a common parameter for evaluating the corrosiveness of the soil. Resistivity is the inverse of conductivity and is measured in units of ohm-centimeters. Corrosivity is often an inverse function of resistivity with low resistivity soils usually more corrosive than high resistivity soils. Resistivity is also related to the concentration of salts with low resistivity indicating high levels of salt. No sources of AC or DC interference were observed during the field survey. Project drawings show, however, that gas lines will be installed in the vicinity of the proposed waterline. DC interference is possible at cathodically protected pipeline crossings. Re-evaluation of DC interference is recommended after gas lines are installed. 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 requirements for and types of cathodic protection that could be considered for the 24" diameter waterline. The CCP and the DIP options are electrically discontinuous along their length because of the dielectric sealing materials used at each pipe joint. Joint bonding is, therefore, required to establish and maintain electrical continuity. Joint bonding is also required for the dielectrically coated steel pipe option at all non- welded (mechanical) joint locations. The high pH of the mortar coating on the CCP option · provides corrosion protection for the embedded steel components. However, low soil resistivity and 4 moisture may compromise the level of corrosion protection making the steel susceptible to corrosion. Therefore, it is recommended that the CCP option be cathodically protected. The dielectric coating on the carbon steel pipe option is the primary corrosion control mechanism. Corrosion will occur, however, at those areas where there are breaks in the dielectric coating. Therefore, the corrosion protection provided by the dielectric coating must be supplemented with cathodic protection. The annealing oxide and asphaltic shop coating typically present on the ductile iron pipe surface are the primary barriers against corrosion. Polyethylene encasement should be used to supplement the corrosion protection provided by the annealing oxide and asphaltic shop coat throughout the length of the DIP option. Additional recommendations include joint bonding and the installation of a galvanic anode cathodic protection system to increase the effective service life of this pipe option. In summary, it is recommended that cathodic protection be installed on the entire length of the proposed waterline alignment regardless of the selected pipe material. In addition to the installation of cathodic protection, electrical continuity bonds must be installed on all buried mechanical joints for the CCP, the steel pipe and the DIP .options. A polyethylene encasement should also be installed on the entire length of the DIP option. It is necessary to electrically isolate the waterline at all tie-ins to other buried metallic pipelines. In addition, where the pipe may pass through casings the carrier pipe in the casings must be electrically isolated from the steel casing. Monitoring test stations should be installed at galvanic anode ground bed locations, cased crossings and at all buried underground in-line pipeline isolation fittings. 4.0 CORROSION PROTECTION DESIGN REPORT 4.1 SUMMARY The proposed water pipeline will be offered based with the following alternative configurations: • Bar-wrapped concrete cylinder pipe (A WW A C303): A corrosion control system consisting galvanic anode cathodic protection, joint continuity bonds and monitoring test stations with joint isolation at connections to existing pipelines is recommended for this pipeline configuration. 5 • . Dielectrically coated carbon steel pipe: A corrosion control system consisting of galvanic anode cathodic protection, joint continuity bonds for all non- welded mechanical joints, monitoring test stations, joint isolation at connections to existing pipelines and electrical isolation at cased crossings is recommended for this pipeline configuration. • Ductile iron pipe: A corrosion control system consisting of polyethylene encasement throughout the pipe length, electrical continuity joint bonds, cathodic protection, 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. It is recommended that a polyurethane coating system be used to prevent corrosion of the external surfaces of the · carbon steel pipe option. The polyurethane coating shall be in accordance with the ANSI/ A WW A C222 Standard. 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. The ductile iron pipe option shall be protected with polyethylene encasement throughout it length in accordance with the AWWA C-105/A21.5 standard. A high-density, cross-laminated polyethylene film is recommended for this application. 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 any of the pipe material options shall include three (3) groundbeds, each consisting of twelve 20- pound prepackaged magnesium anodes, installed vertically at a depth of 15 feet, 6 and spaced 12 feet (center-to-center). The anode groundbeds shall be installed at pipe stations 3+75, 11+00, and 21+66. The CCP option requires two (2) welded steel clips across all mechanical pipeline joints to establish and maintain electrical continuity. The DIP option requires two bonding cables welded across each joint to ensure electrical continuity. The dielectrically coated steel pipe option requires two bonding wires across all non- welded mechanical joints. Refer to Appendix E, Specification for galvanic anode cathodic protection systems. 4.5 JOINT BONDING AND ELECTRICAL ISOLATION The 24" diameter waterline should be electrically isolated from existing mains and laterals. Installation of bonding clips or bonding cables across all mechanical joints is r~quired for the CCP and DIP options. The dielectrically coated steel pipe option requires two bonding wires across all non-welded mechanical joints. Refer to Appendix C, Joint Bonding and Electrical Isolation. 4.6 TEST STATIONS Test stations will allow periodic monitoring of the effectiveness of the cathodic protection system on the CCP, carbon steel and DIP options. They will also allow future monitoring of possible DC interference voltages on the three pipe alternatives. Test stations are required for all pipe materials at cathodically protected foreign line crossings, galvanic anode ground bed locations and buried underground electrical pipeline isolation joints. Test Station types are as follows: 1. TS -Standard pipe-to-soil potential measurement test station at groundbed locations. See details 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 Tunnel or Cased Crossing Test Station detail 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 7 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 installe,d, one to the water transmission pipeline and one to the foreign pipeline: The bond wires shall be No. 8 AWG, single conductor, stranded, . . copper. wire with TW or THHN insulation. The insulation shall be white in color for bond wires installed on the water transmission pipeline and red in color for bond Wires installed on foreign pipelines. 4. IF -Test station installed across buried isolation joints. See IF type test ·station on the cathodic protection drawings. Note: Lead wires and bond _wires are to be installed on foreign pipelines (if any) by the foreign pipeline owners. The waterline owner will make arrangements with the foreign pipeline owners (if any) for installation of lead wires and bond wires oil the foreign pipelines. Contractor SHALL NOT install lead wires or bond wires on foreign pipelines without foreign pipeline authorization. 8 24" Waterline Phase 2-SH-121T Southwest Parkway Water and Sanitary Sewer Main Relocations Fort Worth, Texas Test Station Schedule-Water Line A Station No. Description ~ 1+00 Flanged connection to existing 16" pipe IF 1+22 Casing at existing Dirks Rd CP 1+82 Casing at existing Dirks Rd CP 3+75 Anode Groundbed TS 11+00 Anode Groundbed TS 12+15 Casing at Future SH121T CP 17+65 Casing at Future SH 121 T CP 21+66 Anode Groundbed TS 24+45 Casing at existing Dirks Rd CP 25+35 Casing at existing Dirks Rd CP 25+67 Flanged connection to existing 24" pipe IF Note: Test Stations not required on Line B if pipes are non-metallic. If Line Bis metallic, electrically isolate and install IF test station at connection to existing 16" ductile iron pipe. 9 4.7 CONCLUSIONS AND RECOMMENDATIONS 4.7.1. The installation of galvanic anodes for any of the pipe material options will provide the means for external corrosion control. . . . 4.7.2 The waterline should be electrically isolated from existing metallic transmission mains and laterals. · 4.7.3 Installation of bonding clips or bonding cables across all joints is required for the CCP and DIP options. The dielectrically coated steel pipe option requires two bonding wires across all mechanical (non-welded) joints. 4.7.4 Installation of a polyethylene encasement is recommended for the DIP option. 4.7.5 Proper monitoring of the cathodic protection system will be achieved through test stations installed at cased crossings, foreign pipeline crossings, galvanic anode ground beds locations and buried underground electrical isolation fittings. In addition, permanent reference cells will assist in monitoring of pipe-to-soil potential measurements at ground bed locations. Monitoring test stations are recommended for all three pipe material alternatives. 10 .. ' APPENDIX A FIELD DATA Variation in Soil Resistivity as a Function of Distance and Depth Water & Sanitary Sewer Main Relocations for SH-121T Fort Worth, Texas 3 ,000 .....-----------------------------------, -E (J e 2 ,000 J: 0 -~ ·; 1,500 +---------------=-~--------------------; ;. .!!! u, ~ -1,000 -+---------------------------------=---------------t ~ ---------..... -------------,...-- -....• .... -.. ....... ------------500 -+--______ __,__ ________ -_-__ ---"_=---___________ ------c-, ............. ~--------t ..•.. 0-+----~---~---~--~---~---~--~- 0 0 + 0 0 0 + N 0 0 + 'oi:t • O' to 5' 0 0 0 0 + + CD co 0 0 0 0 0 0 + + + 0 N 'oi:t ---Station Number -.. _ 5' to 10' 0 0 0 0 0 0 + + + CD co 0 --N · · * · · 1 O' to 15' CORRPRO COMPANIES, INC. -HOUSTON, TEXAS SOIL RESISTIVITY MEASUREMENT INFORMATION CLIENT: Kimley-Horn & Associates JOB NO.: 305945 LOCATION: Station 1+20: Country Day Lane at Bryan Henderson Road INSTRUMENT USED: NILSSON SOIL RESISTIVITY METER, M400 DATA BY: BS DATE: January 2008 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 1.20 957 .5 1,149 0.833 0.833 1.200 957.5 1,149 O.OTO 5 10.0 0 .50 1,915.0 958 2.000 1.167 0.857 957 .5 821 5 TO 10 15.0 0.30 2 ,872 .5 862 3.333 1.333 0 .750 957.5 718 10 TO 1 5 CORRPRO COMPANIES, INC . • HOUSTON, TEXAS SOIL RESISTIVITY MEASUREMENT INFORMATION CLIENT: Kimley-Horn & Associates JOB NO.: 305945 LOCATION: Station 9+50: Bryan Henderson Road at Bryant Irvin Road INSTRUMENT USED: NILSSON SOIL RESISTIVITY METER , M400 DATA BY: BS DATE: January 2008 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 FEED (OHM-CM) FROM SURFACE (FT) 5.0 1.60 957 .5 1,532 0.625 0.625 1.600 957.5 1,532 O.OTO 5 10 .0 0.40 1,915 .0 766 2.500 1.875 0 .533 957.5 511 5 TO 10 15 .0 0.10 2 ,872 .5 287 10 .000 7 .500 0.133 957 .5 128 10 TO 1 5 CORRPRO COMPANIES, INC. -HOUSTON, TEXAS SOIL RESISTIVITY MEASUREMENT INFORMATION CLIENT: Kimley-Horn & Associates JOB NO.: 305945 LOCATION: Station 19+15: Bryant Irvin Road at SH-183 INSTRUMENT USED: NILSSON SOIL RESISTIVITY METER, M400 DATA BY: BS DATE: January 2008 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 2 .90 957 .5 2 ,777 0 .345 0.345 2.900 957.5 2,777 O.OTO 5 10 .0 0.90 1,915 .0 1,724 1.111 0 .766 1.305 957 .5 1,250 5 TO 10 15 .0 0.40 2 ,872 .5 1,149 2.500 1.389 0.720 957 .5 689 10 TO 1 5 APPENDIXB LABORATORY DATA LA·BORATORY DATA SUMMARY CLIENT: Kimley-Horn DATE SAMPLES RECEIVEo:·01/08/2008 PROJECT/JOB NO: #305945 LAB ANALYSIS BY: Nancy Jacob CORRPRO CONTACT/PHONE: Rafael Rodriguez/ 713-460-6086 OFFICE: Houston REVIEWED BY: SOIL SAMPLE NO . (Same as Field) 1 2 .3 STATION NO.: B-0 8-P iB-Q INTERVAL TO PRIOR: MILES SOIL SAMPLE DEPTH -FEET 18'-20' 18'-20' 8'-10' DATE TIME SOIL TYPE Clay loam Clay loam Clay loam SOIL COLOR Light Light Brown broan broan STANDARD DOM MEASUREMENTS: Lab Conductivity (conductivity meter) -Micromho-cm·1 370 370 420 Calculated Lab Resistivity (conductivity meter) -Ohm-cm 2,700 2,700 2 ,400 Lab Resistivity -Quad Box -As-Received -Ohm-cm 4,800 3,900 4,800 Lab Resistivity -Quad Box -Saturated -Ohm-cm 2,300 2,600 2,000 Moisture Content -% Or W(et), M(oist) or D(ry) 26 .0 23.0 19 .0 Lab pH 8.2 8.2 8.2 Chlorides -ppm OR P(os.), T(race) or N(eg.) 2 2 2 Sulfides -ppm OR P(os.), T(race) or N(eg .) 0 0 0 Aquamate LPR-Corrosion rate-mpy-as is OVR 0 .7 1 0.20 Aquamate LPR-Corrosion rate-imbalance-as is 0.24 1.69 1.08 Aquamate LPR-Corrosion rate-mpy-saturated 0.49 3.57 2 .71 Aquamate LPR-Corrosion rate-imbalance-saturated 0.49 3.50 1.15 Lab Redox Potential -Millivolts 330 310 270 ADDITIONAL NOTES -REFERENCE SAMPLE NO. AS APPROPRIATE -USE ADDITIONAL SHEETS IF NEEDED: I I I CORRPRO COMPANIES, INC. DUCTILE IRON PIPE DDM™ ANALYSIS Page 1 of 1 I I I I Lab Data Table Lab Results 1/14/2008 APPENDIXC SPECIFICATION SECTION 15640 JOINT BONDING AND ELECTRICAL ISOLATION WATER AND SANITARY SEWER MAIN RELOCATIONS JOINT BONDING AND FOR SH-121 T (SOUTHWEST PARKWAY) ELECTRICAL ISOLATION SECTION 15640 JOINT BONDING AND ELECTRICAL ISOLATION PART 1 ' GENERAL 1.01 SECTION INCLUDES A. Joint bonding requirements for electrical continuity of the bar-wrapped concrete cylinder pipe (A WW A C-303), dielectrically coated steel pipe and the ductile iron pipe options. B. Electrical isolation devices for installation at connections to existing piping, at laterals, at cased crossings and at tunnels for all three pipe material options. 1.02 RELATED SECTIONS 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 WWA C207 -Steel Pipe Flange for Waterworks Service. C. A WW A M9 Manual -Concrete Pressure Pipe. D . ANSI B16.l -Cast Iron Pipe Flanges and Flanged Fittings. E. ANSI B 16.5 -Pipe Flange and Flanged Fittings. 1.04 SUBMITTALS A. Submittals: Submittals shall conform to the requirements of the City of Fort Worth, Texas for the Water and Sanitary Sewer Main Relocations for SH-121T (Southwest Parkway) Project. B. Catalogue Cut Sheets: Manufacturer's catalog cut sheets shall be submitted for each item. The catalog cut sheets shall include the manufacturer's name and 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 sheet, 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. May , 2008 15640 Page I of9 WATERAND SANITARY SEWER MAIN RELOCATIONS JOINT'BONDING AND FOR SH~121T {SOUTHWEST PARKWAY) ELECTRICAL ISOLATION 1.05 QUALITY CONTROL A. Provide 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 certification that all pipeline 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. Casing 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 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: May, 2008 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. 15640 Page 2 of9 WATER AND SANITARY SEWER MAIN RELOCATIONS JOINT BONDING AND FOR SH-121 T {SOUTHWEST PARKWAY} ELECTRICAL ISOLATION 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: a) Establish continuity between tensile wire coils and steel cylinder on embedded cylinder type prestressed pipe .by tightly wrapping tensile wire over longitudina~ 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 jointed steel pipe requires the installation of bond wires across the joint as shown on the project drawings. D. Preparation of Ductile Iron Pipe for Bonding: Install insulated bond wires as shown on the project drawings. E. Electrical Bond Wires: Electrical bond wires are to be a minimum No. 4 AWG, seven · stranded, copper cable with THHN insulation. Remove one inch of THHN insulation from each end of the bond wire. Exothermic weld the bond wires to the pipeline. May,2008 15640 Page 3 of9 WATER AND SANITARY SEWER MAIN RELOCATIONS JOINT BONDING AND FOR SH-121T (SOUTHWEST PARKWAY) ELECTRICAL ISOLATION Provide the minimum number of bond wires as shown on drawings for steel or ductile iron pipe. 2.03 FLANGE ISOLATION A. Required applications of dielectric flange isolation assemblies include but are not limited to selected locations where new piping is mechanically connected to existing piping. B. For concrete cylinder pipe, provide electrical isolation through the installation of the following materials: 1. Flange connection to Lock Joint bell adapter. 2. Flange connection to Lock Joint spigot adapter 3. Insulating Gasket: a) For piping 30 inches diameter and greater, provide Pyrox G-10 with .nitrile seal, Type "E" LineBacker gasket as manufactured by Pipeline Seal and Insulator, Inc., or approved equal. b) For piping between 12 inches and 24 inches diameter, provide Phenolic PSI with nitrile seal, Type "E" LineBacker gasket as manufactured by Pipeline Seal and Insulator, Inc., or approved equal. c) Alternately, provide plain-faced phenolic gasket, as manufactured by Pipeline Seal and Insulator, Inc., or approved equal. Place phenolic gasket between two full-faced gaskets. Provide cloth-inserted rubber gasket material, 1/8 inch thick in accordance with 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. Isolation 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 WW A C207. Use factory cut gaskets of proper dimensions . 2. Sleeves and Washers: May,2008 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. 15640 Page 4 of9 WATER AND SANITARY SEWER MAJN: RELOCATIONS JOINT BONDING AND FOR SH-121T {SOUTHWEST PARKWAY} ELECTRICAL ISOLATION D. For ductile iron pipe, provide electrical isolation through installation of the following materials: 1. Isolation 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 WW A 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 C'4"boline, consisting of Densyl Mastic, Densyl Paste, and Densyl Tape, or approved equal. 2.04 CASING SPACERS A. For 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 a minimum of 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 pipes 12-inch diameter and smaller, use injection molded polyethylene insulators, Model PE as manufactured by Pipeline Seal and Insulator, Inc. or approved equal. D. For all other pipe materials 12 inch diameter and smaller, use 8 inch wide steel insulators with 2 inch wide glass reinforced runners, Model C8G-2 as manufactured by Pipeline Seal and Insulator, Inc. or approved equal. E. For all piping greater than 12 inch diameter, use 12 inch wide steel insulators with 2 inch wide glass reinforced runners, Model C12G-2 as manufactured by Pipeline Seal and Insulator, Inc. or approved equal. 2.05 CASING END SEALS A. For all piping less than 24 inch diameter, use hard rubber seals, Model PL Link Seal as manufactured by the Thunderline Corporation or approved equal. rviay,2008 15640 Page 5 of9 WATER AND SANITARY SEWER MAIN RELOCATIONS JOINT, BONDING AN~ FOR SH-121T {SOUTHWEST PARKWAY} ELECTRICAL ISOLATION 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. C. Casing End Seals shall be as shown on the project plans. PART 3 -EXECUTION 3.01 INST ALLA TI ON 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 at required locations by thermite welding process. C. Thermite Welding Methods: Perform thermite welding of bond wires to piping in the following manner: 1. Clean and dry pipe to which wires 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: May,2008 15640 Page 6 of9 WATER AND SANITARY SEWER MAIN RELOCATIONS JOINT BONDING AND FOR SH-121T {SOUTHWEST PARKWAY) ELECTRICAL ISOLATION 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. 2. Measure resistance through select bonded joints with a digital fow resistance ohmmeter (DLRO). Resistance of 0.001 ohms or less is acceptable. 3. Position a copper sulfate electrode (CSE) at a stationary location adjacent to bonded pipeline. Impress a temporary current on pipe. Record the stati~, current- applied, and "instant off' pipe-to-soil potential measurements along the pipe relative to a stationary CSE. a. Static potential measurements referenced to a stationary CSE must be nearly identical along the pipe to indicate electrical continuity. b. "Instant off' potentials referenced to a 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, reinstall the bond. 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 wire. 3.02 INST ALLA TI ON OF PIPELINE FLANGE ISOLATION DEVICES A. Placement: Install isolation joints at the locations shown in the test station schedule 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. May, 2008 15640 Page 7 of9 WATER AND SANITARY SEWER MAIN RELOCATIONS JOINT BONDING AND . , FOR SH-121 T (SOUTHWEST PARKWAY) ELECTRICAL ISOLATION C. Testing: Immediately after an electrical isolation fitting has been installed, test electrical isolation effectiveness with a Gas Electronics model 601 meter, or approved equal. Fully document all test results. D. Painting: Do not use metal base paints on electrical isolation devices. E. Encapsulation: Encapsulate befow-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 ISOLATION 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 isolation 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 isolation joints except that the joint is considered effective 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, regarµless 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. May,2008 15640 Page 8 of9 WATER AND SANITARY SEWER MAIN RELOCATIONS JOINT BONDING AND FOR SH-121T (SOUTHWEST PARKWAY) ELECTRICAL ISOLATION D. After the casing or tunnel liner has been placed, pump dry and maintain dry until the casing spacers and end seals are installed. 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 CASING TO CARRIER PIPE 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 that the casing is electrically isolated from the pipeline. 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 carrier pipe and casing is not effective, the cause shall be immediately investigated, and the situation remedied. Under no circumstances shall a shorted casing be backfilled. END OF SECTION May, 2008 15640 Page 9 of9 APPENDIXD SPECIFICATION SECTION 15641 CORROSION CONTROL TEST STATIONS · WATER AND SANITARY SEWER MAIN RELOCATIONS FOR SH-121T (SOUTHWEST PARKWAY) 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 foreign pipeline crossings, cased crossings, galvanic anode ground beds and below-grade pipeline electrical isolation joints. 1.02 RELATED SECTIONS A. Section 15640 -Joint Bonding and Electrical Isolation. B. Section 15642 -Specification for Magnesium Anode Cathodic Protection Systems. 1.03 REFERENCES A. ASTM D1242 -Polyethylene Plastic Molding and Extrusion Material. B. NACE RP0169-2002 -Recommended Practice, Control of External Corrosion on Underground or Submerged Metallic Piping Systems. C. UL 83 -Thermoplastic Insulated Wires. D. UL 426A -Wire Connectors for Use with Copper Conductors. 1.04 SUBMITTALS A. Submittals: Submittals shall conform to the requirements of the City of Fort Worth, Texas for the Water and Sanitary Sewer Main Relocations for SH-121T (Southwest Parkway) Project. B. Catalogue Cut Sheets: Manufacturer's catalog cut sheets shall be submitted for each item. The catalog cut sheets 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 sheet 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, anodes, test stations and reference electrodes. 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. May, 2008 15641 Pagel of6 WATER AND SANITARY SEWER MAIN RELOCATIONS FOR SH-121 T {SOUTHWEST PARK.WAY) CORROSION CONTROL TEST STATIONS 1.0.6 QUALITY CONTROL A. Provide manufacturer's certifications that all components of the corrosion control system 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 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 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 head and a traffic box as shown on the drawings. B. The terminal head shall be a seven (7) terminal Big Fink as manufactured by Cott Manufacturing Company or approved equal. C. The test station shall be installed in a 24" x 24" x 6" concrete pad D. 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. E. 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, or where stated on drawings, 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 seven-(7) terminal "Big Fink" as manufactured by Cott Manufacturing or approved equal. C. The "Big Fink" test station 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. F. The interior of the test station conduit shall be filled with Portland cement concrete after the installation of the test and bond wires. May, 2008 15641 Page 2 of6 WATER AND SANITARY SEWER MAIN RELOCATIONS FOR SH-121T {SOUTHWEST PARKWAY} CORROSION CONTROL · TEST STATiONS G. The test station conduit shall be installed with a 24" x 24" x 6 11 concrete pad. 2.03 PERMANENT REFERENCE ELECTRODES A. The permanent reference electrode shall be a copper sulfate Permacell . Plus double membrane ceramic cell in a geomembrane package as manufactured by Corrpro Companies, Inc. or approved equal. H. The 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. A permanent reference electrode shall be installed at each test station associated with the galvanic magnesium anode ground beds. 2.04 TEST STATION LEAD WIRES A. Test station lead wires of all sizes shall have TW, THW, THHN or HMWPE 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. 4. Permanent reference cells: blue. 5. Anode header cable: black C. Test station lead wires shall be terminated on the test station terminal board utilizing crimped on solderless ring terminals. 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 t~e 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 c9ated weld with a plastic weld cap. May, 2008 15642 Page 3 of6 WATER AND SANITARY SEWER MAIN RELOCATIONS FOR SH-121T {SOUTHWEST PARKWAY} CORROSION CONTROL TEST STATIONS 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 DC currents and required mitigative measures. 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. 4. At all galvanic magnesium anode ground bed locations. 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· and in the specifications. G. Wire test station terminal board configurations as shown on the drawings. H. At foreign pipeline crossing test stations, the owners of the pipeline must be notified and must give permission before the test leads are connected to their pipeline. The foreign pipeline owner should have a representative present. Contractor shall not install lead wires or bond wires on foreign pipelines. May, 2008 15641 Page 4 of6 WATER AND SANITARY SEWER MAIN RELOCATIONS FOR SH-121T {SOUTHWEST PARKWAY) 3.03 FLUSH-MOUNT TEST STATIONS A. Install flush-mount test stations as shown on the drawings. CORROSION CONTROL TEST STATIONS 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 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. 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 le~s than 6 inches thick. 3.04 ABOVE-GRADE TEST STATIONS A. Install above-grade test stations where a flush mounted test station cannot be located. Use and location of above-grade test stations shall be approved by the owner or its designated representative. B. Locate test station adjacent to a permanent structure (e.g. a power pole), if available, for physical protection. C. Coil sufficient slack beneath the test station to allow for soil settlement and to prevent damage to the leads during backfilling. D. Pour a 24" x 24" x 6" concrete pad at grade around the test station conduit. E. Fill the interior of the 3" above-grade test station steel galvanized conduit with Portland cement concrete after installation of the test stations wires. 3.05 TEST LEAD WIRE ATTACHMENT A. Attach test leads to the pipe by thermite welding directly to the pipe on steel and DIP pipelines. See drawings. B. The pipe to which the wires are to be attached shall be clean and dry. C. When connecting directly to the pipe, use a grinding wheel to remove all coating, mill scale, oxide, grease, and dirt from an area approximately 3 inches square. Grind the surface to bright metal. May,2008 15641 Page 5 of6 WATER AND SANITARY SEWER MAIN RELOCATIONS FOR SH-121T (SOUTHWEST PARKWAY) CORROSION CONTROL . TEST STATIONS 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. 10 A WG or smaller 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. J. If the weld is secure, coat all bare metal and weld metal with Royston No. 747 spray primer. Then cover the coated weld with a Royston Handi-Cap weld cap. Note: Lead wires and bond wires are to be installed on the foreign pipelines by the foreign pipeline owners. The waterline owner will make arra,ngements with the foreign pipeline owners (if any) for installation of lead wires and bond wires on the foreign pipelines. Contractor SHALL NOT install lead wires or bond wires on foreign pipelines. 3.06 POST INSTALLATION BACKFILLING OF TEST STATION -LEAD WIRES. A. Protect test station wires to prevent damage to the wire insulation and conductor integrity during backfilling. B. After completion of the backfilling of the test wires to the pipe, verify the connection by measuring and recording a pipe-to-soil potential. 'C. Replace any test wire found to have a high resistance connection. END OF SECTION May, 2008 15641 Page 6 of6 APPENDIXE SPECIFICATION SECTION 15642 MAGNESIUM ANODE CATHODIC PROTECTION SYSTEMS WATER AND SANITARY SEWER MAIN RELOCATIONS MAGNESIUM ANODE FOR SH-121T (SOUTHWEST PARKWAY) CATHODIC PROTECTION SECTION 15642 MAGNESIUM ANODE CATHODIC PROTECTION SYSTEMS PARTl GENERAL 1.01 SECTION INCLUDES A. Requirements for cathodic protection systems on concrete cylinder pipes , carbon steel pipes and ductile iron pipes using magnesium anodes . B. 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 waterline project. 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. C .. Cathodic protection components shall be as shown on the project drawings for the Water and Sanitary Sewer Main Relocations for SH-121 T (Southwest Parkway) 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 to include recommendations. 1.02 REFERENCES A. NEC 70 -National Electrical Code B. NACE RP-0169-2002 -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. B. Cathodic Protection Tester: Cathodic protection tester shall provide instructions for installation of anodes, field splices, and therrnite welding. NACE International certified corrosion personnel shall complete all testing. C. All materials, fabrication and installations are subject to inspection and testing by the owner or its designated representative. October, 2009 15642 Page I of8 WATER AND SANITARY SEWER MAIN RELOCATIONS MAGNESIUM ANODE FOR SH-121 T (SOUTHWEST PARKWAY) CATHODIC PROTECTION 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 ~atisfaction of the owner at the Contractor's expense. PART2 ANODES 2.01 SACRIFICIAL ANODES -MAGNESIUM A. Magnesium Anodes: Use 2" x 2" x 60", 20-pound high potential prepackaged magnesium anodes. The metallurgical composition of the magnesium anodes shall conform to the following: Element Al Mn Cu Ni Fe Content% 0.010 0.50 to 1.30 0.02 Maximum 0.001 Maximum 0.03 Maximum Other Magnesium 0.05 each or 0.3 Maximum Total Remainder B. Magnesium Anode Current Capacity: Magnesium anodes require a current capacity of no less than 500 amp-hours per pound of magnesium. C. Anode Backfill Material: Use chemical backfill material around all galvanic anodes. Backfill provides a reduced contact resistance to earth, provides a uniform environment surrounding the anode, retains moisture around the anode, and prevents passivation of the anode. 1. All galvanic anodes 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. Have a grain size backfill such that 100 percent is capable of passing through a 20- mesh screen and 50 percent is retained by a 100-mesh screen. 3. Completely surround the anode with the backfill mixture within a cotton bag. 4. For cast magnesium ingots, the required weight of backfill shall be as follows: October, 2009 Anode Weight (Pounds) 20 Backfill Weight (Pounds) 50 Total Weight (Pounds) 70 15642 Page 2 of8 WATER AND SANITARY SEWER MAIN RELOCATIONS MAGNESIUM ANODE FOR SH-121 T {SOUTHWEST PARKWAY} CATHODIC PROTECTION D. Anode Lead Wires: For the lead wire for the magnesium anodes, use a 20-foot length of No. 12 AWG solid copper wire equipped with TW ofTHW insulation. 'E. Lead Wire Connection to Magnesium Anode: 1. Cast magnesium anodes with a 20 gauge galvanized steel core. 2. Extend one end of the core beyond the anode for the lead wire connection. 3. Silver-solder the lead wire to the core and fully insulate the connection. 2.02 SPLICING TAPE Tape used for covering anode lead wire to anode header cable connections shall be two (2) layers of Scotch 130C rubber splicing tape. Then two (2) layers of Scotch 88 vinyl electrical tape as manufactured by 3M Scotch, or approved equal. Taped splices shall be covered with a coating of 3M Scotchkote electrical coating, or approved equal. 2.03 CRIMPING LUGS Crimping lugs used to connect the anode lead wire to anode header cable shall be copper compression 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 AWG stranded copper conductors with type HMWPE insulation (Black). 2.05 TEST STATIONS A. Test stations shall consist of test wires, a terminal head and a traffic box as shown on the drawings. B. The terminal head shall be a five (5) 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. If the area is not paved, the test station shall be installed in a 6" x 24" x 24" square concrete pad. E. Install a marker sign adjacent to all flush-mounted test stations. 2.06 SHUNT A. Monitoring shunt shall be a 0.01-ohm Type RS shunt as manufactured by Holloway or approved equal. October, 2009 15642 Page 3 of 8 WATER AND SANITARY SEWER MAIN RELOCATIONS MAGNESIUM ANODE FOR S~.-121 T (SOUTHWEST PARKWAY} CATHODIC PROTECTION B. There shall be one (1) shunt in each magnesium anode test station. 2.07 TEST LEAD WIRE A. Test station lead wires shall be #12 A WG stranded copper cable with type TW or THW insulation black in color. 2.08 PERMANENT REFERENCE ELECTRODE A . The permanent reference electrode shall be a copper sulfate Permacell Plus as manufactured by Corrpro Companies or approved equal. B . The permanent reference electrode shall be equipped with No. 14 AWG stranded copper wire with blue HMWPE insulation of suitable length to attach to the terminal board of the test station. C. The permanent reference electrode shall have a minimum design life of 15 years and a stability of 5 millivolts under a \0 microamp load. 2.09 Tll:ERMITE 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 No. 747 Spray Primer as manufactured by Royston , or approved equal. The coated weld shall be covered with a Handy Cap weld cap as manufactured by Royston, or appro ved equal. PART3 CATHODIC PROTECTION SYSTEM INSTALLATION 3.01 INSTALLATION OF SACRIFICIAL ANODES A. The location of the cathodic protection magnesium anode ground beds are indicated in the t~st station schedules on the project drawings. B. Placement: Each anode shall be installed vertically in a 12 inch diameter by 15 foot deep hole as shown on the project drawings. Anode spacing shall be twelve feet center-to- center. Centerline of the anode shall be at a minimum of 8 feet from the centerline of the pipe. Anodes shall be installed within the pipeline right-of-way. C. Augured Hole : The anode hole diameter shall easily accommodate the anode. October, 2009 15642 Page 4 of8 WATER AND SANITARY SEWER MAIN RELOCATIONS MAGNESIUM ANODE FOR SH-121 T (SOUTHWEST PARKWAY) CATHODIC PROTECTION D. Backfilling: After the hole is augured, the packaged anode shall be lowered into the hole and the soil shall be firmly tamped around the package so that it is in. intimate contact with the package. Then a minimum of 5 gallons of water is to be poured in the anode hole. Backfilling of the remained of the anode hole can then be completed. E. 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. F. 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 sulfate reference electrode shall be installed at each anode ground bed. 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. B. Anode Header Cable: Each anode lead wire shall be connected to a #10 AWG/HMWPE header cable which shall be routed into a flush-to-grade test station. C. Anode Lead Wire to Header Cable Connection: Each anode lead wire to header cable connection shall be made using a copper compression connector. Each connection shall be taped using rubber tape , vinyl tape and coated with Scotchkote electrical coating as shown on the project drawings . D. Anode-to-Pipeline Connection: Each group of anodes shall be connected to the pipeline through a test station as shown on the project drawings. A 0 .01 ohm shunt shall be used to connect the 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. October, 2009 15642 Page 5 of 8 WATER AND SANITARY SEWER MAIN RELOCATIONS MAGNESIUM ANODE FORSH-121 T {SOUTHWEST PARK.WAY} CATHODIC PROTECTION 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 tank over an area approximately 3 inches square. The surface shall be cleaned to bright metal. D. The wires to be thermite welded to the pipe shall have approximately 1 inch of insulation removed from each end, exposing clean, oxide-free copper for welding. E. Using the proper size thermite weld mold as recommended by the manufacturer, the wire shall be placed between the graphite mold and the prepared metal surface. All wires No. 12 AWG size shall use a copper sleeve crimped over the wire. F. The metal disk shall be placed in the bottom of the mold. G. The cap from the weld charge container shall be removed and the contents poured into the mold. Squeeze the bottom of the weld charge container to spread ignition powder over the charge. H. Close the mold cover and ignite the starting powder with a flint gun. The mold should be held firmly in place until all of the charge has burned and the weld has cooled slightly. 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. J. If the weld is secure, coat all bare metal and weld metal with Royston No. 747 spray priqwr. The coated weld shall be covered with a Royston Handy Cap weld cap. 3.05 FLVSlJ-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. October, 2009 15642 Page 6 of8 WAXER AND SANITARY SEWER MAIN RELOCATIONS MAGNESIUM ANODE FOR SH-121T {SOUTHWEST PARKWAY) CATHODIC PROTECTION 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 ( commissioned). B. Commissioning: The commissioning of the cathodic protection system shall be performed by a corrosion engineer hired by the contractor to achieve compliance with the referenced corrosion control standards set forth by NACE International and/or 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. Native state structure-to-soil potentials shall also be measured at all test stations and above grade pipeline appurtenances prior to energizing the cathodic protection system with a portable CSE. 2. Energize the cathodic protection system by connecting each magnesium anode groundbed to the pipeline lead in the test station junction box. Record each anode groundbed current using the 0.01-ohm shunt. 3. Allow a minimum of two 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 from the native state structure-to-soil potential, 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 structures (if any) and mitigate any interference detected. If necessary, foreign line test stations shall be provided to facilitate the interference testing and 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. October, 2009 15642 Page 7 of 8 WATER AND SANITARY SEWER MAIN RELOCATIONS MAGNESIUM ANODE FOR SH-121 T (SOUTHWEST PARKWAY} CATHODIC PROTECTION 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 electrical isolation joint tests and as built drawings shall be compiled in a final report ap.d furnished to the owner along with operating and maintenance instructions. END OF SECTION October, 2009 15642 Page 8 of8 APPENDIXF SPECIFICATION SECTION 15643 POLYETHYLENE ENCASEMENT WATER AND SANITARY SEWER MAIN RELOC. POLYETHYLENE ENCASEMENT FOR SH-121 T {SOUTHWEST PARKWAY} FOR DUCTILE IRON PIPE SECTION 15643 POLYETHYLENE ENCASEMENT PART 1 GENERAL 1.01 SECTION INCLUDES A. Polyethylene encasement is a part of the corrosion protection system for the DIP option. B. Specifications for materials and installation of polyethylene encasement for pipe, valves, fittings, and other appurtenances for the DIP option. 1.02 MEASUREMENT AND PAYMENT A. Unit Prices. No separate payment will be made for polyethylene encasement. Include cost of polyethylene encasement in unit price for pipes and fittings to be encased. 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 Strengt.l7. of Solid Electrical Insulating Materials at Comm~rcial Power Frequencies. B. ASTM D 882 -Standard Test Method for Tensile Properties of Thin Plastic Sheeting. C. ASTM D 1709 -Standard Test Methods for Impact Resistance of Plastic Film by the Free-Falling Dart Method. D. ASTM D 1922 -Standard Test Method for Propagation Tear Resistance of Plastic Film and Thin Sheeting by Pendulum Method. E. ASTM D 4976 -Standard Specification for Polyethylene Plastics Molding and Extrusion Materials. F. ANSI/AWWA C600-Standard for Installation of Ductile-Iron Water Mains and Their Appurtenances. G. ANSI/A WW A C105/A21.5 -Polyethylene Encasement for Ductile-Iron Pipe Systems. May, 2008 15643 Page 1 of8 / WATER AND SANITARY SEWER MAIN RELOC. POLYETHYLENE ENCASEMENT FOR SH-121T (SOUTHWEST PARKWAY} FOR DUCTILE IRON PIPE 1.04 SUBMITT ALS 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 specification 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 a minimum of 40 square feet of standard production material. 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. 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 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: 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 qualified by the Ductile Iron Pipe Research Association, ductile iron pipe manufacturers or engineering/inspection firms who offer training courses in the proper method(s) of installation. Proof of qualifications shall be submitted with the shop drawings and shall be provided to project inspectors upon request. May, 2008 15643 Page 2 of8 WATER AND SANITARY SEWER MAIN RELOC. POLYETHYLENE ENCASEMENT FOR SH-121T (SOUTHWEST PARKWAY) FOR DUCTILE IRON PIPE •· PART 2 PRODUCTS 2.01 MATERIALS A. Polyethylene Film: Tubular or sheet form without tears, breaks or defects, conforming to the following requirements. 1. High-Density, Cross-Laminated, Polyethylene: High-density, cross-laminated May,2008 polyethylene film manufactured from virgin polyethylene material conforming to the following: a. Raw Material. Raw materials to meet the requirements of ASTM D 4976: 1. Group: 2 (Linear) 2. High-density: 0.940 to 0.960 g/cm3 3. 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 (ASTMD 882) 2. Elongation: 100 percent mm1mum in machine and transverse direction (ASTM D 882) as measured using rubber lined grips. 3. Dielectric Strength: 800 volts/mil thickness minimum (ASTM D 149) 4. Impact Resistance: 800 grams minimum (ASTM D 1709 Method B) 5. Propagation Tear Resistance: 250 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- i;lffiine ultraviolet inhibitor. Where a color other than white is required for purposes of identification, it shall comply with the raw material and physical property requirements of this specification, shall not be manufactured with pigments containing controlled substances, and shall 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: 15643 Page 3 of8 WATER,AND SANITARY SEWER MAIN RELOC. POLYETHYLENE ENCASEMENT FOR SH-121T (SOUTHWEST PARKWAY} FOR DUCTILE IRON PIPE Nominal Pipe Diameter Inches 3 4 6 8 10 12 14 16 18 20 24 30 36 42 48 54 60 64 Minimum Polyethylene Width Flat Tube 14 14 16 20 24 27 30 34 37 41 54 67 81 81 95 108 108 121 Inches· 28 28 32 40 48 54 60 68 74 82 108 134 162 162 190 216 216 242 2. Large Bell Circumferences: Where bell · ends of the pipe are larger than the tube or sheet sizes listed above, use sufficiently large tubes or sheets to cover the joints 3. Marking: The polyethylene film shall be clearly marked every two feet with the following information: a. Manufacturer's name or trademark b. Year of manufacture c. ANSI/AWWA C105/A21.5 d. Minimum film thickness and material type (HDCLPE or LLDPE) e. Applicable range of nominal pipe diameter size(s) f. Warning-Corrosion Protection-Repair Any Damage Letters and numerals used for marking items "a" through "e" shall not be less than 1 inch in height and item "t'' shall not be less than 1 1/2 inches in height. B. Polyethylene Tape: Provide 1-Yl-inch wide, plastic-backed, adhesive tape for fitting and anchoring the encasement. Acceptable tapes are Fulton No. 355, Polyken No. 900, Scotchwrap No. 50, or other approved tape. Fulton Tie Strips are an approved alternative to tape. For patching or repairing the polyethylene film, use only polyethylene tape. May, 2008 15643 Page 4 of8 WATER AND SANITARY SEWER MAIN RELOC. POLYETHYLENE ENCASEMENT FOR SH-121T (SOUTHWEST PARKWAY) FOR DUCTILE IRON PIPE '. PART 3 EXECUTION 3.01 PREPARATION A. Remove lumps of clay, mud, and cinders from pipe surface prior to installation of polyethylene encasement. Prevent soil or embedment material from becoming trapped between pipe and polyethylene. B. Fabric slings and padded forks shall be used for transport of wrapped pipe. Chains or cables shall not be used. Do not damage the polyethylene encasement. C. For installations below the water table or in areas subject to tidal actions tube form polyethylene encasement shall be used. Completely seal both ends of the polyethylene tube with adhesive tape at joint overlap. Circumferentially wrap with tape or plastic tie straps every two feet along the barrel. 3.02 INSTALLATION A. Tubular Type (Method A): 1. Cut polyethylene tube to a length approximately 2 feet longer than pipe section. Slip tube around pipe, centering tube to provide 1-foot overlap on each adjacent pipe section. Bunch accordion-fashion lengthwise until it clears pipe ends. 2. Make shallow bell hole at joints to facilitate installation of polyethylene tube completely around pipe. Lower pipe into trench and make up pipe joint with preceding section of pipe. Methods other than bell holes shall be allowed, provided the polyethylene tube completely encases the pipe joints, including a minimum overlap of I-foot. 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. 4. For each pipe length, take up slack width at top of pipe to make a snug, but not tight, fit along barrel of pipe, securing fold with tape at quarter points. A void a tight fit to prevent stretching the polyethylene where it bridges irregular surfaces, such _ as bell and spigot joints, restrained and bolted joints, and fittings; and to prevent damage to film during backfilling. The length of tape to secure wrap shall be no less than 1-foot. 5. Repair cuts, tears, punctures, or other damage to polyethylene. Proceed with installation of next section of pipe in same manner. J\,fay,2008 15643 Page 5 of8 WATER AND SANITARY. SEWER MAIN RELOC. POLYETHYLENE ENCASEMENT FOR SH-121T (SOUTHWEST PARKWAY) FOR DUCTILE IRON PIPE 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 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. Make shallow bell hole at joints to facilitate installation of polyethylene tube completely around pipe. Lower pipe into trench. and make up pipe joint with preceding section of pipe. Methods other than bell holes shall be allowed, provided the polyethylene tube completely encases the pipe joints, including a minimum overlap of 1-foot. 3. Take up slack width at top of pipe to make a snug, but not tight, fit along barrel of pipe, securing fold with tape at quarter points. A void a tight fit to prevent stretching the polyethylene where it bridges irregular surfaces, such as bell and spigot joints, restrained and bolted joints, and fittings; and to prevent damage to film during backfilling. The length of tape to secure wrap shall be no less than 1-foot. 4. 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. 5. 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)-Applicable to Valves, Tees, Elbows and Other Fittings Only: 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 c~ears 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. ~ay,2008 15643 Page 6 of8 WATE~ AND SANITARY SEWER MAIN RELOC. POLYETHYLENE ENCASEMENT FOR SH-121 T (SOUTHWEST PARKWAY) FOR DUCTILE IRON PIPE 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 by continuously taping the leading two feet of the barrel with overlapping tape wrap. Anchor the first wraps of tape directly on to the barrel of the pipe and extend the continuous taping on to the polyethylene encasement. For the remainder of the leading pipe length, overlap circumferential wraps of tape every one 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. 5. Continue process by wrapping tape 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 the polyethylene encasement 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. H. Hydrant Drain Relief: 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. I. Direct Service Taps: 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 May, 2008 15643 Page 7 of8 WATER AND SANITARY SEWER MAIN RELOC. POLYETHYLENE ENCASEME;NT FOR SH-121T (SOUTHWEST PARKWAY} FOR DUCTILE IRON PIPE through the tape and polyethylene . After the direct tap is completed, the entire circumferential area shall be closely inspected and repaired as needed. J. Service Connections: Wrap service lines of copper and other dissimilar metals with polyethylene or suitable dielectric tape for a minimum clear distance of 3 feet away from the cast or ductile iron pipe. Surface preparation and method of application shall follow tape manufacturer's written instructions. K. 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. L. Installation of Pipe through Casings: Polyethylene encasement shall be used for pipe through casings. Use a single layer of polyethylene film. Casing spacers (insulated type) and casing end seals shall be installed. Do not damage the polyethylene film where these devices are attached to the pipe, over the encasement. 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 Prevent damage to the polyethylene wrap when placing earthen backfill. Assure backfill material is free from cinders, refuse, boulders, rocks, stones, or other material that could damage the polyethylene. Follow A WWA C600 for backfilling. 3.05 QUALITY ASSURANCE A. Freedom from Defects: All polyethylene film shall be clean, sound and free from defects. B. Inspection: All parts of this Section are subject to inspection by the owner or its designated representative. C. Non-Compliance: The Contractor will correct any deficiencies in materials or installation at his expense, including excavating the pipe subsequent to backfilling and re- installing the polyethylene wrap. · END OF SECTION May ,2008 15643 Page 8 of8 ' APPENDIXC Dirks Road Project . J . F. Heath Survey, Abstract No. 641 24" Watermain Relocations EXHIBITGTo SETTLEMENT AGREEMENT BETWEEN BANK OF AMERICA, TRUSTEE, ET AL AND THE CITY OF FORT WORTH PERMANENT WATER LINE EASEMENT DATE: July_, 2009 GRANTOR: BANK OF AMERICA, N .A., TRUSTEE OF THE A.M. PATE, JR. MARITAL TRUST UNDER THE WILL OF A.M. PATE, JR., DECEASED, as to an undivided 50.000% interest, BANK OF AMERICA, N .A ., TRUSTEE OF THE A.M. PATE, JR. CHARITABLE TRUST CREATED UNDER THE WILL OF A .M. PATE, JR., DECEASED, as to an undivided 3.125% interest, BANK OF AMERICA, N.A., TRUSTEE OF THE A.M. PATE III TRUST CREATED UNDER THE WILL OF A .M. PATE, JR., DECEASED, as to an undivided 3.125% interest, BANK OF AMERICA, N .A., TRUSTEE OF THE SHEILA LYNN PATE WOLFE TRUST CREATED UNDER THE WILL OF A.M. PATE, JR., DECEASED, as to an undivided 3 .125% interest, BANK OF AMERICA, N .A., TRUSTEE OF THE CHARLES PATRICK PATE TRUST CREATED UNDER THE WILL OF A.M. PATE, JR., DECEASED, as to an undivided 3 .125% interest, BANK OF AMERICA, N.A., TRUSTEE OF THE SHARON LANSDEN PATE TRUST CREATED UNDER THE WILL OF A.M. PATE, JR., DECEASED, as to an undivided 3.125% interest, BANK . OF AMERICA, N.A ., TRUSTEE OF THE ADLAI PRESTON PATE TRUST CREATED UNDER THE WILL OF A.M. PATE, JR., DECEASED, as to an undivided 3.125% interest, BANK OF AMERICA, N.A., TRUSTEE OF THE CHARLES PA TRICK PATE, JR . TRUST CREATED UNDER THE WILL OF A.M . PATE, JR., DECEASED, as to an undivided 1.5625% interest, BANK OF AMERICA, N.A., TRUSTEE OF THE MASON LANSDEN PATE TRUST CREATED UNDER THE WILL OF A.M. PATE, JR., DECEASED, as to an undivided 2.083% interest, BANK OF AMERICA, N .A., TRUSTEE OF THE CHRISTOPHER TODD MILLER TRUST CREATED UNDER THE WILL OF A.M . PA TE, JR., DECEASED, as to an undivided 1.5625% interest, BANK OF AMERICA, N .A. TRUSTEE OF THE CHRISTOPHER TODD MILLER REVOCABLE TRUST CREATED UNDER THE AGREEMENT DATED DECEMBER·?, 1996, as to an undivided 1.5625% interest, BANK OF AMERICA, N.A. TRUSTEE OF THE CHARLES PATRICK PATE, JR. REVOCABLE TRUST UNDER THE AGREEMENT DATED JUNE 7, 2007, as to an undivided 1.5625% interest, BANK OF AMERICA, N.A. TRUSTEE OF THE MASON LANSDEN PATE REVOCABLE TRUST UNDER THE AGREEMENT DATED JUNE 28, 2007, as to an undivided 1.042% interest, CHARLES PATRICK PATE as to an undivided 3.125% interest, TEXAS WESLEY AN UNIVERSITY, having taken title as TEXAS WESLEY AN COLLEGE, as to an undivided 6.250% interest, TEXAS CHRISTIAN UNIVERSITY as to an undivided 6.250% interest, and <" ' AUSTIN COLLEGE as to an undivided 6.250% interest. GRANTOR'S MAILING ADDRESS: TO ALL GRANTORS: c/o Pamela A. Spadaro GRANTEE: U.S. Trust, Bank of America Wealth Management 90 I Main Street 16th Floor TX 1-492-16-03 Dallas, Dallas County, Texas 75202 City of Fort Worth GRANTEE'S MAILING ADDRESS: 1000 Throckmorton Street Fort Worth, Tarrant County, Texas 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. PROPERTY: Tract No. 2 deeded to A. M. Pate, Jr. and recorded in Volume 6691, Page 475, Deed Records of Tarrant County, Texas · EASEMENT AREA: See the attached and incorporated Exhibits "A" and "B." GRANTOR, for the consideration paid to GRANTOR and other good an valuable consideration, hereby grants, sells, and conveys to GRANTEE, its successors and assigns, an exclusive, perpetual easement for the construction, operation, maintenance, replacement, upgrade, and repair of an underground permanent water main line, hereafter 2 referred to as ("Facilities") in, upon, under and across the "Easement Area" more fully described in Exhibits "A" and "B," attached and incorporated, together with the right and privilege at any time to enter the Property or Easement Area, or any part thereof, for the purpose of constructing, operating, maintaining, replacing, upgrading, and repairing the personal property placed within the Facilities.. The Facilities include all incidental underground and aboveground attachments, equipment and appurtenances, including, but not limited to manholes, manhole vents, lateral line connections, valves, pipelines, junction boxes in, upon, under and across a portion of the GRANTOR'S property as more fully described in Exhibits "A" and "B." Grantee shall have the right to prohibit any use of the Easement Area that may, in Grantee's sole determination, interfere with the purpose of the Easement. GRANTOR covenants and agrees it will not use GRANTOR'S property and the Easement Area: ( 1) in a manner that interferes in any material way or is inconsistent with the rights granted hereunder, or under this easement; and (2) to erect or permit to be erected within the Easement Area a permanent structure or, building, including, but not limited to, monument sign, pole sign, billboard, brick or masonry fences or walls or other structure that requires a building permit; _) Provided, however, and not inconsistent with subparagraphs (I) and (2): (i) GRANTOR shall be permitted to maintain any existing concrete roads and driveways on GRANTOR'S property and the Easement Area; and (ii) GRANTOR shall be permitted to construct and maintain paved parking areas, lots, and access roads on the Easement Area and to use the Easement Area for parking, and ingress and egress in connection with Grantor's property that.is adjacent to the Easement Area. GRANTEE shall be obligated to restore the surface of the GRANTOR'S property at GRANTEE'S sole cost and expense, including the restoration of any sidewalks, driveways, or similar surface improvements located upon or adjacent to GRANTOR'S property and the Easement Area that may have been removed, relocated, altered, damaged, or destroyed as a result of the GRANTEE'S use of this easement granted hereunder. Provided, however, that GRANTEE shall not be obligated to restore or replace irrigation systems or other improvements installed in violation of the provisions and intended use of this easement. 3 TO HAVE AND TO HOLD the above-described Easement Area, together with all and singular the rights and appurtenances thereto in anyway belonging unto GRANTEE and GRANTEE's successors and assigns forever , and Grantor does hereby bind itself and its successor and assigns to warrant and forever defend all and singular the easement unto Grantee, its successor and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof by, through, and under Grantor but not otherwise. Executed to be effective as of the date first written above . GRANTORS: Bank of America, N.A., Trustee of the A.M. Pate, Jr. Marital Trust Under the Will of A.M. Pate, Jr., Deceased By: Printed Name: Pamela A . Spadaro Sr. Vice President Bank of America, N.A., Trustee of the A.M. Pate III Trust Under the Will of A.M . Pate, Jr., Deceased By: Printed Name : Pamela A . Spadaro Sr. Vice President Bank of America, N.A., Trustee of the Charles Patrick Pate Trust Under the Will of A.M. Pate, Jr., Deceased By: ------------ Printed Name : Pamela A. Spadaro Sr. Vice President Bank of America, N.A., Trustee of the Adlai Preston Pate Trust Under the Will of A.M. Pate, Jr., Deceased By: ------------ Printed Name: Pamela A. Spadaro Sr . Vice President Bank of America, N.A., Trustee of the A.M. Pate, Jr. Charitable Trust Under the Will of A.M. Pate, Jr., Deceased By: ------------- Printed Name: Pamela A. Spadaro Sr. Vice President Bank of America, N.A., Trustee of the Sheila Lynn Pate Wolfe Trust Under the Will of A .M. Pate, Jr., Deceased By:----------- Printed Name: Pamela A. Spadaro Sr. Vice President Bank of America, N.A., Trustee o·f the Sharon Lansden Pate Trust Under the Will of A .M . Pate, Jr., Deceased By: ------------- Printed Name: Pamela A . Spadaro Sr. Vice President Bank of America, N.A ., Trustee for Charles Patrick Pate, Jr. Trust Under the Will of A .M . Pate, Jr., Deceased By: ------------- Printed Name: Pamela A. Spadaro Sr. Vice President 4 Bank of America, N .A., Trustee of the Mason Lansden Pate Trust Under the Will of A .M . Pate, Jr., Deceased By: Printed Name: Pamela A. Spadaro Sr. Vice President Bank of America, N.A., Trustee of the Christopher Todd Miller Revocable Trust under the Agreement dated December 7, 1996 By: Printed Name: Pamela A. Spadaro Sr. Vice President Bank of America, N .A., Trustee of the Mason Lansden Pate Revocable Trust under the Agreement dated June 28, 2007 By: Printed Name: Pamela A. Spadaro Sr. Vice President Texas Christian University By: Brian Gutierrez, Vice Chancellor for Finance/ Admin. Bank of America, N.A., Trustee of the Christopher Todd Miller Trust Under the Will of A.M. Pate, Jr., Deceased By: ------------~ Printed Name: Pamela A. Spadaro Sr. Vice President Bank of America, N .A., Trustee of the Charles Patrick Pate, Jr. Revocable Trust under the Agreement dated June 7, 2007 By: -------------Printed Name: Pamela A. Spadaro Sr. Vice President Charles Patrick Pate Texas Wesleyan University, having taken title as Texas Wesleyan College By: ------------ William Bleibdrey, Sr. Vice President, Finance/ Admin. Austin College By: -------------- Heidi B. Ellis Vice President of Business Affairs THE ST A TE OF TEXAS COUNTY OF ACKNOWLEDGEMENTS § ----§ This instrument was acknowledged before me on the day of , 2009, by Pamela A. Spadaro, Sr. Vice President of Bank of America, N .A., a national banking association, Trustee of the A.M. PATE, JR. MARITAL TRUST UNDER THE WILL OF A .M. PATE, JR., DECEASED, on behalf of the Bank as Trustee. Notary Public, State of Texas 5 THE STATE OF TEXAS COUNTY OF --- § § This instrument was acknowledged before me on the day of , 2009, by Pamela A. Spadaro, Sr. Vice President of Bank of America, N.A., a national banking association, Trustee of the A.M. PATE, JR. CHARITABLE TRUST UNDER THE WILL OF A.M. PATE, JR., DECEASED, on behalf of the Bank as Trustee. THE ST A TE OF TEXAS COUNTY OF --- § § Notary Public, State of Texas This instrument was acknowledged before me on the day of , 2009, by Pamela A. Spadaro, Sr. Vice President of Bank of America, N.A., a national banking association, Trustee of the A.M. PATE III TRUST UNDER THE WILL OF A.M. PATE, JR.,· DECEASED, on behalf of the Bank as Trustee. THE ST A TE OF TEXAS COUNTY OF --- § § Notary Public, State of Texas This instrument was acknowledged before me on the day of , 2009, by Pamela A. Spadaro, Sr. Vice President of Bank of America, N .A., a national banking association, Trustee of the SHEILA LYNN PATE WOLFE TRUST UNDER THE WILL OF A.M. PATE, JR., DECEASED, on behalf of the Bank as Trustee. THE STA TE OF TEXAS COUNTY OF --- § § Notary Public, State of Texas This instrument was acknowledged before me on the day of 2009, by Pamela A. Spadaro, Sr. Vice President of Bank of America, N .A., a national banking association, Trustee of the CHARLES PA TRICK PA TE TRUST UNDER THE WILL OF A.M. PATE, JR., DECEASED, on behalf of the Bank as Trustee. Notary Public, State of Texas 6 - THE STATE OF TEXAS COUNTY OF --- § § This instrument was acknowledged before me on the __ day of , 2009, by Pamela A. Spadaro, Sr. Vice President of Bank of America, N.A ., a national banking association, Trustee of the SHARON LANSDEN PATE TRUST UNDER THE WILL OF A.M . PA TE, JR., DECEASED, on behalf of the Bank as Trustee. THE STA TE OF TEXAS COUNTY OF --- § § Notary Public, State of Texas This instrument was acknowledged before me on the __ day of , 2009, by Pamela A. Spadaro, Sr. Vice President of Bank of America, N.A., a national banking association, Trustee of the ADLAI PRESTON PATE TRUST UNDER THE WILL OF A.M . PATE, JR., DECEASED, on behalf of the Bank as Trustee. THE ST A TE OF TEXAS COlJNTY OF --- § § Notary Public, State of Texas This instrument was acknowledged before me on the __ day of , 2009, by Pamela A. Spadaro, Sr. Vice President of Bank of America, N .A., a national banking association, Trustee of the CHARLES PATRICK PATE, JR. TRUST UNDER THE WILL OF A.M. PATE, JR:, DECEASED , on behalf of the Bank as Trustee. Notary Public, State of Texas THE ST A TE OF TEXAS § COUNTY OF § This instrument was acknowledged before me on the __ day of , 2009, by Pamela A. Spadaro, Sr. Vice President of Bank of America, N.A., a national banking association, Trustee of the MASON LANSDEN PATE TRUST UNDER THE WILL OF A.M. PATE, JR ., DECEASED, on behalf of the Bank as Trustee. Notary Public, State of Texas 7 THE ST A TE OF TEXAS COUNTY OF --- § § This instrument was acknowledged before me on the day of , 2009, by Pamela A. Spadaro, Sr. Vice President of Bank of America, N.A., a national banking association, Trustee of the CHRISTOPHER TODD MILLER TRUST UNDER THE WILL OF A.M. PATE, JR ., DECEASED, on behalf of the Bank as Trustee. THE ST A TE OF TEXAS COUNTY OF --- § § Notary Public, State of Texas This instrument was acknowledged before me on the day of , 2009, by Pamela A. Spadaro, Sr. Vice President of Bank of America, N .A., a national banking association, Trustee of the CHRISTOPHER TODD MILLER REVOCABLE TRUST UNDER THE AGREEMENT DATED DECEMBER 7, 1996, on behalf of the Bank as Trustee. THE ST A TE OF TEXAS COUNTY OF --- § § Notary Public, State of Texas This instrument was acknowledged before me on the day of , 2009, by Pamela A. Spadaro, Sr. Vice President of Bank of America, N .A., a national banking association, Trustee of the CHARLES PATRICK PA TE, JR. REVOCABLE TRUST UNDER THE AGREEMENT DATED JUNE 7, 2007, on behalf of the Bank as Trustee . THE ST ATE OF TEXAS COUNTY OF --- § § Notary Public, State of Texas This instrument was acknowledged before me on the day of 2009, by Pamela A. Spadaro, Sr. Vice President of Bank of America, N.A., a national banking association, Trustee of the MASON LANSDEN PATE REVOCABLE TRUST UNDER THE AGREEMENT DATED JUNE 28, 2007, on behalf of the Bank as Trustee. Notary Public, State of Texas 8 -. THE ST A TE OF TEXAS COUNTY OF --- § § This instrument was acknowledged before me on the __ day of _____ , 2009, by CHARLES PA TRICK PA TE. Notary Public, State of Texas THE ST A TE OF TEXAS § COUNTY OF TARRANT § This instrument was acknowledged before me on the day of , 2009, by William Bleibdrey, as Sr. Vice President, Finance/ Admin. of TEXAS WESLEY AN UNIVERSITY, on behalf of the University. Notary Public, State of Texas THE ST A TE OF TEXAS § COUNTY OF TARRANT § This instrument was acknowledged before me on the day of , 2009, by Brian Gutierrez, as Vice Chancellor for Finance/Admin. of TEXAS CHRISTIAN UNIVERSITY, on behalf of the University. THE ST A TE OF TEXAS COUNTY OF --- § § Notary Public, State of Texas This instrument was acknowledged before me on the __ day of , 2009 by Heidi B. Ellis as Vice President of Business Affairs of AUSTIN COLLEGE, on behalf of the College. Notary Public, State of Texas 255376v2 9 PERMANENT WATERLINE EASEI\1ENT CITY OF FORT WORTH DIRKS ROAD 24" WATERMAIN RELOCATIONS J. F. HEATH SURVEY, ABSTRACT NO. 641 Exhibit "A" City Project No. 00204 Water No. P264-603170020442 DOENo.4856 Being~ 0.366 acre tract of land situated in the J. F. Heath Survey, Abstract No. 641. City of Fort Worth, Tarrant County, Texas, and being a portion of a tract of land described as Tract No. 2 deeded to A. M. Pate, Jr. as recorded in Volume 6691, Page 475 of the Deed Records of Tarrant . County, Texas, said 0.366 acre tract of land being more particularly described by metes and bounds as follows: BEGINNING at point in the easterly line of :mid Tract No. 2 and in the westerly ·right-of-way line of the Fort Worth & Western Railroad (a 100.0' right-of-way), from which a 5/8 inch" iron rod with cap stamped .. GORRONDONA" set for the intersection of the proposed· southerly right- of-way line of Dirks. Road (C.R. 1043), a variable width right-of-way, with the easterly line of said Tract No. 2 and the westerly right-of-way line of the Fort Worth & Western Railroad bears North 14 degrees 54 minutes 03 seconds East, a distance of 15.00 feet; THENCE South 14 degrees 54 minutes 03 seconds West, with the easterly line of said Tract No. 2 and with the westerly right-of-way line of said Fort Worth & Western Railroad, a distance of 20.00 feet to a point for comer; THENCE North 74 degrees 30 minutes 36 seconds West, a distance of 91.37 feet to a point for comer; THENCE North 76 degrees 47 minutes 55 seconds West, a distance of 313.03 feet to a point for comer; THENCE So~th 11 degrees 05 minutes 59 seconds West, a distance of 295.28 feet to a point for comer, THENCE North 81 degrees 12 minutes 27 seconds West, a distance of 25.02 feet to a point for comer in the proposed easterly right-of-way line of State Highway 121; THENCE North 11 degrees 05 minutes 59 seconds East, with the proposed easterly right-of-way line of State Highway 121, a distance of 307.23 feet to a 5/8 inch iron rod with cap stamped ''GORRONDONA" set for the intersection of the proposed southerly right- of-way line of said Dirks Road with the proposed easterly right-of-way line of said State Highway 121 ; Page 1 of 2 GORRONOONA & ASSOCIATES , INC. 6707 BRENTWOOD STAIR RD. SUITE 50 FORT WOR"llf. TEXAS 76112 817-496-1424 FAX 817-196-1768 _.. PERMANENT WATERLINE EASEMENT CITY OF FORT WORTH DIRKS ROAD 24" WA TERMAIN RELOCATIONS J. F. HEATH SURVEY, ABSTRACT NO. 641 City Project No. 00204 Water No. P264-603170020442 DOENo.4856 THENCE North 57 degrees 09 minutes 02 seconds East, with the proposed southerly right-of- way line of said Dirks Road, a distance of 13.87 feet to a point for comer, from which a 5/8 inch iron rod with cap stamped "GORRONDONA" set for comer in the proposed southerly right-of-way line of said Dirks Road bears North 57 de~ 09 · minutes 02 seconds East, a distance of 20.83 feet; · THENCE South 76 degrees 47 minutes 55 seconds East, a distance of 329.19 feet to a point for comer; THENCE South74 degrees 30 minutes 36 seconds East, a distance of .91.57 feet to the POINT OF BEGINNING, and containing 15,958 square feet or 0.366 acres of land, more or less. Notes: (1) A plat of even survey date herewith accompanies this legal description. (2) All bearings are referenced to the project control for State IDghway 121. All bearings and distances are surface. Date: November 29, 2007 . ·if . ,,. j-. .. ,,., • • ?~ Richard KeIU1edy .~-J • : •• • •• \. • • ~ Registered Professional Land '.shni]~ :_. i<f;!·:r-;<if,·'( · --.. 1 .. / 1.::r•· I'.!" •1 I • ,.-1/ 5527 ·~ .•. ., .... , ~·· f Texas No. ·, . .; ,.., . : ~~ ........ ,,. .. ·. · n.. n '·1 ·\~l., ,,.• .. J'. 10'dl ·.,, ... -, '···j • :,,,I-:'\ AU -:~~ \ .... ~ ... 1~ -~ t=..£.?3-' ·-.~~'M/~ 2 f 2 ·-':i·~age 0 GORRONDONA & ASSOCIATES. INC. 67W BRENTWOOD STAIR RD. SUITE 50 FORT WOR1H. TEXAS 76112 B 17-496-1'424 FAX 117-496-1768 J. F. HEATH SURVEY ABSTRACT NO. 641 5£1' ~/B"IR W/r.N' "C.ORRONOONA" PROPOSED RIGHT-OF-WAY STATE HIGHWAY 121 NOTES: (1) A LEGAL DESCRIPTION Of' EVEN SURVEY DATE HEREWllH ACCOMPANIES THIS PLAT. (2) BEARINGS ARE REFERENCED TD THE PROJECT CONTROL FOR STAT£ HIGHWAY 121. BfARINGS AND DISTN«:Ci SHOWN ARE SURFACE. t I I EXHIBIT "A" - PERMANENT WATERLINE EASEMENT AREA 0.366 ACRE~ (15,958 so.FT.) TRACT NO. 1 TRACT NO. 2 A. M. PATE, JR. VOUJME 6691, PAGE 475 O.R.T.C.T. -- I 100 I 50 0 100/ l ,,--: ---.l1 .. ,. .._., :.·r,_____ .~ I SCALE IN FEET DIRKS RO.AD 24 ° WATER · MAIN RELOCATIONS I I LINE L-1 L-2 L-3 L-4 L-5 L-8 L-7 GORRONDONA .tc ASSOCIATES, INC. • 6707 B~ENTWOOO STAIR ROAD, SUITE 50 FORT WORTH, 1)(, 76112 • 817-496-1424 FAX B17-4IIB-l788 LINE TABLE BOOUNG DISTANCE N l 4'54'03"E . 15.00 S 14'54 03-20,00 N 74'3036-91.37 N 81'1227-2502 N !IT0902 13.87 N !IT0902 20.83 S 74'3036 111.117 PERMANENT WATERLINE EASEMENT CITY OF FORT WORTH DIRKS ROAD 24" WATERMAIN RELOCATIONS J. F. HEATH SURVEY, ABSTRACT NO. 641 EXHIBIT "A" City Project No. 00204 Water No. P264-603170020442 DOE No. 4856 Being a 0.479 acre tract ofland situated in the J. F. Heath Survey, Abstract No. 641, City of Fort Worth, Tarrant County, Texas, and being a portion of a tract of land described as Tract No . 2 deeded to A. M. Pate, Jr. as recorded in Volume 6691, Page 475 of the Deed Records of Tarrant County, Texas, said 0.479 acre tract of land being more particularly described by metes and bounds as follows: BEGINNING at point in the proposed southerly right-of-way line of Dirks Road (C .R. I 043), a variable width right-of-way, from which a 5/8 inch iron rod with cap stamped "GORRONDONA" set for comer in the proposed southerly right-of-way line of said Dirks Road bears South 88 degrees 08 minutes 37 seconds East, a distance of 149.66 feet; THENCE South OJ degrees 53 minutes 25 seconds West, a distance of 15 .00 feet to a point for comer; THENCE South 88 degrees 08 minutes 37 seconds East, a distance of 148.26 feet to a point for corner; THENCE South 77 degrees 51 minutes 3 3 seconds East, a distance of 20.15 feet to a point for corner; THENCE South 86 degrees 36 minutes 43 seconds East, a distance of 100 .11 feet to a point for comer; THENCE South 83 degrees 17 minutes 06 seconds East, a distance of 178.80 feet to a point for comer; THENCE South 78 degrees 3 t minutes 40 seconds East, a distance of.177.33 feet to a point for corner in the proposed westerly right-of-way line of State Highway 121, from which a 5/8 inch iron rod with cap stamped ''GORRONDONA" set for the intersection of the proposed southerly right-of-way line of said Dirks Road with the proposed westerly right-of-way line of said State Highway 121 bears North 06 degrees 47 minutes 33 seconds East, a distance of 15 .05 feet; Page I of 3 OORRONDONA & ASSOCIATES. INC . 6707 l:IRENTWOOO ~'TAIR KD SllITT. SO FORT WORTii . TEXAS 761 12 817 ·496·1424 FAX 817-4%-1768 PERMANENT WATERLINE EASEMENT CITY OF FORT WORTH DIRKS ROAD 24" W ATERMAIN RELOCATIONS J. F. HEATH SURVEY, ABSTRACT NO. 641 City Project No. 00204 Water No. P264-603170020442 DOE No.4856 THENCE South 06 degrees 47 minutes 33 seconds West, with the proposed westerly right-of- way line of said State Highway 121, a distance of 327.44 feet to a point for corner, from which a 5/8 inch iron rod with cap stamped "GORRONDONA" set for comer in the proposed westerly right-of-way line of said State Highway 121 bears South 06 degrees 4 7 minutes 3 3 seconds West, a distance of 15.01 feet; THENCE North 81 degrees 12 minutes 27 seconds West, a distance of 25.00 feet to a point for comer, THENCE North 06 degrees 47 minutes 33 seconds East, a distance of 309.42 feet to a point for comer, THENCE North 78 degrees 31 minutes 40 seconds West, a distance of 153 .06 feet to a point for comer; THENCE North 83 degrees 17 minutes 06 seconds West, a distance of 177 .39 feet to a point for corner; THENCE North 86 degrees 36 minutes 43 seconds West, a distance of l 01 .06 feet to a point for corner; THENCE North 77 degrees 51 minutes 33 seconds West, a distance of 19.89 feet to a point for corner; THENCE North 88 degrees 08 minutes 37 seconds West, a distance of 166.48 feet to a point for corner; THENCE North 01 degrees 53 minutes 25 seconds East, a distance of 35.0Q feet to a point for corner in the proposed southerly right-of-way line of said Dirks Road; THENCE SQuth 88 degrees 06 minutes 35 seconds East, with the proposed southerly right-of- way line of said Dirks Road, a distance of 7 .15 feet to a 5/8 inch iron rod with cap stamped "GORRONDONA" set for comer; THENCE South 88 degrees 08 minutes 3 7 seconds East, with the· proposed southerly right-of- way line of said Dirks Road, a distance of 12 .85 feet to the POINT OF BEGINNING, and containing 20,886 square feet or 0.479 acres ofland, more or less. Page 2 of 3 GORRONDONA & ASSOCIATES, INC'. 6707 BREN1WOOO STAIR RO . SUITE SO FORT WORTII. TUAS 76112 817-496-1424 FAX 817-496-1768 PERMANENT WATERLINE EASEMENT CITY OF FORT WORTH DIRKS ROAD 24" W ATERMAIN RELOCATIONS J. F.HEATH SURVEY,ABSTRACT NO. 641 City Project No. 00204 Water No. P264-603170020442 DOE No. 4856 Notes: (]) A plat of even survey date herewith accompanies this legal description. (2) All bearings are referenced to the project control for State Highway 121. All bearings and distances are surface. Date: June 25, 2009 EXHIBIT "B" DIRKS ROAD (C.R. 1043) (VARIABLE WIDTH RIGKT-OF-WAY) PROPERTY LINE SCT 5/8.IR W/CAP I I ........... l\'•GORRONOONA• 5£! 5/8"lR W/Cf'P / 1 .·· ~ l-1 -d:~·... I GORRONOONA SET 5/6.IR W/CN' / / PROPOSED_/ y:·~~·:·:·:·:·:·:·:L-J·:·:·\:: .. '.: ... :::..... .. r•GORRONOONA" / / RIGHT-of-WAY •• \ ...• s::: ..... L:14 ... i ..... ~ ........ :-... ~L~} ...... :.:.: .... :·.:.:-:::::±\::::::::::::.:::::t-,r::x .. :··:·;:::::...... . 1 i sE! 5/s·,R w1"!"' SEE DETAIL A _/ 20 0 ,_J ........ \_· -L-t J ........... :::.,.;.:?::·:·:-:·::::: .L . , ~ GORRONOONA J. F. HEATH SURVEY · SEE DETAIL ·a· ....: ...... ~.t:::::~;--L-a PERMANENT -•u ::==arr· ABSTRACT NO. 641 WATERLINE N'PRQlCIM,\T[ UJCATIOH---1 ;_J .::::,:'.:'.:' ~q~.~ .. ~A· TRACT NO . 1 EASEMENT '0~~/ir J c-.i }ff -;,. ...... ........ TRACT NO 2 AREA T.[.S.CO. I ... ;;;;; .... .••••••• .••• • WLUME 4831. PACE 3M I ""; '.·'.·:•:•:: ,..: ••• ... ~;~ 5/8.IR w/r.n ···········... A. M. PATE, JR. 0 .479 ACRES O.RT.C.T. 1 g :•:•:•:,:: "I •.•• . =:,.,.D""NOO/'";'" ~p_no. RB. I ···... VOUJME 66!11, PN:;£. 475 (20,866 SQ .FT.) / ,., -:::::::::: ,., """"" "" ,::::::::.:J D.R.T.C.T. / -:::::;}-25.0' / L-15-::\ \ 1 J"' ·:•:•:•:•:• ~ l:f:.I.Yit.:7?T.:..Jf ·. ~~~ s =~~~1~LEo:~~~E f Si~If £ ... ···=AIL ·a· ~=~ ~ ~~ TI~ 1 ;.~ / 8 ItJ lg ~ '.\'.Z'Li,CccttgL-~-~i .. ...: • \ t3 mm:~ i~ii 1 ;"\:i;i .. \.... , /:::.1,.:-3:::::~ ~ ~=: ~ ~:~~ ;;:; ~;:: ~/..'..lg ti I NOtts, •• = . ~~·~// \~~;:;~;;ii ml ~ §:~ :~~ i ! ,J h 120 I PROPOSED RIGHT-OF-WAY STATE HIGHWAY 121 L~ 1I 60 o I_ SCALE IN FEET (1) ~~~o~g~i;~~ESOf'TH~JfRVEY CATE ······· ....................................... ····/ ~=:~ ; E~n~~ :~!{ ! ,f ~1 (2) BEARINGS ARE REF'ERENCEO TO THE PROJECT L-l 7 1 I "'O .. ~j-;_., CONTROL FOR STATE . HIGHWAY 121. BEARINGS / 1 o p ~· • . , \:. .. ', Fo~,~ Cit~ nm~~':'~'™-~~ rth 24~:rgi~:N ./;rn~i£!;~': 120 d Pt.RMANENI WAlERUNl EASEMENT I CltT PRO.JECT NII, 00204 I WAlt.R NO. P264-603170020442 I DOE No. 4R~6 '\L : ·'.;~.·-:~s:..:i;r. ;·(· ::o:w::N:E:R:: :A.:~M:.::P:A:JE:.::JR:.:::::::::::::==~~:~~~~=:::~~:~:::~~~~~~~=~~:=~~OA~=TE~:=0=6-:2::s~-~200::9:~~~P~AG~E::1 :o~F~l~=~==:-k\ )d._·j>i ~:·~~\(' :ti --S~U~RVEY'":=~:~J.~F-~H~EA,,_J..,,,H,.,,..,,.,SU,,_R_VEY-,;..,,;.' _A_B"""ST_RA--,-C_T..,.,N_0_ • .,....;.64_1 __ ....... __________ ,j-,,,C.JO.;.;B .... N .... o ......... o .... 70 .... 4-_1 .... 9_77--il-s .... CALE.....;;..;._: _1_·_-__..;12_0·_-4RICHARO 1(1;:«t(IEtJl ~::, 1r:L~.o~c:-::A::-n:-::o==-N=:~c=-rTY~·o=r::--:r:'.":o"':'"R..,T=w:-:-o_RT"'":-,:H~T,,,..A,,,..R.....,RA="'NT="'==c-o"=u"=N,...'TY-=-":-::TE~XAS~==----------+ .... c-H_K_e_v,_c_s_=-_ _.__o_RA_WN_e_Y_,_R_K __ -iREGISTfR£D PQOfa"SloNAL L.4No su!MY EASEMENT ACQUISITION AREA: 20 886 SO .FT. OR 0.479 ACRES CAOO flLE: 1977 E•hib ita.dwg NO . 5527 ' GORRONOONA & ASSOCIATES , INC. • 6707 IIRE'NTWOOO STAIR ROAD, SUITE 50 FORT WORTH, TX . 76112 • 817-496-1424 FAX 817-496-1768 P-lP'ii PTl KoLthi'ng Easting Bearing 6£,20304. 362 2101431.0"7.3 s 01°53'~5" 6920289 .,371 2301430.579 s ea•o8'~'7" 6~2()284. 567 ~301578.765 .5 77°:'1'33" 6920280. 328 · 23015~tL 470 s .86°36'43" 6920274. 4 i2 230169tL40S s 83°17'06" 6920253. so~ 2301875.981 s 78°31'40" 6920218.234 2302049. 771 s 06°47'3:," 69158~3.0'.11 :23020ll.U43 H 83°12'27" 691~896.048 2.'30198€..218 N 06°47'33" 6920203 . 297 2302022.315 N 78°31'40" 6920233.73') n:nein.en ti 63'17'06" 6920~54. 481 2301€96.647 N ~6°36'43" 6920260.454 :'301595. 76(1 N 77°51'33" 6920264. 636 2301576.319 N $8°0:18 1 .37" 6~2G27(i. 02~ 2 .F, t 4 \H. s,2 q H ')1°53'25" 692•).JOS .1:,,14 '.: 3 lj! 4 11 . 0 Ii 4 .3 83°06':i5" 6~.20304.779 2 J(Jl418. 2.2S s 86°08'37" 6920304.362 '.-:.301431.073 Closure Error Distance> 0.00000 Total Distan~e> 1974.402 Polyline Area: 20886 sq ft, 0.~79 acres Thu Jun 25 12:S4:.23 2009 [) i St a1v.:e> w lS.001) E 148.26!:i E 20 .15!:> E 100.113 E 179.79~ E 177. 333 w 327.441 w 25.001) E 30S:.4Zl w 153.056 w 177.387 \,J J.OJ. 063 w L9.S86 w 16.6 • .n7 E 35. ')04 E 7.150 E 12. &.''>l SH 121T SOUTHWEST PARKWAY WATER & SANITARY SEWER MAIN RELOCATIONS, PART 2 PART 1'3::: 24--INCH WATER MAIN AT DIRKS/ALTAMESA CITY PROJECT NO.: 00.20.4 WATER P'ROJECT N,O.: P265 .. 603170020487 LOT 1, BLOCK 1, SOUTHWEST AMBULATORY CENTER ADDITION 7101 HARRIS PAFIKWAY STATE OF TEXAS COUNTY OF TARRANT § §' § KNOW ALL MEN BY TflE·SE PRESENTS CITY OF FORT WORTH PERMANENT WATER FACILITY EASEMENT DATE: Oetober 2,2; 2008 GRANTOR: USMD Ho,spital at Fort Worth, LP. GRANTOR'S MAILING ADDRESS (including County): 801 Interstate 20 W Arlington, Tarrant County, Texas 76017 .. 5851 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 1000 tHRO-Ot<IVIORTON ST. FORT WORTH, TARRANT COUNTY, 'TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. PROPERTY: Being a 10.0' permanent water easement out of Lot 1, Block 1 of the Southwest AmbYlatory Center Addition, an addition to the City of Fort Worth, Tarrant County, Texas as recorded in Cabinet A , Slide 11508 of the Plat Records of Tarrant County, Texas, said Lot 1 being deeded to USMD Hospital at Fort Worth, LP. as recorded in County Clerk's File No. D208013098 of the Deed Records of Tarrant County, Texas, said 10.0' permanent water easement being more particularly described in Exhibits "A" and "ff'. 202 square feet or 0.008 acres of land, mQre or less. Permanent Water Facility Easement Rev , 06/2008 Grantor, for the Consideration paid to Grantor and other good and valuable consideration , hereby grants, sells, and cooveys to Grantee, its sµccessors and assigns, an exQIU$ive, perpetual :~&sernent for the. cor:rstrUc:ti:on, -opeJatior\ maintenance, repl'acemenl; upgrade, and repair of a Permanent Water Mai n Facility, h:ereatter re.ferrnd to as "Facility''. Th:e -Fa·ofliqr. inc.l:Udes all incidental unq.ergr9l)nd and aloovegrouna attachments., equip'rti ~r'l't a·nd appurtenances, i.ncJudin_g, but' not limited to maA.n.01es ~ manhel8' vents ; lateral line c.annectitms, valves_,. pipelfrr~s., water meters, junction boxe:s fn, upon, under and across. a porti:o tl of the - Prop_erty an'd more ful.ly described in Exhibit "N ,afta.ehed hereto and incorporated herein fbr an pertinent purposes, together wi.th th.e right and privilege at any and all times to enter Prop-erty, or any part thereof, for the purpose of constructing, operating, maintaining, replacing, upgrading, and repairing said Facility. In no event shall Grantor (I) use the Property in any manner which interferes in any material way or is inconsistent with the rights granted hereunder, or (II) erect or permit to be erected within the easement property a permanent Structure or building, including, but not limited te, monument sign, p.ole. sign, billboard, brick or masonry fences or walls or other structures that require a building permit. However, Grantor shall be permitte.d to maintain any existing concrete driveway or road on the Property. Grantee· shall be· obligat:ed to restore the surtac:-e of the Prop-erfy al Grantee's. sol.e, cost a:nd e,xpense-:, i'ncluding the re$t¢ration. of a:ny· sidewafks:1 driveways, ·or sirrfi'iar surface im)'.fre>v.er:rte'tits roc.ated upon · or adjacent to-the, Ea:senrent whi eh may have liJeen rem:ove:d .r relocated, altered, d~maged. -or :destroyed as a re.$ult of the: Srantee 1s use of ttte easement gtanted hereunder-. Provil'Jed., -nowev-er, th·at -Grantee shall 110t ne ob'lig:afed to restore or repJace irrigation systems. :o.r ether improvements installed in vi:olation of th"e provisions and intended use ofthis Easement. TO HAVE AND TO HOLD the above-described easement, tdgether with all and singular the rights anti apr:,urtenances thereto in anyway belor:rging unto Grantee, and Grantee's ~succe-ss0rn and assigns forever; and Grantor does hereby bind itself and its successor and assigns te warratrt and .for.av.er clefs.lid air and stn:gular th·e easetnent unto Grantee, its succ~~sor and assigns., ayainst every person whomso-ever lawfully claiming or to claim the same, or any part . the:r eof. When the context requires, singular nouns and pronouns inclode the pl'ural. Permanent Water Facility Easeme.hl Re.v., 06/2008 GRANTOR: STATE OF TEXAS § COUNTY OF TAAPt ANT § GRANTE'E~ City of Fort Worth Fernando Costa. Assistant City Manager APPROVED AS TO FORM AND LEGALITY Assfstafit City Attorney BEFORE ME, the undersigned authority ,. a N.otary PubJ.i e in and fo:rth:e State of Texas,. on thfs day personally appeared . . . . . , known to me tO" he the same person whos:e name is subscribed to the fore.going instrument, and acknowlecfg:e'd to me that the· same was the a.ct of · and that ha/srre ex,en uted the same as t he act of said t.or the p.urposes and consider.ation therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this ___ day of _________ , 20_. Permanent Water Facility Easement Rev . 06/2008 Notary Public in and for the State of Texas ACKNOWLEDGEMENT STATE OF TEXAS. § COUNTY OF TARRANT § BEFORE ME, the undersiyned authority,, a. Notary Public in and ,for the ·State, of Texas, on this' cJay personally appear'E~:d Fernando Co$ta,, Assistant ·City. Manager of: the Clty of Fort Werth, known· to me to !De the same person wh0,s,e name. Is: subscri~e<d to the tor-egolr.rg instrurrrent, and acknowledged to me that the same was the, act of the Oity qf P:ort Worth and that he/she e.imcuted the same as the act of the Clty of Fdrt Worth for the purpos~s and consideration therein expressed and in thB capacity therein st;:ited. GIVEN UNDER MY HAND AND SEAL OF OFFICE this ____ day of ----~-------''20~. Permanent Water Facility Easement• Rev . 06/2008 Notary Public t n and for the State ,Of Texa'S Sll 121T SOUTHWEST PARKWAY WAtER & SANITARY SEWER MAIN RELOCA'tlt>NS:, PART 2 PJ\RT 13: 24.;JNCH WATER MAIN -AT'OIRKS/ALTAMESA CITYP'ROJECT NO.: 00204 WATER PROJECT NO .: PZ65~603170020487 LOT 1, BLOCK I, SOUTHWEST AMBULATOR'Y ·CENTER ADD:ITI'.ON 7l01 HARRIS PARKWAY EXHIBIT ''A'' Being a I 0.0' permanent water easement out of Lot I, Block I of the Southwest Ambulatory Center -Addition ~ an adcfition to the City of Fort Worth, Tarrant County, Texas as recorded in Cabinet A, Slide 11508 of the Plat Records of Tarrant County, Texas, said Lot I being deede:d to USMD Hospital at Fort Worth, L.P. as recorded in County Clerk's File No. D2080I 3Q98 of the De~d Records of Tarrant County, Texas , said l O.O ·' permanent water casement being more partkularly described by metes and bounds as follows: BEGINNING at a point in the southwest line of said Lot 1, said point befog in the easterly right-of-way line of Harris Parkway ( a variable width right-of-way}, fr,jm whic h a 5/8 Inch iron rod with cap stamped ''City Ft Worth Survey" found for corner in the west line of said Lot l bears a chord bearing of North:2 2 degrees 02. minutes 26 seconds West, Ji chor d di s:tanc,e Qf 72.93 feel; THENCE South 88 degrees 43 minutes 19 sec·onds Ea'S t, a distance of 26.:34 feet to a point for c0mer; THENCE South O 1 degrees 16 minutes 41 seconds West, a d'istance of 10.00 feet to a point for corn en THENCE North 88 degrees 43 minutes 19 seconds West, a distance of 13.33 feet to a point for comer in the southwest lihe of said Lot I and in the easterly right-of-way line of said Harris Parkway, said point being the beginning of a non-tangent c1:1rve to the right having a radius of 9(1..00 feet, a central angle of IO degrees 27 mimues 36 seconds and whose chord b0ats Nort:1;1 51 degrees 10 minutes 16 secunds West, a chord distance of 16:4-1 fe'el, from whi ch a 1/2 :inch iron rod with cap stamped "KHA" found for corner in the sooth ltne of sai d Lot I and in the nl:Yr:th right-of-way line of Dirl~s Road {C.R . 104n, a variabl'e width dgh1-nf-way, hezrs a chord bcari·ng of Scruth 72 degrees 16 minutes 12 seconds East, a chord distance of 49.2~ Jeet and South 88 degrees 08 m.iri .utes 24 secbn.ds East; a distance of 150 ;00 feet; THENCE with said non-tangent curve to the ri'ght, with the southwe st line of said Lot 1 and with the easterl.y right-of-way line of said Harris Parkway, an arc length of 16.43 feet to the POINT OF BEGINNING, and containing 202 square feet or 0.005 acres of land, more or less. Date: October 22, 2008 \ Permanent Water Facility Easement Rev, 06/2008 EXH .IBIT "B'' SOUTHWEST AMBULATORY CENTER ADDITION t j P.O.B. CABINET A, SLIDE 1 1 508 P.R.T.C .T. 1 o.o· PERMANENT WATER EASEMENT 202 SQ.FT . OR 0.005 AC . A. M. 'PATE, JR . VOLUME 61>91, PAGE 4 75 D.R.T.C.t NOTE : ALL BEARINGS ARE BASED ON THE TEXAS COORDINATE SYSTEM, NA0-83, NORTH CENTRAL ZONE, UTILIZING A TXDOT SURFACE FACTOR Of 1.00012 FOR THIS PROJECT. ALL BEARINGS REFERENCED TO THE PROJECT COITTROL FOR STATE HIGHWAY 121 . ALL BEARINGS AND DISTANCES ARE SURFACE . CURVE C-1 C-2 C-3 RADIUS 90.00 90.00 90.00 )- I a: ~ !'l a: a: ,( :i: SITE DIRKS ROAD (C.R. 1043)" .. VICINITY MAP N.T.S. J. F~ HEATH SURVEY ABSTRACT NO. 641 . LIN~ TABLE - Ut,IE ~~G ~ANCE L-1 .'.S :88'·43 '-Hl"E -26.3,t L-2 .S: 0:1 ~l 6'1f,1"'W llt.00 L-J N 88'4:ng;y_ l 3.~ CURVE TABLE DELTA CHORD BEARING CHORD. ARC 10'27 36" N 51'10'16"W 16.41 16.43 4.748 05· . N 22'02'26"W 72.93 75.09 31'44'15" S 72'16'12"E 49.22 49.85 City or Fort Worth 1000 THROC'KMORTQN STREET· • FORT WORTH, TEXAS 76102 EXHfalr SHOWING· A 10.0' · PERMANENT WATER EASEMENT GUT OF LOT 1, BLOCK 1, SOUTHWEST AMBULATORY CENTER ADDITION AN ADDITION TO THE CllY OF FORT WORTH, TARRANT COUNlY, TEXAS PROJECT: SH121T SOUTHWEST PARKWAY WATER & SEVIER MAIN RELOCATIONS, PART 2 PART 13: 24-INCH WATER MAIN AT DIRKS/ALTAMESA WATER Pl'tO;JECT NO .: P265-603170020487 EASEMENT ACQUISITION AREA; 202 SQ.FT. OR 0 .. 005· ACRES· arv PRo£Ct_ NO.: 00204 RICHARD·- Joa NO . 0505-1628 .DRAWN. 8¥: RK CAOD FILE: 1628EMT.DWG REGISTERED ... PR,..,,.-.., DATE; ocree~ 22. 20()8 PJ,,Gt, '1 OF 1 SCALE; l" "' 120' . NO .. :5.527 SB 1211' {SOUTHWESl' P'ARK\VAY) WATER'& S~SY SEWER.MAIN .RELOCAoTIONS, PART 2· lJAfJ'.T 13; t4-lNCll W~~-~m,,,ATJ>lffl(Sf~J;ir~E,S~ cttv 1?-R0fflCPNct1. ·QO!R WATEit '.l'fu:~. ;'JEC'l\M,. ~.->zt: s...60lt10n,..;:1w;~f8~ . -· -:r:ISv --... ..,_.J:;.~ .... ~ ~ --"~ ... _ ,,-,: 11011-rri's Pi.WY-;; Fort Woifh: J.F. HEATH SuttVEY, AB'SfRACTNo,. 641 CITY.OF FORTWORTH TEMPORARY CONSTRUCTION; ·EASEMENT DATE: September t1, 2009 GRANTOR: uswto· HSSPJTA:L AT FORT WORTH LP GRAN~pRtS MA1UNGADDRE$S: 8.01 l~terstal(ftO:W . . . . _ Arlington, ·Tarrant County, Texas 7&017-58.51 GRANTEE! GITY OF F()RT WO~TH GRANTE:E'S MAIL.LNG ADDRESS: 1000 Threekmorton .Street . Fort Worth, Tarrant 'Gounfy. Texas 161:02 CONSIDERATION:· Ten Dollars ($10-.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowredged. PROPERTY: Being· a 0.115 acre tract of land situated in the J. F. Heath Survey, Abstract No. 641, City ~f Fort ,v 0rth, Tarrant County, Texas,. and. ~ing a portion of Lot 1, Block I of the Soufhw~st Ambulatory Center Addition, an addition to th.e City of Fort Worth, Tarr.ant County_, Texas as recorded in Cabinet A, Slide 11508 of tb.e Plat Reoords of TarraAt Coun1y, Texas, said Lot . 1 bei.ng ,p.eeded to USMD Hospital at Fort Wotth, L.P'. as re.corded in County Clerk's File No. D208013098 ofth.e Deed Records, of Tarrant O)unty, Texas, said 0.115 acre tract of land bdng more particularly d·~cribed in exhibits ~'A" and ''B". T~~<m!IY Coo.stm.."t!l>n Enemc'ht. ,OJ/091'2007 Grantor, for the consideration paid to Grantor, hereby grant, patgain and conv.ey unto Gr:antee, its successors and as.signs, the use and passage in, 1Dver, and across,, below and along. the easement situated in Tarrant County, Texas, in a_coor.dance with the l_egal deser.lptlon hereto attached as Exhibit "'A", and ingress and egress over Grantor's property to the eas:emer:it as. shown on Exhibit "B". It is further agreed and understood that Grantee will be permitted th& use of said easement for ·the purp-o_se .of constru~n$ a s'cµlitary s,~w;er line. UpI~n ~mpJelien ·of 1,mi::,revements anq its acceptance by 'Orantee, all rights g'ranted wilhi'n the des:clibed Tempo·rary C0tistructioi:l· Easement shall tease. TO HAVE AND TO HOLD the ilbOVS d~stribed aasementI to·g~ther WitiA, all and sl.n~alar-~ the rights and appurtenances fhereto in anyway belengirtg Uflto Grante'3, and Grantee 's suertas:sors a.nci a~$1gn.$ uht!l the completion of consttuciicm and ~rcceptaoce by Grantee. Grantor h.E;lre'by bind 'themselves.; their heirs-, suceeS'sors, and assigns, to watra:nt and def.end, an ~nd sirr9war, -said ·easement uato Grantee.,. 'Its sqsce'~(s\li:s and · ~s,si_gns, against every p~rson whomsoever lawfully clai'rri'ing or to ciaim 'the same, orany parf thereof. · Temporal)' CohStru ctio n Eucmet1 t Ql/09/2007 GRANTOR: Tutijlbt.11')' Co nstnrtio n Eaie mcnt 0 I •1»12007 GRANTEE: Cjty of Fort Worth Fernando Costa Assistant City Mana·ger APPROVED AS TO P.O'RM AND LEGALITY STATE OF TEXA$ § COUNrTY OF TARRAN·T § BEFORE ME, the· undeJsigned a:uth:orUy, a Notary Publtc in and 'for the State 0f Texas, ·on this d.,c;1y person.ally app,eate . • kn.own to me to be the same person whose name Is subscribed 'to· the-foreg:oing il'rslrumenl, and acknowredged to me that the same was the act of and that he/she executed the same .as ttie a,ct 0f said . _ for the purposes and consideration therein expressed and in th-e capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFIOE this ___ day of STATE :OF TEXAS ' § COUNTY OF TARR~NT § :N_~:r~(Pwfi$lfo irt ah(;I f(.)r'tn~ state of Texas AgN.OWLl!IG,l!MERT· BEFORE ME, the undersigned authority, a Notary Public in and for the State of Te-x~s. on th is day personally appeared Remando Costa •. AssJs.tant City Manager ~f the ClJy ·of Fort Werth, known to me to be the same person ,Whose name ls subscri~ed ' to ttr~ tori!f~,ojng Instrument, and aeknowled:ged to me that the ·same was ,fhe act of (he City of Fort 'Worth a:n.d mat he/she executed the s~me as· the. act of the City of Fort W6rth for the purposes ancl consfderatl.on thereln expre·ssed and in the-yapacitylhereln stated .. GIVEN UNDER. MY HAND AND SEAL OF OFFICE this __ day of ---------· 20_. After recording return to: City .of Fort W ertb Diwartmeut· ofEniineetmg Real Pr~perty SerVciees 1 O©O Throckmorton St Fort Worth , TX 76102 'r,rmporary Coou tm :1io:n f.uement 01/09!2007 Notary Public in and for the State of Texas SH 121T (SOUTHWEST PARKWAY) WATER & SANITARY SEWER MAIN R:ELOCATIONS, PART 2 PART 13: 24-INCH WATER MAIN AT DIRKS/AL TAMESA CITY PROJ·ECT No. OQ2.04 WATER PROJ~_e·y NO<.: .p2~5-6Q31~0:02'84~? LOT t, BLOCK 1, SOUTHWEST AMBU:LAfdRY OENTER ABDITION EXHlBlT "A'' Being a 0.115 acre tract of land situated in the J. F. Heath Survey, Abstract No . 641, Clty of Fort Worth, Tarrant County, Texas, and being a portion of Lot 1, Block 1 of the Southwest Ambulatory Center Addition, an addition to the City of Fort Worth, Tarrant CQuo.ty, Tex.as as recorded in. Cabinet A, Slide l l5JJ:8 of the Plat Reco1tls of Tarrant County,. Texas, said Lot 1 being detd~ ~ USMD Hospital at Port W-o.tth 1 L,P. as rec t>.rded in Oounty Cterk'S' :File No. D20801~l)98 of the Deed Rec.ords of Tarr'ant CoU,nty, Texas, s·aid 0.115 ~e tract of land being· more. particularly descrilled 'by metes and bouuds as follows: · ]}EGlNNJNG at ·a 5/8 inch iron to-d with cap stamped "GORRONDONA.t'.' found for the most southerly southwest com~ of said 'Lot 1i said 5/8 inch iron rnd with cap swnped "GORRONDONA'1 being in the existing north right-of .. way line of Dirks Road (C.R. 1043), a variable width right-of-wa y~ said 5/8 ittch iron ro d with cap stampe:d "GORRONDONA" also being in the proposed north right-of~way lrne of said Dirks Road, said 5/8 inch iron rod with cap stamped "GORROND ONA'' also being the begilllling of a non-tangent eurve to the right having a radius of 90.00 feet, a c.entral .angle of 46 degrees 41 minutes 53 seconds and whose oh0rd bears· North 64 degr,ees 47 minutes 23 seconds West, a chord distance of 71.34 feet; THENCE ~h, said no.n~t~gen:t c~iwe to th~ dgh.t1 W,iijl the soµ,$hw~t line of said 1.-0:t i ·an.d wifh th e ~st!i11g ,,.11m:th nghf .. £>t:-waw lhfe<.o.f .stud Difks ,:Jl1l)ija.,, an:atc Umgtn ,af1J,3:i ree.t to a :f(¢tnt foj' 09.:ffl.erf :ftd,n which · a 51& inch iron :t-Od ,v;tllfi ettp: ·sflifuped "CIT¥ F-Q1r!' WORTH SUR VEY'.' fou nd fe:r'tlte most northerly southwest oorner of sard Lot 1 bears a. chord b·earin.g of North 19 degrees 47 minutes 25 seconds West, a .chotd d.istance of 66.41 feet ; THENCE South 88 degrees 43 minutes 19 seconds East, a distance of 61.06 feet to a point for comer; THENCE South 43 degrees 43 minutes 19 seconds East, a distMce of 20.58 feet to a point for comer; THENCE South s1· degrees 50. ttiinutes J.8 seconds East; a distanc.e of 1-55.0l feet to a potnt for co-mer; THENCE South 85 degrees l3 minutes 11 set-Or:rds East, a di:stanee of 44.55 feet to a point for corner, THENCE South 84 -degrees 49 minutes 28 seconds East, a distan.ce of 23. 74 feet to-a point for comer; Page 1 of3 SH 121T '($.OUTiiWESJ P~fitt<WAY) WATER & SANiTARY SE.WERNIAIN RELC>-e:,ATION.S, PAA.T 2 PA~T 1:3·: 2+JNCH WATER MAIN AT D1RKS1ALTAMESA CITY .PRQJE~T No. 00204 WATER .PROJECT No. P265-6031700204-S7 LOT 1, BLOCK 1, SOUTHWEST AMl:WLATORV CENTER ADDITION THEN CE North 02 degr,ees 32 minutes 41 seconds Ea:st, a distanc;e of 15.40 feet to a point for comer, THENCE S:outh 87 degrees 24 minutes 43 seconds. Eas't-, a distance of 22.68 (eel to a poittt fo:r comer; THENCE S:outh 0.0 degrees 59 nnnutes $5 sec<rnds W,est> a ~fat~ce df 2.3. 70 feet t!J a point for comer in the proposed north ;ri;ght-of..way line of said Dirks Road, said point aJso being the beginning of a non ... tangent ,eurv.e to the right having a riidh{s :of 983.5& feety a central angle-of 02 degrees 46 minutes 52 seco.rids and whose chord bears North 84 degrees 33· minutes 24 s'eoo:nds West, a .chord distance of 47 A1 feet; THENCE with said non-tangent cur:ve to the right, with the proposed north right-of-way line of sai_d Dirks. Road, an ara ler\gth of 47.74 feet to a S(S inch iron w d with cap sta mped "G.~~QNI)O~~A·' folll!4". ~x :~~ b¢gi~itig qi' ~ rev:effl,,: -ewve t@ · ·tge: l:eft havm.g a radius of 0 lJA,Z. fe¢~ ,a:, G'~tral iwgtcr-0,£'64' (leg?ees , 06 fiimlltes-f5 s'toondS; afitfwhose chord bemrs Nor:tk g.5 d~gve_es ti fumti~s · 1 l ~~cpn:d§ W~ a.. ·~h-ptd ·distan~ ,(i)f 4.4 .14 feet; THENCE wi1h said reverse .etlf:\fe, to· the le~ with the: pr~posM :mirth nght-of .. "fay line ·of' s.aid Dirks R-oafi, an arc lengf:'h of 44.15 feet to a 5/8: inch iron · rod with cap stamped "GORRONDONA't fourtdfor ·cornet; THENCE North 88· degrees 43 minutes 13 seoond·s West, with tho ptoposed north right-of-way line of said Dirks Road , a di-stance· of 165.03 feet to the POINT OF BEGINNING, and containing 5,002 square feet er 0.115 acres of land, more or less . Page2of3 SH 121T (SOUTHWEST PARKWAY) WATER & SANITARY SEWER MAIN RELOCATIONS, PART 2 PART 13: 24-INCH WATER MAIN AT DIRKSfALTAMESA CITY PROJECT Ne. 0'0204 WATER PROJECT :No. P26:S..6Q31700-ZD4a7 LOT 1, SJ..G~K 1, $0LJTHWEST A,tv,BULATbRY CBNTER ADt11TION No'tes: (I) A plat of even survey date herewith accompanies thi:s tegnl description:. (2) All bearings crre referenced to the pmject control for State Highway I2 l. All bearings and di stances are surface . ',, Richard Kennedy Registered Professional No. 5527 ( Pa_ge 3 of3 ' : I EXHIBIT "B" VICINtrY MAP .. -· - CO~E l ABLC: ·cvDUC':. RAOllJS DELTA GRORO E!£AAlHG CHORD c-, 90.00 -W4l5J" .N 84"41'23 J.t.34 C-2 983.58 .QT40~2~ N a.-33 2 .. { 47 .?J. C-J tlHU2 04"061.5", M IIS'1J:.11" 4-4,H C_-4 818.42 43"1803>" N _1;-41•25• 158,'4>1 - 1.iNE Ti'JIII .... E. ~:Bls· lll'ST~ L-1 61,oa L ... % S.-:: 18' 20.58 .-L-3 :S 'l'lr!MJ l8. 1·!11.,,,..0, ! l-• sSS't J 1 r• . {4:55 ! L""'5 s ·e4, .. 49 ,.. .. , -· . 2:S,74 . l.-111 Iii: 02!'32",U 1'5 .~ L-7 S'811'24'.il3 22.8& i L-8 S .BtT5955 28.7-0 .. NOTES: (1) /\ LEGAi. DtsCRiPTION or £.lt N SURVEY DATE HEREWITH ACC.OMPANJE.S ffllS Pi.Al. (2) SEARINGS .a.RE .REfERENCto TO THE PROJECT CONTROL FOR STA'rE HIGHWAY 121. BEAR~ NJJ) D!ST.-;NCES SHOWN AR£ SUW'ACE . .MO 13,;3s· +7.74 44.15 .. a.o::z I HAR.RIS PARKWAY c--~"'_...., .. ____ _ FNO t/a"IR· W /(;J,p "CITY FT WORTH SURVEY" USMD HOSPITAL AT FORT WORTH, LP. c;c.F. NO. D208013098 D.llT.C.i. City ot= Fort Worth EXHIBIT SHOWING A TEMPORARY CONSTRu:cTfON EASEMENT BEING A F'Q!m<JN OF LOT 1 , BLOCK 1 SOUTHWEST AMBULATORY CENTER ADD1TION RECORDED IN CABINET A, SLIOE 11508 Or TH£ PL.AT RECORDS OF TARt'W'ff •COUNTY, TEXAS APPENDIXD