HomeMy WebLinkAboutContract 40610fORTWOR TH
~
SPECIFICATIONS
AND
CONTRACT DOCUMENTS
FOR
THE CONSTRUCTION OF
CITY SECRETARY
CONTRACT NO. Lfo~ .[ C)
WATER AND SANITARY SEWER RELOCATIONS FOR SH 121 T CROSSING
WEST OF THE HULEN STREET BRIDGE WITHIN THE UNION PACIFIC
RAILROAD DAVIDSON RAIL YARD,
PART 2 -HULEN STREET BRIDGE
City Project No. 01332, DOE No. 6338
Water Project No. P265-603170133287, Sewer Project No. P275-703170133287
WATER MAIN EXTENSION FROM HULEN STREET TO COMO PUMP '
STATION, PART 2
City Project No. 00242, DOE No. 5119
Water Project No. P265-603140024287
Michael J. Moncrief
Mayor
Dale A. Fisseler, P.E.
City Manager
S. Frank Crumb, P .E.
Director, Water Department
William Verkest, P.E .
Director, Transportation and Public Works Department
Prepared for
The City of Fort Worth
Water Department
1 CllY SECRETARY
2010
........-i-r-. Kimley-Horn
111111.......l-~ and Associates, Inc.
0.0.E. F1LE
CONTRACTOR'S BONDING CO
CONSTRUCTION'S COPY
CLIENT DEPARTMENT
Tx Registration No. F-928
KHA No. 061018062
01 -27 -1 0
-----
Off1c1al site of the City of Fort Worth, Texas
CITY COUNCIL AGENDA
FORT \VORTII
~
COUNCIL ACTION: Approved on 7/20/2010
DATE: 7/20/2010
C
REFERENCE
NO.: C-24358
NON-
CONSENT
LOG NAME: 60121TCP2HTCP2-
SJLOUIS
CODE: TYPE: PUBLIC
HEARING: NO
SUBJECT: Authorize a Contract in the Amount of $5 ,906 ,674.83 with S .J . Louis Construction of TX ,
Ltd., for Water and San itary Sewer Relocations for SH121T Crossing West of the Hulen
Street Bridge Within the Union Pacific Railroad Davidson Ra il Yard , Part 2-Hulen Street
Bridge and Water Ma in Extension from Hulen Street to Como Pump Station , Part 2
(COUNCIL DISTRICT 3)
RECOMMENDATION:
It is recommended that the City Council authorize the City Manager to execute a contract in the amount
of $5 ,906 ,674.83 with S .J . Louis Construction of TX , Ltd ., for Water and Sanitary Sewer Relocations for
SH121T Crossing West of the Hulen Street Bridge within the Union Pacific Railroad Davidson Rail
Yard , Part 2 -Hulen Street Bridge and Water Main Extension from Hulen Street to Como Pump Station ,
Part 2 .
DISCUSSION:
The project will provide for the installation of the following to accommodate the construction of the new
Hulen Street Bridge at the SH121T cross ing :
A 36/48 inch water main beginning from a point located 1,200 feet southwesterly from the Edwards
Ranch Road/Clearfork Main Street intersection, northeasterly 30 feet, then northerly 40 feet, then
northeasterly 80 feet, then easterly 235 feet, then northerly 145 feet, then easterly 30 feet, then
northeasterly 295 feet, then northerly 60 feet, then easterly 145 feet to an existing water ma i n .
A 48 inch water main beginning from a point located 50 feet east from the Drikell Boulevard/Eldridge
Street intersection, southerly 65 feet, then southwesterly 110 feet, then southerly 530 feet across
Vickery Boulevard, Union Pacific Railroad property and SH121T right-of-way, then easterly 150 feet
to the connection point with the above water line.
A 30-inch sanitary sewer main beginning from the Vickery Boulevard/Micki Lynn Avenue intersection
easterly 180 feet along Vickery Boulevard then southerly crossing Union Pacific Property and SH121T
right-of-way to an existing sanitary sewer main .
A 16-inch sanitary sewer main beginning from a point located 200 feet east of the Vickery
Boulevard/Hopkins Street intersection, southeasterly 140 feet then easterly 55 feet, then
southeasterly 40 feet to an existing sewer main.
The project was advertised for bid on March 18 and 25 , 2010 , in the Fort Worth Star-Tele ram . On
April 22 , 2010 , the following bids were received:
I Bidders I Bid Amount I Time of Completion
I S.J. Louis Construction of TX, Ltd. I $5,906,674.83 I 410 Calendar Days
I Southland Contracting , Inc . I $6 ,936 ,516 .00
I William J. Schultz , Inc ., d/b/a Circle"C " Construction Company I $7 ,009 ,358 .00
I Conatser Construction TX , LP I $7 ,162,626.00
I Don Kelly Construction , Inc . I $7,961 ,828.00
Logname : 60121 TA6-TRANS Page 1 of2
In addition to the contract amount , $180 ,000 .00 (Water: $133 ,000.00; Sew~r : $4 7.,000 .00) is required
project manag ~ment,.material testing , inspection , mapping and as-built plans and $178 ,000.00 (Water:
$130,000 .00 ; Sewer: $48 ,000 .00), is provided for change order contingencies .
M/WBE -S.J . Louis Construction of TX , Ltd., is in compliance with the City's M/WBE Ordinance by
committing to 13 percent M/WBE participation . The City's goal on this project is 13 percent.
This project is located in COUNCIL DISTRICT 3.
FISCAL INFORMATION/CERTIFICATION:
The Financial Management Services Director certifies that funds are available in the current capital
budgets , as appropriated , of the Water Capital Projects Fund and the Sewer Capital Projects Fund .
TO Fund/Account/Centers
Submitted for City Manager's Office by:
Originating Department Head:
Additional Information Contact:
ATTACHMENTS
60121TCP_ZHICP2-SJLOUIS MAP.pdf
Logname: 60121 TA6-TRANS
FROM Fund/Account/Centers
P275 541200 703170133287 $1 ,595 ,105 .50
P265 541200 603170133287 $2 ,352 ,962 .50
P265 541200 603140024283 $1 ,958 ,606 .83
Fernando Costa (6122)
S . Frank Crumb (8207)
Liam Conlon (6824)
Page 2 of2
l\ l ~ILE Y -HOR N
ADDENDUM NO. 3
CITY OF FORT WORffi
WATER DEPARTMENT
~001 /001
WATER AND SANITARY SEWER RELOCATIONS FOR SH 121 T CROSSING WEST OF THE
HULEN STREET BRIDGE WITHIN THE UNION PACIFIC RAILROAD DAVIDSON RAIL
YARD,
PART2-HULENSTREETBRIDGE
City Project No. 01332, DOE No. 6338
Water Project No . P265-603170133287, Sewer Project No. P275-703170133287
WATER MAIN EXTENSION FROM HULEN STREET TO COMO PUMP STATION, PART 2
City Project No. 00242, DOE No. 5119
Water Project No. P265-603140024287
Addendum No. 3. Issue Date: April 21, 2010
Revised Bid Receipt Date: April 22, 2010
This addendum forms part of the contract documents referenced above and modifies the original Contract
Documents. Acknbwledge 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 A -NOTICE TO BIDDERS
• Shop Drawings for the 36, 42 , and 48-inch water pipe will NOT be required with the Contractor's
proposal.
All other provisions of the contract documents , plans and specifications shall remain unchanged .
Failure to retwn a signed copy of the addendum with the Proposal shall be grounds for rendering the bid
non-responsive. A signed copy of this addendum shall be placed into the Proposal at the time of bid
submittal.
RECEIPT ACKNOWLEDGED :
Company: 5 , :r. Lov1s CoiJsl . OF Tt:.--A.s dd.
Water Department
S. Frank Crumb, P.E .
:~reci~ng st~ lo
Tony Sh;ola, P.E.
Program Manager
ADDENDUM NO_ 3
-
-
-
-
-
-
. ADDENDUM NO. 2
CITY OF FORT WORTH
WATER DEPARTMENT
WATER AND SANITARY SEWER RELOCATIONS FOR SH 121 T CROSSING WEST OF THE
HULEN STREET BRIDGE WITHIN THE UNION PACIFIC RAILROAD DAVIDSON RAIL
YARD,
PART2-HULENSTREETBRIDGE
City Project No. 01332, DOE No. 6338
Water Project No. P265-603170133287, Sewer Project No. P275-703170133287
WATER MAIN EXTENSION FROM HULEN STREET TO COMO PUMP STATION, PART 2
City Project No. 00242, DOE No. 5119
Water Project No. P265-603140024287
Addendum No. 2. Issue Date: April 16, 2010
Bid Receipt Date: April 22, 2010
This addendum fonns part of t he 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 ex isting Proposal Section (pages B-1 to B-19) w ith the attached revised proposal:
"PROPOSAL-ADDENDUM NO. 2" (pages B-lR to B-19R).
Part DA -ADDITIONAL SPECIAL CONDITIONS
• Delete the sentence "Entire structure shall be removed ." from DA-133.
• Delete section DA-138 in its entirety .
TECHNICAL SPECIFICATION 02261 -Shaft Excavation and Support
• Remo ve and replace with attached specification. Below is a synopsis of what has changed .
o Remove "interlocking steel sheetpiles" from the first sentence of A. l .e.
o The last sentence of A. l .e shall be revised to read , "Sloped open excavations, trench boxes ,
and speed shores are not allowed at any crossing."
o Delete section A.4 .f "Sheetpile Shaft" in its entirety .
o Delete section B. l.c in its entirety.
TECHNICAL SPECIFICATION 02341-0pen-Shield Pipejacking
• Remove and replace with attached specification . Below is a synopsis of what has changed.
o Revise the second sentence of A.5 .A. l to read "The shield shall be continuous around its
full perimeter and shall have suitable provision s necessary to support the excavation face
and prevent loss of ground ."
o Re v ise A.5.A.4 to read "The shield shall prevent material from mo v ing into the tunnel
through the articulation joint and the joint between the tail skin and the pipe."
o Remove the word "rocks " from the fourth sentence of section C.4 .a.
ADDENDUM NO. 2
-
-
-
-
-
-
-
ADDENDUM NO. 2
o Add the following sentence to the end of section C.4 .a: "The contractor is notified that
cobbles, boulders, partial and full-faced limestone and shale are expected on all tunneled
portions of this project as highlighted in the geotechnical report. Therefore, rock with
unconfined compressive strength less than 6 ,000 PSI will not be considered an obstruction,
regardless of size, extent, or orientation."
TECHNICAL SPECIFICATION 02617 -Steel Pipe
• Remove and replace with attached specification. Below is a synopsis of what has changed.
o Delete the second and third sentence "For Line A , Sta. 34+40 to 37+70, the minimum pipe
wall steel thickness shall be 0.375". Where indicated on the plans, pipe and fittings shall
have thicker steel pipe wall." from the first paragraph of Section B .2.03.A.4.
TECHNICAL SPECIFICATION 02642 -A WW A Butterfly Valve
• Remove and replace with attached specification. Below is a synopsis of what has changed .
• Revise section A.4.a to include Pratt, Dezurik and M&H as acceptable manufacturers .
• Add the following to section B.1.e:
Seats on Body:
2) All seats shall be constructed of synthetic rubber compound such as Buna N or EPDM
and suitable for bidirectional shutoff at rated pressure. Seats shall be retained in the
valve body by mechanical means. Seats shall be a full 360 degree without interruption.
Valve seats shall be field adjustable around the full 360 degree circumference and
replaceable without dismantling the actuator, disc or shaft without removing the valve
from the line.
-PLANS
-
-
-
-
-
-
-
-
• Remove and Replace sheets I 9 , 20, 22 , 25, 27, 28, 29, 30, 33 , 34, 45 with the attached plan sheets
19A, 20A , 22A, 25A, 27A, 28A, 29A, 30A, 33A, 34A, 45A.
CLARIFICATIONS
• Tunnel liner plate for the crossing will not be allowed for this project.
• Reference the attached Trenchless Shafts and Crossings Table .
• The steel casing pipe size for the 48-inch water line will remain at 70-inches.
• Wall sleeves will not be required on the butterfly valve vault. A pipe wall collar will be required.
• Ductile Iron fittings for the sanitary sewer lines shall be subsidiary to the cost bid for the sanitary
sewer pipe
• Section A-1 of the proposal correlates to City project number 00242 and includes water lines W-
IA, W-IB, W-IC, W-ID, and 40 linear feet ofW-IE.
• Section A-2 and Section B of the proposal correlates to City project number 01332 and includes the
remaining linear footage of W-IE and all of the sanitary sewer lines .
ADDENDUM NO. 2
-
-
-
-
-
-
-
-
-
-
-
-
-
-
-
-
-
ADDENDUM NO. 2
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.
RECEIPT ACKNOWLEDGED :
Company: ~-:S-. L.ov,s-Coiv!.l e>F Tt.YAS LlJ..
Water Department
S . Frank Crumb , P.E.
Director
By : Oil (.,
Tony S Iola, P.E .
Program Manager
ADDENDUM NO. 2
0 4 /1 2 /2 0 1 0 1 5 :33 FAX 8 173355 0 7 0 , .. K IMLE Y -HOR N
ADDENDUM NO. 1
CITY OF FORT WORIB
WATERDEPARTMENT
Li!:J u 1..,,1 v u,
I
WATER AND s,ANITARY SEWER RELOCATIONS FOR SH 121T CROSSING WEST OF THE
HULEN STREET BRIDGE WITHIN THE UNION PACIFIC RAILROAD DAVIDSON RAD..
YARD,
PART 2 -HULEN STREET BRIDGE
City Project No. 01332, DOE No. 6338
Water Project No. P265-603170133287, Sewer Project No. P275-703170133287
WATER MAIN EXTENSION FROM HULEN STREET TO COMO PUMP STATION, PART 2
City Project No. 00242, DOE No. 5119
Water Project No. P26~03140024287
Addendum No. 1. Issue Date: April 12, 2010
Revised Bid Receipt Date: April 22, 2010
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 A-NOTICE TO BIDDERS
• The bid opening date is hereby changed to be April 22, 2010 .
PART A-CO"W:'REBENSIVE NOTICE TO BIDDERS
• The bid o J ening date is hereby changed to be April 22, 2010.
All other provisions of the contract documents, plans and specifications shall remain unchanged .
Failure to return ~ 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
subm itt:a.1.
RECEIP T ACKN G>WLEDGED :
C ompany: .S. ~.Louis Co.JS+. or:: Tf...YAS t.M.
Water Department
S. Frank Crumb , P.E.
Director
By : i~j 51. ll~
Tony Sliolola, P.E.
Program Manager
ADDENDUM NO. 1
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
Technical Specifications
Division 2 -Site Work
02221 Trenc hin g, Backfilling, a nd Compaction
02242 Water Contro l for Shaft Tunne l Co nstru ction
02 26 1 Shaft Excavatio n a nd S upp ort
023 15 Portal Stabilization
02341 Open-Shield Pipejackin g
02349 In sta ll ati o n of Carrier Pipe in Cas in g
02 445 Settlement Monitorin g
0261 0 Stee l Cas in g Pipe
026 15 Ductile Iron Pipe a nd F ittin gs
0261 7 Steel Pipe
02641 R es ili ent Seated Gate Va lve
02642 A WWA Butterfy Valve
02643 Air R e leaseNacuum Valve
02660 Fiberglass Sewer Pipe -Gravity Service
Division 3 -Concrete
03 36 0 Contact Grouting
A
A
A
B
B
B
C
Cl
D
DA
E
E
Certificate of In s urance
Contractor Compli a nce with Worke r 's Comp e ns ation Law
Conflict of Interest Questionnaire
Maintenance, Pay ment and Performance Bonds
Contract
Geotechnical Report
H V J Assoc ia tes In c. Re po 1t No. DG0 9 1244 0
C ity of Fo rt Wo1t h Paveme nt Co res
Permit Docum e nts
Union Pacific Railro ad Agr eem e nts
Pipe L in e Cross in g Easem e nt Agreement
A ccess a nd M a inte n a nce Ease m e n t Agreeme nt
TxDOT Permit
Easement Docum e nt s
Cathodic Protection Report and Specifications
City of Fort Worth Tree Ordinance
F
F
F
F
G
Appendix A
Appendix B
Appendix C
Appendix D
Appendix E
PART A
PART A -NOTICE TO BIDDERS
Seal ed proposals for the following project:
WATER AND SANITARY SEWER RELOCATIONS FOR SH 121 T CROSSING WEST
OF THE HULEN STREET BRIDGE WITHIN THE UNION PACIFIC RAILROAD
DAVIDSON RAIL YARD, PART 2 -HULEN STREET BRIDGE
City Project No. 01332, DOE No. 6338
Water Project No. P265-603170133287, Sewer Project No. P275-703170133287
WATER MAIN EXTENSION FROM HULEN STREET TO COMO
PUMP STATION, PART 2
City Project No. 00242, DOE No. 5119, Water Project No. P265-603140024287
Addressed to the City of Fort Worth Purchasing Office at I 000 Throckmorton Street, Fort Worth ,
Texas 76102 will be received until 1:30 p.m., THURSDAY, APRIL 15, 2010 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.
A pre-bid conference will be held in the City of Fort Worth Water Department conference room
225 on Thursday, April 1, 2010 beginning at 9:00 a.m.
The major work on the above referenced project shall consist of the following :
Water Line Improvements
1,424 LF 48" Water Line by Other than Open Cut with 70 " Steel Casing
2 ,508 LF 48 " Water Line by Open Cut
55 LF 42 " Water Line by Open Cut
71 0 LF 3 6" Water Line by Open Cut
Sewer Line Improvements
963 LF 30 " Sewer Line by Other than Open Cut with 42 " Steel Casing
273 LF 30" Sewer Line by Open Cut with 42 " Steel Casing
20 LF 30" Sewer Line by Open Cut
270 LF 16 " Sewer Line by Other than Open Cut with 30" Steel Casing
141 LF 16 " Sewer Line by Open Cut
85 LF 14 " Sewer Line by Open Cut
85 LF 1 O" Sewer Line by Open Cut
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:
March 18, 2010
March 25, 2010
Fort Worth, Texas
PART A-COMPREHENSIVE NOTICE TO BIDDERS
Sealed proposals for the following project :
WATER AND SANITARY SEWER RELOCATIONS FOR SH 121 T CROSSING WEST
OF THE HULEN STREET BRIDGE WITIDN THE UNION PACIFIC RAILROAD
DAVIDSON RAIL YARD, PART 2 -HULEN STREET BRIDGE
City Project No . 01332, DOE No. 6338
Water Project No. P265-603170133287, Sewer Project No. P275-703170133287
WATER MAIN EXTENSION FROM HULEN STREET TO COMO
PUMP STATION, PART 2
City Project No. 00242, DOE No. 5119
Water Project No. P265-603140024287
Addressed to the City of Fort Worth Purchasing Office at 1000 Throckmorton Street, Fort Worth, Texas
76102 will be received until 1:30 p .m ., THURSDAY, APRIL 15, 2010 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, Tex as 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 "Vernon's Annotated Civil Statutes" of
the State of Te x as 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 .
A pre-bid conference will be held in the City of Fort Worth Water Department conference room
225 on Thursday, April 1, 2010 beginning at 9:00 a.m.
The major work on the above referenced project shall consist of the following :
Water Line Improvements
1,424 LF 48 " Water Line by Other than Open Cut with 70" Steel Casing
2 ,508 LF 48" Water Line by Open Cut
55 LF 42" Water Line by Open Cut
710 LF 36" Water Line by Open Cut
Sewer Line Improvements
963 LF 30" Sewer Line by Other than Open Cut with 42" Steel Casing
273 LF 30" Sewer Line by Open Cut with 42" Steel Casing
20 LF 30" Sewer Line by Open Cut
270 LF 16" Sewer Line by Other than Open Cut with 30" Steel Casing
141 LF 16" Sewer Line by Open Cut
85 LF 14" Sewer Line by Open Cut
85 LF 1 O" Sewer Line by Open Cut
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 . AWARD
OF CONTRACT : No bid may be withdrawn until the expiration of ninety (90) days from the date bids
are opened . The award of contract, if made, will be within ninety (90) days after the opening of bids, but
in no case will the award be made until all the necessary 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 shall not separate, detach or remove any portion, segment or sheets from the contract document
at any time. Bidders must complete the proposal section(s) and submit the complete specifications book
or face rejection of the bid as non-responsive. It is recommended that the bidder make a copy of
the forms included in the Minority and Women Business Enterprise section for submittal within
the time deadline stated below or the bidder may request a copy of said forms from the 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 enterprises in City contracts.
A copy of the Ordinance can be obtained from the Office of the City Secretary. The bidder shall
submit the MBE/WBE UTILIZATION FORM, SUBCONTRACTOR/SUPPLIER UTILIZATION
FORM, PRIME CONTRACTOR WAIVER FORM 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.
Bidders are advised that the City of Fort Worth has not acquired all necessary permits and
easements for the construction of the project shown in the Plans. Bidders are hereby notified that
the City anticipates obt~ining the necessary permits and easements by the start of construction. In
the event the necessary permits and easements are not obtained, the City reserves the right to
terminate the award of the contract at any time before the contractor begins any construction
work on the project. In addition, Bidders shall hold their unit prices until the City has completed
acquisition of all permits and easements.
The Contractor shall be prepared to commence construction without all executed easements and
permits and shall submit a schedule to the City of how construction will proceed in the other areas
of the project that do not required permits or easements.
Bidders are advised that 6 copies of the Storm Water Pollution Prevention Plan (SWPPP) will be
made available for review at the office of Kimley-Horn and Associates, Inc. Two copies of the
SWPPP will be provided to the contractor once the contract is awarded.
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 andAssociates,
Inc., at (817) 335-6511.
DALE A. FISSELER, P.E .
CITY MANAGER
ADVERTISING DATES :
March 18, 2010
March 25, 2010
MARTY HENDRIX I CITY SECRETARY
By 7o f.'J 51. fol
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 financi a l statement required shall have been prepared by an independent certified public
accountant or an independent public accountant holding a valid permit issued by an appropriate
State licensing agency and shall have been so prepared as to reflect the financial status to the
submitting company. This statement must be current and not more than one (1) year old. In the
case that a bidding date falls within the time a new statement is being prepared, the previous
statement shall be updated by proper verification.
b) For an experience record to be considered to be acceptable for a given project , it must reflect the
experience of the firm seeking qualification in work of both the same nature and technical level
as that of the project for which bids are to be received .
c) The Director of the Water Department shall be the sole judge as to the acceptability for financial
qualification to bid on any Fort Worth Water Department project.
d) Bids received in excess of the bid limit shall be considered non-responsive and will be rejected as
such .
e) The City, in its sole discretion, may reject any bid for failure to demonstrate experience and/or
expertise.
f) Any proposals submitted by a non-prequalified bidder shall be returned unopened , and if
inadvertently opened, shall not be considered.
g) The City will attempt to notify prospective bidders whose qualifications (financial or experience)
are not deemed to be appropriate to the nature and/or magnitude of the project on which bids are
to be received . Failure to notify shall not be a waiver of any necessary prequalification.
2 . BID SECURITY: A cashier's check, or an acceptable bidder's bond , payable to the City of Fort
Worth, in an amount of not less than five (5%) percent of the largest possible total of the bid
submitted must accompany the bid, and is subject to forfeiture in the event the successful bidder fails
to execute the Contract Documents within ten {I 0) 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 rein surer that is authorized and
admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the
Untied States secretary of the treasury to qualify as a surety on obligations permitted or required
under federal law . Satisfactory proof of any such reinsurance shall be provided to the City upon
request. The City, in its sole discretion, will determine the adequacy of the proof required herein.
3 . BONDS: A performance bond, a payment bond, and a maintenance bond each for one hundred
(100%) percent of the contract price will be required, Reference C 3-3.7 .
09/10/04 1
4. WAGE RA TES:
Section C3-3. l 3 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.
I 0. 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 of Fort Worth
Ordinance No. 15530, the City of Fort Worth has goals for the participation of minority business
enterprises and women business enterprises in City contracts. A copy of the Ordinance can be
obtained from the Office of the City Secretary. The bidder shall submit the MBE/WBE
UTILIZATION FORM, SUBCONTRACTOR/SUPPLIER UTILIZATION FORM, PRIME
CONTRACTOR WAIVER FORM 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
PARTB
FORTW°ORTH
-a -._,W ~ City of Fort Worth
Minority and Women Business Enterprise Specifications
SPECIAL INSTRUCTIONS FOR BIDDERS
APPLICATION OF POLICY
If the total dollar value of the contract is $25,000 or more, the M/WBE goal is applicable.
If the total dollar value of the contract is less than $25,000, the M/WBE goal is not applicable.
POLICY STATEMENT
It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority and Women Business
Enterprises (M/WBE) in the procurement of all goods and services to the City on a contractual basis. All 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 go al on thi s proje ct is -~% of the total bid (Base bid applies to Parks and Community Services).
COMPLIANCE TO BID SPECIFICATIONS
On City contracts of $25,000 or more, bidders are required to comply with the intent of the City's M/WBE Ordinance by
either of the following :
1. Meet or exceed the above stated M/WBE goal, or
2. Good Faith Effort documentation, or;
3. Waiver documentation, or;
4. Joint Venture.
1. Subcontractor Utilization Form , if goal is received by 5:00 p.m., five (5) City business days after the bid
met or exceeded: openinq date , exclusive of the bid openinq date .
2. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after the bid
Utilization Form, if participation is less than opening date , exclusive of the bid opening date.
stated goal:
3. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after the bid
Utilization Form, if no M/WBE participation: opening date, exclusive of the bid opening date .
4. Prime Contractor Waiver Form, if you will received by 5:00 p.m ., five (5) City business days after the bid
perform all subcontracting/suoolier work : openinq date, exclusive of the bid openinq date .
5. Joint Venture Form , if utilize a joint venture received by 5:00 p.m., five (5) City business days after the bid
to met or exceed qoal. opening date , exclusive of the bid opening date .
FAILURE TO COMPLY WITH THE CITY'S M/WBE ORDINANCE, WILL RESULT IN THE BID BEING CONSIDERED
NON-RESPONSIVE TO SPECIFICATIONS
Any questions, please contact the M/WBE Office at {817) 392-6104.
FORT WORTH
~
PRIME COMPANY NAME:
PROJECT NAME :
City's M/WBE Project Goal:
%
City of Fort Worth
Subcontractors/Suppliers Utilization Form
ATIACHMENT 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, exclusive of bid opening date 1
will result in the bid being considered non-responsive to bid specifications .
The undersigned Offerer agrees to enter into a formal agreement with the M/WBE fimi(s) listed in this
utilization schedule, conditioned upon execution of a contract with the City of Fort Worth. The intentional
and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the
bid being considered non-responsive to bid specifications
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 subcont racting below the prime contractor, Le ., a direct
payment from the prime contractor to a subcontractor is considered 1st tier, a payment by a subcontractor to
its supplier is considered 2nd tier
ALL M/WBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD.
Certification means those firms, located or 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 w ith 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 and operational truck to be used on the contract. The M/WBE may lease ·
trucks from another M/WBE firm, including M/WBE owner-operators, and receive full M/WBE credit The
M/WBE may lease trucks from non-M/WBEs, including owner-operators, but will only receive credit for the
fees and commissions earned by the M/WBE as outlined in the lease agreement.
Rev. 5/30/03
FORT WORTH
~
ATIACHMENT1A
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
r B B T D w Telephone/Fax R 0 B E E C T E
A
Rev . 5/30/03
FORT WORTH --...,..--
ATTACHMENT 1A
Page 3 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
FORT WORTH
~
Total Dollar Amount of M/WBE Subcontractors/Suppliers $
Total Dollar Amount of Non-M/WBE Subcontractors/Suppliers $
TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $
ATIACHMENT1A
Page 4 of 4
The Contractor will not make additions, deletions, or substitutions to this certified list without the prior approval
of the Minority and Women Business Enterprise Office Manager or designee through the submittal of a
Request for Approval of Change/Addition. Any unjustified change or deletion shall be a material breach of
contract and may result in debarment in accord with the procedures outlined in the ordinance. The contractor
shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed
M/WBE goal. If the detail explanation is not submitted, it will affect the final compliance determination.
By affixing a signature to this form, the Offerer 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 Offerer and barred from participating 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/Zip Date
Rev . 5/30/03
FORT WORTH ---.•. ,-'
City of Fort Worth
Prime Contractor Waiver Form
ATIACHMENT 18
Page 1 of 1
PRIME COMPANY NAME: Check applicable block to describe
prime
PROJECT NAME: I M/W/DBE I I NON-M/W/DBE
BID DATE
City 's M/WBE Project Goal: PROJECT NUMBER
%
If both answers to th is 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 complete ATIACHMENT 1C . This form is only appl icable if .bo.th answers are yes .
Failure to complete this form in its entirety and _be received by. the Managing Department on ·or before ,
5:00 p.m ., five (5) City business days after bid opening, exclusive oUhe bid opening date, will result in 'the ~
bid being considered non-responsive to bid specifications. . ', ' · · ,• • '· ""· ):· .
Will you perform this entire contract without subcontractors? YES
If yes, please provide a deta iled explanat ion that proves based on the size and scope of this NO project, 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 prov ide a detailed explanation that proves based on the size and scope of this
project , this is your normal bus iness practice and provide an inventory profile of your business . NO
The bidder further agrees to provide , directly to the City upon request , complete and accurate information
regarding actual work performed by all subcontracto rs, including M/WBE(s) on this contract , the payment
therefore and any proposed changes to the original M/WBE(s) arrangements subm itted w ith this bid . The bidder
also agrees to allow an aud it and/or examination of any books , records and files held by their company that will
substantiate the actual work performed by the M/WBEs on this contract , by an authorized officer or employee of
the City . Any intentional and/or 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 init iating 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 offerer and barred from participating in City work for a
period of time not less than one ( 1) year.
Au t horized Signature Printed S ig nature
T itle Contact Name (if different)
Company Name Phone Nu mber Fax Number
Address Ema il Address
City/State/Zip Date
Rev . 5/30/03
FORTW"ORTH -._,,·w-~ ..
PRIME COMPANY NAME:
PROJECT NAME:
City's M/WBE Project Goal:
%
City of Fort Worth
Good Faith Effort Form
PROJECT NUMBER
ATTACHMENT 1C
Page 1 of 3
Check applicable block to describe
M/W/DBE NON-M/W/DBE
BID DATE
If you have failed to secure M/WBE participation and you have subcontracting and/or supplier opportunities or if your
DBE participation is less than the City's project goal, you must complete this form.
If the bidder's method of compliance with the M/WBE goal is based upon demonstration of a
"good faith effort", the bidder will have the burden of correctly and accurately preparing and
submitting the documentation required by the City. Compliance with each item, 1 thru 6 below,
shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional and/or knowing
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, exclusive of
bid opening date, will result in the bid being considered non-responsive to bid specifications.
1.) Please list each and every subcontracting and/or supplier opportunity} for the completion of this
project, regardless of whether it is to be provided by a M/WBE or non-M/WBE. (DO NOT LIST NAMES
OF FIRMS) On Combined Projects, list each subcontracting and or supplier opportunity through the
2"a tier.
(Use additional sheets, if necessary)
List of Subcontracting Opportunities List of Supplier Opportunities
Rev . 05/30/03
A ITACHMENT 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 mail listing to include name of firm and address and a dated copy of letter malled.)
__ 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 .!l!!!!! of M/WBE firm, person contacted , phone number and date and time of contact.)
__ No
NOTE: A facsimile may be used to comply with either 3 or 4, but may not be used for both. If a facsimile
is used, attach the fax confirmation, which is to provide M/WBE name, date, time, fax number and
documentation faxed. ·
NOTE: If the list of M/WBEs for a particular subcontracting/supplier opportunity is ten (10) or less, the
bidder must contact the entire list to be in compliance with questions 3 and 4. If the list of M/WBEs for a
particular subcontracting/supplier opportunity is ten (10) or more, the bidder must contact at least two-
thirds (2/3) of the list within such area of opportunity, but not less than ten to be in compliance with
questions 3 and 4.
5.) Did you provide plans and specifications to potential M/WBEs or information regarding the location of
plans and specifications in order to assist the M/WBEs?
__ 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 additional sheets, if necessary, and attach.)
Company Name Telephone Contact Person Scope of Work Reason for Reiection
Rev . 05/30/03
ADDITIONAL INFORMATION:
A ITACHMENT 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 ,.__ .•. CITY OF FORT WORTH
Joint Venture Eligibility Form
A ll qu estions must be answered; use "NA" if applicable.
Joint Venture
Page 1 of 3
Name of City project: ------.,....,-----:----,-------,---,,--.,----,---------------
A j o int ve nt ure fo rm mu st be compl eted on each project
RFP/Bid/Purchas in g Numbe r : --------------
1. Joint venture information :
Joint Venture Name :
Joint V e nture Address:
(If app licab le)
Te lephone :
Cellular:
Facsimile : E-mail address :
Identify the firms that comprise the joint venture:
Please attach ex tra sheets if additional space is required to provide detailed explanations of work to be performed by each firm comprising the
'oint venture
M/WBE firm Non-M/WBE
name: firm name:
Bu s in ess Add ress: Bu s in ess Address :
C ity , State, Z ip: City , State, Z ip :
Tele ph o ne Facs imil e E-ma il Tele ph o ne Facsimile
Cellul ar C e llul a r
Certification Status: E-mail addre ss
Name of Certify ing Agency:
2 S f cope o wor k fi per orme db h J . V ,y t e omt enture:
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 of 3
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 comp lete if this infor mation is descr ibed in joint venture agreement)
Profit and loss 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 include Acco unt Paya bl e and Rece iva bl e):
Management decis ions:
a . Estimating
----------------------------------------------+--~~~~~~~~~~~~~~~~~~~~~~~~~~~~~-t
b. Marketing and Sales
----------------------------------------------+--~~~~~~~~~~~~~~~~~~~~~~~~~~~~----t
c. Hiring and Firing of management
personnel
----------------------------------------------+-~~~~~~~~~~~~~~~~~~~~~~~~~~~~~-!
d . Purchasing of major equipment
and/or supplies
Superv ision 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 Ord inance .
Rev . 5/30/03
Joint Venture
Page 3 of 3
AFFIDAVIT
The undersigned affirms th at the forego ing statem ents are true and correct and include all material information
necessary to id entify and explain the terms and operation of the joint venture. Furthermore , the undersigned shall
agree to pro v ide to the joint venture th e 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 laws /ordinances concerning fa lse
__ statements or willful _misrepresentation of facts. __________________ --------------------------_
Na me ofM/WB E firm Name o fnon-M /WBE firm
Printed Name of Own er Printed Na me of Own er
Sign at ure of Owner Signatu re o f O wner
Printed Na me of Owner Printed Name of Own er
Sign ature of Owner Si gnature o f Own er
T it le 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------------------------
Si gna ture
Commission Expires-------------------------(seal)
Rev. 5/30/03
.,
TO: Mr. Dale A. F isse le r, P.E.
C ity Manager
Fort Worth, Texas
PROPOSAL -ADDENDUM NO. 2
FOR : Water and Sanitary Sewer Relocations for SH 121T Crossing West of the Hulen Street
Bridge within the Union Pacific Railroad Davidson Rail Yard, Part 2
City Project No. 01332, DOE No. 6338
Water Project No. P265-703170133287, Sewer Project No. P275-703170133287
Water Main Extension from Hulen Street to Como Pump Station, Part 2
City Project No. 00242, DOE No. 5119
Water Project No. P265-603140024287
Pursuant to the foregoing "Notice to Bidders," the und er signed has thoroughl y examined the pl ans ,
spec ifications a nd the s it e, understand s the amount of work to be done, and he reby proposes to d o a ll the
work and furni s h all la bor, equipment a nd mat eri a ls nece ssary t o fully complete all th e work as prov id e d
in the plans and s pec ifications and subject to the inspectio n a nd approval of th e Director, Water
Department of the City of Fort W o rth .
Upon acceptance of this propo sa l by the City Council , the bidd e r is bound t o execut e a con tra ct and
furnish Performance, Maint e nance Bond, a nd Payment Bond approved by the C ity of Fort W o rth fo r
performing and completing the construction wo rk w ithin the time stated a nd for the following s um , to-
w it:
SECTION A-1 (WATER LINES W-lA, W-lB, W-lC, W-lD and 40LF ofW-lE)
City Project No. 00242; Water Project No. P265-603140024287
Pay
Item
I.
CPMS
No.
BID-
00121
Estimated Unit
Quanti
240 L.F.
Name of Pay Item with
Unit Price in Words
*Pipe -Casing -70-inch (Steel Casing
Pipe, By Other Than Open Cut (All
Depths) with Stainless Steel Spacers with
48-inch (Mortar Lined Polyurethane Coated
Steel Pipe (Restrained) Water Pipe P e r
Technical Specifications) -Install @
F,ve Dollars
Unit Bid
Price
Amount
Bid
QrJt, Jt-(ouSA~t::> 'fH1R.i-y
l{) "'~ And rJo Cents $ \,(>'"!>~. -$ z~a, oC>.
Per Unit
2 . BID-1,779 L.F. *Pipe -Pressure -48-inch (Mortar Lined
00610 Polyurethane Coate d Steel Pipe (Restrained)
By Open Cut (All Depths) with B ac kfill R e:
WTR-029/29, Per Technical Specification
002617) -In s tall @
F111~ H•N~l> ~f:,Jl:.~ D o ll ars cD. $
$ [p7-,. $ qo1,"1~?.-
And No Cents
Per U nit
B -JR
Mr. Dale A. Fisseler, P.E.
City Manager
Fort Worth , Texas
. ,.
PROPOSAL
FOR: W er and Sanitary Sewer Relocations for SH 121 T Crossing West of the Hulen Street
Brid within the Union Pacific Railroad Davidson Rail Yard, Part 2
City P 'ect No. 01332, DOE No. 6338
Water P ·ect No. P265-703170133287, Sewer Project No. P275-703170133287
Water Main tension from Hulen Street to Como Pump Station, Part 2
City Project No. 00242, DOE No. 5119
Water Project No. 265-603140024287
Pursuant to the foregoing "N ice to Bidders," the undersigned has thoroughly examined the plans,
specifications and the site, under nds the amount of work to be done, and hereby proposes to do all the
work and furnish all labor, equipm t and materials necessary to fully complete all the work as provided
in the plans and specifications an subject to the inspection and approval of the Director, Water
Department of the City of Fort Worth .
Upon acceptance of this proposal by the ·ty Council, the bidder is bound to execute a contract and
furnish Performance, Maintenance Bond, an Payment Bond approved by the City of Fort Worth for
performing and completing the construction w k within the time stated and for the following sum, to-
wit:
SECTION A-1 (WATER)
City Project No. 00242; Water Project No. P265-60314002 287
Pay CPMS Estimated Unit Nameo ay Item with Unit Bid Amount
Item No. Quanti Unit Pric in Words Price Bid
1. BID-240 L.F. *Pipe -Casing -70-inch Steel Casing
00121 Pipe, By Other Than Open ut (All
Depths) with Stainless Steel acers with
48-inch (Mortar Lined Polyure ane Coated
Steel Pipe (Restrained) Water Pi e Per
Technical Specifications) -Install
And $ $
2. BID-1,779 L.F. *Pipe -Pressure -48-inch (Mortar Lined
00610 Polyurethane Coated Steel Pipe (Restrained)
By Open Cut (All Depths) with Backfill Re:
WTR-029/29 , Per Technical Specification
002617) -Install @
Dollars
And Cents
$ $
Per Unit
B-1
Pay
Item
3.
4 .
5.
6 .
7.
8.
CPMS
No.
BID-
00610
BID-
00608
BID-
00603
BID-
00738
BID-
00736
BID -
00732
Estimated Unit
Quanti
19 L.F.
55 L.F.
710 L.F .
5 E.A.
FtFT'( ";
I E.A.
1 E.A.
Name of Pay Item with
Unit Price in Words
*Pipe -Pressure -48-inch (Mortar Lined
Mortar Coated Steel Pipe (Restrained) By
Open Cut (All Depths) with Backfill Re:
WTR-029/29, Per Technical Specification
0026 I 7) -Install @
~~£E. 4 v N l>R.E.e> ~E.~EN1'/ t1..ie Dollars
I
And µo Cents
Per Unit
*Pipe -Pressure -42-inch (Mortar Lined
Polyurethane Coated Steel Pipe (Restrained)
By Open Cut (All Depths) with Backfill Re :
WTR-029/29, Per Technical Specification
"002617) -Install @
r:-1 vE. HvN~et> 'Ti-i ,~,x: .,... wo Dollars
And ,.)o Cents
Per Unit
*Pipe -Pressure -36-inch (Mortar Lined
Polyurethane Coated Steel Pipe (Restrained)
By Open Cut (All Depths) with Backfill Re :
WTR-029/27, Per Technical Specification
002617) -Install @
ONE. ~VN~fb .J,~,.y ~€.'llE..l Dollars
I
And i-Jo Cents
Per Unit
Valve -48-inch Butterfly Valve with Vault
Re: 150/2 8, Per Technical Specification
002642 -Install @
f.v&J 'THOOSA~ ~,ve. ~vN~R£~ Dollars
And ~o Cents
Per Unit
Valve -42-inch Butterfly Valve with Vault
Re: 150/28 , Per Technical Specification
002642 -Install @
J:°1 Flt 111ovSAN!::> Dollars
And ,.Jo Cents
Per Unit
Valve -36-inch Re s ilient Seated Gate
Valve with Re : 5/2 6 , Per Technical
Specification 002641 -ln stall @
foiz.~ :::GiOO~AN1> Dollars
And r-l<> Cents
Per Unit
B -2R
Unit Bid
Price
oD
$ 37$.-
$ ~32..~
~
d)
197 . -
c()
$ ~ 7,'!;co .-
00 $ 5o,cro .~
(i)
$ ~O,LW. -
Amount
Bid
00 ~ 7,17.S . -
cl::,
$ 29,~o.-
00
$ \s9,'o7D~
ti)
$ ze.7,9:o:
I()
$ 5DctX>,-
oO
$ i,Jo,cco .-
. -. ./ ~ • ....
CPMS Unit Name of Pay Item with Unit Bid Amount
No. Qua nti Unit Price in Words Price Bid
3. 19 L.F . *Pipe -Pressure -48-inch (Mortar Lined
Mortar Coated Steel Pipe (Restrained) By
Open Cut (All Depths) with Backfill Re:
WTR-029/29, Per Technical Specification
00261 7) -Install @
Dollars
$ $
And Cents
Per Unit
4. BID -55 *Pipe -Pressure -42-inch (Mortar L ined
00608 Po lyurethane Coated Steel Pipe (Restrained)
By Open Cut (All Depths) with Backfill Re:
TR-029/29, Per Technical Specification
00 1 7) -Install @
Dollars
$ $
And Cents
Per Unit
5 . BID -710 L.F. *Pipe -Pressu -36-inch (Mortar Lined
00603 Polyurethane Coa ed Steel Pipe (Restrained)
By Open Cut (All pths) with Backfill Re:
WTR-029/27, Per Te nical Specification
002617) -Install @
Dollars
$ $
And Cents
6. BID-5 E.A. Valve -48 -inch Butterfly Valve
00738 Re : 150/28, Per Technical Spec1 1cation
002642 -Install@
Dollar
$
And
Per Unit
7. BID -E.A . Valve -42-inch Butterfly Valve with Vault
00736 Re: 150/2 8, Per Technical Specification
002642 -Install @
Dollars
And Cents $
Per Unit
8. BID-E .A. Valve -36-inch Resilient Seated Gate
00732 Valve with Re: 5/26, Per Technical
Specification 002641 -Install @
Doll ars
And Cents $
Per Unit
B-2
Pay
Item
9 .
10 .
11.
12 .
13 .
14 .
15.
, .,
CPMS
No.
BID -
00716
BID -
00121
BID -
00367
BID-
00751
BID -
00569
BID-
01140
BID-
00587
Estimated Unit
Quanti
I E.A.
2 E .A.
2 E .A.
2 E.A.
0.5 TON
I E .A.
450 L.F.
Name of Pay Item with
Unit Price in Words
Valve -12-inch Blow Off Valve Assembly
with Vault Re: WTR-015 /29-Jnstall @
[IC:,+IT 'Tt4()\)~A~ SE,~E.~ HvN~Dollars
And N<> Cents
Per Unit
Valve -4-inch Air Release and Vacuum
relief Valve Assembly with Vault Re:
155/33, Per Technical Specification 002643
-Jnstall @
'El G.t-1 r ~OO~A~i::::,. Dollars
And t,Jc Cents
Per Unit
Water -Cut and Plug Existing Water Line
(At Different Locations Other Than
Proposed Water Jmprovements) -Abandon
@
J:°1ve: THO\) SA to) !:> Dollars
And No Cents
Per Unit
Remove and Salvage Gate Valve -Install
Fi~e: TuovsA,->t> Dollars
And No Cents
Per Unit
Pipe Fittings -Ductile Iron -Equal to or
Greater Than 16-inch Ductile Iron Pipe -
Install @
ONE Dollars
And ~o Cents
Per Unit
Structure -Access Manhole (Per Detail
WTR-012/33)-Install @
5. x: 'f Hov.5A~~ s,x Hvl'l!>Q.£!> Dollars
And No Cents
Per Unit
Pipe -Pressure -Abandon (Existing 48-
inch Water Main Filled with Cement Slurry
Per Item DA-134)@
F1P!y Two D o llars
And rs)o Cents
Per Unit
B -3R
Unit Bid
Price
r:P
$ fo;]co . -
d)
$ 8,CCC . -
c()
$ 5',cco .-
$ ~,cco.~
co
$ \. -
~
$ ~,{A).
(;f)
$ 5z..--
Amount
Bid
d)
$ 'o,7CO. -
cO $ \l.o,COO .-
~
Ct> ID,CX:0 . -
$~
,fh<--
,:p
$ \01CCb .......
S"O
$ 0 . -
"° $ (.,, 1,00 .-
cJ:>
$ 23/\00.-
I • • ~ --,-.~ CPMS Estimated Unit Name of Pay Item with Unit Bid Amount
No . Qua ntity Unit Price in Words Price B id I
'\.
9. BID-I E .A . Valve -12 -inch Blow Off Valve Assembly
0716 with Vault Re : WTR-015 /29-Install @
Dollars
And Cents $ $
'\. Per Unit
IO. BID -~ E.A. Valve -4-inch Air Release and Vacuum
00121 relief Valve Assembly with Vault Re:
155/33, Per Technical Specification 002643
-Install @
\ Dollars
$ $
And Cents
I\. Per Unit
11. BID-2 E.A . ater -Cut and Plug Existing Water Line
00367 (A Different Locations Other Than
Prop ed Water Improvements) -Abandon
@
Dollars
And \ Cents $ $
\ Per Unit
12 . BID-2 E.A. Remove and Salv \te Valve -Install
00751
Dollars
And \ Cents $ $
\ Per Unit
13. BID-0.5 TON Pipe Fittings -Ductile Iron:~ or
00569 Greater Than 16-inch Ductile n Pipe -
Install @
ollars
And ~nts $ $
Per U'F\it
14. BID-1 E.A. Structure -Access Manhole (Per Detail \ 01140 WTR-012/33) -Install @
Dollars ~ And Cents $
Per Unit \
15 . BID-450 L.F . Pipe -Pressure -Abandon (Existing 48-\ 00587 inch Water Main Filled with Cement Slurry
Per Item DA-134)@
Dollars \ And Cents $
Per Unit \
\
B -3
Pay
Item
16.
17 .
18 .
19 .
2 0 .
2 1.
22.
CPMS
No.
BID -
001 34
BID-
00619
BID -
00100
BID -
003 72
BID-
006 2 0
BID -
0014 5
BID -
001 45
Estimated Unit
Quanti
2 ,830 S.Y.
I L.S.
I L.S.
2 ,573 L.F.
3 00 V.F.
100 C.Y .
15 0 C.Y.
Name of Pay Item with
Unit Price in Words
T o pso il and Hy dromulching P e r ]tern D -44
@
No D o ll a r s
And 'TwE.N""l Cents
7 Per U nit
Cathodic Protecti o n , pe r pipe m a te ri a l
se lecte d , P e r It e m DA-1 2 2 a nd Appendix D
@
1>-1112 l r -iwo --r;.i ov.SA N t> Doll a rs
i
And r0o C e nt s
Per Unit
Sto rm Water Pollution Prev e ntion Pl a n
Greate r than I Ac re SWPPP Per Item D-67
-In s ta ll @
~E.[\Jt; -(1:fo~P,N~ Dollars
And No C e nts
Per Unit
Tre nch Safe ty Syste m 5-foot D e pth -Jn sta ll
@
,-Jo D o ll ar s
And ON€ Ce nt s
Per Unit
Pipe -Pressure-Extra D e pth Gre ater Than
I-Foot (De pth G reate r Th a n T h at Shown in
th e Cons tructi o n Pl a n s)
Tci-J Dollars
And "10 Cent s
Per U n it
P o tenti a ll y Pe tro le um C ontamin at e d
Material
~I F+E.f.N D o ll a r s
And ,Jo C e nts
Per U nit
Loading, Tran spo rtati o n , and Di s posal o f
Cont a min a te d soi l
Tu.J D o ll a r s
And No C e nt s
Per U nit
B -4 R
Unit Bid
Price
zo
$ 0 , -
tD
$ 32,a:t::,. -
oO
$ 12,et:O. -
61
$ o.-
00
$ 10.-
$ J5.d2-
$ \O.~
Amount
Bid
oO
$ ~lk .-
00
$ :S'Z., a:::o . -
cO
~ 12a:o.-
'
,3
$ 2~.-
cl)
$ 3,CDO . -
$ 1,sc:0.~
al> $ I, 5'oo . ;...--
\ ,; . --~
I~
CPMS Estimated Unit Name of Pay Item with Unit Bid Amount
No. Quantity Unit Price in Words Price Bid
'\
16. BID-2,830 S.Y. Topsoil and Hydromulching Per Item D-44
0134 @
Dollars
And Cents $ $
' Per Unit
17. BID-I L.S . Cathodic Protection, per pipe material
00619 selected, Per Item DA-122 and Appendix D
@
Dollars
I'\ $ $
And Cents
Per Unit
18 . BID-I L.S\ Storm Water Pollution Prevention Plan
00100 R er than I Acre SWPPP Per Item D-67
tall@
Dollars
And \ Cents
$ $
\ Per Unit
19. BID-2,573 L .F. Trench Saf\.ty System 5-foot Depth -Install
00372
@ \
Dollars
And \ Cents $ $
\ Per Unit
20. BID-300 V.F. Pipe -Pressure-Extra;~reater Than
00620 I-Foot (Depth Greater T n That Shown in
the Construction Plans)
Dollars
And \ Cents $ $
){er Unit
21. BID-100 C.Y. Potentially Petroleum Conta!d 00145 Material
Dolla
And Cents\ $ $
Per Unit \
22. BID-150 C.Y. Loading, Transportation, and Disposal of
00145 Contaminated soil
Dollars
And Cents $
Per Unit \
\
B-4
Pay
Item
23.
24.
25.
26.
·"-
I \
CPMS
No.
BID-
00123
BID -
00123
BID -
00121
BID -
00201
Estimated
Quanti
1
I
1
2 ,803
Unit
L.S.
L.S.
L.S .
L.F.
Name of Pay Item with
Unit Price in Words
Construction Coordination within
Permit Area (Per Item DA-129)
ONE
And No
Railroad
Dollars
Cents
Per Unit
Construction Coordination within Tarrant
Regional Water District Areas (Per Item
DA-137)
ONE: Dollars
And rJo Cents
Per Unit
Relocation of Oncor Underground Electric
Line by Others (Per Item DA-141)
One Hundred Twenty Five ThousandDollars
And Zero Cents
Pe r Unit
Inspection -Post Construction Cleaning &
TV (Per Item D-37) -Study@
ONE Dollars
F,i:::k, And Cents r Per Unit
Unit Bid
Price
$ 1.'£
00
$ 1.-
$125 ,000
$ I .s~
Amount
Bid
$ 1.0£
$ 1.1£
$125,000
s ~ t.\,204. ~
*Note: Shop Drawings for the 36, 42, and 48-inch water pipe shall be submitted to the City with the
Contractor's proposal per DA-56.
TOT AL: SECTION A-1 (WATER)~$ _\+-9_S°~'o...,...l,_D£,_.7
_~ _________ _
(Transfer Total to Page B-16R)
B -5R
Pay
Item
23.
24 .
25.
26 .
BID-
00123
BID-
00121
BID-
00201
Estimated Unit
Quanti
Name of Pay Item with
Unit Price in Words
L.S . Construction Coordination within Railroad
Pe rmit Area (Per Item DA-129)
Dollars
Unit Bid
Price
And Cents ~$ ___ _
2,803
Per Unit
L.S . Construction Coordination within Tarrant
Regional Water District Areas (Per Item
DA-137)
Dollars
Cents ~$ ___ _
Per Unit
L.S . R ocation of Oncor Underground Electric
Line yOthers(PeritemDA-141)
Five ThousandDollars
Per Unit
L.F . Inspection -P t Construction Cleaning &
TV (Per Item D-) -Study @
Dollars
Amount
Bid
$
$
$125,000
And Cents $ ~$ ___ _
Per Unit
*Note: Shop Drawings for the 36, 42, and 48-inch water pipe shall be ubmitted to the City with the
Contractor's ro osal er DA-56.
TOTAL: SECTION A-1 (WATER)~---~----------
(Transfer Total to Page B-16)
B -5
~
SECTION A-2 (WATER LINE W-lE)
City Project No . 01332, Water Project No. P265-603J 70133287
Pay
Item
I.
2.
3 .
4 .
5 .
CPMS
No.
BID-
00121
BID-
00610
BID-
00610
BID -
00738
BID -
00716
Estimated Unit
Quanti
1,184 L.F .
701 L.F .
9 L.F.
I E.A .
I E .A .
Name of Pay Item with
Unit Price in Words
*Pipe -Casing -70-inch (Steel Casing
Pipe, By Other Than Open Cut (All
Depths) with Stainless Steel Spacers with
48-inch (Mortar Lined Polyurethane Coated
Steel Pipe (Restrained) Water Pipe Per
Technical Specifications) -Install @
(),.IE T1-touSANd ftJe H111Jd~ hFty J:"1-'E. Dollars
And J, Cents
Per Unit
*Pipe -Pressure -48-inch (Mortar Lined
Polyurethane Coated Steel Pipe (Restrained)
By Open Cut (All Depths) with Backfill Re:
WTR-029/29, Per Technical Specification
002617) -Install @
hivit.. \-lv.,J~ Dollars
And Nb Cents
Per Unit
*Pipe -Pressure -48-inch (Mortar Lined
Mortar Coated Steel Pipe (Restrained) By
Open Cut (All Depths) with Backfill Re:
WTR-029/29, Per Technical Specification
002617) -Install @
-K>v"'. 1-\vNdaeJ r,p,.)..e,e;,J Dollars
And ,Jo Cents
Per Unit
Valve -48-inch Butterfly Valve with Vault
Re: 150/28 , Per Technical Specification
002642 -Install @
Fi~tr ~11~ 'ft-to.i~Nb F,% ~wlt£J Dollars
And t-Jo Cents
Per Unit
Valve -12-inch Blow Off Valve Assembly
with Vault Re: WTR-015 /29-Install @
f1# 'fl-l011$A»J ~€.,-) tl1111cl~ Dollars
And Nei Cents
Per Unit
B -6R
Unit Bid
Price
<O
$ ,.s~~--
dJ
$ ycv. -
d)
$ '-tis.-
cO
$ 51,s-ro .-
d)
$ s,700 . -
Amount
Bid
~ ~ 1,e~t,\Z.o.
(!)
~ 'Z.fP,~00 .-
<P
$ 311~~. -
00
$ §7,f:oo, -
$ 011co. ce.
? \
-' "
ECTION A-2 (WATER)
CI Project No. 01332, Water Project No. P265-603170133287
CPMS Estimated Unit Name of Pay Item with Unit Bid Amount
Quanti Unit Price in Words Price Bid
1. 1,184 L.F. *Pipe -Casing -70-inch (Steel Casing
Pipe, By Other Than Open Cut (All
Depths) with Stainless Steel Spacers with
48-inch (Mortar Lined Polyurethane Coated
Steel Pipe (Restrained) Water Pipe Per
Technical Specifications) -Install@
Dollars
And Cents $ $
Per Unit
2. BID-701 *Pipe -Pressure -48-inch (Mortar Lined
00610 Polyurethane Coated Steel Pipe (Restrained)
By Open Cut (All Depths) with Backfill Re:
TR-029/29, Per Technical Specification
00 1 7) -Install @
Dollars
$ $
And Cents
Per Unit
3. BID-9 L.F. *Pipe -Press e -48-inch (Mortar Lined
00610 Mortar Coated eel Pipe (Restrained) By
Open Cut (All De hs) with Backfill Re:
WTR-029/29, Per chnical Specification
002617) -Install @
Dollars
$ $
And Cents
Per Unit
4. BID-E.A. Valve -48-inch Butterfly Valv with Vault
00738 Re: 150/28, Per Technical s cification
002642 -Install@
And $ $
Per Um
5. BID-E .A. Valve -12-inch Blow Off Valve Assembl
00716 with Vault Re: WTR-015/29-Install@
Dollars
And Cents $
Per Unit
B-6
Pay
Item
6.
7.
8.
9.
10.
11.
12 .
( '
CPMS
No.
BID -
00121
BID-
01140
BID-
00763
BID-
00767
BID-
00550
BID-
00121
BID-
00587
Estimated Unit
Quanti
I E.A.
1 E.A.
98 L.F.
I E.A.
I E.A.
I E.A.
1,850 L.F.
Name of Pay Item with
Unit Price in Words
Remove and Replace 8-inch Blow Off
Valve Assembly with Vault @
N,~e:: 'lltoos.A..Jd ~6/~N Hv"'.l~J Dollars
And l'lo Cents
Per Unit
Structure -Access Manhole (Per Detail
WTR-012/33) -Install @
~'" 1i-l0vsA ... d S,.>c \iv~J~ Dollars
And rJo Cents
Per Unit
Water Service 2-inch Installed by Private
Plumber(Type K Copper Water Service
Line to Meter Per Item D-5 I. 7) -Install @
~jL{v k>.>tt__ Dollars
I
And rJ .. Cents
Per Unit
Water Service -2-inch Tap to I 0-inch Main
-Install @
ONE:-'"Hou>At.Jcl Dollars
And rJo Cents
Per Unit
Meter Box -Class A (Per Item D-51 . 7) -
Install @
~ f-0<,JL HvJ-lcl~eJ Dollars
And ,Jo Cents
Per Unit
Remove and Salvage Air Release and
Vacuum Relief Valve
J-.>11 "G-<~•~MJ Dollars
And 10 c, Cents
Per Unit
Pipe -Pressure -Abandon (Existing 48-
inch Water Main Filled with Cement Slurry
Per Item DA-134)@
~I ffy 1v,>o Dollars
And No Cents
Per Unit
B -7R
...,-
I
Unit Bid
Price
..
"° $ 9;100 . -
<»
$ l, u:o .--
tD
$ t.J~.,..
00
$ \,CO'.). -
$ Ljoo .~
00
$ z oc:l). -
oO
$ ~7 --
Amount
Bid
~ $ 9 ,,oo ,-
cP
$~&a>.--
a)
$ '1,~12. -
,:fJ
$JCCV.-
cO
$ yoD , -
(r)
$ [,ta>. -
cO
$ q1..,;z .. oo. -
r
°'\ / ,., -r ' l
,
p~ CPMS Estimated Unit Name of Pay Item with Unit Bid Amount
Item No. Quantity Unit Price in Words Price Bid
\.
6 . BID-1 E.A. Remove and Replace 8-inch Blow Off
0121 Valve Assembly with Vault @
Dollars
And Cents $ $
I'-. Per Unit
7. BID-1 E .A. Structure -Access Manhole (Per Detail
01140 WTR-012/33) -Install @
Dollars
And Cents $ $
"' Per Unit
8. BID-98 L\ Water Serv ice 2-inch Installed by Private
00763 Plumber(Type K Copper Water Service
~ to Meter Per Item D-51 . 7) -Install @
Dollars
And \ Cents $ $
"' Per Unit
9. BID-1 E.A. Water Se~-inch Tap to 10-inch Main
00767 -Install@
Dollars
And \ Cents $ $
\ Per Unit
10. BID-1 E.A . Meter Box -C lass A (\ D-51. 7) -
00550 Install @
Dollars
And \ Cents $ $
\rer Unit
11. BID-1 E .A. Remove and Salvage Air Release an~
00121 Vacuum Relief Valve
Dalla
And Cents\ $ $
Per Unit \
12 . BID-1,850 L.F. Pipe -Pressure -Abandon (Existing 48 -
00587 inch Water Main Filled with Cement Slurry
Per Item DA-134)@
Dollars
And Cents $ \$
Per Unit \
B-7
Pay
Item
13 .
14.
15 .
16.
17 .
18 .
19 .
' '
CPMS
No.
BID-
00620
BID-
00134
BID-
00619
BID-
00443
BID-
00100
BID-
00372
BID-
00181
Estimated Unit
Quanti
250 V.F.
722 S.Y.
I L.S.
200 L.F .
I L.S.
710 L.F.
I L.S.
Name of Pay Item with
Unit Price in Words
Pipe -Pressure-Extra Depth Greater Than
] -Foot (Depth Greater Than That Shown in
the Construction Plans)
T6,j Dollars
And rJo Cents
Per Unit
Topsoil and Hydromulching Per Item D-44
@
Jo Dollars
And "f\Nw¥ Cents
Per Unit
Cathodic Protection, per pipe material
selected, Per Item DA-122 and Appendix D
@
ONe. Dollars
And I-Jo Cents
Per Unit
Pavement -2-inch Min. HMAC on 2/27
Concrete Base Per Detail STR-028M-
In stall -Repair @
OtJf ~.\,.,J~ ~~~ Dollars
And ~c:> Cents
Per Unit
Storm Water Pollution Prevention Plan
Greater than 1 Acre SWPPP Per Item D-67
-In stall @
Or-li Dollars
And ~ Cents
Per Unit
Trench Safety System 5-foot Depth -Install
@
Jo Dollars
And 0-ie Cents
Per Unit
Traffic Control (Per Item D-8 , DA-117)-
In st a ll @
0N6 11-!ovSA,-\l> Dollars
And No Cents
Per Unit
B -8R
Unit Bid
Price
co
$ 10 .-
'ZO
$ o. --
cD $ \. -
$ Ho~
of)
$ I . --
$ Q.oJ.
00
$ I cco .
Amount
Bid
ts>
$ 2/;cv,-
$ 11-H .~ .£.-
$ 1 -~
,e..
$ ZB.(XO.
r
ii>
$ J. -
113, $ '
$ \,@ .~
I •
\ r ,
:;~ CPMS Estimated U nit Name of Pay Item with Unit Bid Am oun t
No . Quantity Unit Price in Words Price Bid
'\.
13.
'
250 V .F. Pipe -Pressure-Extra Depth Greater Than
I-Foot (Depth Greater Than That Shown in 0
the Construction Plans)
~ Dollars
And Cents $ $
Per Unit
14. BID-722 "" S.Y. Topsoil and Hydromulching Per Item D-44
00134 @ ~ Dollars
And Cents $ $
" Per Unit
15 . BID-1 L.S. C~~otection, per pipe material
00619 selec d, Per Item DA-122 and Appendix D
@
Dollars
And "'\ Cents
$ $
\. Per Unit
16. BID-200 L.F. Pavement -2-inc~C on 2/27
00443 Concrete Base Per Detail STR-028M-
Install-Repair @
Dollars
And \ Cents
$ $
\ Per Unit
17. BID-1 L.S. Storm Water Pollution Preven3n
00100 Greater than 1 Acre SWPPP Per Ite D-67
-Install@
Dolla s
And Cents \
$ $
Per Unit \
18. BID-710 L.F. Trench Safety System 5-foot Depth -Install
00372 @
Dollars
And Cents $ $
Per Unit \
19. BID-1 L.S . Traffic Control (Per Item D-8, DA-117)-'
00181 Install@ \ Dollars
And Cents $
Per Unit \
B-8 \
Pay
Item
2 0.
2 1.
22.
23.
CPMS
No.
BID -
00123
BID -
00121
BID -
00121
BID -
00201
Estimated Unit
Quanti
I L.S .
2 00 S .Y .
2 E.A.
1,894 L.F .
Name of Pay Item with
Unit Price in Words
Construction Coordin ation within
Permit Area (Per Jt e m DA-129)
°'1£
And No
R a ilroad
Dollars
Cents
Per Unit
Replacem e nt o f Ed K . Co ll e tt Park Con crete
Path Improve men ts
JI-\ 11< t ';/ Doll ars
)
And No Cents
P er Unit
Tree Replacement in ED K. Co llett City
Park (per DA-124)
Fo.if2... \.\-.1~J~J Dollars
And No Cents
P e r Unit
In s p ec ti o n -Post Con structi o n C lean in g &
TV (Per It e m D -37) -Study @
0f'IG Doll ars
And ~l~ l {. Cents
( P e r Unit
r .
Unit Bid
Price
\ oO $ . ,...
cO
$ ~t:>.-
ti()
$ yoo .-
\ so $ . -
Amount
Bid
$ \ .0£.
<)C>
$ l,/X:D .-
rP
$ eoo .-
$ z. 0.'-1 l. <£._
*Note: Shop Drawings for the 48-inch water pipe shall be submitted to the City with the Contractor's proposal
per DA-56.
TOT AL: SECTION A-2 (WATER) "'--.$ _Z'-+--S_f;_z-+-9_u_Z_._~ _________ _
(Transfer Total to Page B-16R)
B -9 R
I
,
CPMS Estimated Unit Name of Pay Item with Unit Bid Amount
Quanti Unit Price in Words Price Bid
L.S. Construction Coordination within Railroad
Permit Area (Per Item DA-129)
Dollars
And Cents $ $
Per Unit
21. BID -L.S . Replacement of Ed K. Collett Park Path
00121 Improvements
Dollars
And Cents $ $
Per Unit
22 . BID-2 Tree Replacement m ED K. Collett City
00121 ark (per DA-124)
Dollars
And Cents $ $
Per Unit
23 . BID-1,894 L.F. Inspection -Post Construction Cleaning &
00201 TV (Per lte D-37) -Study @
Dollars
And Cents $ $
Per Unit
*Note: Shop Drawings for the 48-inch water pipe shall be submi ed to the City with the Contractor's proposal
erDA-56.
TOT AL: SECTION A-2 (WATER)
(Transfer Total to Page B-16)
B-9
SECTION B (SEWER)
City Project No. 01332; Sewer Project No. P275-703170133287
Pay
Item
1 .
2.
3 .
4 .
5 .
CPMS Estimated Unit
Number Quan ti
BID-963 L.F.
00121
BID-273 L.F.
00121
BID-20 L.F.
00121
BID-271 L.F .
00121
BID-141 L.F.
00592
Name of Pay Item with
Unit Price in Words
Pipe -Casing -42-inch (Steel Casing by
Other than Open Cut with 30-inch
Fiberglass-Reinforced Polymer Mortar
Sewer Pipe and Stainless Steel Spacers Per
Technical Specifications) -lnstall@
ON£ Tl-lovSANJ i::, i::tt:.e.,J Dollars
And Jo Cents
Per Unit
Pipe -Casing -42-inch (Steel Casing by
Open Cut with 30-inch Fiberglass-
Reinforced Polymer Mortar Sewer Pipe and
Stainless Steel Spacers) -Install @
it{~a Hv.J~J ~.JI~ 'JH~ Dollars
And Jo Cents
Per Unit
Pipe -Sewer -30-inch (Fiberglass-
Reinforced Polymer Mortar Sewer Pipe by
Open Cut with Backfill Per WTR-029M/35)
-Install @
Ot.JE ~vr-iJ~cl i::o~·-+J' Dt.ie Dollars
And No Cents
Per Unit
Pipe -Casing -30-inch (Steel Casing by
Other than Open Cut with 16-inch Pressure
Class 250 Ductile Iron Pipe with Protecto
40 I Interior Lining and Stainless Steel
Spacer Per Item DA-6)-Install @
r:," E. H,1t.,J~~ E-1£rH T'y' Dollars
J
And !'Jo Cents
Per Unit
Pipe -Sewer -16-inch Pressure Class 250
Ductile Iron Pipe with Protecto 40 I lnterior
Lining and Stainle s s Steel Spacer Per
Technical Specifications (By Open Cut with
Backfill Re : WTR-029/27) -Install @
W6-tivNd~eJ 1C,1rz.ti(iJ Dollars
And No Cents
Per Unit
8 -IOR
Unit Bid
Price
1:)0
$ \,OIS', -
co
$ 31.,~. -
,:;:,
$ \YI.-
c,O
$ 5'00 . -
cP
$ ll'S · -
Amount
Bid
C£
$ 911 /NS.
d>
$ 9c:i ,o"IC\.-
"" $2,820.
;:{)
$ \57 1 \80.-
oO
$ 1~/r~,.-
SEC ON B (SEWER)
City Pr ·ect No. 01332; Sewer Project No. P275-703170133287
Pay
Item
1.
2 .
3 .
4 .
5 .
BID-
00121
BID-
00121
BID-
00121
BID-
00121
BID-
00592
Estimated Unit
Quanti
Name of Pay Item with
Unit Price in Words
Unit Bid
Price
963
273
20
271
141
L.F. *Pipe -Casing-42-inch (Steel Casing by
Other than Open Cut with 30-inch Sewer
Pipe and Stainless Steel Spacer s Per
Technical Specifications) -Install @
Dollars
And Cents
Per Unit
L.F. Pipe -Casing-42-inch (Steel Casing by
0 en Cut with 30-inch Sewer Pipe and
Stai ess Steel Spacers) -Install @
Dollars
$
And Cents """$ ___ _
Per Unit
L.F. *Pipe -Sewer -0-inch (by Open Cut with
Backfill Per WTR-' 9M/35) -Install @
And \ \
Dollars
Cents ~$ ___ _
Per Unit
L.F. Pipe -Casing-30-inch (Stee asing by
Other than Open Cut with 16-inoQ Pressure
Class 200 Ductile Iron Pipe with P'\otecto
401 Interior Lining and Stainless Ste el
Spacer Per Item DA-6)-Install @
Dollars
And Cents
Per Unit
L.F. Pipe -Sewer -16-inch Pressure Class 200
Ductile Iron Pipe with Protecto 40 I Interior
Lining and Stainless Steel Spacer Per
Technical Specifications (By Open Cut with
Backfill Re: WTR-029/27) -Install @
Dollars
And Cents ~$ ___ _
Per Unit
*Contractor must complete the City approved product form at the end of this section on page B-16.
B-10
Amount
Bid
$
$
$
$
(
Pay
Item
6.
7 .
8 .
9 .
10.
11 .
..
CPMS Estimated Unit
Number Quan ti
BID-85 L.F.
00121
BID-85 L.F.
00589
BID-1 E.A.
00203
BID-I E.A.
00203
BID-1 E .A.
00371
BID-I E .A.
00371
Name of Pay Item with
Unit Price in Words
Pipe -Sewer -I 4-lnch Press ure Class 250
Ductile Iron Pipe with Protecto 401 Interior
Lining and Stainless Steel Spacer Per
Technical Specifications (By Open Cut with
Backfill Re: WTR-029/27) -1nstall @
5£v(;.,-.I L~ -:;E...JE.,J Dollars
And No Cents
Per Unit
Pipe -Sewer -10-lnch Pressure Class 350
Ductile Iron Pipe with Protecto 401 Interior
Lining and Stainless Steel Spacer Per
Technical Specifications (By Open Cut with
Backfill Re: WTR-029/2 7) -Install @
.$,xl y :;,>< Dollars
And rJo Cents
Per Unit
Manhole -Junction Sanitary Sewer
Structure on Sanitary Sewer Line SS-1 at
Sta . I 3+99.36 Per Item D-26 -lnstall @
~,rdt (;'.)k+ ~Ov~A..:>J Dollars
{
And rJo Cents
Per Unit
Manhole -Junction Sanitary Sewer
Structure on Sanitary Sewer Line SS-2 at
Sta. 1 +84 .50 Per Item D-26 -In s tall @
~11?.t(E,J ~Dv.SA0J Doll a r s
And /'Jo Cents
Per Unit
Structure -6-Foot Diamete r Manhole on
Sanitary Sewer Line SS-1 at Sta.10+28.18
Re: 206/37 -Inst a ll @
~~,j~w ~o.61\~J Dollars
And ~ Cents
Per Unit
Structure -6-Foot Diameter Manhole on
Sanitary Sewer Line SS-1 a t Sta .13+ 71 .06
Re : 207/37 -lnsta ll @
J,~b 11'\o.i{.~ ~,x tlvNi~ Dollars
And No Cents
Per Unit
B -1 IR
Unit Bid
Price
cP $ 17 . -
rP
$ l,L,. -
-
<O
$ 3B p :o.-
"° $ !3l (X:D.-
g,?
$ 11,ao .
C!)
$ 19 ,1,00 . -
Amount
Bid
00
$ ~.~i./5:. -
5" «) $ ,e,10 . -
oO
$ 3e,~cco. -
00
$ Is CCO. --
ex:>
$ 17/:CO.-
(1)
$ \ '\ ,v«>~ -
-t
\
Pa~\l CPMS Estimated Unit Name of Pay Item w ith Unit Bid A mount
Item Number Quantity Unit Price in Words Price Bid
"' 6 . ~ 85 L.F . Pipe -Sewer -14-Inch Pressure Class 200
Ductile Iron Pipe with Protecto 40 I Interior
Lining and Stainless Steel Spacer Per
I
Technical Specifications (By Open Cut with
Backfill Re: WTR-029 /27) -Install @
Dollars
And Cents $ $
Per Unit
7 . BID-85 \ I\ Pipe -Sewer -IO-Inch Pressure Class 200
00589 Ductile Iron Pipe w ith Protecto 40 I Interior
Lining and Stainless Steel Spacer Per
Technical Specifications (By Open Cut with
~kfill Re: WTR-029/27) -Install @
Dollars
And\ Cents $ $
\ Per Unit
8 . BID-I E .A . Manhole;~ction Sanitary Sewer
00203 Structure o Sanitary Sewer Line SS-1 at
Sta. 13+99.3 er Item D-26-Install @
Dollars
\ $ $
And Cents
\ Per Unit
9 . BID-I E.A. Manhole -Junctio~tary Sewer
00203 Structure on Sanitary Se er Line SS-2 at
Sta . I +84.50 Per Item D-2 Insta ll @
Dollars
\ $ $
And Cents
~rUnit
10 . BID-I E.A. Structure -6-Foot Diameter Mann le on
00371 Sanitary Sewer Line SS-1 at Sta.IO+ 8.18
Re: 206/37 -Install @
Dollars
$ $
And Cents \ Per Unit
11. BID-l E.A . Structure -6-Foot Diameter Manhole on
00371 Sanitary Sewer Line SS-1 at Sta .13+ 71.06
Re: 207/37 -Install @
Dollars
$ $
And Cents ~ Per Unit
B-11
Pay
Item
12 .
13.
14.
15.
16.
17 .
18 .
CPMS Estimated Unit
Number Quan ti
BID-2 E.A .
00215
BID-34 V.F.
00216
BID-I E.A.
00213
BID-3 Y .F.
00214
BID -196 V.F.
00211
BID -3 E.A.
00196
BID -7 E.A.
00217
Name of Pay Item with
Unit Price in Words
Manhole -Std 5-Foot Diameter (to 6-Foot
Depth) Per Item D-26 -Install @
Fi\)~ IHoVSA~c,1 Dollars
And No Cents
Per Unit
Manhole-Std 5-Foot Diameter-Added Depth
(over 6-Foot Depth) Per Item D-26 -lnstall
@
Otli \iv~~ /H1~l 1 h\ll Dollars
I
And rJo Cents
Per Unit
Manhole -Std 4-Foot Diameter (to 6-Foot
Depth) Per Item D-26 -Install @
~~ 'Mov.s.At-\::1 fui,2-HvJiuJ Dollars
And ..Jo Cents
Per Unit
Manhole-Std 4-Foot Diameter-Added Depth
(over 6-Foot Depth) Per Item D-26 -Install
@
f,_,q, F-.1< Dollars
And ,-._Jo Cents
Per Unit
Manhole -Paint & Coating -Interior
Protective Coating (Per Item DA-15) -
Install @
~~ \-l-J~~J -61.xly ~(,J
I
Dollars
And ,.Jo Cents
Per Unit
Collar -Manhole (Per Item D-26) -Install
@
Tut€f-HvJttJ hFL~ Dollars
I
And No Cents
Per Unit
Manhole -Vacuum Test (Per Item D-35) -
Sen1 ices @
-r "'° \jv~J~ti\ Dollars
And No Cents
Per Unit
B -12R
Unit Bid
Price
c:C>
$ f; cco:-
a:>
$ 13~ .....
oO
$ >/~00 . -
ct:> $ 8~.-
$ \t,7,'!.
Cf;)
$ 350.-
C() $ L(X). -
Amount
Bid
oO
$ IO ccD, ....
cs:>
$ 4 I <'JC>. -
a;]
$ 3,,~cD .......
$
-cJ.:> Z'::>S'.-
oO
$ 3?.?3?..
00
$ I oso. -
oO
$1~oo .-
\
Pay
1
\l CPMS Estimated U ni t Name of Pay Item with Unit Bid Amo unt
Item Number Qu antity Unit Price in Words Price Bid
\.
12. ~ 2 E.A. Manhole -Std 5-Foot Diameter (to 6-Foot
Depth) Per Item D-26 -Install@ 0
Dollars
~ And Cents $ $
Per Unit
13. BID-~ V.F. Manhole-Std 5-Foot Diameter-Added Depth
00216 ( over 6-Foot Depth) Per Item D-26 -Install
@
I'\ Dollars
And Cents $ $
"' Per Unit
14 . BID-1 E .A. ~ -Std 4 -Foot Diameter (to 6-Foot
00213 er Item D-26 -Install @
Dollars
And \. Cents $ $
\ Per Unit
15. BID-3 V.F. Manhole-Std 4~7eter-Added Depth
00214 (over 6-Foot Dep Per Item D-26 -Install
@
Dollars
And \ Cents $ $
Per Unit \
16 . BID-196 V.F. Manhole -Paint & Coati~terior
00211 Protective Coating (Per Item DA-15) -
Install@
D liars
And C~ts $ $
Per Uni t_
17. BID-3 E.A. Collar -Manhole (Per Item D-26) -Instal l\
00196 @ \ Dollars
And Cents $
Per Unit \
18. BID-7 E .A. Manhole -Vacuum Test (Per Item D-35) -\ 00217 Services@
Dollars [~ And Cents $
Per Unit \
\
B-12
.------r----~----,.---""T""-----------------.--~~--·~··..---11------. Unit Bid Amount Pay
Item
19.
20 .
21.
22 .
23.
24 .
25 .
26 .
CPMS
Number
BID -
00121
BID-
00121
BID -
00841
BID -
00367
BID -
00202
BID -
00201
BID -
00134
BID -
00205
Estimated
Quanti
I
I
71
I
2 ,072
1,838
292
4
Unit
E.A.
E.A .
L.F .
E.A .
L.F.
L.F.
S.Y .
E .A.
Name of Pay Item with
Unit Price in Words
Manhole -L id Adjustments Per Sheet 41
T~tiu 1"°1-\ou~A,-,J -S,x \i\J.NJitL.eJ Doi Jars
And No Cents
Per Unit
Manhole -Abandonment Per S heet 42
'11-ltl-E.E; 1Hw-;.A...,J Dollars
And No Cents
Per Unit
Concrete Enc asement (Per Item D-48 and
DA-50) -Install @
~e,Jfy G5\-\-Dollars
And No Cents
Per Unit
Sewer -Cut and Plug Existing Sanitary
Sewer Line (At Different Locations Other
Than Proposed Sanitary Sewer
Improvements) -Abandon @
'T~~~ '/~~,-:>J Dollars
And ,-ja Cent s
Per Unit
Inspection -Pre-Construction Cleaning &
TV (Per ]t ern D-34) -Study @
01"G-Dollars
And S-e,.,e.:ilf hv!. Cents
Per Unit
Inspection -Post Construct io n C leanin g &
TV (Per ]tern D-37) -Study @
Or,1G Dollars
And 'i="1pJf Cent s
Per Unit
Topsoil and Hydrornulching Per Item D-44
@
No Dollars
'fwtNl~ And Cents
Per Un it
Abandon Ex istin g Sanitary Sewer Manhole
Per It em DA-1 33 @
0..i~ '\ttCJJ?Al"J hllt yvJ~tJ Dollars
And No Cents
Per Uni t
8 -13R
Price Bid
ll) t:P $ 3 l,C:0.-$3 .~.---
tO ~ $3.,lXD. -$ .S, 0::0 .
Cl> CP
$ za .-$ \ /t~Yo. -
00 ~ $ 3,a::o.---$ 3 Cf:V,
~
$ 1.7£. $ 3/t-Z.u .
$ \-~
r:J)
$ 2.,157. -
io
$ 0. -$ SB.~~
d) o,z. $ v,roo ,-$ 11 s-oo .
\
--;_
PaN. CPMS
Item N umbe r
'\.
19. ~
2 0 . BID-
00121
21. BID-
00841
22 . BID-
00367
23 . BID-
00202
24 . BID-
00201
2 5 . BID-
00134
26 . BID-
00205
Estimated Un it
Quantity
1 E.A.
~
~ E.A.
~
71 L.F ~
1 E.A .
2,072 L.F.
1,838 L.F .
292 S.Y.
4 E.A.
A ~ ..
Name of Pay Item with Unit Bid A mou nt
Un it Price in Words Price Bid
Manhole -Lid Adjustments Per Sheet 41
Dollars
And Cents $ $
Per Unit
Manhole -Abandonment Per Sheet 42
Dollars
And Cents $ $
Per Unit
Concrete Encasement (Per Item D-48 and
~O) -Install @
Dollars
And \. Cents $ $
" Per Unit
Sewer -and Plug Existing Sanitary
Sewer Line ( t Different Locations Other
Than Propo d Sanitary Sewer
Improvements) -bandon@
Dollars
And \ Cents $ $
\ Per Unit
Inspection -Pre-Constructi~ing &
TV (Per Item D-34)-Study@
ollars
And 1s;ents $ $
Per Unit
Inspection -Post Construction Cleaning\
TV (Per Item D-37)-Study@
Dollars ~ And Cents $
Per Unit \
Topsoi l and Hydromulching Per Item D-44 \ @
Dollars
And Cents $ \~
\ Per Unit
Abandon Existing Sanitary Sewer Manhole
Per Item DA-133@
Dollars
And Cents $ ,,_
Per Unit
B-13
Pay
Item
27 .
28.
29 .
30 .
31 .
32 .
33 .
' CPMS Estimated Unit
Number Quan ti
BID-I E.A .
00116
BID -2,072 L.F.
00587
BID -I L.S.
00100
BID-I L.S.
00181
BID-115 E .A.
00433
BID-40 E.A .
00434
BID-200 E.A.
00435
Name of Pay Item with
Unit Price in Words
R em ove Existing Sanitary Sewer Manh o le
Per It e m D-28 @
Jwu l~SAivJ Doll a r s
And No Cents
Per Unit
Pipe -Press ure -Abandon (Exi sting
Sanitary Sewer Main Filled with Cement
Slurry Per Item DA-134)@
£,~t,+u...) Doll a rs
And rJci Cents
Per Unit
Storm Water Pollution Prevention Plan
Greater than I Acre SWPPP P e r Item D-67
-Install @
Ot-.1& Doll a r s
And ,j" Cents
Per Unit
Traffic Control (Per Item D -8 , DA-117)-
Install @
Fo~ ~o .,-1-loJ.SA~.J Dollars
And rJo Cents
Pe r Unit
Pavement Markin g-Lan e Markers Type Il-
AA-4 (Per DA-69) -Install @ ~-1*<--
A-:" \'.-OJ~ D o ll ars
And Nt> Cents
Per Unit
Pavement Markin g-La ne Mark ers Type 11-
CR-4 (Per DA-69) -In s tall @
~~ Dollars
And r-Jo Cents
Per Unit
Pavement Marking-Lane Markers Type W-
4 (Per DA-69) -In s tall @
Tli iite D o ll a r s
And NO Cent s
Per Unit
B -14 R
,.,,.._
II -•
Unit Bid
Price
00
$ 7 (P),-
(j;_
$ 16 .
$ I.~
CS>
$ i.\z,ocv,-
$ ~-~
$ q.~
(,:)
$ p. -
Amount
Bid
i:P
$-Zoei>,-
00
$ ?;7 2-,~:-
'
ex)
$ J. -
~
$ l{'Z cro . --
(1)
$ ~(Jo .-
cP
$ \ iJO . -
c,;,
$ ~00. -
-> ..
Pa~ CPMS Est imated Un it Name of Pay Item w ith U nit Bid Am o unt
Item Number Q uantity Unit Price in Words Price Bid
\
27. \ 1 E.A . Remove Existing Sanitary Sewer Manhole
Per Item D-28@ 0
Dollars
I\ And Cents $ $
Per Unit
2 8. BID-\ L.F. Pipe -Pressure -Abandon (Existing
00587 Sanitary Sewer Main Filled with Cement
Slurry Per Item DA -134)@
Dollars i\ And Cents $ $
Per Unit
2 9 . BID-1 / L.S. \ R Water Pollution Prevention Plan
00100 than 1 Acre SWPPP Per Item D-67
I@
Dollars
\ $ $
And Cents
\ Per Unit
30 . BID-1 L.S. Traffic Contr\tem D-8, DA-117)-
00181 Install@
Dollars
And \ Cents $ $
\ Per Unit
31. BID-115 E .A. Pavement Marking-Lane~ Type 11-
00433 AA-4 (Per DA-69) -Install
Dollars
And \ Cents $ $
~rUnit
32 . BID-40 E.A . Pavement Marking-Lane Markers!-
00434 CR-4 (Per DA-69) -Install@
Dollar
And Cents \ ~ $
Per Unit
33 . BID-200 E.A. Pavement Marking-Lane Markers Type W-
00435 4 (Per DA-69) -Install@
Dollars
And Cents $
Per Unit \
\
B-14
Pay
Item
34 .
35 .
36.
,
CPMS Estimated Unit
Number Quan ti
BID-465 E .A .
00436
BID -520 L.F .
00372
BID -1,630 S.Y.
00458
Name of Pay Item with
Unit Price in Words
Pavement Marking-Lane Markers Type Y-4
(Per DA-69) -Install @
11-1~ Dollars
And No Cents
Per Unit
Trench Safety System 5-foot Depth (Per
Item D-25) -Install @
rJc Dollars
And Ot-iE-Cents
Per Unit
Pavement -Concrete on 2/27 Concrete
Base (Per STR-03 lM/45)-Repair @
F,r=i,t: Dollars
I
And i-jo Cents
Per Unit
•
Unit Bid
Price
cO
$ ~. -
ol $ o.-
C()
$ £0.-
Amount
Bid
00
$ \)'s'1$.-
2P
$ S . -
~
$ Bl ,9:o
t..0
TOT AL: SECTION B (SEWER) ,!!_$_\J_,;;;..:_~.:...:.~:__i_lo_~_._-_____ _
(Transfer Total to Page B-16R)
B -ISR
#~.
'i'
CPMS Estimated Unit Name of Pay Item with U nit Bi d Amou nt
N um ber Qu a nti Un it Price in Words Price Bi d
BID-465 E.A. Pavement Marking-Lane Markers Type Y-4
00436 (Per DA-69) -Install@
Dollars
And Cents $ $
Per Unit
35. 520 L.F . Trench Safety System 5-foot Depth (Per
Item D-25) -Install@
Dollars
And Cents $ $
Per Unit
36 . BID-Pipe Fittings -Ductile Iron -Equal to or
00569 Greater Than 16-inch Ductile Iron Pipe -
Install@
Dollars
Cents $ $
Per Unit
(T ransfer Total to Page B-16)
Lis t o f D uctile Iro n Fitti n s fo r SEWER LINE RE OCATIONS:
Qu a ntity of Fitti ngs Size of F itt in g Ty pe of Weight per
Fitti n (lb s.)
14-inch MJxMJ Tee
14-inch 45° Bend
I 0-inch MJxMJ Tee
IO-inch 45° Bend
Total Weight lb s. ( --------------
B-15
Tota l Weight
lbs.
1
SECTION A-1 (WATER)
SECTION A-2 (WATER)
SECTION B (SEWER)
TOTAL:
SUMMARY OF BIDS
(SECTION A-1 + SECTION A-2 + SECTION B)
(Award of contract, if made, shall be to the overall responsible low bidder.)
B -16R
f
CITY APPROVED PRODUCT FORM
For
(Sewer): Water and Sanitary Sewer Relocations for SH 121T West of Hulen Street Bridge
within the Union Pacific Railroad Davidson Rail Yard, Part 2
City Project No. 01332
SHALL SELECT TYPE OF PIPE TO BE USED :
DARD SPECIFICATION NO.
__ _______,._,~--E 1-06 with Protecto 401 Interior Lining
___ .........., __ DA-130 (Fiberglass Sewer Pipe)
PIPE SIZE
18 " thru 48"
27" thru 48 "
Consult the "City of Fort Worth, Te s standard Product List" to obtain the Generic/Trade Name
and the Manufacture for the pipes liste above .
Failure to provide the information require bove may result in rejection of bid as non-responsive.
Only products or methods listed above will be llowed for use in this project. Any substitution shall
result in rejection of bid as non-responsive.
SUMMARY OF BIDS
SECTION A-1 (WATER)
SECTION A-2 (WATER)
SECTION B (SEWER)
TOTAL:
(SECTION A-1 + SECTION A-2 + SECTION B)
(Award of contract, if made, shall be to the overall responsible low bidder.)
B -16
PROPOSAL
MATERIAL SUPPLIER INFORMA TJON FORM -48-inch, 42-inch and 36-inch Water Pipe
STEEL PIPE
The STEEL pipe supplier inform ation form bound with this project manual shall be provided by the
Cpr_itractor a t tf;w time that bids were s ubmitted . <-L..-)
/-tQ-f'ic)OV\ fJ 1·{) L c rn:::e
Y>J lt) P ;;pe ~I
Home Offi~e Ad&ess7 Manufacturer
C::,m,.rd.. \J(o_ \i" I e I TK.
~ ' =EL /5~1 r '< nx:s , =,x
Location of plant' in which pipe and fittings are to be manufactured
MATERIAL SUPPLIER INFORMATION FORM -12-inch Water Pipe
PVC PIPE
The PVC pipe and valve supplier information form bound with this project manual shall be provided by
::~eo~::~:~:~~~:,~~mc that bidN7Abmitted Type of Pi
Home Office Address of Manufacturer
Location of plant in which pipe and fittings are to be manufactured
B -17 R
PROPOSAL
RIAL SUPPLIER INFORMATION FORM -48-inch, 42-inch and 36-inch Water Pipe
STEEL PIPE
The STEEL pip supplier information form bound with this project manual shall be provided by the
Contractor at the · e that bids were submitted.
HAw6cW i', :-~,€:cc..
61).:7="
Type of Pipe Name of Manufacturer
612-ArJO fl~,~
ings are to be manufactured
MATERIAL SUPPLIER INFO ATION FORM -12-inch Water Pipe
PVC IPE
The PVC pipe and valve supplier information form boun 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 -17
• '
MA TERJAL SUPPLIER INFORMATION FORM -30-inch Sewer Pipe
CAST FIBERGLASS-REINFORCED POLYMER MORTAR PIPE
The Cast Fiberglass Reinforced Polymer Mortar Pipe and valve supplier information form bound with
this project manual shall be provided by the Contractor at the time that bids were s ubmitted .
H-0 bii: 'S \ 164+ t: / ~\11$5
Na\1 of Manufacturer T; f Pipe
Dtttl6b"J-0xas
Home Office Address of Manufacturer
8-oucl:-on ~
Location of plant in wichpipe and fittings are to be manufactured
MATERIAL SUPPLIER INFORMATION FORM-16-inch, 14-inch and IO-inch Sewer Pipe
DUCTILE IRON PIPE
The ductile iron pipe and valve supplier information form bound with this project manual sha ll be
provided by the Contractor at the time that bids were submitted.
~ID{l,('icCL() Q af±:::1mt, ~ ipi t.[)tnt):l.¥\U Jt[-J)
Name of Manufacturer l Type of Pipe
B·i r mi*ro, ~lo, bomo.
Home Office ~ ofM~nufacturer
in which pipe and fittings are to be manufactured
8 -I8R
",. r .,-;
MATERIAL SUPPLIER INFORMATION FORM -30-inch Sewer Pipe
DUCTILE IRON PIPE
ile iron pipe and valve supplier information form bound with this project manual shall be
provided the Contractor at the time that bids were submitted .
Type of Pipe
The Cast Fiberglass Reinforced Polymer ortar Pipe and valve supplier information form bound with
this project manual shall be provided by th Contractor at the time that bids were submitted .
Type of Pipe
Location of plant in which pipe and fittings are to be manu
MATERIAL SUPPLIER INFORMATION FORM-16-inc , 14-inch and 10-inch Sewer Pipe
DUCTILE IRON PIPE
The ductile iron pipe and valve supplier information form bound with this
provided by the Contractor at the time that bids were submitted.
Name of Manufacturer
Home Office Address of Manufacturer
Location of plant in which pipe and fittings are to be manufactured
B -18
Type of Pipe
PROPOSAL
Within ten ( 10) days of notification by City, the undersigned will execute the formal contract and deliver
an approved Surety Bond and such other bonds as required by the Contract Documents, for the faithful
performance of this Contract. The attached bid security in the amount of$< :5" hcfTa~ &c\ is to
become the property of the City of Fort Worth , Texas, in the event the contract and bon~r 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 s pecific
Contract Documents and appurtenant plans.
The undersigned ass ures 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 10 calendar days after issue of the work order, and to
complete the contract (Unit I) by 410 calendar days as set forth in the written work order to be furnished
by the Owner. The work order wi II 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 / Q_,,,"l.,02)
Non-resident bidders in the State of , our principal place of business, are
required to be percent lower than resident bidders by state law . A copy of the statute
is attached.
Non-resident bidders in the State of ________ , our principal place of busines s , are not
required to underbid resident bidders.
8. The principal place of business of our company or our parent company or majority owner is in the
State of Texas .
Receipt is acknowledged of the following addenda:
Addendum No. 1 (initials) 4 / 12. /t:> MOO
Addendum No. 2 (initial s ) 4~Z /]~~Qo
Addendum No . 3 (initials) 4 2..1 ( MOO
(SEAL) if Bidder is C orpo ration
Date : ttpc \1 cJ:J,~b [()
"4/,(g /,c MOC
Telephone:~\1-41::?-b3::;:Q
B -19R
~ ~-; ..
PROPOSAL
in ten (10) days of notification by City, the undersigned will execute the formal contract and deliver
an ap oved Surety Bond and such other bonds as required by the Contract Documents, for the faithful
perform ce of this Contract. The attached bid security in the amount of$ is to
become tH property of the City of Fort Worth, Texas, in the event the contract and bond or bonds are not
executed an delivered within the time above set forth as liquidated damages for the delay and additional
work caused t reby.
The undersigned b der verified that he has obtained at least one set of the General Contract Documents
and General Specific ions for Water Department Projects dated January I , 1978 , and that he has read and
thoroughly understands II the requirements and conditions of those General Documents, and the specific
Contract Documents and purtenant plans.
The undersigned assures that i employees and applicants for employment and those of any labor
organization, subcontractors, or ployment agency in either furnishing of referring employee applicants
to the undersigned are not discrim1 ted against as prohibited by the terms of City Ordinance No . 7278 as
amended by the City Ordinance No. 1400 .
The bidder agrees to begin construction "thin 10 calendar days after issue of the work order, and to
complete the contract (Unit 1) by 410 calen ar days as set forth in the written work order to be furnished
by the Owner. The work order will be issue o later than 90 days after the award of the contract and
shall be in accordance with DA-46 Recommen ed Sequence of Construction.
A. The principal place of business of our com any is in the State of_Tc~-~->iJ-+-=Q_.._5......._ _____ ~
Non-resident bidders in the State of our principal place of business, are
required to be sident bidders by state law. A copy of the statute
is attached .
Non-resident bidders in the State of _____ ___,~-' our principal place of business, are not
required to underbid resident bidders.
B. The principal place of business of our company or our p rent company or majority owner is in the
State of Texas .
Receipt is acknowledged of the following addenda:
Addendum No . I (initials) __ _
Addendum No. 2 (initials) __ _
Addendum No. 3 (initials) __ _
(SEAL) if Bidder is Corporation
Date: ____________ _
B-19
VENDOR COMPLIANCE TO STATE LAW
The 1985 Session of the Texas Legislature passed House Bill 620 relative to the
award of contracts to nonresident bidders. This law provides that, in order to be
awarded a contract as low bidder, nonresident bidders (out-of-state contractors
whose corporate offices or principal place of business are outside of the State of
Texas) bid projects for construction, improvements, supplies or services in Texas at
an amount lower than the lowest Texas resident bidder by the same amount that a
Texas resident bidder would be required too underbid a nonresident bidder in order
to obtain a comparable contract in the State in which the nonresident's principal
place of business is located. The appropriate blanks in Section A must be filled out
by all out-of-state or nonresident bidders in order for your bid to meet specifications.
The failure of out-of-state or nonresident contractors to do so will automatically
disqualify that bidder. Resident bidders must check the box in Section B.
A Nonresident vendors in (give State), our principal place of
business , are required to be percent lower than resident bidders
by State law. A copy of the Statute is attached.
Nonresident vendors in (give State), our principal
place of business, are not required to underbid resident bidders.
B. Our principal place of business or corporate offices are in the State of Texas . 10
BIDDER :
.
Signature: c:f4: J/ ~ S)b'S. l }=h \\\ft .
Address
Title: ~.l ffict.Y\~ p
(Please print)
THIS FORM MUST BE RETURNED WITH YOUR QUOTATION
'~·'
,,. .
...
....
PARTC
-
...
PART C -GENERAL CONDITIONS
TABLE OF CONTENTS
OCTOBER 19, 2009
TABLE OF CONTENTS
Cl-1 DEFINITIONS Cl-I (1)
Cl-I.I Definition of Terms Cl-I (I)
Cl-1.2 Contract Documents Cl-I (2)
Cl-1.3 Notice to Bidders Cl-I (2)
,--Cl-1.4 Proposal Cl-I (2)
Cl-1.5 Bidder _ Cl-I (2)
Cl-1.6 General Conditions Cl-I (2)
Cl-1.7 Special Conditions Cl-I (2)
Cl-1.8 Specifications Cl-I (2)
CI-1.9 Bonds Cl-I (2) ... Cl-I.IO Contract Cl-I (3)
Cl-I.II Plans Cl-I (3)
Cl-1.12 City Cl-1 (3)
Cl-1.13 City Council Cl-1 (3)
Cl-1.14 Mayor Cl-1 (3)
Cl-1.15 City Manager Cl-1 (3)
·-Cl-1.16 City Attorney Cl-1 (3)
Cl-1.17 Director of Public Works Cl-I (3)
Cl-1.18 Director, City Water Department Cl-1 (3)
Cl-1.19 Engineer Cl-1 (3)
Cl-1.20 Contractor Cl-I (3)
Cl-1.21 Sureties Cl-1 (4)
....... Cl-1.22 The Work or Project Cl-1 (4)
Cl-1.23 Working Day Cl-1 (4)
Cl-1.24 Calendar Days Cl-1 (4)
Cl-1.25 Legal Holidays Cl-1 (4)
Cl-1.26 Abbreviations Cl-1 (4)
Cl-1.27 Change Order Cl-1 (5)
Cl-1.28 Paved Streets and Alleys Cl-1 (5)
Cl-1.29 Unpaved Streets or Alleys Cl-1 (6)
Cl-1.30 City Street Cl-1 (6) --Cl-1.31 Roadway Cl-1 (6)
Cl-1.32 Gravel Street Cl-1 (6)
-
C2-2 INTERPRETATION AND PREPARATION
OF PROPOSAL
C2-2.l Proposal Form C2-2 (I)
C2-2.2 Interpretation of Quantities C2-2 (1)
C2-2 .3 Examination of Contract Documents and Site of Project C2-2 (2) -C2-2.4 Submitting of Proposal C2-2 (2)
(I)
' " 'l ~ ,.;t •\ ~ ,?. . '
r.
. ~ l ..
... y ~~ ~ . .
" '
~
C2-2.5 Rejection of Proposals C2-2 (3)
C2-2 .6 Bid Security C2-2 (3)
C2-2.7 Delivery of Proposal C2-2 (3)
C2-2 .8 Withdrawing Proposals C2-2 (3) , .
C2-2.9 Telegraphic Modifications of Proposals C2-2 (3)
~,; t ,:+-''
C2-2.10 Public Opening of Proposal C2-2 (4) ~.
C2-2.11 Irregular Proposals C2-2 (4) . . C2-2.12 Disqualification of Bidders C2-2 (4) . ' ' , .. l f
' •' "
C3-3 AW ARD AND EXECUTION OF DOCUMENTS:
C3-3.'1 Consideration of Proposals ·c3-3 (1)
C3-3.2 Minority Business Enterprise/Women Business C3-3 (1)
Enterprise Compliance
C3-3.3 Equal Employment Provisions C3-3 (1)
C3-3.4 Withdrawal of Proposals C3-3 (1)
C3-3.5 Award of Contract C3-3 (2)
C3-3.6 Return of Proposal Securities C3-3 (2)
C3-3 .7 Bonds C3-3 (2)
C3-3 .8 Execution of Contract C3-3 (3)
"' C3-3 .9 Failure to Execute Contract C3-3 (3)
. ,, C-3-3.10 Beginning Work C3-3 (4)
' C3-3.11 Insurance C3-3 (4)
C3-3.12 Contractor's Obligations C3-3 (6)
C3-3 .13 Weekly Payrolls C3-3 (6)
C3-3.14 Contractor's Contract Administration C3-3 (6)
C3-3.15 Venue C3-3 (7)
" . ,,
'
'Ii, ~ l C4-4 SCOPE OF WORK
C4-4.1 Intent of Contract Documents C4-4 (1)
C4-4 .2 Special Provisions C4-4 (1)
C4-4 .3 Increased or Decreased Quantities C4-4 (1)
C4-4.4 Alteration of Contract Documents C4-4 (2)
C4-4 .5 Extra Work C4-4 (2)
C4-4 .6 Construction Schedule C4-4 (3)
C4-4 .7 Schedule Tiers Special Instructions ' C4-4 (6) ,,. ...
CS-5 ', CONTROL OF WORK AND MATERIALS
CS-5.1 Authority of Engineer CS-5 ·(1) ,,
' ' CS-5 .2 Conformity with Plans CS-5 (1)
,, -t CS-5.3 Coordination of Contract Documents C5-5 (1)
... :t 'IC,, 1 CS-5.4 Cooperation of Contractor ~ C5-5 (2)
.. tf t CS-5.5 Emergency and/or Rectification Work C5-5 (2) \ ... . CS-5.6 Field Office {
C5-5 (3) • ¥
-",!, . C5-5.7 Construction Stakes C5-5 (3)
t : z_ t
"
li, (2) .... ~. ~ \ ,~. :•
,. {
.. ~~'
"' ....
..
.. _
·"'.
.....
--
-·
....
C5 -5.8
C5 -5 .9
C5 -5.I0
C5-5. l 1
C5-5 .12
C5 -5 .13
C5-5.l4
C5-5.15
C5-5.l6
C5 -5 .17
C5 -5 .18
C6 -6
C6-6.1
C6-6.2
C6-6 .3
C6-6.4
C6-6 .5
C6-6 .6
C6-6 .7
C6-6.8
C6-6 .9
C6-6.I0
C6.6.11
C6-6 .I2
C6-6.I3
C6-6.I4
C6-6 .I5
C6-6 .16
C6 -6 .17
C6-6 .18
C6-6 .19
C6-6 .20
C6-6.21
C7-7
C7-7 .1
C7-7 .2
C7-7.3
C7 -7.4
C7-7 .5
C7-7 .6
C7-7 .7
C7-7.8
Authority and Duties of City Inspector C5-5 (3)
Inspection C5-5 (4)
Removal of Defective and Unauthorized Work C5-5 (4)
Substitute Materials or Equipment C5-5 (4)
S amples and Tests of Materi als C5-5 (5)
Storage of Materials C5-5 (5)
Existing Structures and Utilities C5-5 (5)
Interruption of Service C5-5 (6)
Mutual Responsibility of Contractors C5-5 (7)
Clean-Up C5-5 (7)
Final Inspection C5-5 (8)
LEGAL RELATIONS AN D PU BLIC RESPONSIBILITY
Laws to be Observed C6-6 (1)
Permits and Licenses C6-6 (1)
Patented D evices, Materials , and Processes C6 -6 (l)
Sanitary Provisions C6-6 (1)
Pu b lic Safety and Convenience C6-6 (2)
Privileges f Contractor in Streets, Alleys, C6-6 (3)
and Right-of-Way
R ailway Crossings C6-6 (3)
B arricades, Warnings and Flagmen C6-6 (3)
Use of Explosives, Drop Weight, Etc . C6-6 (4)
Work Within Easements C6-6 (5)
Inde p endent Contractor C6-6 (6)
Contractor's Responsibility for Damage Claims C6-6 (6)
Contractor's Claim for Damages C6-6 (8)
Adjustment or Relocation of Public Utilities , Etc . C6-6 (8)
Temporary Sewer and Drain Connections C6-6 (8)
Arrangement and Charges for Water Furnished by the C ity C6 -6 (9)
Use of a Section or Portion of th e Work
Contractor's Responsibility for the Work
No W aiver of Legal Rights
Personal Liability of Public O fficials
State Sales Tax
PRO SEC UTIO N AND PRO GRESS
Subletting
Assignment of Contract
Prosecution of The Work
Limitation of O perations
Character of Workmen and Equipment
Work Schedule
Time of C ommencement and Completion
Extension of Time Completion
(3)
C6-6 (9)
C6-6 (9)
C6-6 (9)
C6-6 (10)
C6-6 (10)
C7-7 (1)
C7-7 _(1)
C7-7 (1)
C7-7 (2)
C7-7 (2)
C7-7 (3)
C7-7 (3)
C7 -7 (3)
"I._.
. IE,.
• I i?
......
,, ' "
• • •. :' i(,
;·1:
~ '(--
,. . . '
C7-7.9
C7-7 .10
C7-7 .11
C7-7.12
C7-7.13
C7-7.14
C7-7.15
C7-7.16
C7 -7 .17
Delays
Time of Completion
Suspension by Court Order
Temporary Suspension
Termination of Contract due to National Emergency
Su spension or Abandonment of the Work
and Annulment of the Contract: "I:
Fulfillment of Contract
Termination for Convenience of the Owner
Safety Methods and Practices
C8-8 MEASUREMENT AND PAYMENT
C8-8.1
C8-8.2
C8-8.3
C8-8.4
C8-8.5
C8-8.6
C8-8 .7
C8-8.8
C8-8 .9
C8-8.10
C8-8.11
C8-8.12
C8-8.13
Measurement Of Quantities
Unit Prices
Lump Sum
Scope of Payment
Partial Estimates and Retainage
Withholding Payment
Final Acceptance
Final Payment
Adequacy of Design
General Guaranty
Subsidiary Work
Miscellaneous Placement of Material
Record Documents
\
(4)
t.
'1
. *l.
j.
·,
•'
. . ~ ..
, .. '
C7-7 (4)
C7-7 (4)
C7-7 (5)
C7-7 (5)
C7-7 (6)
C7-7 (6)
C7 -7 (8)
C7-7 (8)
C7-7 (11)
C8-8 (1)
C8-8 (1)
C8-8 (1)
C8-8 (1)
C8-8 (2)
C8-8 (3)
C8-8 (3)
C8-8 (3)
C8-8 (4)
C8-8 (4)
C8-8 (4)
C8-8 (4)
C8-8 (4)
.,
·.
(-. ' )
.•·-· A
·"
~
' 1
...
.-
.... -..
--
.....
PART C -GENERAL CONDITIONS
Cl-I DEFINITIONS
SECTION C 1-1 DEFINITIONS
Cl-I.I DEFINITIONS OF TERMS: Whenever in these Contract Documents the
following terms or pronouns in place of them are used, the intent and meaning shall be
understood and interpreted as follows:
Cl-1.2 CONTRACT DOCUMENTS : The Contract Documents are in all of the written
and drawn documents, such as specifications, bonds, addenda, plans, etc., which govern
the terms and performance of the contract. These are contained on the General Contract
Documents and the Special Contract Documents .
a. GENERAL CONTRACT DOCUMENTS: The General Contract
Documents govern all Water Department Projects and Include the
following Items
b.
PART A -NOTICE TO BIDDERS
PART B -PROPOSAL
PART C -GENERAL CONDITIONS
PART D -SPECIAL CONDITIONS
PART E -SPECIFICATIONS
PERMITS/EASEMENTS
PART F -BONDS
PART G-CONTRACT
(Sample)
(Sample)
(CITY)
(Developer)
White
White
Canary Yell ow
Brown
Green
El-White
E2-Golden Rod
E2A-White
Blue
(Sample) White
(Sample) White
SPECIAL CONTRACT DOCUMENTS: The Special Contract
Documents are prepared for each specific project as a supplement to the
General Contract Documents and include the following items:
PART A -NOTICE TO BIDDERS (Advertisement) same as above
PART B -PROPOSAL (Bid)
PART C -GENERAL CONDITIONS
PART D -SPECIAL CONDITIONS
PART E -SPECIFICATIONS
PERMITS/EASEMENTS
PART F-BONDS
PART G -CONTRACT
PART H -PLANS (Usually bound separately)
Cl-1 (1)
Cl-1.3 NOTICE TO BIDDERS: All of the legal publications either actually published
in public advertising mediums or furnished direct to interested parties pertaining to the
work contemplated under the Contract Documents constitutes the notice to bidders.
C 1-1.4 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 ..
Cl-1.7 SPECIAL CONDITIONS: Special conditions are the specific requirements
which are necessary for the particular project covered by the Contract Documents and not
specifically covered in the General Conditions. When considered with the General
Conditions and other elements of the Contract Documents they provide the information
which the Contractor and Owner should have in order to gain a thorough knowledge of
the project. -~
Cl-1.8 SPECIFICATIONS: The Specifications is that section or part of the Contract
Documents which set forth in detail the requirements which must be met by all materials ,
construction, workmanship, equipment and services in order to render a completed an
useful project. Whenever reference is made to standard specifications , regulations,
requirements, statutes, etc., such referred to documents shall become a part of the
Contract Documents just as though they were embodied therein.
Cl-1.9 BONDS: The bond or bonds are the written guarantee or security furnished by
the Contractor for prompt and faithful performance of the contract and include the
following:
a.
b.
C.
d.
C2-2.6)
Performance Bond (see paragraph C3-3.7)
Payment Bond (see paragraph C3-3.7)
Maintenance Bond (see paragraph C3-3 .7)
Proposal or Bid Security (see Special Instructions to Bidders, Part A and
Cl-1 (2)
·-
-
-
Cl-1.10 CONTRACT: The Contract is a formal signed agreement between the owner
and the Contractor covering the mutual understanding of the two contracting parties about
the project to be completed under the Contract Documents.
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.
C 1-1 .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.
C 1-1.16 CITY ATTORNEY: The officially appointed City Attorney of the City of Fort
Worth, Texas, or his duly authorized representative .
Cl-1.17 DIRECTOR OF PUBLIC WORKS: The officially appointed official of the City
of Fort Worth, Texas, referred to in the charter as the City Engineer, or his duly
authorized representative.
Cl-1.18 DIRECTOR. CITY WATER DEPARTMENT: The officially appointed
Director of the City Water Department of the City of Fort Worth, Texas, or his duly
authorized representative, assistant, or agents.
Cl-1.19 ENGINEER: The Director of Public Works, the Director of the Fort Worth
City Water Department, or their duly authorized assistants, agents, engineers, inspectors,
or superintendents , acting within the scope of the particular duties entrusted to them .
Cl-1.20 CONTRACTOR: The person, person's, partnership, company, firm, association,
or corporation, entering into a contract with the Owner for the execution of work, acting
Cl-I (3)
' .,
' ' .
,. . . '
',
•') . ,
'·" . .
directly or through a duly authorized representative . A sub-contractor is a person, firm,
corporation, supplying labor and materials or only labor, for the work at the site of the
project.
Cl-1.21 SURETIES: The Corporate bodies which are bound by such bonds as are
required with and for the Contractor. The sureties engaged are to be fully re sponsible for
the entire and satisfactory fulfillment of the Contract and for any and all requirements as
set forth in the Contract Documents and approved changes therein .
Cl-1.22 THE WORK OR PROJECT: The completed work contemplated in and
covered by the Contract Documents, including but not limited to the furnishing of all
labor, materials, tools , equipment, and incidentals necessary to produce a completed and
serviceable project.
Cl-1.23 WORKING DAY: A working day is defined as a calendar day, not including
Saturdays , Sundays, and legal holidays , in which weather or other conditions not under
the control of the Contractor permit the performance of the principal unit of work for a
period of not less than seven (7) hours between 7:00 a.m. and 6:00 p.m ., with exceptions
as permitted in paragraph C7-7 .6
Cl-1.24 CALENDAR DAYS: A calendar day is any day of the week or month, no 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
December25
When one of the above named holidays or a special holiday is declared by the City
Council, falls on a Saturday, the holiday shall be observed on the preceding Friday, or if it
falls on Sunday , it shall be observed on the following Monday, by those employees
working on working day operations. Employees working calendar day operations will
consider the calendar as the holiday.
Cl-1.26 ABBREVIATIONS: Whenever the abbreviations defined herein appear in the
Contract Documents , the intent and meaning shall be as follows :
Cl-1 (4)
,, '
,. I '>
<•
'•·
-.
---
...... :
.-.
-
-
-
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 DJ. Ductile Iron
C 1-1.27 CHANGE ORDER: A "Change Order" is a written supplemental agreement
between the Owner and the Contractor covering some added or deducted item or feature
which may be found necessary and which was not specifically included in the scope of
the project on which bids were submitted . Increase in unit quantities stated in the
proposal are not the subject matter of a Change Order unless the increase or decrease is
more than 25% of the amount of the particular item or items in the original proposal.
All "Change Orders" shall be prepared by the City from information as necessary
furnished by the Contractor.
C 1-1.28 PAVED STREETS AND ALLEYS: A paved street or alley shall be defined as
a street or alley having one of the following types of wearing surfaces applied over the
natural unimproved surface:
1.
2.
3.
4 .
5 .
;·
Any type of asphaltic concrete with or without separate base material.
Any type of asphalt surface treatment, not including an oiled surf~ce, with
or without separate base material.
Brick, with or without separate base material.
Concrete, with or without separate base material.
Any combination of the above.
Cl-I (5)
.:-... ~ ;;f.
;~ ... ~;, ,s
~ f!t .,
,.,
' ' ,'·
' .. .. -., ..
..; '•
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.
C 1-1.31 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)
..
"-. ,,
"· ,·
t -i,'-1<',
' .
.. '
,,
' .....
-
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 "Experience Record," "Equipment Schedule," and
"Financial Statement," all of which must be properly executed and filed with the Director
of the City Water Department one week prior to the hour for opening of bids .
The financial statement required shall have been prepared by an independent certified
public accountant or an independent public accountant holding a valid permit issued by
an appropriate state licensing agency, and shall have been so prepared as to reflect the
current financial status. This statement must be current and 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 of the project and examine carefully all local
conditions, to inform themselves by their own independent research and investigations ,
tests, boring, and by such other means as may be necessary to gain a complete knowledge
of. the conditions which will be encountered during construction of the project. They must
judge for themselves the difficulties of the work and all attending circumstances affecting
the cost of doing the work or the time required for its completion, and obtain all
· information required to make an intelligent proposal. No information given by the Owner
or any representative of the Owner other than that contained in the Contract Documents
and officially promulgated addenda thereto, shall be binding upon the Owner. Bidders
shall rely exclusively and solely upon their own estimates, investigation, research, tests,
explorations, and other data which are necessary for full and complete information upon
which the proposal is to be based. It is mutually agreed that the submission of a proposal
is prima-facie evidence that the bidder has made the investigation, examinations and tests
herein required . Claims for additional compensation due to 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 "Nqtice 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 propo sal
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 AW ARD AND EXECUTION OF
DOCUMENTS
SECTION C3-3 AW ARD 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 (MBE) and/or a Woman-owned Business Enterprise (WBE) on the
contract and the payment therefor. Contractor further agrees, upon request by the Owner,
to allow and audit and/or an examination of any books, records, or files in the possession
of the Contractor that will substantiate the actual work performed by an MWE or WBE.
Any material misrepresentation of any nature will be grounds for termination of the
contract and for initiating any action under appropriate federal, state or local laws and
ordinances relating to false statements; further , any such misrepresentation may be
grounds for disqualification of Contractor at Owner's discretion for bidding on future
Contracts with the Owner for a period of time of not less than six (6) months.
C3-3 .3 EQUAL EMPLOYMENT PROVISIONS: The Contractor shall comply with
Current City Ordinances prohibiting discrimination in employment practices . The
Contractor shall post the required notice to that effect on the project site, and at his
request, will be provided assistance by the City of Fort Worth's Equal Employment
Officer who will refer any qualified applicant he may have on file in his office to the
Contractor. Appropriate notices may be acquired from the Equal Employment Officer. .
C3-3.4 WITHDRAWAL OF PROPOSALS: After a proposal has been read by the
Owner, it cannot be withdrawn by the Bidder within forty-five (45) days after the date on
which the proposals were opened.
C3-3 (1)
,· ;'11 ,'
,
';j) . '·
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
investigation s h a ve 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 C8-8.10.
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)
.....
...
-
-
-
-
d.
5160, Revised Civil Statutes of Texas, 1925, as amended by House Bill
344, Acts 56 1
h Legislature, Regular Session, 1959, effective April 27,
1959, and/or the latest version thereof, supplying labor and materials in the
prosecution of the work provided for in the contract being constructed
under these specifications. Payment Bond shall remain in force until all
payments as above stipulated are made.
OTHER BONDS: Such other bonds as may be required by these
Contract Documents shall be furnished by the Contractor.
No sureties will be accepted by the Owner which are at the time in default or delinquent
on any bonds or which are interested in any litigation against the Owner. All bonds shall
be made on the forms furnished by the Owner and shall be executed by an approved
surety company doing business in the City of Fort Worth, Texas, and which is acceptable
to the Owner. In order to be acceptable, the name of the surety shall be included on the
current U.S. Treasury list of acceptable sureties, and the amount of bond written by any
one acceptable company shall not exceed the amount shown on the Treasury list for that
company. Each bond shall be properly executed by both the Contractor and Surety
Company.
Should any surety on the contract be determined unsatisfactory at any time by the Owner,
notice will be given the Contractor to that effect and the Contractor shall immediately
provide a new surety satisfactory to the Owner. No payment will be made under the
contract until the new surety or sureties, as required, have qualified and have been
accepted by the Owner. The contract shall not be operative nor will any payments be due
or paid until approval of the bonds by the Owner.
C3-3.8 EXECUTION OF CONTRACT: Within ten (10) days after the Owner has
appropriate resolution, or otherwise, awarded the contract, the Contractor shall execute
· and file with the Owner, the Contract and such bonds as may be required in the Contract
Documents.
No Contract shall be binding upon the Owner until it has been attested by the City
Secretary, approved as to form and legality by the City Attorney, and executed for the
Owner by either the Mayor or City Manager.
C3-3.9 FAILURE TO EXECUTE CONTRACT: The failure of the Awardee to
execute the required bond or bonds or to sign the required contract within ten (10) days
after the contract is awarded shall be considered by the owner as an abandonment of his .
proposal, and the owner may annual the Award. By reason of the uncertainty of the
market prices of material and labor, and it being impracticable and difficult to accurately
determine the amount of damages occurring to the owner by reason of said awardee's
failure to execute said bonds and contract within ten (10) days, the proposal security
accompanying the proposal shall be the agreed amount of damages which the Owner will
C3-3 (3)
suffer by reason of such faiiure 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 ( 10) days after the commencement date set forth m 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. 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.
b.
C.
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 ill
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 adequate protection for
the Contractor and his sub-contractors , respectively , against damage
claims which may arise from operations under this contract, whether such
operations be by the insured or by anyone directly or indirectly employed
by him, and also against any of the following special hazards which may
be encountered in the performance of the Contract.
PROOF OF CARRIAGE OF INSURANCE: The Contractor shall furnish
the owner with satisfactory proof of coverage by insurance required in
these Contract Documents in the amounts and by carriers satisfactory to
the Owner. (Sample attached .) All insurance requirements made upon the
Contractor shall apply to the sub-contractors , should the Prime
Contractor's insurance not cover the sub-contractor's work operations .
LOCAL AGENT FOR INSURANCE AND BONDING: The insurance
and bonding companies with whom the Contractor's insurance and
C3-3 (5)
performance, payment, maintenance and all such other bonds are written,
shall be represented by an agent or agents having an office loc ated 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 WEE.KL Y 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 Documents shall be kept posted in a conspicuous place at the site of the project
at all times during the course of the Contract. Copies of the wage rates will be furnished
the Contractor, by the Owner; however, posting and protection of the wage rates shall be
the responsibility of the Contractor.
C3-3.14 CONTRACTOR'S CONTRACT ADMINISTRATION : Any Contractor,
whether a person, persons, partnership, company, firm, association, corporation or other
who is approved to do business with and enters into a contract with the City for
construction of water and/or sanitary sewer facilities , will have or shall establish a fully
operational business office within the Fort Worth-Dallas metropolitan area . The
Contractor shall charge, delegate , or assign this office (or he may delegate his Project
Superintendent) with full authority to transact all business actions required 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)
-
., ' '
µ.
-.
-
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
C4-4.1 INTENT OF CONTRACT DOCUMENTS: It is the definite intention of these
Contract Documents to provide for a complete, useful project which the Contractor
undertakes to construct or furnish, all in full compliance with the requirements and intent
of the Contract Documents. It is definitely understood that the Contractor shall do all
work as provided for in the Contract Documents, shall do all extra or special work as may
be considered by the Owner as necessary to complete the project in a satisfactory and
acceptable manner. The Contractor shall, unless otherwise specifically stated in these
Contract Documents, furnish all labor, tools , materials, machinery , equipment, special
services, and incidentals necessary to the prosecution and completion of the project.
C4-4.2 SPECIAL PROVISIONS: Should any work or conditions which are not
thoroughly and satisfactorily stipulated or covered by General or Special Conditions of
these Contract Documents be anticipated, or should there be any additional proposed
work which is not covered by these Contract Documents, the "Special Provisions"
covering all such work will be prepared by the Owner previous to the time of receiving
bids or proposals for any such work and furnished to the Bidder in the form of Addenda.
All such "Special Provisions" shall be considered to be part of the Contract Documents
just as though they were originally written therein.
C4-4 .3 INCREASED OR DECREASED QUANTITIES: The Owner reserves the right
to alter the quantities of the work to be performed or to extend or shorten the
improvements at any time when and as found to be necessary , and the Contractor shall
perform the work as altered, increased or decreased at the unit prices . Such increased or
decreased quantity shall not be more than twenty-five (25) percent of the contemplated
quantity of such item or items. When such changes increase or decrease the original
quantity of any item or items of work to be done or materials to be furnished by the 25
percent or more, then either party to the contract shall upon written request to the other
party be entitled to a revised consideration upon that portion of the work above or below
the 25 percent of the original quantity stated in the proposal; such revised consideration to
be determined by special agreement or as hereinafter provided for "Extra Work." No
allowance will be made for any changes in anticipated profits not shall such changes be
considered as waiving or 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)
':,(C ••
}
•.
·-
......
,..
-
-
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 Worl( 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.
C.
An agreed lump sum.
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 IO 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 ari se 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 hi s 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 CONSTRUCTION SCHEDULE: Before commencing any work under this
contract, the CONTRACTOR shall submit to the OWNER a draft detailed baseline
construction schedule that meets the requirement s described in this specification , showing
by Critical Path Method (CPM) the planned sequence and timing of the Work associated
with the Contract. All submittals shall be submitted in PDF format, and schedule files
shall also be submitted in native file format (i .e. file formats associated with the
scheduling software). The approved scheduling software systems for creating the
schedule files are:
Primavera (Version 6.1 or later or approved by OWNER)
-Primavera Contractor (Version 6.1 or later or approved by OWNER)
-Primavera SureTrak (Version 3.x or later or approved by OWNER)
-Microsoft Project (Version 2003/2007 or later or approved by OWNER)
It is suggested that the CONTRACTOR employ or retain the services of a qualified
Project Scheduler to develop the required schedules. A qualified Project Scheduler
would have the following minimum capabilities and experience.
a. Experience preparing and maintaining detailed schedules, as well as · 1 year of
experience using approved scheduling software systems as defined in this
specification.
b . Knowledge of Critical Path Method of scheduling and the ability to analyze
schedules to determine duration, resource allocation , and logic issues.
C4-4 (3 )
·-
-/
-
-
c. Understanding of construction work processes to the extent that a logical critical
path method schedule can be developed, maintained, and progressed that
accurately represents the scope of work performed.
C4-4 .6(a) BASELINE CONSTRUCTION SCHEDULE: The CONTRACTOR shall
develop , submit and review the draft detailed baseline con struction schedule with the
OWNER to demonstrate the CONTRACTOR's understanding of the contract
requirements and approach for performing the work. The CONTRACTOR will prepare
the final detailed baseline construction schedule based on OWNER comments, if any.
The CONTRACTOR's first (1st) payment application will only be processed after the
detailed baseline construction schedule has been submitted by the CONTRACTOR and
accepted by the OWNER.
The following guidelines · shall be adhered to in preparing the baseline construction
schedule.
a. Milestone dates and final project completion dates shall be developed to conform
to the time constraints, sequencing requirements, and completion time.
b. The construction progress shall be divided into activities with time durations no
greater than 20 work days. Fabrication, delivery and submittal activities are
exceptions to this guideline.
c. Activity durations shall be in work days and normal holidays and weather
conditions over the duration of the contract shall be accounted for within the
duration of each activity.
d . The critical path shall be clearly shown on the construction schedule.
e. Float time is defined as the amount of time between the earliest start date and the
late start date using CPM. Float time is a shared and expiring resource and is not
for the exclusive use or benefit of the CONTRACTOR or OWNER.
f. Thirty days shall be used for submittal review unless otherwise specified.
The construction schedule shall be divided into general act1v1t1es as indicated in the
Schedule Guidance Document and each general activity shall be broken down into sub-
activities in enough detail to achieve sub-activities of no greater than 20 days duration .
The Schedule Guidance Document is located on Buzzsaw and is hereby made a part of
this contract document by reference for all purposes , the same as if copies verbatim
herein .
For each general activity, the construction schedule shall identify all -trades . or
subcontracts applicable to the project whose work is represented by activities that follow
the guidelines of this section.
For each of the trades or subcontracts applicable to the project, the construction schedule
shall indicate the following: procurement, construction , pre-acceptance activities, and
C4-4 (4)
events in their logical sequence for equipment and materials . Include applicable activities
and milestones such as :
1. Milestone for formal Notice to Proceed
2. Milestone for Final Completion or other completion date s specified in the contract
documents
3. Preparation and transmittal of submittals
4. Submittal review periods
5. Shop fabrication and delivery
6 . Erection and installation
7. Transmittal of manufacturer's operation and maintenance instructions
8. Installed equipment and material testing
9. Owner's operator instructions (if applicable)
10. Final inspection
11. Operational testing
C4-4.6(b) PROGRESS CONSTRUCTION SCHEDULE: The CONTRACTOR shall
prepare and submit monthly to the OWNER for approval the updated schedule in
accordance with C4-4.6 and C4-4.7 and the OWNER 's Schedule Guidance Document "
inclusive . As the Work progresses, the CONTRACTOR shall enter into the schedule and
record actual progress as described in the Schedule Guidance Document.
The updated schedule submittal shall also include a concise narrative report that
highlights the following, if appropriate and applicable:
• Changes in the critical path,
• Expected schedule changes ,
• Potential delays,
• Opportunities to expedite the schedule ,
• Coordination issues the OWNER should be aware of or can as sist with,
• Other schedule-related issues that the CONTRACTOR wishes to communicate to
the OWNER.
a. The CONTRACTOR's monthly progress payment applications will not be accepted
and processed for payment without monthly schedule updates , submitted in the time
and manner required by this specification and the Schedule Guidance Document, and
which accurately reflects the allowable costs due under the Contract Documents and
is accepted by the OWNER.
b . Only one schedule update will be required per month in accordance with the Schedule
Guidance Document and this specification.
c . Failure to maintain the Schedule in an accepted status may result in the OWNER
withholding payment to the CONTRACTOR until the schedule is accepted .
C4-4 (5)
-
---'
-
,-
. '
-
-,
,-
-
C-4-4.6(c) PERFORMANCE AND CONSTRUCTION SCHEDULE: If, in the opinion
of the OWNER, work accomplished falls behind that scheduled, the CONTRACTOR
shall take such action as necessary to improve his progress. In addition , the OWNER
may require the CONTRACTOR to submit a revised schedule demonstrating his program
and proposed plan to make up lag in schedule progress and to ensure completion of the
Work within the allotted Contract time.
Failure of the CONTRACTOR to comply with these requirements shall be considered
grounds for determination by the OWNER that t~e CONTRACTOR is failing to execute
the Work with due diligence as will ensure completion within the time specified in the
Contract.
C4-4.7 SCHEDULE TIERS SPECIAL INSTRUCTIONS:
The requirements for the schedule are determined based on the nature and needs of the
project. The schedule for all projects shall be Tier 3 unless otherwise stated in the
contract documents. The requirements for each Tier are described below.
CONTRACTOR shall submit each schedule relying on the Schedule Guidance Document
provided in the Contract Documents .
TIER 3 COST LOADING SPECIAL INSTRUCTIONS:
1. At a minimum, each Activity Breakdown Structure (ABS) in the
scheduling software shall be cost-loaded with the total contract dollars
ass.ociated with the respective ABS elements.
TIER 4 COST LOADING SPECIAL INSTRUCTIONS:
1. Adhere to all Tier 3 requirements, and additionally the following:
2. Work (Schedule of Values Pay Items using the OWNER's standard
items) shall be loaded into the scheduling software using the "NON-
LABOR" resource type showing the quantity of work to be done along
with the corresponding value of the work measured in dollars . It is ·
intended that Earned Value will be calculated as the schedule resources
are progressed.
TIER 5 COST LOADING SPECIAL INSTRUCTIONS:
1. Adhere to all Tier 4 requirement~, and additionally the following:
• Labor resources (Man-Hours) shall be loaded into the scheduling
software using the "LABOR" resource type with man-hours and
without cost.
C4-4 (6)
PART C -GENERAL CONDITIONS
CS-5 CONTROL OF WORK AND
MATERIALS
SECTION CS-5 CONTROL OF WORK AND MATERIALS
C5-5.1 AUTHORITY OF ENGINEER: The -work shall be performed to the
satisfaction of the Engineer and in strict compliance with the Contract Documents . The
Engineer shall dec ide 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.
CS-5.2 CONFORMITY WITH PLANS: The finished project in all cases shall
conform with lines, grades, cross-sections, finish, and dimensions shown on the plans or
any other requirements 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.
CS-5.3 COORDINATION OF CONTRACT DOCUMENTS: The Contract
Documents are made up of several sections, which, taken together, are intended to
describe and provide for a complete and useful project, and any requirements appearing in
one of the sections is as binding as though it occurred in all sections. In case of
discrepancies, figured dimension shall govern over scaled dimensions, plans shall govern
over specifications, special conditions shall govern over general conditions and standard
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 the
C5-5 (1)
,-.,,
-
' .....
'-""'\.
......
--
-
-
-
-
Contract Documents, and the owner shall be permitted to make such corrections or
interpretations as may be deemed necessary for fulfillment of the intent of the Contract
Documents. In the 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.
CS-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.
CS-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 remedi al action , plus 25 %, from any fund s
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, i( 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 construction operations to
avoid delay . Such stakes or markings as may be established for Contractor's use or
guidance shall be preserved by the Contractor until he is authorized by the Engineer to
remove them. Whenever, in the opinion of the Engineer, any stakes or markings have
been carelessly or willfully destroyed, disturbed , or removed by the Contractor or any of
his employees, the full cost of replacing such stakes or marks plus 25% will be charged
against the Contractor, and the full amount will be deducted from payment due the
Contractor.
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 progres s of the work and the
manner in which it is being performed, to report any evidence that the materials being
furnished or the work being performed by the Contractor fails to fulfill the requirements
of the Contract Documents , and to call the attention of the Contractor to any such failure
or other infringements. Such inspection or lack of inspection will not relieve the
Contractor from any obligation to perform the work in accordance with the requirements
of the Contract Documents. In case of any dispute arising 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
CS-5 (3 )
r
" \
·-
-
-
Contract Documents. The City Inspector will in no case act as superintendent or foreman
or perform any other duties for the Contractor, or interfere with the management or
operation of the work. He will not accept from the Contractor any compensation in any
form for performing any duties. The Contractor shall regard and obey the directions and
instructions of the City Inspector or Engineer when the same are consistent with the
obligations of the Contract Documents 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.
CS-5.9 INSPECTION: The Contractor shall furnish the Engineer with every
reasonable facility for ascertaining whether or not the work as performed is in accordance
with the requirements of the Contract Documents. If the Engineer so requests, the
Contractor shall, at any time before acceptance of the work , remove or uncover such
portion of the finished work as may be directed . After examination, the Contractor shall
restore said portions of the work to the standard required by the Contract Documents.
Should the work exposed or examined prove acceptable, the uncovering or removing and
replacing of the covering or making good of the parts removed shall be paid for as extra
work, but should Work so exposed or examined prove to be unacceptable, the uncovering
or removing and replacing of all adjacent defective or damaged parts shall be at the
Contractor's expense. No work shall be done or materials used without suitable
supervision or inspection.
CS-5.10 REMOVAL OF EDEFCTIVE 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 provided,
or any Extra Work done without written authority, will be considered as unauthorized and
done at the expense of the Contractor and will not be paid for by the Owner. Work so
done may be ordered removed at the Contractor's expense. Upon the failure on the part of
the Contractor to comply with any order of the Engineer made under the provisions of
this paragraph, the Engineer will have the authority to cause defective work to be
remedied or removed and replaced and unauthorized work to be removed, and the cost
thereof may be deducted from any money due or to become due tot he Contractor. Failure
to require the removal of any defective or unauthorized work shall not constitute
acceptance of such work.
CS-5.11 SUBSTITUTE MATERIALS OR EQUIPMENT: If the Specifications,
law, ordinance, codes or regulations permit Contractor to furnish or use a substitute that is
equal to any material or 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
CS-5 (4)
capable of performing the same function as that specified ; and identifying all variations
of the proposed substitute from that specified and indicating available maintenance
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 , los ses 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 bard, clean durable surf aces 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
CS-5 (5)
·'-
-
-
all utilities, etc., is unknown to the Owner, and the Owner assumes no responsibility for
failure to show any or all such structures and utilities on the plans or to show them in
their exact location. It is mutually agreed that such failure will not be considered
sufficient basis for claims for additional compensation for Extra Work or for increasing
the pay quantities in any manner whatsoever, unless an obstruction encountered is such as
to necessitate changes in the lines and grades of considerable magnitude or requires the
building of special works, provision 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.
CS-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.
CS-5 (8)
PART C -GENERAL CONDITIONS
C6-6 LEGAL RELATIONS AND PUBLIC
RESPONSIBILITY
SECTION C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY
C6-6.1 LAWS TO BE OBSERVED:The Contractor shall at all times observe and
comply with all Federal and State Laws and City ordinances and regulations which in any
way affect the conduct of the work or his operatfons , 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 c-ontagious
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. Sµch other means may include the diversion of
driveway traffic, with specific approval by the Engineer, If diversion of traffic is
approved by the Engineer at any location, the Contractor may make arrangements
satisfactory to the Engineer for the diversion of traffic, and shall, at his expense, provide
all materials and perform all work necessary for the construction and maintenance of
roadways and bridges for such diversion of traffic . Sidewalks must not be obstructed
except by special permission of the Engineer.
The materials excavated and the construction materials such as pipe used in construction
of the work shall be placed so as not to endanger the work or prevent free access to all
fire hydrants, fire alarm 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)
The Contractor shall at all times conduct his operation and use of construction machinery
so as not to damage or destroy trees and scrubs located in close proximity to or on the site
of the work . Wherever any such damage may be done, the Contractor shall immediately
satisfy all claims of property owners, and no payment will be made by the Owner in
settlement of such claims. The Contractor shall file with the Engineer a written statement
showing all such claims adjusted.
C6-6 .6 PRIVILEGES OF CONTRACTOR IN STREETS, ALLEYS, AND
RIGHT-OF-WAY: For the performance of the contract, the Contractor will be _
permitted to use and occupy such portions of the public streets and alleys, or other public
places or other rights-of-way as provided for in the ordinances of the City , as shown in
the Contract Documents, or as may be specifically authorized in writing by the Engineer.
A reasonable amount of tools, materials, and equipment for construction purposes may be
stored in such space, but no more than is necessary to avoid delay in the construction
operations . Excavated and waste materials shall be piled or staked in such a way as not to
interfere with the use of spaces that may be designated to be left free and unobstructed
and so as not to inconvenience occupants of adjacent property . If the street is occupied by
railroad tracks, the work shall be carried on in such manner as not to interfere with the
operation of trains , loading or unloading of cars, etc. Other contractors of the Owner may,
for all purposes required by the contract, enter upon the work and premises used by the
Contractor and shall be provided all reasonable facilities and assistance for the
completion of adjoining work. Any additional grounds desired by the Contractor for his
use shall be provided by him at his own cost and expense.
C6-6.7 RAILWAY CROSSINGS: When the work encroaches upon any right-of-way
of any railroad, the City will secure the necessary easement for the work. Where the
railroad tracks are to be crossed, the Contractor shall observe all the regulations and
instructions of the railroad company as to the methods of performing the work and take
all precautions for the safety of property and the public. Negotiations with the railway
companies for the permits shall be done by and through the City . The Contractor shall
give the City Notice not less than five days prior to the time of his intentions to begin
work on that portion of the project which is related to the railway properties. The
Contractor will not be given extra compensation for such railway crossings unless
specifically set forth in the Contract Documents.
C6-6.8 BARRICADES, WARNINGS AND WATCHMEN: Where the work is
carried on in or adjacent to any street, alley, or public place, the Contractor shall at his
own expense furnish, erect, and maintain such barricades , fences, lights , and danger
signals, shall provide such watchman, and shall take all such other precautionary
measures for the protection of persons or 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 number s 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 respon sibility 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 of any
C6-6(4)
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 pa sses over, through, or into
private property, the Owner will provide such right-of-way or ea sement privileges, as the
City may deem necessary for the prosecution of the work. Any additional rights-of-way or
work area considered necessary by the Contractor shall be provided by him . at his
expense. Such additional rights-of-way or work area shall be acquired for the benefit of
the City. The City shall be notified in writing as to the rights so acquired before work
begins in the affected area . The Contractor shall not enter upon private property for any
purpose without having previously obtained permission from the owner of such property .
The Contractor will not be allowed to store equipment or material on private property
unless and until the specified approval of the property owner has been secured in writing
by the Contractor and a copy furnished to the Engineer. Unless specifically provided
otherwise, the Contractor shall clear all rights-of-way or easements of obstructions which
must be removed to make possible proper prosecution of the 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.
When and where any direct or indirect or injury is done to public or private property on
account of any ac t , omission, neglect, or misconduct in the execution of the work, or in
consequence of non-execution thereof on the part of the Contractor, he shall restore or
have restored as his cost and expense such property to a condition at least equal to that
existing before such damage or injury was done , by repairing, rebuilding, or otherwise
C6-6(5)
, ...
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 con struction 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 cros sed, 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 notice when a nuisance or hazardous condition results ,
proceed to repair, rebuild, or otherwise restore such property as may be determined by the
Owner to be nece ssary, and the cost thereby will be deducted from any monies due to or
to become due to the Contractor under this contract.
C6.6.l 1 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
re sponsibility 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 cau sed, 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 of the expiration of the above 30-day period ,
the Contractor may be deemed to be entitled to a semi-final payment for work completed,
such semi-final payment to be in the amount equal to the total dollar amount then due less
the dollar value of any written claims pending against the Contractor arising out of
performance of such work, and such semi-final payment may then be recommended by
the Director.
The Director shall not recommend final payment to a Contractor against whom such a
claim for damages is outstanding for a period of 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. The claim has been settled and a release has been obtained from the
claimant involved , or
2 . Good faith efforts have been made to settle such outstanding claims, and
such good faith efforts have failed.
If condition ( 1) above is met at any time within the six month period, the Director shall
recommend that the final payment to the Contractor be made. If condition (2) above is
met at any time within the six month period, the Director may recommend that final
payment to the Contractor be made. At the expiration of the six month period, the
C6-6(7)
Director may recommend that fin al 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 foe any alleged damage by reason of the acts or omissions of the Owner, he
shall within three days after the actual sustaining of such alleged damage,_ make a written
statement to the Engineer, setting out in detail the nature of the alleged damage, and on or
before the 25 1h day of the month succeeding that in which ant such damage is claimed to
have been sustained , the Contractor shall file with the Engineer an itemized statement of
the details and the amount of such alleged damage and, upon request, shall give the
Engineer access to all books of account, receipts, vouchers, bills of lading, and other
books or papers containing any evidence as to the amount of such alleged damage . Unless
such statements shall be filed as hereinabove required, the Contractor's claim for
compensation shall be waived, and he shall not be entitled to payment on account of such
damages .
C6-6.14 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 and so that the work under construction will be
adequately protected .
C6-6(8)
C6-6.16 ARRANGEMENT AND CHARGES FOR WATER FURNISHED BY THE
CITY : When the Contractor desires to use City water in connection with any construction
work, he shall make complete and satisfactory arrangements with the Fort Worth City
Water Department for so doing.
City water furnished to the Contractor shall be delivered to the Contractor from a
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-l .2 USE OF FIRE HYDRANTS AND VAL YES ih 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, m 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 nece ssary precaution
to prevent injury or damage to the work or any part thereof by action of the elements or
from any cause whatsoever, whether arising from the execution or nonexecution of the
work . The Contractor shall rebuild, repair, restore , and make good at his own expense all
injuries or damage to any portion of the work occasioned by any of the hereinabove
causes.
C6-6.19 NO WAIVER OF LEGAL RIGHTS: Inspection by the Engineer or any
order by the Owner by payment of money or any payment for or acceptance of any work ,
or any extension of time, or any possession taken by the City shall not operate as a waiver
of any provision of the Contract Documents . Any waiver of any breach or Contract shall
not be held to be a waiver of any other or subsequent breach .
The Owner reserves the right to correct any error that may be discovered in any estimate
that may have been paid and to adjust the same to meet the requirement s of the Contract
Documents .
C6-6(9)
r
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)
PART C -GENERAL CONDITIONS
C7 -7 PROSECUTION AND PROGRESS
SECTION C7-7 PROSECUTION AND PROGRESS:
C7-7 .1 SUBLETTING: The Contractor shall perform with hi s 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 doe s 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
material s 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)
7
r
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 OPERA TIO NS: 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, ahd 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 man_ner and at
a satisfactory rate of progress. All equipment, tool~, and machinery used for handling
materials and executing any part of the work shall be subject to the approval of the
Engineer and shall be maintained in a satisfactory, safe and efficient working condition .
Equipment on any portion of the work shall be such that no injury to the work . Workmen
or adjacent property will result from its use.
C7-7(2)
C7-7.6 WORK SCHEDULE: Elapsed working days shall be computed starting
with the first day of the work completed as defined in 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 Cl-1.24 and the Contractor may work as he so desires.
C7-7 .7 TIME OF COMMENCEMENT AND COMPLETION: The Contractor shall
commence the working operations within the time specified in the Contract Documents
and set forth in the Work Order. Failure to do so shall be considered by the owner as
abandonment of the Contract by the Contractor and the Owner may proceed as he sees fit.
The Contractor shall maintain a rate of progress such as will insure that the whole work
will be performed and the premises cleaned up in accordance with the Contract
Documents and within the time established in such documents and such extension of time
as may be properly authorized.
C7-7.8 EXTENSION OF TIME COMPLETION: The Contractor's request for an
extension of time of completion shall be considered only when the request for such
extension is submitted in writing to the Engineer within seven days from and after the
time alleged cause of delay shall occurred. Should an extension of the time of completion
be requested such request will be forwarded to the City Council for approval.
In adjusting the contract time for completion of work, consideration will be given to
unforeseen causes beyond the control of and 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 specified by the City in the
proposal section of the Contract Documents.
The number of days indicated shall be a realistic estimate of the time required to complete
the work covered by the specific contract being bid upon. The amount of time so stated
by the successful bidder or the City will become the time of completion specified in the
Contract Documents.
For each calendar day that any work shall remain uncompleted after the time specified in
the Contract Documents, or 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)
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 inclusi ve $ 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 .11 SUSPENSION BY COURT ORDER: The Contractor shall suspend
operations on such part or parts of the work ordered by any court , and will not be entitled
to additional compensation by virtue of such court order. Neither will he be liable to the
City in the 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 THETIME 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 necessary items of labor, materials, and equipment not obtainable . If, after
investigations, the owner finds that such conditions existing and that the inability of the
Contractor to proceed is not attributable in whole or in part to the fault or neglect of the
Contractor, than if the Owner cannot after reasonable effort assist the Contractor in
procuring and making available the necessary labor, materials, and equipment within
thirty days , the Contractor my request the owner to terminate the contract and the owner
may comply with the request, and the termination shall be conditioned and based upon a
final settlement mutually acceptable to both the Owner and the Contractor and final
payment shall be made in accordance with the terms of the agreed settlement, which shall
include. But not be limited to the payment for all work executed but not anticipated
profits on work which has not been performed.
C7-7 .14 SUSPENSION OR ABANDONMENT OF THE WORK AND ANNULMENT
OF THE CONTRACT: The work operations on all or any portion or section of the
work under Contract shall be suspended immediately on written order of the Engineer or
the Contract may be declared canceled by the City Council for any good and sufficient
cause . The following, by way of example, but not of limitation, may be considered
grounds for suspension or cancellation:
a. Failure of the Contractor to commence work operations within the time
specified in the Work Order issued by the Owner.
b. Substantial evidence that progress of the work operations by the
Contractor is insufficient to complete the work within the specified time.
C7-7(6)
c . Failure of the Contractor to provide and maintain sufficient labor and
equipment to properly execute the working operation s .
d. Sub stantial evidence that the Contractor has abandoned the work.
e . Substantial evidence that the Contractor has become insolvent or bankrupt,
or otherwise financially unable to carry on the work satisfactorily.
f. Failure on the part of the Contractor to observe any requirements of the
Contract Documents or to comply with any orders given by the 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 the Owner.
h . Substantial evidence of collusion for the purpose of illegally procuring a
contract or perpetrating fraud on the City in the construction of work under
contract.
1. A substantial indication that the Contractor has made an unauthorized
assignment of the contract or any funds due therefrom for the benefit of
any creditor or for any other purpose.
J . If the Contractor shall for any cause whatsoever not carry on the working
operation in an acceptable manner.
k . If the Contractor commences legal action against the Owner.
• A Copy of the suspension order or action of the City Council shall be served on the
Contractor's Sureties. When work is suspended for any cause or causes , or when the
contract is canceled , the Contractor shall discontinue the work or such part thereof as the
owner shall designate , whereupon the Sureties may , at their option , assume the contract
or that portion thereof which the Owner has ordered the Contractor to discontinue, and
may perform the same or may, with written consent of the owner, sublet the work or that
portion of the work as taken over, provided however, that the Sureties shall exercise their
option, if at all , within two weeks after the written notice to discontinue the work has
been served upon the Contractor and upon the Sureties or their authorized agents . The
Sureties , in such event shall assume the Contractor 's place in all respects, and shall be
paid by the Owner for all work performed by them in accordance with the terms of the
Contract Documents . All monies remaining due the Contractor at the time of this default
shall thereupon become due and payable to the Sureties as the work progres ses, 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 or otherwise, as it may determine, the work herein described or
such work thereof as it may deem necessary, and the Contractor hereto agrees that the
Owner shall have the right to take possession of and use any materials, plants, tools,
equipment, supplies, and property of any kind provided by the Contractor for the purpose
of carrying on the work and to procure other tools, equipment, materials , labor and
property for the completion of the work, and to charge to the account of the Contractor of
said contract expense for labor, materials, tools, equipment, and all expenses incidental
thereto . The expense so charged shall be deducted by the owner from such monies as may
be due or may become due at any time thereafter to the Contractor under and by virtue of
the Contract or any part thereof. The Owner shall not be required to obtain the lowest bid
for the work completing the contract, but the expense to be deducted shall be the actual
cost of the owner of such work
In case such expenses shall exceed the amount which would have been payable under the
Contract if the same had been completed by the Contract, then the Contractor and his
Sureties shall pay the amount of such excess to the City on notice from the Owner of the
excess due . When any particular part of the work is being carried on by the Owner by
contract or otherwise under the provisions of this section, the Contractor shall continue
the remainder of the work in conformity with the terms of the Contract Documents and in
such a manner as to not hinder or interfere with the performance of the work by the
Owner.
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, or from time to time in part, in accordance with this section, whenever the Owner
shall determine that such termination is in the best interest of the Owner.
A. 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 wor~ 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 otherwi se directed by the Engineer, the Contractor shall :
1. Stop work under the contract on the date and to the extent
specified in the notice of termination;
2 . place no further orders or subcontracts for materials,
services or facilities except as may be necessary for
completion of such portion of the work under the contract
as is not terminated;
3 . terminate all orders and subcontracts to the extent that they
relate to the performance of the work terminated by notice
of termination;
4. transfer title to the Owner and deliver in the manner, at the
times , and to the extent, if any, directed by the Engineer:
a . the fabricated or unfabricated parts, work in
progress, completed work, supplies and other
material produced as a part of, or acquired in
connection with the performance of, the work
terminated by the notice of the termination; and
b. The completed, or partially completed plans ,
drawings , information and other property which, if
the contract had been completed, would have been
required to be furnished to the Owner.
5. complete performance of such work as shall not have been
terminated by the notice of termination; and
6. Take such action as may be necessary, or as the Engineer
may direct, for the protection and preservation of the
property related to its contract which is in the possession of
the Contractor and in which the owner has or may acquire
the rest.
At a time not later than 30 days after the termination date specified in the
notice of termination, the Contractor may submit to the Engineer a list,
certified as to quantity and quality , of any or all items of termination
inventory not previously disposed of, exclusive of items the disposition of
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, made 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 prov1s10ns ~f 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 .16(0) 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)
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 provi sions 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(11)
PART C -GENERAL CONDITIONS
C8-8 MEASUREMENT AND PAYMENT
SECTION C8-8 MEASUREMENT AND PAYMENT
C8-8.1 MEASUREMENT OF QUANTITIES: The determination of quantities of
work performed by the Contractor and authorized by the Contract Documents acceptably
completed under the terms of the Contract Documents shall be made by the Engineer,
based on measurements made by the Engineer. These measurements will be made
according to the United States Standard Measurements used in common practice, and will
be the actual length, area , solid contents, numbers , and weights of the materials and item
installed.
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
Contractor to repair, correct, renew, or replace at his own and proper expense any defects
or imperfections in the construction or in the strength or quality of the material used or
equipment or machinery furnished in or about the-construction of the work under contract
and its appurtenances , or any damage due or attributed to such defects, which defects,
imperfections, or damage shall have been discovered on or before the final inspection and
acceptance of the work or during the one year guaranty period after the final acceptance.
The Owner shall be the sole judge of such defects, imperfections , or damage, and the
Contractor shall be liable to the Owner for failure to correct the same as provided herein .
C8-8.5 PARTIAL ESTIMATES AND RETAINAGE: Between the 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)
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 and recommend final acceptance of the project and final payment thereof as
outlines in paragraph C8-8 .8 below .
C8-8.8 FINAL PAYMENT: Whenever all the improvements provided for by the
Contract Documents and all approved modifications thereof shall have been completed
and all requirements of the Contract Documents have been fulfilled on the part of the
Contractor, a final estimate showing the value of the work will be prepared by the
Engineer as soon as the necessary measurements, computation s, 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 injury and/or property
damages.
The acceptance by the Contractor of the last or final payment as aforesaid shall operate as
and shall release the owner from all claims or liabilities under the Contract for anything
done or furnished or relating to the work under the Contract Documents or any act or
neglect of said City relating to or connected with the Contract.
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.
C8-8 .10 GENERAL GUARANTY: Neither the final certificate of payment nor
any provision in the Contract Documents nor partial or entire occupancy or use of the
premises by the Owner shall constitute an acceptance of the work not done in accordance
with the Contract Documents or relieve the Contractor of liability in respect to any
express warranties or responsibility for faulty materials or workmanship. The Contractor
shall remedy any defects or damages in the work and pay for any damage to the other
work resulting therefrom which shall appear within a period of one year from the date of
final acceptance of the work unless a longer period is specified and shall furnish a good
and sufficient maintenance bond in the amount of 100 percent of the amount of the
contract which shall assure the performance of the general guaranty as above outlined.
The Owner will give notice of observed defects with reasonable promptness.
C8-8.11 SUBSIDIARY WORK: Any and all work specifically governed by
documentary requirements for the project, such as conditions imposed by the Plans, the
General Contract Documents or these Special Contract Documents, in which no specific
item for bid bas been provided for in the Proposal , shall be considered as a subsidiary
item of work, the cost of which shall be included in the price bid in the Proposal, for each
bid item . Surface restoration, rock excavation and cleanup are general items of work
which fall in the category of subsidiary work.
C8-8.12 MISCELLANEOUS PLACEMENT OF MATERIAL: Material may be
allocated under various bid items in the Proposal to establish unit prices for
miscellaneous placement of material. These materials shall be used only when directed by
the Engineer, depending on field conditions. Payment for miscellaneous placement of
material will be made for only that amount of material used, measured to the nearest one-
tenth unit. Payment for miscellaneous placement of material shall be in accordance with
the General Contract Documents regardless of the actual amount used for the Project.
C8-8.13 RECORD DOCUMENTS: The Contractor shall keep on record a copy
of all specifications, plans, addenda, modifications, shop drawings and samples at the
C8-8(4)
...
..... .
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)
·,.
,.,:..,
-G;'
<
• f
,j.-~ ~ ''\,
'\>', •.
~ .. ~·,:· .it. ,· .,/•
' . ~ . • . .._;,., ,v
' t<
·'
1"
;• ...
., ,,
f PART Cl ..
.. . ,. ' ;; .
-~
;._
.'
~ ' t,
1''
<,
~
,__ I
t
f t
~
'1 '' .~
, n
!
'I
, .. '!,:..
SECTION Cl:
SUPPLEMENT ARY CONDITIONS TO PART C -GENERAL CONDITIONS
A. General
B.
These Supplementary Conditions amend or supplement the General Conditions of the
Contract and other provisions of the Contract Documents as indicated below. Provisions
which are not so amended or supplemented remain in full force and affect.
C8-8 .5 PARTIAL ESTIMATES AND RETAIN AGE: 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.
C. Part C -General Conditions: Paragraph C3-3 .l l of the General Conditions is deleted and
replaced with D-3 of Part D -Special Conditions.
D. C3-3.l l 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:
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 ant(·
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 emplo yees and any damage , loss or
destruction to property of the Owner arising from the performance of any of the terms and
conditions of this Contract, whether or not any such injury or damage is caused in
whole or in part by the negligence or alleged negligence of Owner, its officers, servants
or employees.
In the event Owner receives a written claim for damages against the Contractor or its
subcontractors prior to final payment, final payment shall not be made until Contractor
either (a) submits to Owner satisfactory evidence that the claim has been settled and/or a
release from the claimant involved , or (b) provides Owner with a letter from Contractor 's
liability insurance carrier that the claim has been referred to the insurance carrier.
The Director may , if he deems it appropriate , refuse to accept bids on other City of Fort
Worth public work from a Contractor against whom a claim for damages is outstanding
as a result of work performed under a City Contract.
F . INCREASED OR DECREASED QUANTITIES : Part C-General Conditions , Section
C4-4 SCOPE OF WORK, Page C 4-4 (1), rev ise 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. C3-3.11 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 coverage.
h . Workers' compensation insurance policy(s) covering employees employed on the
project shall be endorsed with a waiver of subrogation providing rights of recovery in
favor of the City.
i. City shall not be responsible for the direct payment of insurance premium costs for
contractor's insurance.
j. Contractor's insurance policies shall each be endorsed to provide that such insurance is
primary protection and any self-funded or commercial coverage maintained by City shall
not be called upon to contribute to loss recovery.
k. In the course of the project, Contractor shall report, in a timely manner, to City's
officially designated contract administrator any known loss occurrence which could give
rise to a liability claim or lawsuit or which could result in a property loss.
Revised
10/24/02
Pg . 3
H .
1. 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.
I. C8-8.10 GENERAL GUARANTY: Delete C8-8.10 , General Guaranty at page C8-8(4) is
deleted in its entirety and replaced with the following:
Neither the final certificate of payment nor any provision in the Contract Documents , nor
partial or entire occupancy or use of the premises by the Owner shall constitute an
acceptance of work not done in accordance with the Contract Documents or relieve the
Contractor of liability in respect to any express warranties or responsibility for faulty
materials or wo rkmanship . 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
.. _
J.
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.
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 at the official location and stated time set forth in the "Notice to Bidders."
It is the Bidder's sole responsibility to deliver the proposal at the proper time to the proper
place. The mere fact that a proposal was dispatched will not be considered . The Bidders
must have the proposal actually delivered. Each proposal shall be in a sealed envelope
plainly marked with the word "PROPOSAL," and the name or description of the project
as designated in the "Notice to Bidders." The envelope shall be addressed to the
Purchasing Manager, City of Fort Worth Purchasing Division , P .O. Box 17027 , Fort
Worth , Texas 76102.
C2-2.8 WITHDRAWING PROPOSALS: Proposals actually filed with the Purchasing
Manager cannot be withdrawn prior to the time set for opening proposals. A request for
non-consideration of a proposal must be made in writing, addressed to the City Manager,
and filed with him prior to the time set for the opening of proposals. After all proposals
not requested for non-consideration are opened and publicly read aloud , the proposals for
which non-consideration requests have been properly filed may, at the option of the
Owner, be returned unopened.
C2-2 .9 TELEGRAPHIC MODIFICATION OF PROPOSALS: Any bidder may modify ··
his proposal by telegraphic communication at any time prior to the time set for opening
proposals , provided such telegraphic communication is received by · the Purchasing
Manager prior to the said proposal opening time, and provided further , that the City
Manager is satisfied that a written and duly authenticated confirmation of such
telegraphic communication over the signature of the bidder was mailed prior to the
proposal opening time. If such confirmation is not received within forty-eight ( 48) hours
after the proposal opening time, no further consideration will be given to the proposal
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 C3-3.11 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 AUDIT:
(a) Contractor agrees that the City shall, until the expiration of three (3) years after final
payment under this contract, have access to and the right to examine and photocopy any
directly pertinent books, documents, papers and records of the Contractor involving
transactions relating to this contract. Contractor agrees that the City shall have access
during normal working hours to all necessary Contractor facilities and shall be provided
adequate and appropriate work space in order to conduct audits in compliance with the
provisions of this section. The City shall give contractor reasonable advance notice of
intended audits.
(b) Contractor further agrees to include in all its subcontracts hereunder a provision to the
effect that the subcontractor agrees that the City shall, until the expiration of three (3)
years after final payment under the subcontract, have access to and the right to examine
and photocopy any directly pertinent books, documents, papers and records of such
subcontractor, involving transactions to the subcontract, and further , that City shall
have access during normal working hours to all subcontractor facilities , and shall be
provided adequate and appropriate work space, in order to conduct audits in compliance
with the provisions of this article . City shall give subcontractor reasonable advance
notice of intended audits.
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:
N.
The Contractor shall clear rights-of-way or easements of obstruction which must be
removed to make possible proper prosecution of the work as a part of this project
construction operations. The contractor's attention is directed to paragraph C6-6. l O work
within easements, page C6-6(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.
Reference Part C -General Conditions, Section C6-6 .8 BARRICADES, WARNINGS
AND WATCHMEN :
1. Wherever the word Watchmen appears in this paragraph, it shall be changed to the
word flagmen.
2. In the first paragraph, lines five (5) and six (6), change the phrase take all such other
precautionary measures to take all reasonable necessary measures.
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 Code. Such prevailing wage rates are included in these
contract documents.
(b) The contractor shall , for a period of three (3) years following the date of acceptance of
the work , maintain records that show (i) the name and occupation of each worker
employed by the contractor in the construction of the work provided for in this contract;
and (ii) the actual per diem wages paid to each worker. These records shall be open at all
reasonable hours for inspection by the City. The provisions of Section C-1 , L. Right to
Audit (Rev. 9/30/02) pertain to this inspection .
(c) The contractor shall include in its subcontracts and/or shall otherwise require all of its
subcontractors to comply with paragraphs (a) and (b) above.
(d) With each partial payment estimate or payroll period , whichever is less, an affidavit
stating that the contractor has complied with the requirements of Chapter 2258, Texas
Government Code.
The contractor shall post the prevailing wage rates in a conspicuous place at the site of
the project at all times.
Revised
10/24/02
Pg. 8
' ,
PARTD
D-1
D-2
D-3
D-4
D-5
D-6
D-7
D-8
D-9
D-10
D-11
D-12
D-13
D-14
D-15
D-16
D-17
D-18
D-19
D-20
D-21
D-22
D-23
D-24
D-25
D-26
D-27
D-28
D-29
D-30
D-31
D-32
D-33
D-34
D-35
D-36
D-37
D-38
D-39
D-40
D-41
D-42
D-43
D-44
D-45
D-46
D-47
D-48
D-49
02/09/2010
PART D -SPECIAL CONDITIONS
GENERAL ......................................................................................................................... 3
COORDINATION MEETING ............................................................................................. 5
CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW .................... 5
COORDINATION WITH FORT WORTH WATER DEPARTMENT ................................... 7
CROSSING OF EXISTING UTILITIES .............................................................................. 7
EXISTING UTILITIES AND IMPROVEMENTS ................................................................. 8
CONSTRUCTION TRAFFIC OVER PIPELINES ............................................................... 9
TRAFFIC CONTROL ........................................................................................................ 9
DETOURS ...................................................................................................................... 10
EXAMINATION OF SITE ................................................................................................ 10
ZONING COMPLIANCE ........................... -................................................................... :.:·.10
WATER FOR CONSTRUCTION ..................................................................................... 10
WASTE MATERIAL .................................................................... .-................................... 10
PROJECT CLEANUP AND FINAL ACCEPTANCE ......................................................... 10
SAFETY RESTRICTIONS -WORK NEAR HIGH VOLTAGE LINES ............................... 11
BID QUANTITIES ..................................................................................... : ..................... 11
CUTTING OF CONCRETE ............................................................................................. 11
PROJECT DESIGNATION SIGN .................................................................................... 12
CONCRETE SIDEWALK AND DRIVEWAY REPLACEMENT ......................................... 12
MISCELLANEOUS PLACEMENT OF MATERIAL.. ......................................................... 12
CRUSHED LIMESTONE BACKFILL ................ : .............................................................. 12
2:27 CONCRETE ............................................................................................................ 13
TRENCH EXCAVATION , BACKFILL, AND COMPACTION ............................................ 13
TRENCH PAVEMENT (PERMANENT) REPAIR (E2-19) FOR UTILITY CUTS ............... 14
SITE SPECIFIC TRENCH SAFETY SYSTEM (COVERS ALL PROJECTS) ................... 15
SANITARY SEWER MANHOLES ................................................................................... 16
SANITARY SEWER SERVICES ..................................................................................... 19
REMOVAL, SALVAGE , AND ABANDONMENT OF EXISTING FACILITIES ................... 20
DETECTABLE WARNING TAPES .................................................................................. 22
PIPE CLEANING ............................................................................................................ 23
DISPOSAL OF SPOIL/FILL MATERIAL .......................................................................... 23
MECHANICS AND MATERIALMEN 'S LIEN .................................................................... 23
SUBSTITUTIONS ........................................................................................................... 23
PRE-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER. ............... 24
VACUUM TESTING OF SANITARY SEWER MANHOLES ............................................. 27
BYPASS PUMPING ........................................................................................................ 28
POST-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER ............. 28
SAMPLES AND QUALITY CONTROL TESTING ............................................................ 30
TEMPORARY-EROSION , SEDIMENT, AND WATER POLLUTION CONTROL (FOR
DISTURBED AREAS LESS THAN 1 ACRE) ................................................................... 30
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 ...................... .-.......................... 32
TOPSOIL, SODDING , SEEDING & HYDROMULCHING ................................................ 33
CONFINED SPACE ENTRY PROGRAM ........................................................................ 38
SUBSTANTIAL COMPLETION INSPECTION/FINAL INSPECTION ............................... 38
EXCAVATION NEAR TREES (WHERE IDENTIFIED ON THE PLANS) ......................... 39
CONCRETE ENCASEMENT OF SEWER PIPE ............................................................. 39
CLAY DAM ...................................................................................................................... 39
SC-1
PART D -SPECIAL CONDITIONS
D-50 EXPLORATORY EXCAVATION (D-HOLE) ................................................................... .40
D-51 INSTALLATION OF WATER FACILITIES ...................................................................... .40
51 .1 Polyv inyl Chloride (PVC) Water Pipe ...................................................................... .40
51 .2 Blocking ................................................................................................................... 40
51 .3 Type of Casing Pipe ................................................................................................ 40
51.4 Tie-lns ..................................................................................................................... 41
51 .5 Connection of Existing Mains .................................................................................. .41
51 .6 Valve Cut-Ins ........................................................................................................... 41
51 . 7 Water Services ........................................................................................................ 42
51 .8 2-lnch Temporary Service Line ........ , ..................................................................... ,.44
51 .9 Purging and Sterilization of Water Lines ................................................................. .45
51 .10 Work Near Pressure Plane Boundaries ................................................................. : .45
51 .11 Water Sample Station .............................................................................................. 45
51 .12 Ductile Iron and Gray Iron Fittings .......................................................................... .46
D-52 SPRINKLING FOR DUST CONTROL ............................................................................ .46
D-53 DEWATERING ............................................................................................................... 46
D-54 TRENCH EXCAVATION ON DEEP TRENCHES ........................................................... .46
D-55 TREE PRUNING ............................................................................................................. 47
D-56 TREE REMOVAL ............................................................................................................ 48
D-57 TEST HOLES .................................................................................... : ............................. 48
D-58 PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION AND
D-59
D-60
D-61
D-62
D-63
D-64
D-65
D-66
D-67
NOTIFICATION OF TEMPORARY WATER SERVICE INTERRUPTION DURING
CONSTRUCTION ........................................................................................................... 48
TRAFFIC BUTTONS ....................................................................................................... 49
SANITARY SEWER SERVICE CLEANOUTS ................................................................ .49
TEMPORARY PAVEMENT REPAIR .............................................................................. .49
CONSTRUCTION STAKES ............................................................................................ 50
EASEMENTS AND PERMITS ......................................................................................... 50
PRE-CONSTRUCTION NEIGHBORHOOD MEETING ................................................... 51
WAGE RATES ............................................................................................................... 51
REMOVAL AND DISPOSAL OF ASBESTOS CEMENT PIPE ....................................... 52
STORM WATER POLLUTION PREVENTION (FOR DISTURBED AREAS GREATER
THAN 1 ACRE) ............................................................................................................... 53
D-68 COORDINATION WITH THE CITY'S REPRESENTATIVE FOR OPERATIONS OF
D-69
D-70
D-71
D-72
02/0912010
EXISTING WATER SYSTEMS ....................................................................................... 55
ADDITIONAL SUBMITTALS FOR CONTRACT AWARD ................................................ 55
EARLY WARNING SYSTEM FOR CONSTRUCTION .................................................... 55
AIR POLLUTION WATCH DAYS ................................................................................ ~ ... 56
FEE FOR STREET USE PERMITS AND RE-INSPECTIONS ......................................... 57
SC-2
PART D -SPECIAL CONDITIONS
This Part D -Special Conditions is complimentary to Part C -General Conditions and
Part C 1 -Supplementary Conditions to Part C of the Contract. Anything contained in this
Part D that is additive to any provis ion in Part C -General Conditions and part C1 -
Supplementary Conditions to Part C of the Contract are to be read together. Any conflict
between Part C -General Conditions and Part C1 -Supplementary Conditions of the
Contract and this Part D, Part D shall control.
FOR: Water and Sanitary Sewer Relocat ions for SH 121T Crossing West of the Hulen Street
Bridge Within The Union Pacific Railroad Davidson Ra il Yard , Part 2 -Hulen Street Bridge
City Project No . 01332, DOE No . 6338,
Water Project No . P265-603170133287 , Sewer Project No . P275-703170133287
Water Main Extension From Hulen Street to Como Pump Station , Part 2
City Project No. 01332 , DOE No . 5119 ,
Water Project No. P265-603140024287
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
wh ich becomes defective due to these causes .
Subject to modifications as herein contained, the Fort Worth Water Department's General
Contract Documents and General Specifications, with latest revisions , are made a part of the
General Contract Documents for this project. The Plans , these Special Contract Documents and
the rules, regulations, requirements, instructions , drawings or details referred to by manufacturers
name , or identification include therein as specifying , referring or implying product control,
performance , quality, or other shall be binding upon the contractor. The specifications and
drawings shall be considered cooperative; therefore, work or material called for by one and not
shown or mentioned in the other shall be accomplished or furnished in a faithful manner as though
required by all. ·
Any Contractor performing any work on Fort Worth water or sanitary sewer facilities must be pre-
qualified with the Water Department to perform such work in accordance with procedures
described in the current Fort Worth Water Department General Specifications, which general
specifications shall govern performance of all such work.
This contract and project , where applicable , may also be governed by the two following published
specificat ions, except as modified by these Special Provisions :
02/09/2010 SC-3
PART D -SPECIAL CONDITIONS
1. STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION -
CITY OF FORT WORTH
2 . STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION -NORTH
CENTRAL TEXAS
Any conflict between these contract documents and the above 2 publications shall be resolved in
favor of these contract documents .
A copy of either of these specifications may be purchased at the office of the Transportation and
Public Works Director, 1000 Throckmorton Street, 2nd Floor, Municipal Building , Fort Worth,
Texas 76102 . The specifications applicable to each pay item are indicated by the call-out forthe
pay item by the designer. If not shown, then applicable published specifications in either of these
documents may be followed at the discretion of the Contractor. General Provisions shall be those
of the Fort Worth document rather than Division 1 of the North Central Texas document.
Bidders shall not separate, detach or remove any portion, segment or sheets from the
contract document at any time. Failure to bid or fully execute contract without retaining
contract documents intact may be grounds for designating bids as "non-responsive" and
rejecting bids or voiding contract as appropriate as determined by the City Engineer.
INTERPRETATION AND PREPARATION OF PROPOSAL:
A. DELIVERY OF PROPOSAL: No proposal will be considered unless it is delivered ,
accompanied by its proper Bid Security, to the Purchasing Manager or his representative at the
official location and stated time set forth in the "Notice to Bidders". It is the Bidder's sole
responsib i lity to de li ver the proposal at the proper time to the proper place . The mere fact that
a proposal was dispatched will not be considered. The Bidders must have the proposal
actually delivered . Each proposal shall be in a sealed envelope plainly marked with the word
"PROPOSAL", and the name or description of the project as designated in the "Notice to
Bidders". The envelope shall be addressed to the Purchasing Manager, City of Fort Worth
Purchasing Division , PO Box 17027 , Fort Worth , Texas 76102 .
B. WITHDRAWING PROPOSALS : Proposals actually filed with the Purchasing Manager cannot
be withdrawn prior to the time set for opening proposals . A request for non-consideration of a
proposal must be made in writing , addressed to the City Manager, and filed with him prior to
the time set for the opening of proposals . After all proposals not requested for non-
consideration are opened and publ icly read aloud, the proposals for which non-consideration
requests have been properly filed may, at the option of the Owner, be returned unopened .
C. TELEGRAPHIC MODIFICATION OF PROPOSALS : Any bidder may 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.
02/09/2010 SC-4
PART D -SPECIAL CONDITIONS
0-2 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 .
0-3 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW
A. Definitions :
1. Certification of coverage ("certificate"). A copy of a certificate of insurance, a certificate of
authority to self-insure issued by the commission, or a coverage agreement (TWCC-81,
TWCC-82, TWCC-83 , or TWCC-84), showing statutory workers' compensation insurance
coverage for the person's or entity's employees providing services on a project, for .the
duration of the project.
2 . Duration of the project -includes the time from the beginning of the work on the project
until the contractor's/person's work on the project has been completed and accepted by the
governmental entity .
3. Persons providing services on the project ("subcontractor" in §406.096)-includes all
persons or entities performing all or part of the services the contractor has undertaken to
perform on the project, regardless of whether that person contracted directly with the
contractor and regardless of whether that person has employees . This includes, without
limitation, independent contractors, subcontractors , leasing companies, motor carriers,
owner operators, employees of any such entity, or employees of any entity 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 extendeq.
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 au
persons providing services on the project; and
02/09/2010 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 mail or personal
delivery, within ten (10) days after the contractor knew or should have known, of any change
that materially affects the provision of coverage of any person providing services on -the
project.
H. The contractor shall post on each project site a notice , in the text, form and manner prescribed
by the Texas Worker's Compensation Commission, informing all persons providing services on
the project that they are required to be covered, and stating how a person may verify coverage
and report lack of coverage .
I. The contractor shall contractually require each person with whom it contracts to provide
services on a project, to:
1. Provide coverage, based on proper reporting on classification codes and payroll amounts
and filing of any coverage agreements, which meets the statutory requirements of Texas
Labor Code, Section 401.011 (44) for all of its employees providing services on the project,
for the duration of the project;
2. Provide to the Contractor, prior to that person beginning work on the project, a certificate of
coverage showing that coverage is being provided for all employees of the person
providing services on the project, for the duration of the project ;
3. Provide the Contractor, prior to the end of the coverage period, a new certificate of
coverage showing extension of coverage, if the coverage period shown on the current
certificate of coverage ends during the duration of the project;
4 . Obtain from each other person with whom it contracts, and provide to the Contractor:
a.) A certificate of coverage, prior to the other person beginning work on the project; and
b.) A new certificate of coverage showing extension of coverage, prior to the end of the
coverage period, if the coverage period shown on the current certificate of coverage
ends during the duration of the project.
5. Retain all required certificates of coverage on file for the duration of the project and for one
year thereafter .
6 . Notify the governmental entity in writing by certified mail or personal delivery, within ten
(10) days after the person knew or should have known, of any change that materially
affects the provision of coverage of any person providing services on the project; and
02/09/2010 SC-6
PART D -SPECIAL CONDITIONS
7. Contractually require each person with whom it contracts , to perform as required by
·paragraphs (1 )-(7), with the certificates of coverage to be provided to the person for whom
they are providing services.
8. By signing this contract or providing or causing to be provided a certificate of coverage, the
contractor is representing to the governmental entity that all employees of the contractor
who will provide services on the project will be covered by worker's compensation coverage
for the duration of the project , that the coverage will be based on proper reporting of
classification codes and payroll amounts, and that all coverage agreements will be filed
with the appropriate insurance carrier or, in the case of a self-insured, with the
commission's Division of Self-Insurance -Regulation . Providing false or misleading
information may subject the contractor to administrative, criminal, civil penalties or other
civil actions.
9. The contractor's failure to comply with any of these provisions is a breach of contract by the
contractor which entitles the governmental entity to declare the contract void if the
contractor does not remedy the breach within ten days after receipt of notice of breach
from the governmental entity.
J . The contractor shall post a notice on each project site 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 provided the
required coverage, or to report an employer's failure to provide coverage".
D-4 COORDINATION WITH FORT WORTH WATER DEPARTMENT
During the construction of this project, it will be necessary to deactivate , for a period of time,
existing lines . The Contractor shall be required to coordinate with the Water Department to
determine the best times for deactivating and activating those lines. ·
D-5 CROSSING OF EXISTING UTILITIES
Where a proposed water line crosses over a sanitary sewer or sanitary sewer service line and/or
proposed sewer line crosses over a water line and the clear vertical distance is less than 9 feet
barrel to barrel, the sanitary sewer or sanitary sewer service line shall be made watertight or be
02109/2010 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 w ith series 300 stainless steel compression straps. Backfill ,
fittings , tie-ins and all other associated appurtenances required are deemed subs idiary work , the
cost of which shall be included in the price bid in the Proposal for each bid item .
0-6 . 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 Plan~. or
to show them in their exact location . It is mutually agreed that such fa ilure 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 ut ilities in direct conflict with
the proposed construction. The Contractor is liable for all damages done to such existing facilities
as a result of his operations and any and all cost incurred for the protection and/or temporary
relocation · of such facilities are deemed subsidiary work and the cost of same and shall be
included in the cost bid per linear foot of pipe installed . NO ADDITIONAL COMPENSATION WILL
BE ALLOWED .
Where existing utilities or service lines are cut , broken or damaged the Contractor shall replace or
repair the utilities or service lines with the same type of original material and construction, or
better , unless otherwise shown or noted on the plans , at his own cost and expense. The
Contractor shall immediately notify the Owner of the damaged utility or service line . He shall
cooperate with the Owners of all utilities to locate existing underground facilities and notify the
Engineer of any conflicts in grades and alignment.
In case it is necessary to change or move the property of any owner of a public utility, such
property shall not be moved or interfered with until ordered to do so by the Engineer. The right is
reserved to the owner of public utilities to enter upon the limits of the project for the purpose of
making such changes or repairs of the ir property that may be made necessary by performance of
this contract. ··
The utility lines and conduits shown on the plans are for informat ion 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 .
02/09/2010 SC-8
PART D -SPECIAL CONDITIONS
D-7 CONSTRUCTION TRAFFIC OVER PIPELINES
It is apparent that certain construction vehicles could exceed the load bearing capacity of the pipe
under shallow bury conditions . It will be the responsibility of the Contractor to protect both the new
line and the existing lines from these possibly excessive loads . The Contractor shall not, at any
time, cross the existing or new pipe with a truck delivering new pipe to the site. Any damage to the
existing or new pipe will be repaired or replaced by the Contractor, at the Contractor's expense, to
the satisfaction of the City.
In locations where it is not permissible to cross the existing or proposed pipes without additional
protection the Contractor may elect to provide additional protection of the pipes so that more
frequent crossings of the pipes are allowed . It still is, however, the responsibility of the Contractor
to repair any damage to the existing or proposed lines, if the damage results from any phase of his
construction operation . ·
. D-8 TRAFFIC CONTROL
The contractor will be required to obtain a "Street Use Permit" prior to starting work. As part of the
"Street Use Permit" a traffic control plan is required. The Contractor shall be responsible for
providing traffic control during the construction of this project consistent with the provisions set
forth in the "Latest Edition Texas Manual on Uniform Traffic Control Devices for Streets and
Highways" issued under the authority of the "State of Texas Uniform Act Regulating Traffic on
Highways," codified as Article 6701d Vernon's Civil Statutes, pertinent sections being Section Nos.
27, 29, 30 and 31.
Unless otherwise included as part of the Construction documents, the Contractor shall submit a
traffic control plan (duly sealed, signed and dated by a Registered Professional Engineer (P.E.) in
the state of Texas), to the City Traffic Engineer [Tel (817)392-8770] at or before the
preconstruction conference. The P.E. preparing the traffic control plan may utilize standard traffic
reroute configurations posted as "Typicals" on the City's Buzzsaw website. Although work will not
begin until the traffic control plan has been reviewed and approved, the Contractor's time will begin
in accordance with the timeframe mutually established in the 'Notice to Proceed' issued the
Contractor.
The Contractor will not remove any regulatory sign, instructional sign, street name sign or other
sign, which has been erected by the City. If it is determined that a sign must be removed to permit
required construction, the Contractor shall contact the Transportation and Public Works
Department, Signs and Markings Division, (Phone Number 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 correcUy
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."
02/09/2010 SC-9
PART D -SPECIAL CONDITIONS
The lump sum pay item for traffic control shall cover design and / or installation , and maintenance
of the traffic control plan .
D-9 DETOURS
The contractor shall prosecute his work in such a manner as to create a minimum of interruption to
traffic and pedestrian facilities and to the flow of vehicular and pedestrian traffic within the project
area .
D-10 EXAMINATION OF SITE
It shall be the responsibility of the prospective bidder to visit the project site and make such
examinations and explorations as may be necessary to determine all conditions , which may affect
construction of this project. Particular attention should be given to methods of providing ingress
and egress to adjacent private and public properties , procedures for protecting existing
improvements and disposition of all materials to be removed . Proper consideration should be
given to these details during the preparation of the Proposal and all unusual conditions , which may
give, rise to later contingencies should be brought to the attention of the Owner prior to the
submission of the Proposal.
D-11 ZONING COMPLIANCE
During the construction of this project, the Contractor shall comply with present zoning
requirements of the City of Fort Worth in the use of vacant property for storage purposes.
D-12 WATER FOR CONSTRUCTION
The Contractor at his own expense will furnish water for construction.
D-13 WASTE MATERIAL
All waste material shall become the property of the Contractor and shall be disposed of by the
Contractor at locations approved by the Engineer. All material shall be disposed of in such a
manner as to present a neat appearance and to not obstruct proper drainage or to cause injury to
street improvements or to abutting property .
D-14 PROJECT CLEANUP AND FINAL ACCEPTANCE
The Contractor shall be aware that keeping the project site in a neat and orderly condition is
considered an integral part of the contracted work and as such shall be considered subsidiary to the
appropriate bid items. Clean up work shall be done as directed by the Engineer as the work
progresses or as needed. If, in the opinion of the Engineer it is necessary , clean-up shall be done cm
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%.
0210912010 SC-10
PART D -SPECIAL CONDITIONS
Final cleanup work shall be done for this project as soon as all construction has been completed.
No more than seven days shall elapse after completion of construction before the roadway, right-
of-way, or easement is cleaned up to the satisfaction of the Engineer. The Contractor shall make
a final cleanup of all parts of the work before acceptance by the City of Fort Worth or its
representative . This cleanup shall include removal of all objectionable rocks , pieces of asphalt or
concrete and other construction materials , and in general preparing the site of the work in an
orderly manner and appearance . The City of Fort Worth shall give final acceptance of the
completed project work .
D-15 SAFETY RESTRICTIONS -WORK NEAR HIGH VOLTAGE LINES
The following procedures will be followed regarding the subject item on this contract:
1. A warning sign not less than five inches by seven inches , painted yellow with black letters
that are legible at twelve feet shall be placed inside and outside vehicles such as cranes,
derricks, power shovels, drilling rigs , pile drivers, hoisting equipment or similar apparatus.
The warning sign shall read as follows : "WARNING -UNLAWFUL TO OPERATE THIS
EQUIPMENT WITHIN SIX FEET OF HIGH VOLTAGE LINES ." .
2 . Equipment that may be operated within ten feet of high voltage lines shall have insulating
cage -type of guard about the boom or arm, except back hoes or dippers , and insulator links
on the lift hook connections .
3. When necessary to work within six feet of high voltage electric lines, notification shall be
given the power company (ONCOR) who will erect temporary mechanical barriers , de-
energize the lines , or raise or lower the lines. The work done by the power company shall
not be at the expense of the City of Fort Worth. The notifying department shall maintain an
accurate log of all such calls to ONCOR, and shall record action taken in each case.
4. The Contractor is required to make arrangements with the ONCOR company for the
temporary relocation or raising of high voltage lines at the Contractor's sole cost and
expense .
5. No person shall work within six feet of a high voltage line without protection having been
taken as outlined in Paragraph (3).
D-16 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
quantit ies . To the extent that C4-4.3 conflicts with this provision , this provision controls. No claim
will be considered for lost or anticipated profits based upon differences in estimated quantities
versus actual quantities .
D-17 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 respect ive item .
02/0912010 SC-11
PART D -SPECIAL CONDITIONS
I'
D-18 PROJECT DESIGNATION SIGN
Project signs are required at all locations. It shall be in accordance with the attached Figure 30
(dated 9-18-96). The signs may be mounted on skids or posts . The Engineer shall approve the
exact locations and methods of mounting . In addition to the 4' x 8' project signs, project signs
shall be attached to barricades used where manhole rehabilitation or replacement is being
conducted . Signs suspended from barricading shall be placed in such a way that signs do not
interfere with reflective paint or coloring on the barricades . Barricade signs shall be in accordance
with Figure 30 , except that they shall be 1 '-0 " by 2'-0" in size . The information box shall have -the
following information :
For Questions on this Project Call:
(817) 392-8306 M-F 7:30 am to 4:30 p.m.
or
(817) 392-8300 Nights and Weekends
Any and all cost for the required materials, labor, and equipment necessary for the furnishing of
Project Signs shall be considered as a subsidiary cost of the project and no additional
compensation will be allowed.
D-19 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-20 MISCELLANEOUS PLACEMENT OF MATERIAL
Material has been allocated under various bid items in the Proposal to establish unit prices for
miscellaneous placement of material. These materials shall be used only when directed by the
Engineer, depending on field conditions. Payment for miscellaneous placement of material will be
made for only that amount of material used , measured to the nearest one-tenth unit. Payment for
miscellaneous placement of material shall be in accordance with the General Contract Documents
regardless of the actual amount used for the project.
D-21 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
02/09/2010 SC-12
PART D -SPECIAL CONDITIONS
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-22 2:27 CONCRETE
Transportation and Public Works Department typical sections for Pavement and Trench Repair for
Utility Cuts Figures STR-028,STR-029 and STR-031refer to using 2:27 Concrete as base repair .
Since this call-out includes the word "concrete", th-e 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-23 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 test ing 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, Type "B" backfill material shall be used only with the consent and approval of the
Engineer. In general , all backfill material for trenches in existing paved streets shall be in
accordance with Figure WTR-029 . Sand material specified in WTR-029 shall be obtained from an
approved source and shall consist of durable particles free of thin or elongated pieces , lumps of
clay , soil , loam or vegetable matter and shall meet the following gradation :
• Less than 10% passing the #200 sieve
• P. I. = 1 0 or less
0210912010 SC-13
PART D -SPECIAL CONDITIONS
Additionally, the crushed limestone embedment gradation specified in Section E1-3 Crushed
Limestone for Embedment of the General Contract Documents and Specifications shall be
replaced with the following :
Sieve Size
1"
1/2 "
3/8 "
#4
#8
% Retained
0-10
40-75
55-90
90-100
95-100
All other provisions of this section shall remain the same .
3. TRENCH COMPACTION : All trench backfill shall be placed in lifts per E2-2 .9 Backfill.
Trenches which lie outside existing or future pavements shall be compacted to a minimum of 90%
Standard Proctor Density (A.S.T.M. 0698) by mechanical devices specifically designed for
compaction or a combination of methods subject to approval by the Engineer.
Trenches which lie under existing or future pavement shall be backfilled per Figure A with 95%
Standard Proctor Density by mechanical devices specifically designed for compaction or a
combination of methods subject to approval by the Engineer. Backfill material to be compacted as
described above must be within +-4% of its optimum moisture content.
The City, at its own expense, will perform trench compaction tests per A.S.T.M. standards on all
trench backfill. Any retesting required as a result of failure to compact the backfill material to meet
the standards will be at the expense of the Contractor and will be billed at the commercial rates as
determined by the City. These soil density tests shall be performed at two (2) foot vertical intervals
beginning at a level two (2) feet above the top of the installed pipe and continuing to the top of the
completed backfill at intervals along the trench not to exceed 300 linear feet. The Contractor will
be responsible for providing access and trench safety system to the level of trench backfill to be
tested. No extra compensation will be allowed for exposing the backfill layer to be tested or
providing trench safety system for tests conducted by the City .
4. MEASUREMENT AND PAYMENT: All material, with the exception of Type "B" backfill, and
labor costs of excavation and backfill will be included in the price bid per linear foot of water and
sewer pipe.
D-24 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 STR-028 through STR-031 . ·
The results of the street cores that were conducted on the project streets, to determine HMAC
depths on existing streets, are provided in these specifications and contract documents .
All required paving cuts shall be made with a concrete saw in a true and straight line on both sides
of the trench, a minimum of twelve (12) inches outside the trench walls . The trench shall be
backfilled and the top nine (9) inches shall be filled with required materials as shown on paving
details, compacted and level with the finished street surface . This finished grade shall be
02/0912010 SC-14
-
PART D -SPECIAL CONDITIONS
maintained in a serviceable condition until the paving has been replaced . All residential driveways
shall be accessible at night and over weekends.
It has been determined by the Transportation and Public Works Department that the strip of
existing HMAC pavement between the existing gutter and the edge of the trench pavement repair
will not hold up if such strip of existing pavement is two (2) feet or less in width.
Therefore, at the locations in the project where the trench wall is three (3) feet or less from the lip
of the existing gutter, the Contractor shall be required to remove the existing paving to such gutter.
The pavement repair shall then be made from a minimum distance of twelve (12) inches outside
the trench wall nearest the center of the street to the gutter line . ·· ·
The pavement shall be replaced within a maximum of five (5) working days, providing job
placement conditions will permit repaving . If paving conditions are not suitable for repaving, in the
opinion of the Owner, the repaving shall be done at the earliest possible date .
A permit must be obtained from the 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 Construction Services section 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
Construction Services section .
0-25 SITE SPECIFIC TRENCH SAFETY SYSTEM (COVERS ALL PROJECTS)
A. GENERAL: This specification covers the trench safety requirements for all trench excavations
exceeding depth of five (5) feet in order to protect workers from cave-ins . The requirements of
this item govern all trenches for mains, manholes, vaults, service lines, and all other
appurtenances. The design for the trench safety shall be signed and sealed by a Registered
Professional Engineer licensed in Texas . The trench safety plan shall be specific for each
water and/or sanitary sewer line included in the project.
B. STANDARDS: The latest version of the U.S. Department of Labor, Occupational Safety and
Health Administration Standards, 29 CFR Part 1926, Sub-Part P -Excavations, are hereby
made a part of this specification and shall be the minimum governing requirements for trench
safety .
C. DEFINITIONS:
1. TRENCHES - A trench is referred to as a narrow excavation made below the surface of the
ground in which the depth is greater than the width, where the width measured at the
bottom is not greater than fifteen (15) feet. ·
2. BENCHING SYSTEM -Benching means excavating the sides of a trench to form one or a
series of horizontal level or steps, usually with vertical or near-vertical_ surfaces between
levels .
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
02/09/2010 SC-15
PART D -SPECIAL CONDITIONS
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 grea_ter than five (5) feet. -
E. PAYMENT -Payment shall be full compensation for safety system design, labor, tools ,
materials , equipment and incidentals necessary for the installation and removal of trench
safety systems .
D-26 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 Cont ract Documents
in addition to those located in the field and identified by the Engineer. All manholes shall be in
accordance with sections E1-14 Materials for Sanitary Sewer Manholes, Valve Vaults, Etc.,
and E2-14 Vault and Manhole Construction of the General Contract Documents and
Specifications , unless amended or superseded by requirements of this Special Condition. For
new sewer line installations , the Contractor shall temporarily plug all lines at every open
manhole under construction in order to keep debris out of the dry sewer lines . The plugs shall
not be removed until the applicable manhole complete with cone section has been constructed
and the lid installed to keep out debris as a result of additional construction.
1. CONCRETE COLLARS : Concrete collars will be required on all manholes specified as per
COFW Standard Detail SAN-009 .
2. DELETED
3. LIFT HOLES : All lift holes shall be plugged with a pre-cast concrete plug . The lift hole
shall be sealed on the outside of the manhole with Ram -Nek or an approved equal sealant.
The lift hole shall be sealed on the inside of the manhole with quick setting cement grout.
4 . FINAL RIM ELEVATIONS : Manhole rims in parkways, lawns and other improved lands
shall be at an elevation not more than one (1) nor less than one-half (1/2) inch above the
surrounding ground. Backfill shall provide a uniform slope from the top of manhole casting
for not less than three (3) feet each direction to existing finish grade of the ground. The
grade of all surfaces shall be checked for proper slope and grade by string lining the entire
area regarded near the manhole .
Manholes in open fields , unimproved land , or drainage courses shall be at an elevation
shown on the drawings or minimum of 6 inches above grade.
02109/2010 SC-16
PART D -SPECIAL CONDITIONS
5. MANHOLE COVERS : All lids shall have pick slots in lieu of pick holes . Manhole frames
and covers shall be PAMREX, or approved equal , with 30-inch clear opening . Covers shall
set flush with the rim of the frame and shall have no larger than 1 /8-inch gap between the
frame and cover. Bearing surfaces shall be machine finished . Locking manhole lids and
frames will be restricted to locations within the 100-year floodplain and areas specifically
designated on the plans.
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 WltL NOT BE ALLOWED . . ..
7 . MANHOLE STEPS : No manhole steps are to be installed on any sanitary sewer manhole.
8 . EXTERIOR SURFACE COATING : Exterior surfaces of all manholes shall be coated with
two mop coats of coal tar epoxy, Koppers "Bitumastic Super Service Black" Tnemec "46-
450 Heavy Tnemecol." or equal to , a minimum or 14 mils dry film thickness .
9 . MANHOLE JOINT SEALING : All interior and/or exterior joints on concrete manhole
sections constructed for the City of Fort Worth Water Department , excluding only the joints
using a trapped type performed 0-ring rubber gasket shall require Bitumastic joint sealants
as per Figure M.
This sealant shall be pre-formed and trowelable Bitumastic as manufactured by Kent-Seal ,
Ram-Nek, E-Z Stick, or equal. The joint sealer shall be supplied in either extruded pipe
form or suitable cross-sectional area or flat-tape and shall be sized as recommended by
the manufacturer and approved by the Engineer. The joint sealer shall be protected by a
suitable removable wrapper and shall not in any way depend on oxidation , evaporation, or
any other chemical action for either its adhesive properties or cohesive strength . The Joint
sealer shall remain totally flexible without shrinking, hardening , or oxidizing regardless of
the length of time it is exposed to the elements. The manufacturer shall furnish an affidavit
attesting to the successful use of the product as a pre-formed flexible joint sealant on
concrete pipe and manhole sections for a period of at least five years.
B. EXECUTION :
1. INSTALLATION OF JOINT SEALANT: Each grade adjustment ring and manhole frame
shall be sealed with the above-specified materials . All surfaces to be in contact with the
joint sealant shall be thoroughly cleaned of dirt, sand, mud , or other foreign matter. The
manufacturer shall apply a primer to all surfaces prior to installing the joint sealant in
accordance with the recommendations . The protective wrapper shall remain on the joint
sealant until immediately prior to the placement of the pipe in the trench. After removal of
the protective wrapper, the joint sealant shall be kept clean . Install frames and cover over
manhole opening with the bottom of the rings resting on Bitumastic joint sealer. Frames
and grade rings shall rest on two (2) rows (inside and outside) of Bitumastic joint sealer.
2 . SEALING AND/OR ADJUSTING EXISTING MANHOLES : Excavate (rectangular full depth
saw cut if in pavement) adjacent to the manhole to expose the entire manhole frame and a
minimum of 6 inches of the manhole wall keeping the sides of the trench nearly vertical.
02/0912010 SC-17
PART D -SPECIAL CONDITIONS
Remove manhole frame from the manhole structure and observe the condition of the frame
and grade rings . Any frame or grade ring that is not suitable for use as determined by the
Engineer shall be replaced . Grade rings that are constructed of brick, block materials other
than pre-cast concrete rings, or where necessary and approved by the Engineer, shall be
replaced with a pre-cast flattop section. Pre-cast concrete rings , or a pre-cast concrete
flattop section will be the only adjustments allowed .
In brick or block manholes, replace the upper portion of the manhole to a point 24 inches
below the frame . If the walls or cone section below this level are structurally unsound,
notify the Engineer prior to replacement of the grade rings and manhole frame. Existing
brickwork, if damaged by the Contractor, shall be replaced at the Contractor 's expense.
Wire brush manhole frame and exposed manhole surfaces to remove dirt and loose debris .
Coat exposed manhole surfaces with an approved bonding agent followed by an
application of quick setting hydraulic cement to provide a smooth working surface.
If the inside diameter of the manhole is too large to safely support new adjustment rings or
frames, a flat top section shall be installed .
Joint surfaces between the frames , adjustment rings, and cone section shall be free of dirt,
stones, debris and voids to ensure a watertight seal. Place flexible gasket joint material
along the inside and outside edge of each joint , or use trowelable material in lieu of pre-
formed gasket material. Position the butt joint of each length of joint material on opposite
sides of the manhole. No steel shims, wood , stones, or any material not specifically
accepted by the Engineer may be used to obtain final surface elevation of the manhole
frame .
In paved areas or future paved areas, castings shall be installed by using a straight edge
not less than ten (10) feet long so that the top of the casting will conform to the slope and
finish elevation of the paved surface . The top of the casting shall be 1/8 inch below the
finished elevation. Allowances for the compression of the joint material shall be made to
assure a proper final grade elevation .
3. EXPOSED EXTERIOR SURFACES: All exposed exterior surfaces shall be coated with
two mop coats of coal tar epoxy . Kopper "Bitumastic Super Service Black "; Tnemec "46-
450 Heavy Tnemecol", or equal, to a minimum of 14 mils dry film thickness .
4 . The exterior surface of all pre-cast section joints shall be thoroughly cleaned with a wire
brush and then waterproofed with a 1/2-inch thick coat of trowelable bitumastic joint sealant
from 6-inches below to 6-inches above the joint. The coated joint shall then be wrapped
with 6 mil plastic to protect the sealant from damage during backfilling .
C. MEASUREMENT AND PAYMENT: The price bid for new manhole installations shall include all
labor, equipment, and materials necessary for construction of the manhole including, but not
limited to, joint sealing, lift hole sealing and exterior surface coating. Payment shall not include
pavement replacement, which if required, shall be paid separately . ··
The price bid for reconstruction of existing manholes shall include all labor equipment and
materials necessary for construction of new manhole, including, but not limited to , excavation,
0210912010 SC-18
PART D -SPECIAL CONDITIONS
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-27 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 fitt ings 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 avo id
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
approved by the Engineer. For situations involving sewer service re-routing , whether on publ ic
or private property , the City shall provide line and grade for the sewer service lines as shown
on the project plans . Prior to installing the applicable sewer main or lateral and the necessary
service lines, the Contractor shall verify (by de-holing at the building clean-out) the elevations
(shown on the plans) at the building clean-out and compare the data with the elevation at the
proposed connection point on the sewer main , in order to ensure that the two (2) percent
minimum slope (or as specified by the Engineer) requirement is satisfied . Elevations shall also
be verified at all bend locations on the service re-route . All applicable sewer mains, laterals
02/09/2010 SC-19
PART D -SPECIAL CONDITIONS
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 informat ion obtained by the Contractor shall be subm itted 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 serv ice 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-28 REMOVAL, SALVAGE, AND ABANDONMENT OF EXISTING FACILITIES
Any removal , salvaging and/or abandonment of existing facilities will necessarily be required as
shown on the plans , and/or described in these Special Contract Documents in addition to those
located in the field and identified by the Engineer. This work shall be done in accordance with
Section E2-1.5 Salvaging of Material and E2-2 . 7 Removing Pipe, of the General Contract
Documents and Specifications, unless amended or superseded by requirements of this Special
Condition.
A. SALVAGE OF EXISTING WATER METER AND METER BOX: Existing water meter and
meter box shall be removed and returned to the Water Department warehouse by the
Contractor in accordance with Section E2-1 .5 Salvaging of Materials.
02/09/2010 SC-20
PART D -SPECIAL CONDITIONS
B. SALVAGE OF EXISTING WATER METER AND CONCRETE VAULT LID: Existing water
meter and concrete vault lid shall be removed and returned to the Water Department
warehouse by the Contractor in accordance with Section E2-1.5 Salvaging of Materials. The
concrete vault shall be demolished in place to a point not less than 18 inches below final grade .
The concrete vault shall then be backfilled and compacted in accordance with backfill method
as specified in Section E2-2.9 Backfill. Backfill material shall be suitable excavated material
approved by the Engineer. Surface restoration shall be compatible with existing surrounding
surface and grade .
C. SALVAGE OF EXISTING FIRE HYDRANTS : Existing fire hydrants shall be removed and
returned to the Water Department warehouse-by the Contractor in accordance with Section
E2-1.5 Salvaging of Materials . The void shall be backfilled and compacted in accordance with
backfill method as specified in Section E2-2.9 Backfill. Backfill material shall be suitable
excavated material approved by the Engineer. Surface restoration shall be compatible with
existing surrounding surface and grade.
D. SALVAGE OF EXISTING GATE VALVE: Existing gate valve and valve box and lid shall be
removed and returned to the Water Department warehouse by the Contractor in accordance
with Section E2-1 .5 Salvaging of Materials. The void area caused by the valve removal shall
be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9
Backfill. Backfill material shall be suitable excavated material approved by the Engineer.
Surface restoration shall be compatible with existing surrounding surface and grade. If the
valve is in a concrete vault, the vault shall be demolished in place to a point no less than 18"
below final grade .
E. ABANDONMENT OF EXISTING GATE VALVE: Existing gate valve and box lid shall be
abandoned by first closing the valve to the fully closed position and demolishing the valve box
in place to a point not less than 18 inches below final grade. Concrete shall then be used as
backfill material to match existing grade.
F. ABANDONMENT OF EXISTING VAULTS : Vaults to be demolished in place shall have top
slab and lid removed and vault walls demolished to a point not less than 18" below final grade.
The void area caused shall then be backfilled and compacted in accordance with backfill
method as specified in Section E2-2.9 Backfill. Backfill material shall be suitable excavated
material approved by the Engineer. · Surface restoration shall be compatible with the existing
surrounding grade .
G . ABANDONMENT OF MANHOLES : Manholes to be abandoned in place shall have all pipes
entering or exiting the structure plugged with lean concrete . Manhole top or cone section shall
be removed to the top of the full barrel diameter section, or to point not less than 18 inches
below final grade. The structure shall then be backfilled and compacted in accordance with
backfill method as specified in Section E2-2 .9 Backfill. Backfill material may be either clean
washed sand of clean, suitable excavated material approved by the Engineer. Surface
restoration shall be compatible with surrounding service surface. Payment for work involved in
backfilling, plugging of pipe(s) and all other appurtenances required, shall be included in the
appropriate bid item -Abandon Existing Sewer Manhole.
H. REMOVAL OF MANHOLES: Manholes to be removed shall have all pipes entering or exiting
the structure disconnected . The complete manhole, including top or cone section, all full barrel
diameter section, and base section shall be removed . The excavation shall then be backfilled
02/0912010 SC-21
PART D -SPECIAL CONDITIONS
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 wi t h surrounding surface .
I. CUTTING AND PLUGGING EXISTING MAINS : At various locations on this project , it may be
required to cut , plug , and block existing water mains/services or sanitary sewer mains/services
in order to abandon these lines. Cutting and plugging existing mains and/or services shall be
considered as incidental and all costs incurred will be cons idered to be included in the linear
foot bid price of the pipe, unless separate trenching is required.
-
J . REMOVAL OF EXISTING PIPE: Where removal of the existing pipe is required , it shall be the
Contractor's responsibility to properly dispose of all removed pipe . All removed valves, ·fire
hydrants and meter boxes shall be delivered to Water Department Field Operation , Storage
Yard .
C. PAYMENT: Payment for all work and material involved in salvaging, abandoning and/or
removing existing facilities shall be included in the linear foot bid price of the pipe , except as
follows: separate payment will be made for removal of all fire hydrants , gate valves, 16 inch
and larger, and sanitary sewer manholes, regardless of location .
Payment will be made for salvaging , abandoning and/or removing all other existing facilities
when said facility is not being replaced in the same trench (i.e., when removal requires a
separate trench).
L. ABANDONMENT OF EXISTING SEWER LINES : Where plans call for abandonment of
existing sewer mains after the construction of a new sewer main , the Contractor shall be
responsible for TV inspection of 100% of the existing sewer main to be abandoned to make a
final determination that all existing service connections have been relocated to the new main .
Once this determination has been made, the existing main will be abandoned as indicated
above in Item I.
D-29 DETECTABLE WARNING TAPES
Detectable underground utility warning tapes which can be located from the surface by a pipe
detector shall be installed directly above non-metallic water and sanitary sewer pipe . The
detectable tape shall be "Detect Tape" manufactured by Allen Systems, Inc . or approved equal,
and shall consist of a m inimum 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
02/09/2010 SC-22
PART D -SPECIAL CONDITIONS
tapes, and all other associated appurtenances required shall be included in the unit price bid for
the appropriate bid item(s).
D-30 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-31 DISPOSAL OF SPOIUFILL MATERIAL
Prior to the disposing of any spoil/fill material, the -Contractor shall advise the City of Fort Worth's
Flood Plain Administrator ("Administrator"), of the location of all sites where the Contractor intends
to dispose of such material. Contractor shall not dispose of such material until the proposed sites
have been determined by the Administrator to meet the requirements of the Flood Plain
Ordinances of the City of Fort Worth (Ordinance No. 10056). All disposal sites must be approved
by the Administrator to ensure that filling is not occurring within a floodplain without a permit. A
floodplain permit can be issued upon approval of necessary Engineering studies . No fill permit is
required if disposal sites are not in a floodplain. Approval of the Contractor's disposal sites shall
be evidenced by a letter signed by the Administrator stating that the site is not in a known flood
plain or by a Flood Plain Fill Permit authorizing fill within the flood plain . Any expenses associated
with obtaining the fill permit , including any necessary Engineering studies , shall be at the
Contractor's expense . In the event that the Contractor disposes of spoil/fill material at a site
without a fill permit or a letter from the administrator approving the disposal site , Contractor shall
remove the spoil/fill material at his expense and dispose of such materials in accordance with the
Ordinances of the City and this section .
D-32 MECHANICS AND MATERIALMEN'S LIEN
The Contractor shall be required to execute a release of mechanics and material men's liens upon
receipt of payment.
D-33 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
qual ity 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 . Wher~
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.
02/0912010 SC-23
PART D -SPECIAL CONDITIONS
D-34 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 p ipe , fold and form pipe , slip-line , etc.), shall be cleaned, and a
television inspection performed to identify any active sewer service taps , other sewer laterals
and their location . Work shall consist of furnishing all labor, material, and equipment
necessary for the cleaning and inspection of the sewer lines by means of closed circuit
television. Satisfactory precautions shall be taken to protect the sewer lines from damage that
might be inflicted by the improper use of cleaning equipment.
1. HIGH VELOCITY JET (HYDROCLEANING) EQUIPMENT: The high-velocity sewer _line
cleaning equipment shall be constructed for easy and safe operation. The equipment shall
also have a selection of two or more high-velocity nozzles . The nozzles shall be capable of
producing a scouring action from 15 to 45 degrees in all size lines designated to be
cleaned . Equipment shall also include a high-velocity gun for washing and scouring
manhole walls and floor. The gun shall be capable of producing flows from a fine spray to
a solid stream. The equipment shall carry its own water tank, auxiliary engines , pumps,
and hydraulically driven hose reel.
Hydraulically Propelled Equipment shall be of a movable dam type and be constructed in
such a way that a portion of the dam may be collapsed at any time during the cleaning
operation to protect against flooding of the sewer. The movable dam shall be equal in
diameter around the outer periphery to ensure removal of grease. If sewer cleaning balls
or other equipment, which cannot be collapsed, is used, special precautions to prevent
flooding of the sewers and public or private property shall be taken. The flow of sewage
present in the sewer lines shall be utilized to provide necessary fluid for hydraulic cleaning
devices whenever possible .
2 . CLEANING PROCEDURES: The designated sewer manholes shall be cleaned using high-
velocity jet equipment. The equipment shall be capable of removing dirt, grease, rocks,
sand , and other materials and obstructions from the sewer lines and manholes . If cleaning
of an entire section cannot be successfully performed from one manhole, the equipment
shall be set up on the other manhole and cleaning again attempted . If, again, successful
cleaning cannot be performed or equipment fails to traverse the entire manhole section, it
will be assumed that a major blockage exists, and the cleaning effort shall be abandoned .
When additional quantities of water from fire hydrants are necessary to avoid delay in
normal working procedures , the water shall be conserved and not used unnecessarily. No
fire hydrant shall be obstructed in case of a fire in the area served by the hydrant. Before
using any water from the City Water Distribution System , the Contractor shall apply for and
receive permission from the Water Department. The Contractor shall be responsible for
the water meter and related charges for the setup, including the water usage bill. All
expenses shall be considered incidental to cleaning .
3. DEBRIS REMOVAL AND DISPOSAL: All sludge , dirt , sand , rock, grease, and other solid
or semiso lid material resulting from the cleaning operation shall be removed at the
downstream manhole of the section being cleaned . Passing material from manhole section
to manhole section , which could cause line stoppages, accumulations of sand in wet wells ,
or damage pumping equipment, shall not be permitted .
02/09/2010 SC-24
PART D -SPECIAL CONDITIONS
4. All solids or semisolid resulting from the cleaning operations shall be removed from the site
and disposed of at a site designated by the Engineer. All materials shall be removed from
the site no less often than at the end of each workday and disposed of at no additional cost
to the City .
5. UNDER NO CIRCUMSTANCE SHALL SEWAGE OR SOLIDS REMOVED THEREFROM
BE DUMPED ONTO STREETS OR INTO DITCHES , CATCH BASINS, STORM DRAINS
OR SANITARY SEWER MANHOLES.
6. TELEVISION INSPECTION EQUIPMENT: The television camera used for the inspection
shall be one specifically designed and constructed for such inspection . Lighting for :the
camera shall be suitable to allow a clear picture of the entire periphery of the pipe. The
camera shall be operative in 100% humidity conditions . The camera, television monitor,
and other components of the video system shall be capable of producing picture quality to
the satisfaction of the Engineer; and if unsatisfactory , equipment shall be removed and no
payment will be made for an unsatisfactory inspection.
B. EXECUTION:
1. TELEVISION INSPECTION: The camera shall be moved through the line in either
direction at a moderate rate, stopping when necessary to permit proper documentation of
any sewer service taps. In no case will the television camera be pulled at a speed greater
than 30 feet per minute. Manual winches , power winches, TV cable, and powered rewinds
or other devices that do not obstruct the camera view or interfere with proper
documentation shall be used to move the camera through the sewer line .
When manually operated winches are used to pull the television camera through the line,
telephones or other suitable means of communications shall be set up between the two
manholes of the section being inspected to ensure good communications between
members of the crew .
The importance of accurate distance measurements is emphasized . All television
inspection videotapes shall have a footage counter. Measurement for location of sewer
service taps shall be above ground by means of meter device. Marking on the cable, or the
like, which would require interpolation for depth of manhole , will not be allowed. Accuracy
of the distance meter shall be checked by use of a walking meter, roll-a-tape , or other
suitable device , and the accuracy shall be satisfactory to the Engineer.
The City makes no guarantee that all of the sanitary sewers to be entered are clear for the
passage of a camera. The methods used for securing passage of the camera are to be i:lt
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 locat ions 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 .
02/0912010 SC-25
PART D -SPECIAL CONDITIONS
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 inspecUon
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 televis ion camera .
THE TAPES SHALL BE SUBMITTED TO THE ENGINEER PRIOR TO CONSTRUCTION
FOR REVIEW AND DETERMINATION OF SAGS . Upon completion of review of the tapes
by the Engineer , the Contractor will be notified as to which sections of the sanitary sewer
are to be corrected . The Engineer will return tapes to the Contractor upon completion of
review .
All costs associated with this work shall be incidental to unit prices bid for items under
Television Inspection of the Proposal.
C. PAYMENT OF CLEANING AND PRE-CONSTRUCTION TELEVISION INSPECTION OF
SANITARY SEWERS : The cost for Pre-Construction Cleaning and Television Inspection of
sanitary sewers shall be per linear foot of sewer actually televised. The Contractor shall
provide the Engineer with tapes of a quality that the particular piece of sewer can be readily
evaluated as to existing sewer condit ions and for providing appropriate means for review of the
tapes by the Engineer including collection and removal , transportat ion and disposal of sand
and debris from the sewers to a legal dump site.
Television inspection shall include necessary cleaning (hydraulic jet or mechanical cleaner) to
provide video image required for line analysis .
The primary purpose of cleaning is for television inspection and rehabilitation; when a portion
of a line is not or cannot be televised or rehabilitated , the cleaning of that -portion of line shall
be incidental and no payment shall be made .
The City makes no guarantee that all of the sanitary sewers to be entered are clear for the
passage of a camera. The methods used for securing passage of the camera are to be at the
option of the Contractor, and the costs must be included in the bid price for TV Inspections .
02109/2010 SC-26
PART D -SPECIAL CONDITIONS
The cost of retrieving the TV Camera , under all circumstances , when it becomes lodged during
inspection , shall be incidental to TV Inspection .
The item shall also include all costs of installing and maintaining any bypass pumping required
to provide reliable , regular sewer service to the area residents . All bypass pumping shall be
incidental to the project.
D-35 VACUUM TESTING OF SANITARY SEWER MANHOLES
A. GENERAL: This item shall govern the vacuum testing of all newly constructed sanitary sewer
manholes .
B. EXECUTION :
1. TEST PROCEDURE : Manholes shall be vacuum tested prior to any interior grouting with
all connections in place. Lift holes shall be plugged, arid all drop-connections and gas
sealing connections shall be installed prior to testing .
The sewer lines entering the manhole shall be plugged and braced to prevent the plugs
from being drawn into the manhole . The plugs shall be installed in the lines beyond the
drop-connections , gas sealing connections , etc. The test head shall be placed inside the
frame at the top of the manhole and inflated in accordance with the manufacturer's
recommendations. A vacuum of ten inches of mercury (1 O"Hg) shall be drawn and the
vacuum pump will be turned off. With the valve closed , the level of vacuum shall be read
after the required test time . The required test time shall be determined from the Table I
below in accordance with ASTM C1244-93 :
Table I
MINIMUM TIME REQUIRED FOR VACUUM DROP
OF 1" Hg (1 O"Hg -9"Hg) (SEC)
Depth of MH .
(FT.)
Oto 16 '
18 '
20'
22'
24'
26'
28'
30'
For Each
Additional 2'
48-lnch Dia .
Manhole
40 sec .
45 sec.
50 sec.
55 sec .
59 sec .
64 sec .
69 sec .
74 sec .
5 sec .
60-lnch Dia .
Manhole
52 sec.
59 sec .
65 sec.
72 sec .
78 sec.
85 sec .
91 sec .
98 sec .
6 sec .
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
02109/2010 SC-27
PART D -SPECIAL CONDITIONS
manhole wall or digging to expose the exterior wall of the manhole in order to locate the
leak and seal it with an epoxy sealant. The manhole shall be retested as described above
unt il 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-36 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-37 POST-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER
A. GENERAL: After construction, ALL sections of sanitary sewer lines shall have a television
inspection performed by an independent sub-Contractor hired by the prime Contractor. Work
shall consist of furnishing all labor, material , and equipment necessary for inspection of the
sewer lines by means of closed circuit television. Satisfactory precautions shall be taken to
protect the sewer lines from damage that might be inflicted by the improper use of cleaning
equipment.
B. TELEVISION INSPECTION EQUIPMENT : The television camera used for the inspection shall
be one specifically designed and constructed for such inspection . Lighting for the camera shall
be operative in 100% humidity conditions. The camera , television monitor, and other
components of the video system shall be capable of producing picture quality to the
satisfaction of the Engineer; and if unsatisfactory, equipment shall be removed and no
payment will be made for an unsatisfactory inspection .
C. EXECUTION :
1. TELEVISION INSPECTION: The camera shall be moved through the line in either
direction at a moderate rate , stopping when necessary to permit proper documentation of
any sewer service taps . In no case will the television camera be pulled at a speed greater
than 30 feet per minute. Manual winches, power winches , TV cable, and powered rewinds
or other devices that do not obstruct the camera view or interfere with proper
documentation shall be used to move the camera through the sewer line. No more than
2000 linear feet of pipe will be televised at one time for review by the Engineer.
02/09/20 10 SC-28
PART D -SPECIAL CONDITIONS
When manually operated winches are used to pull the television camera through the line,
telephones or other suitable means of communications shall be set up between the two
manholes of the section being inspected to ensure good communications between
members of the crew .
The importance of accurate distance measurements is emphasized . All television
inspection video tapes shall have a footage counter . Measurement for location of sewer
service taps shall be above ground by means of meter device . Marking on the cable, or the
like, which would require interpolation for depth of manhole, will not be allowed. Accuracy
of the distance meter shall be checked by use of a walking meter, roll-a-tape , or other
suitable device, and the accuracy shall be satisfactory to the Engineer. .· ·
The City makes no guarantee that all of the sanitary sewers to be entered are clear for the
passage of a camera . The methods used for securing passage of the camera are to be at
the opt ion 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 prov ide a clear image of sewer being inspected.
2 . DOCUMENTATION : Television Inspection Logs: Printed location records shall be kept by
the Contractor and will clearly show the location in relation to an adjacent manhole of each
sewer service tap observed during inspection . All television logs shall be referenced to
stationing as shown on the plans . A copy of these television logs will be supplied to the
City.
3. PHOTOGRAPHS : Instant developing, 35 mm, or other standard-size photographs of the
television picture of problems shall be taken by the Contractor upon request of the
Engineer , as long as such photographing does not interfere with the Contractor's
operations .
4 . VIDEOTAPE RECORDINGS : The purpose of tape recording shall be to supply a visual and
audio record of problem areas of the lines that may be replayed. Video tape recording
playback shall be at the same speed that it was recorded . The television tapes shall be
furnished to the City for review immediately upon completion of the television inspection
and may be retained a maximum of 30 calendar days . Equipment shall be provided to the
City by the Contractor for review of the tapes . Tapes will be returned to the Contractor
upon completion of review by the Engineer. Tapes shall .not be erased without the
permission of the Engineer.
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.
02/09/2010 SC-29
PART D -SPECIAL CONDITIONS
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 eva luated 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 th is 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 requ ired
to provide reliable , regular sewer service to the area residents. All bypass pumping shall be
incidental to the project.
D-38 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, includ ing 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 wh ich 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)
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-39 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
02/09/2010 SC-30
PART D -SPECIAL CONDITIONS
measures shall include d ikes, dams, berms, sediment basins , fiber mats, jute netting,
temporary seeding, straw mulch , asphalt mulch , plastic liners , rubble liners , baled-hay retards,
dikes , slope dra ins 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 ford ings 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.
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 .
02/09/2010 SC-31
PART D -SPECIAL CONDITIONS
D-40 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-41 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 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, all wounds on Live Oak and Red Oak trees shall be
immediately sealed using a commercial pruning paint.
No separate payment will be made for any of the work involved for this item and all costs incurred
will be considered a subsidiary cost of the project.
D-42 SITE RESTORATION
The contractor shall be responsible for restoring the site to original grade and condition after
completion of his operations subject to approval of the Engineer. The basis for approval by the
Engineer will be grade restoration to plus minus one-tenth (0 .1) of a foot.
D-43 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.
02/09/2010 SC-32
PART D -SPECIAL CONDITIONS
D-44 TOPSOIL, SODDING, SEEDING & HYDROMULCHING
This item shall be performed in accordance with the City of Fort Worth Parks and Community
Services Department Specifications for Topsoil, Sodding and Seeding .
1. TOPSOIL
DESCRIPTION : This item will consist of furnishing and placing a minimum of six (6) inches of
topsoil , free from rock and foreign material, in all parkways and medians to the lines and
grades as established by the Engineer.
CONSTRUCTION METHODS : Topsoil will be secured from borrow sources as required to
supplement material secured from street excavation. All excavated materials from streets
which is suitable for topso il will be used in the parkways and medians before any topsoil is
obtained from a borrow source . Topsoil material secured from street excavation shall be
stockpiled at locations approved by the Engineer, and at completion of grading and paving
operations, topsoil shall be placed on parkway areas so as to provide a minimum six (6) inches
of compacted depth of topsoil parkways .
2 . SODDING
DESCRIPTION : Sodding will consist of furnishing and planting Bermuda , Buffalo or St.
Augustine grass in the areas between the curbs and walks, on terraces, in median strips, on
embankments or cut slopes , or in such areas as designated on the Drawings and in
accordance with the requirements of this Specification. Recommended Buffalo grass varieties
for sodding are Prairie and 609.
MATERIALS : Sod shall consist of live and growing Bermuda , Buffalo or St. Augustine grass
secured from sources where the soil is fertile. Sod to be placed during the dormant state of
these grasses shall be alive and acceptable. Bermuda and Buffalo grass sod shall have a
healthy, virile root system of dense, thickly matted roots throughout a two (2) inch minimum
thickness of native soil attached to the roots. St. Augustine grass sod shall have a healthy,
virile root system of dense, thickly matted roots throughout a one (1) inch minimum thickness
of native soil attached to the roots.
The sod shall be free from obnoxious weeds or other grasses and shall not contain any matter
deleterious to its growth or which might affect its subsistence or hardiness when transplanted .
Sod to be placed between curb and walk and on terraces shall be the same type grass as
adjacent grass or existing lawn .
Care shall be taken at all times to retain native soil on the roots of the sod during the process
of excavating , hauling, and planting. Sod material shall be kept moist from the time it is dug
until planted . When so directed by the Engineer, the sod existing at the source shall be
watered to the extent required prior to excavating . So9 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 .
02/09/2010 SC-33
PART D -SPECIAL CONDITIONS
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 :
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 Texa$
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.
02109/2010 SC-34
PART D -SPECIAL CONDITIONS
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 -ss% 90%
Table 120.2.(2)a.
URBAN AREA WARM-SEASON SEEDING RATE (lbs.); Pure Live Seed (PLS)
Dates
Feb 1
to
May 1
Mixture for Clay or Tight Soils
(Eastern Sections)
Bermudagrass 40
Buffalograss 60
(Western Sections)
Buffalograss 80
Bermudagrass 20
Total : 100 Total : 100
Table, 120.2.(2)b
Mixture for
Sandy Soils
(All Sections)
Bermudagrass 60
Buffalograss 40
Total : 100
TEMPORARY COOL-SEASON SEEDING RATE; (lb.) Pure Live Seed (PLS)
Dates (All Sections)
Aug 15 Tall Fescue 50
to Western Wheatgrass 50
May 1 Annual Rye 50
Total : 100
CONSTRUCTION METHODS: After the designated areas have been completed to the lines,
grades , and cross-sections shown on the Drawings and as provided for in other items of this
Contract, seeding of the type specified shall be performed in accordance with the requirements
hereinafter described .
a. Watering. Seeded areas shall be watered as di rected by the Engineer so as to prevent
washing of the slopes or dislodgment of the seed.
b . Finishing . Where applicable , the shoulders , slopes , and ditches shall be smoothed after
seed bed preparation has been completed and shaped to conform to the cross-section
previously provided and existing at the time planting operations were begun .
BROADCAST SEEDING : The seed or seed mixture in the quantity specified shall be un iformly
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-
44, Construction Methods , is not applicable since no seed bed preparation is required .
02/09/2010 SC-35
PART D -SPECIAL CONDITIONS
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-44, 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-44,
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.
RE-SEEDING OF AREAS PLANTED WITH COOL SEASONS SPECIES : Areas where
temporary cool season species have been planted may be replanted beginning February 1 with
warm season species as listed in Table 120 .2(2)a . The re-seeding will be achreved in the
following manner. The cool season species shall be mowed down to a height of one (1) inch to
insure that slit-seeding equipment will be able to cut through the turf and achieve adequate soil
penetration .
* Slit-seeding , is achieved through the use of an implement which cuts a furrow (slit) in the soil
and places the seed in the slit which is then pressed close with a cult packer wheel.
02/0912010 SC-36
PART D -SPECIAL CONDITIONS
4 . HYDROMULCH SEEDING :
If hydro mulch seeding is provided, seed mix shall have 95% purity of Bermuda grass and
have a germination rate of 90%. Contractor shall ensure that the grass establishes .
5. CONSTRUCTION WITHIN PARK AREAS
TURF RESTORATION OF PARK AREAS : FERTILIZER
DESCRIPTION : "Fertilizer" will consist of providing and distributing fertilizer over such areas as
are designated on the Drawings and in accordance with these Specifications .
MATERIALS: All fertilizer used shall be delivered in bags or containers clearly labeled showing
the analysis . The fertilizer is subject to testing by the City of Fort Worth in accordance with the
Texas Fertilizer Law. A pelleted or granulated fertilizer shall be used with an analysis of 16-20-
0 or 16-5-8 or having the analysis shown on the Drawings. The figures in the analysis
represent the percent of nitrogen, phosphoric acid, and potash nutrients respectively as
determined by the methods of the Association of Official Agricultural Chemists .
In the event it is necessary to substitute a fertilizer of a different analysis, it shall be a pelleted
or granulated fertilizer with a lower concentration. Total amount of nutrients furnished and
applied per acre shall equal or exceed that specified for each nutrient.
CONSTRUCTION METHODS : When an item for fertilizer is included in the Drawings and
proposal, pelleted or granulated fertilizer shall be applied uniformly over the area specified to
be fertilized and in the manner directed for the particular item of work . Fertilizer shall be dry
and in good physical condition. Fertilizer that is powdered to caked will be rejected.
Distribution of fertilizer as a particular item of work shall meet the approval of the Engineer.
Unless otherwise indicated on the Drawings, fertilizer shall be applied uniformly at the average
rate of three hundred (300) pounds per acre for all types of "Sodding" and four hundred (400)
pounds per acre for all types of "Seeding".
MEASUREMENT: Topsoil secured from borrow sources will be measured by the square yard
in place on the project site. Measurement will be made only on topsoils secured from borrow
sources.
Acceptable material for "Seeding" will be measured by the linear foot, complete in place.
Acceptable material for "Sodding" will be measured by the linear foot, complete [n place.
Acceptable material for "Fertilizer" shall be subsidiary to the price of sodding or seeding.
PAYMENT : Al .I 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 .
02109/2010 SC-37
PART D -SPECIAL CONDITIONS
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 sodd ing" 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-45 CONFINED SPACE ENTRY PROGRAM
It shall be the responsibility of the contractor to implement and maintain a variable "CONFINED
SPACE ENTRY PROGRAM " which must meet OSHA requirements for all its employees and
subcontractors at all times during construction. All active sewer manholes, regardless of depth,
are defined by OSHA, as "permit required confined spaces". Contractors shall submit an
acceptable "CONFINED SPACE ENTRY PROGRAM" for all applicable manholes and maintain an
active file for these manholes . The cost of complying with this program shall be subsidiary to the
pay items involving work in confined spaces.
D-46 SUBSTANTIAL COMPLETION INSPECTION/FINAL INSPECTION
7. Prior to the final inspection being conducted for the project, the contractor shall contact the
city inspector in writing when the entire project or a designated portion of the project is
substantially complete .
8. The inspector along with appropriate City staff and the City 's consultant shall make an
inspection of the substantially completed work and prepare and submit to the contractor a
list of items needing to be completed or corrected .
9. The contractor shall take immediate steps to rectify the listed deficiencies and notify the
owner in writing when all the items have been completed or corrected . ·
10. Payment for substantial completion inspection as well as final inspection shall be
subsidiary to the project price. Contractor shall still be required to . address all other
deficiencies , which are discovered at the time of final inspection .
11 . Final inspection shall be in conformance with general condition item "C5-5 .18 Fir:iaI
Inspection" of PART C -GENERAL CONDITIONS.
02109/2010 SC-38
PART D -SPECIAL CONDITIONS
D-47 EXCAVATION NEAR TREES (WHERE IDENTIFIED ON THE PLANS)
1. The Contractor shall be responsible for taking measures to minim ize 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 w ithin the drip line area of any tree .
5. Before excavation (off the roadway) within the drip line area of any tree , the earth shall be
sawcut for a minimum depth of 2 feet.
6 . At designated locations shown on the drawings, the "short tunnel" method using Class 51
D.I. pipe shall be utilized .
7. Except in areas where clearing is allowed , all trees up to 8" in diameter damaged during
construction shall be removed and replaced with the same type and diameter tree at the
contractor's expense .
8. Contractor shall employ a qualified landscaper for all the work required for tree care to
ensure utilization of the best agricultural practices and procedures .
9. Short tunneling shall consist of power augering or hand excavation . The tunnel diameter
shall not be larger than 1-1 /2 times the outside pipe diameter. Voids remaining after pipe
installation shall be pressure grouted .
D-48 CONCRETE ENCASEMENT OF SEWER PIPE
Concrete encasement of sewers shall be paid for at the Contract Unit Price per linear foot of
concrete encasement as measured in place along the centerline of the pipe for each pipe diameter
indicated . The Contract Unit Price shall include all costs associated with installation and
reinforcement of the concrete encasement.
D-49 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 imperviou~
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 .
02/09/2010 SC -39
PART D -SPECIAL CONDITIONS
D-50 EXPLORATORY EXCAVATION (D-HOLE)
The Contractor shall be responsible for verifying the locations of all existing utilities prior to
construction, in accordance with item D-6 . At locations identified on the drawings, contractor shall
conduct an exploratory excavation (D-Hole), to locate and verify the location and elevation of the
existing underground utility where it may be in potential conflict with a proposed facility alignment.
The exploratory excavation shall be conducted prior to construction of the entire project only at
locations denoted on the plans or as directed by the engineer. Contractor shall submit a report of
findings (including surveyed elevations of existing conflicting utilities) to the City prior to the start of
construction of the entire project. If the contractor determines an existing utility is in conflict with
the proposed facility , the contractor shall contact fhe engineer immediately for appropriate design
modifications .
The contractor shall make the necessary repairs at the exploratory excavation (D-Hole) to obtain a
safe and proper driving surface to ensure the safety of the general public and to meet the approval
of the City inspector. The contractor shall be liable for any and all damages incurred due to the
exploratory excavation (D-Hole).
Payment shall not be made for verification of existing utilities per item D-6 . Payment for
exploratory excavation (D-Hole), at locations identified on the plans or as directed by the Engineer,
shall include full compensation for all materials , excavation, surface restoration , field surveys, and
all incidentals necessary to complete the work , shall be the unit price bid. No payment shall be
made for exploratory excavation(s) conducted after construction has begun.
D-51 INSTALLATION OF WATER FACILITIES
51.1 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).
51.2 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 .
51.3 Type of Casing Pipe
1. WATER:
02/09/2010
The casing pipe for open cut and bored or tunneled section shal.l 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 Document.s
and Specifications for Water Department Projects . The steel casing pipe shall be
supplied as follows :
For the inside and outside of casing pipe , coal-tar protective coating in accordance
with the requirements of Sec . 2 .2 and related sections in AWWA C-203. Touch-up
SC-40
PART D -SPECIAL CONDITIONS
after field welds shall provide coating equal to those specified above . C. Minimum
thickness for casing pipe used shall be 0.375 inch .
Stainless Steel Casing Spacers (centering style) such as manufactured by Cascade
Waterworks Manufacturing Company or an approved equal shall be used on all non-
concrete pipes when installed in casing . Installation shall be as recommended by the
Manufacturer.
2. SEWER:
Boring used on this project shall be in accordance with the material standard E 1-15 and
Construction standard E2-15 as per Fig . 110 of the General Contract Documents. ·
3. PAYMENT:
Payment for all materials , labor, equipment , excavation, concrete grout, backfill, and
incidental work shall be included in the unit price bid per foot.
51.4 Tie-Ins
The Contractor shall be responsible for making tie-ins to the existing water mains . It shall
be the responsibility of the Contractor to verify the exact location and elevation of the
existing line tie-ins . And any differences in locations and elevation of existing line tie-ins
between the contract drawings and what may be encountered in the field shall be
considered as incidental to construction . The cost of making tie-ins to existing water or
sanitary sewer mains shall be included in the linear foot bid price of the pipe .
51.5 Connection of Existing Mains
The Contractor shall determine the exact location , elevation , configuration and angulation
of existing water or sanitary sewer lines prior to manufacturing of the connecting piece.
Any differences in locations , elevation, configuration , and or angulation of existing lines
between the contract drawings and what may be encountered in the said work shall be
considered as incidental to construction. Where it is required to shut down existing mains
in order to make proposed connections, such down time shall be coordinated with the
Engineer, and all efforts shall be made to keep this down time to a minimum . In case of
shutting down an existing main , the Contractor shall notify the City Project Manager,
Construction Services, Phone 817-392-8306, at least 48-hours prior to the required shut
down time. The Contractor's attention is directed to Paragraph C5-5.15 INTERRUPTION
OF SERVICE , Page C5-5(5), PART C -GENERAL CONDITIONS OF THE WATER
DEPARTMENT GENERAL CONTRACT DOCUMENTS AND GENERAL
SPECIFICATIONS . The Contractor shall notify the customer both personally and in writing
as to the location, time , and schedule of the service interruption .
The cost of removing any existing concrete blocking shall be included in the cost of
connection . Unless bid separately all cost incurred shall be included in the linear foot price
bid for the appropriate pipe size .
51.6 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
02/09/2010 SC-41
PART D -SPECIAL CONDITIONS
advised prior to the shut out and advised of the approximate length of time they may be
without serv ice .
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 .
51. 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 C5-5.15 INTERRUPTION OF SERVICE.
All water service meters shall be removed , tagged , and collected by the contractor for
pickup by the Water Department for reconditioning or replacement. After installation of the
water service in the proposed location and receipt of a meter from the project inspector the
contractor shall install the meter. The meter box shall be reset as necessary to be flush
with existing ground or as otherwise directed by the Engineer. All such work on the
outlet side of the service meter shall be performed by a licensed plumber.
1. WATER SERVICE REPLACEMENTS : Water service replacement or relocation is required
when the existing service is lead or is too shallow to avoid breakage during street
reconstruction. The contractor shall replace the existing service line with Type K copper
from the main to the meter, curb stop with lock wings , and corporation stop.
Payment for all work and materials such as backfill, fittings , type K copper tubing, curb stop
with lock wings , service line adjustment , and any relocation of up to 12-inches from center
line existing meter location to center line proposed meter location shall be included in the
Linear Foot price bid for Copper Service Line from Main to five (5) feet behind Meter. Any
vertical adjustment of customer service line within the 5 foot area shall be subsidiary to the
service installation .
02/09/2010 SC-42
-
PART D -SPECIAL CONDITIONS
Payment for all work and materials such as tap saddle (if required), corporation stops, and
fittings shall be included in the price bid for Service Taps to Main .
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 relocat ion 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. Centerl ine is
defined by a line extended from the service tap through the meter. Only relocat ions made
perpendicular to this centerline will be paid for separately. Relocations made along the
centerline will be paid of in feet of copper service line .
When relocation of service meter and meter box is required, payment for all work and
materials such as backfill, fittings, five (5) feet of type K copper service and all materials,
labor, and equipment used by and for the licensed plumber shall be included in the price
bid for the service meter relocation. All other costs will be included in other appropriate bid
item(s).
This item will also be used to pay for all service meter and meter box relocations as
required by the Engineer when the service line is not being replaced. Adjustment of only
the meter box and customer service line within 5 feet distance behind the meter will not
justify separate payment at any time . Locations with multiple service branches will be paid
for as one serv ice meter and meter box relocation .
4 . NEW SERVICE : When new services are required the contractor shall install tap saddle
(when required), corporation stop, type K copper service line , curb stop with lock wings,
and meter box. Reinforced plastic meter boxes with cast iron lid shall be provided for all 2
inch water meters or smaller. The reinforced plastic water meter boxes shall comply with
section E1-18A-Reinforced Plastic Water Meter Boxes .
Payment for all work and materials such as backfill, fittings , type K copper tubing , and curb
stop with lock wings shall be included in the Linear Foot price bid for Service Line from
Main to Meter five (5) feet behind the meter.
Payment for all work and materials such as tap saddle , corporation stops , and fittings shall
be included in the price bid for Service Taps to Mains .
Payment for all work and materials such as furnishing and setting new meter box shall be
included in the price bid for furnish and set meter box . ·
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).
02/09/2010 SC-43
PART D -SPECIAL CONDITIONS
2. MULTIPLE STREET SERVICE LINES TO SINGLE SERVICE METER: Any multiple
service lines with taps serv icing 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 un it bid pr ice in the appropriate bid item(s).
51.8 2-lnch Temporary Service Line
A. The 2-inch temporary service main and 3/4-inch serv ice 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 respon~ible for coordinating -the
schedule of the temporary service connections and permanent service reconnect ions with
the building owners and the Engineer in order that the work be performed in an expeditious
manner. Severed water serv ice must be reconnected within 2 hours of discontinuance of
service .
A 2-inch tapping saddle and 2-inch corporation stop or 2-inch gate valve with an
appropriate fire hydrant adapter fitting shall be required at the temporary service po int 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 Eng ineer.
The temporary serv ice 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
02/09/2010 SC-44
-
PART D -SPECIAL CONDITIONS
the contractor returns those meters to the inspector. Any damage to the meters will be the
sole responsibility of the contractor. The Water Department Meter Shop will evaluate the
condition of the meters upon return and if repairs are needed the contractor will receive an
invoice for those repairs . The issued meter is for this specific project and location only .
Any water that the contractor may need for personal use will require a separate hydrant
meter obtained by the Contractor , at its cost , from the Water Department.
51.9 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 res idua l 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 .
51.10 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
51.11 Water Sample Station
GENERAL:
All water sampling station installations will be per attached Figure 34 or as required in large
water meter vaults as per Figure 33 unless otherwise directed by the Engineer .
The appropriate water sampling station will be furnished to the Contractor free of charge ;
however, the Contractor will be required to pick up this item at the Field Operations
Warehouse .
PAYMENT FOR FIGURE 34 INSTALLATIONS: Payment for all work and materials
necessary for the installation of the 3/4-inch type K copper service line will be shall be
included in the price bid for copper Service Line from Main to Meter.
Payment for all work and materials necessary for the installation tap saddle (if required),
corporation stops , and fittings shall be included in the price bid for Service Taps to Main . ··
Payment for all work and materials necessary for the installation of the sampling station,
concrete support block , curb stop , fittings , and an incidental 5-feet of type K copper service
02/09/2010 SC-45
PART D -SPECIAL CONDITIONS
line which are required to provide a complete and functional water sampling station shall be
included in the price bid for Water Sample Stations.
PAYMENT FOR FIGURE 33 INSTALLATIONS : Payment for all work and materials
necessary for the installation tap saddle , gate valve , and fittings shall be included in the
price bid for Service Taps to Main .
Payment for all work and materials necessary for the installation of the sampling station,
modification to the vault, fittings , and all type K copper service line which are required to
provide a complete and functional water sampling station shall be included in the price .bid
for Water Sample Stations .
51.12 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 E 1-13 and Construction
Specification E2-13 . Wrapping shall precede horizontal concrete blocking, vertical tie-down
concrete blocking , and concrete cradle . Payment for the polyethylene wrapping, horizontal
concrete blocking, vertical tie-down concrete blocking , and concrete cradle shall be
included in bid items for vales and fittings and no other payments will be allowed .
0-52 SPRINKLING FOR DUST CONTROL
All applicable provisions of Standard Specifications Item 200 , "Sprinkling for Dust Control" shall
apply . However, no direct payment will be made for this item and it shall be considered to this
contract.
0-53 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 .
0-54 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 .
02/09/2010 SC-46
....
....
-
PART D -SPECIAL CONDITIONS
D-55 TREE PRUNING
A. REFERENCES : National Arborist Association 's "Pruning Standards for Shade Trees".
B. ROOT PRUNING EQUIPMENT
1. Vibratory Knife
2. Vermeer V-1550RC Root Pruner
C . NATURAL RESOURCES PROTECTION FENCE
3 . Steel "T" = Bar stakes, 6 feet long .
4. Smooth Horse-Wire: 14-1/2 gauge (medium gauge) or -12 gauge (heavy gauge).
5. Surveyor's Plastic Flagging : "Tundra " weight , International fluorescent orange or red
color.
6 . Combination Fence : Commercially manufactured combination soil separator fabric on
wire mesh backing as shown on the Drawings .
D. ROOT PRUNING
E.
F.
7. Survey and stake locat ion 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 minim ize damage to the undisturbed root zone .
9. Backfill and compact the trench immediately after trenching .
10. Place a 3-foot wide by 4-inch deep cover of mulch over the trench as required by the
Engineer.
11 . Within 24 hours , -prune flush with ground and backfill any exposed roots due to
construction activity. Cover with wood chips of mulch in order to equalize soil
temperature and minimize water loss due to evaporation.
12. Limit any grading work within conservation areas to 3-inch maximum cut or fill , with no
roots over 1-inch diameter being cut unless cut by hand or cut by specified methods,
equipment and protection .
MULCHING: Apply 2-inches to 4-inches of wood chips from trimming or clearing operation
on areas designated by the Engineer.
Tree Pruning shall be considered subsidiary to the project contract price.
02/09/2010 SC-47
PART D -SPECIAL CONDITIONS
D-56 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
ut ilities and private property including , but not lim ited 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-57 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 bor ings 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-58 PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION AND NOTIFICATION
OF TEMPORARY WATER SERVICE INTERRUPTION DURING CONSTRUCTION
Prior to beginning construction on any block in the project, the contractor shall , on a block by block
basis , prepare and deliver a notice or flyer of the pending construction to the front door of each
residence or business that will be impacted by construction. The notice shall be prepared as
follows :
The notification notice or flyer shall be posted seven (7) days prior to beginning any construction
activity on each block in the project area . The flyer shall be prepared on the Contractor's
letterhead and shall include the following information : Name of Project , City Project No (CPNf,
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 .
02109/2 010 SC-48
PART D -SPECIAL CONDITIONS
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 , City Project Number, the date of the interrupt ion of service, the period the
interruption will take place, the name of the contractor's foreman and hi.s 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 Project Construction Inspector ..
All work involved with the notification flyers shall be considered subsidiary to the contract price and
no additional compensation shall be made .
D-59 TRAFFIC BUTIONS
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-60 SANITARY SEWER SERVICE CLEANOUTS
Whenever a sanitary sewer service line is installed or replaced, the Contractor shall install a two-
way service cleanout as shown in the attached detail. Cleanouts are to be installed out of high
traffic areas such as driveways , streets, sidewalks, etc . whenever possible . When it is not
possible, the cleanout stack and cap shall be cast iron .
Payment for all work and materials necessary for the installation of the two-way service cleanout
which are required to provide a complete and functional sanitary sewer cleanout shall be included
in the price bid for Sanitary Sewer Service Cleanouts.
D-61 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 unfform 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 .
02/09/2010 SC-49
PART D -SPECIAL CONDITIONS
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.
0-62 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 suffic iently in advance to avoid delay whenever practical.:
One set of stakes shall be set for all utility construction (water, sanitary sewer , drainage etc.), and
one set of excavation/or stabilization stakes , and one set of stakes for curb and gutter/or paving . It
shall be the sole responsibility of the Contractor to preserve , maintain, transfer , etc., all stakes
furnished until completion of the construction phase of the project for which they were furnished .
If the City or its agent determines that a sufficient number of stakes or markings provided by the
City , have been lost , destroyed , or disturbed , to prevent the proper prosecution and control of the
work contracted for 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-63 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
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 consultant who distributes the plans for
the project. Also, it shall be the responsibility of the Contractor to obtain written permission from
property owners to perform such work as cleanout repa ir and sewer service replacement on
private property. Contractor shall adhere to all requirements of Paragraph C6-6 .10 of the General
Contract Documents . The Contractor's attention is directed to the agreement terms along with any
special conditions that may have been imposed on these agreements , by the property owners .
The easements and/or private property shall be cleaned up after use and restored to its original
condition or better. In event additional work room is required by the Contractor, it shall be the
Contractor's responsibility to obtain written permission from the property owners involved for the
use of additional property required . No additional payment will be allowed for this. item .
The City has obtained the necessary documentation for railroad and/or highway permits required
for construction of this project. The Contractor shall be responsible for thoroughly reviewing ,
understanding and complying with all prov isions of such permits , including obtaining the requisite
insurance , and shall pay any and all costs associated w ith or required by the permit(s). It is the
Contractor's responsibility to provide the required flagmen and/or provide payment to the
02/09/2010 SC-50
-
PART D -SPECIAL CONDITIONS
appropriate railroad/agency for all flagmen during construction in railroad/agency right-of-way . For
railroad permits, any and all railroad insurance costs and any other incidental costs necessary to
meet the conditions associated with permit(s) compliance , including payment for flagmen , shall be
included in the lump sum pay bid item for "Associated Costs for Construction within Railroad /
Agency Right-of-way". No additional compensation shall be allowed on this pay item .
D-64 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-65 WAGE RATES
Compliance with and Enforcement of Prevailing Wage Laws
Duty to pay Prevailing Wage Rates .
The contractor shall comply with all requirements of Chapter 2258, Texas Government Code
(Chapter 2258), including the payment of not less than the rates determined by the City Council of
the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such
prevailing wage rates are included in these contract documents.
Penalty for Violation.
A contractor or any subcontractor who does not pay the prevailing wage shall, upon demand made
by the City, pay to the City $60 for each worker employed for each calendar day or part of the day
that the worker is paid less than the prevailing wage rates stipulated in these contract documents.
This penalty shall be retained by the City to offset its administrative costs , pursuant to Texas
Government Code 2258.023.
Complaints of Violations and City Determination of Good Cause .
On receipt of information , including a complaint by a worker , concerning an alleged violation of
2258 .023, Texas Government Code , by a contractor or subcontractor, the City shall make an initial
determination, before the 31st day after the date the City receives the information, as to whether
good cause exists to believe that the violation occurred . The City shall notify in writing the
contractor or subcontractor and any affected worker of its initial determination. Upon the City's
determination that there is good cause to believe the contractor or subcontractor has violated
Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as t~_e
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.
02/09/2010 SC-51
PART D -SPECIAL CONDITIONS
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
pet ition of any of the persons . The City is not a party in the arbitration . The dec ision 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 prov ided 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)
D-66 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 material in its intact state but
which may become friable upon removal , demolition and/or disposal. Consequently, if the
removal/ disposal process renders the ACP friable , it is regulated · under the disposal
requirements of 40 CFR 61 .150. A NESHAP notification must be filed with the Texas
Department of Health . The notification must be filed at least ten days prior to removal of
the material. If it remains in its non -friable state, as defined by the NESHAP , it can be
disposed as a conventional construction waste . The Environmental Protection Agency
(EPA) defines friable as material , when dry, which may be crumbled , pulverized or reduced
to powder by hand pressures .
02/09/2010 SC-52
-
-
PART D -SPECIAL CONDITIONS
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-67 STORM WATER POLLUTION PREVENTION (FOR DISTURBED AREAS GREATER
THAN 1 ACRE)
PERMIT: As defined by Texas Commission on Environmental Quality (TCEQ) regulations, a Texas
Pollutant Discharge Elimination System (TPDES) General Construction Permit is required for all
construction activities that result in the disturbance of one to five acres (Small Construction
Activity) or five or more acres of total land (Large Construction Activity). The contractor is defined
as an "operator" by state regulations and is required to obtain a permit. Information concerning the
permit can be obtained through the Internet at http://www.tnrcc .state .tx .us/permitting/water
perm/wwperm/construct.htm l. 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 meet ing a TCEQ Notice of Intent
(NOi) form prepared by the engineer. It serves as a notification to the TCEQ of construction
activity as well as a commitment that the contractor understands the requirements of the permit for
storm water discharges from construction activities and that measures w ill 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 Comm ission on Environmental Quality
Storm Water & General Permits Team ; MC-228
P.O. Box 13087
Austin, TX 78711-3087
02/09/2010 SC-53
PART D -SPECIAL CONDITIONS
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 . Copies of the project SWPPP's are ava ilable for viewing at the office of the Consultant
disbursing the plans for the project. The selected Contractor shall be provided with three copies of
the SWPPP after award of contract, along with unbounded copies of all forms to be submitted to
the Texas Commission on Environmental Quality .
LARGE CONSTRUCTION ACTIVITY -DISTURBED AREA EQUAL TO OR GREATER THAN 5
ACRES: A Notice of Intent (NOi) form shall be completed and submitted to the TCEQ including
payment of the TCEQ required fee . A SWPPP that meets all TCEQ requirements prepared by the
Engineer shall be prepared and implemented at least 48 hours before the commencement of
construction activities. The SWPPP shall be incorporated into in the contract documents . The
contractor shall submit a schedule for implementation of the SWPPP . Deviations from the plan
must be submitted to the engineer for approval. The SWPPP is not warranted to meet all the
conditions of the permit since the actual construction activities may vary from those anticipated
during the preparation of the SWPPP . Modifications may be required to fully conform to the
requirements of the Permit. The contractor must keep a copy of the most current SWPPP at the
construction site . Any alterations to the SWPPP proposed by the contractor must be prepared and
submitted by the contractor to the engineer for review and approval. A Notice of Termination
(NOT) form shall be submitted within 30 days after final stabilization has been achieved on all
portions of the site that is the responsibility of the permittee, or, when another permitted operator
assumes control over all areas of the site that have not been finally stabilized.
SMALL CONSTRUCTION ACTIVITY -DISTURBED AREA EQUAL TO OR GREATER THAN
ONE ACRE BUT LESS THAN FIVE ACRES : Submission of a NOi form is not required. However,
a TCEQ Site Notice form must be completed and posted at the site . A copy of the completed Site
Notice must be sent to the City of Fort Worth Department of Environmental Management at the
address listed above. A SWPPP , prepared as described above , shall be implemented at least 48
hours before the commencement of construction activities. The SWPPP must include descriptions
of control measures necessary to prevent and control soil eros ion , 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
02/09/2010 SC-54
PART D -SPECIAL CONDITIONS
control. The controls may include, but not be limited to , silt fences, straw bale dikes, rock berms,
diversion dikes, interceptor swales , sediment traps and basins , pipe slope drain , inlet protection,
stabilized construction entrances, seeding, sodding, mulching , soil retention blankets, or other
structural or non-structural storm water pollution controls . The method of control shall result in a
minimum sediment retention of 70% as defined by the NCTCOG "BMP Manual." Deviations from
the proposed control measures must be submitted to the engineer for approval.
PAYMENT FOR SWPPP IMPLEMENTATION : Payment shall be made per lump sum as shown on
the proposal as full compensation for all items contained in the project SWPPP.
D-68 COORDINATION WITH THE CITY'S REPRESENTATIVE FOR OPERATIONS OF
EXISTING WATER SYSTEMS
It is the Contractor's responsibility to coordinate any event that will require connecting to or the
operation of an existing City water line system with the City 's representative. The Contractor may
obtain a hydrant water meter from the Water Department for use during the life of named project.
In the event the Contractor requires that a water valve on an existing live system be turned off and
on to accommodate the construction of the project , the Contractor must coordinate this activity
through the appropriate City representative . The Contractor shall not operate water line valves of
existing water system . Failure to comply will render the Contractor in violation of Texas Penal
Code Title 7, Chapter 28 .03 (Criminal Mischief) and the Contractor will be prosecuted to the full
extent of the law. In addition, the Contractor will assume all liabilities and responsibilities as a
result of these actions .
D-69 ADDITIONAL SUBMITTAL$ FOR CONTRACT AWARD
The City reserves the right to require any pre-qualified contractor who is the apparent low bidder(s)
for a project to submit such additional information as the C ity , in sole discretion may require,
including but not limited to manpower and equipment records, information about key personnel to
be assigned to the project, and construction schedule, to assist the City in evaluating and
assessing the ability of the apparent low bidder(s) to deliver a quality product and successfully
complete projects for the amount bid within the stipulated time frame . Based upon the City's
assessment of the submitted information , a recommendation regarding the award of a contract will
be made to the City Council. Failure to submit the additional information if requested may be
grounds for rejecting the apparent low bidder as non-responsive . Affected contractors will be
notified in writing of a recommendation to the City Council.
D-70 EARLY WARNING SYSTEM FOR CONSTRUCTION
Time is of the essence in the completion of this contract. In order to insure that the contractor 1s
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 :
02/0912010 SC-55
PART D -SPECIAL CONDITIONS
1. A letter will be mailed to the contractor by certified ma il, 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 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 Water Department's Public Information
Officer.
4. Upon receipt of the contractor's response , the appropriate City departments and
directors will be notified . The Water Department's Public Information Officer will , if
necessary , then forward updated notices to the interested ind ividuals.
5. If the contractor fails to provide an acceptable schedule or fails to perform satisfactorily
a second time prior to the completion of the contract , the bonding company will be
notified appropriately .
D-71 AIR POLLUTION WATCH DAYS
The Contractor shall be required to observe the following guidelines relating to working on City
construction sites on days designated as "AIR POLLUTION WATCH DAYS ". Typically, the
OZONE SEASON, within the Metroplex area , runs from May 1, through OCTOBER 31, with 6 :00
a.m. -10 :00 a.m . being critical BECAUSE EMISSIONS FROM THIS TIME PERIOD HAVE
ENOUGH TIME TO BAKE IN THE HOT ATMOSPHERE THAT LEADS TO EARLY AFTERNOON
OZONE FORMATION ..
The Texas Commission on Environmental Quality (TCEQ), in coordination with the National
Weather Service , will issue the Air Pollution Watch by 3:00 p.m. on the afternoon prior to the
WATCH day . On designated Air Pollution Watch Days , the Contractor shall bear the responsibility
of being aware that such days have been designated Air Pollution Watch Days and as such shall
not begin work until 10 :00 a.m . whenever construction phasing requires the use of motorized
equipment for periods in excess of 1 hour. However, the Contractor may begin work prior to 10 :00
a.m . if use of motorized equipment is less than 1 hour, or if equipment is new and certified by EPA
as "Low Emitting ", or equipment burns Ultra Low Sulfur Diesel (ULSD), diesel emulsions , or
alternative fuels such as CNG . ·-
If the Contractor is unable to perform continuous work for a period of at least seven hours between
the hours of 7:00 a.m. - 6 :00 p.m ., on a designated Air Pollution Watch Day , that day will be
considered as a weather day and added onto the allowable weather days of a given month .
02/09/2010 SC-56
PART D -SPECIAL CONDITIONS
D-72 FEE FOR STREET USE PERMITS AND RE-INSPECTIONS
Contractor is required to secure a Street Use Permit, issued by the City of Fort Worth
Transportation and Public Works Permit Center (817-392-6594) prior to any work in public right of
way . Permit will not be issued without a traffic control plan sealed and signed by a registered
professional engineer licensed to practice in the State of Texas . Failure to acquire the proper
permit and permission may result in a fine of $500/day to the contractor performing the work.
Payment by the contractor for all Street Use Permits shall be considered subsidiary to the contract
cost and no additional compensation shall be made-.
END OF PART D -SPECIAL CONDITIONS
02/09/2010 SC-57
PART D -SPECIAL CONDITIONS
(To be printed on Contractor's Letterhead)
Date:
CPN No .:
Project Name :
Mapsco Location :
Limits of Construction :
THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT WORTH,
OUR COMPANY WILL WORK ON WATER AND/ OR SEWER LINES ON OR AROUND YOUR
PROPERTY.
CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE OF THIS
NOTICE.
IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER ISSUE,
PLEASE CALL:
Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.>
OR
Mr. <CITY INSPECTOR> AT< TELEPHONE NO.>
AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306
PLEASE KEEP THIS FL YER HANDY WHEN YOU CALL
02/09/2010 SC-58
02/0912010
PART D -SPECIAL CONDITIONS
FORT WORTH
'-, ,,,., ,.,
Dete: ____ _
DOENO.XXXX
Project Name:
NOTICE OF TEMPORARY WATER SERVICE
INTERRUPTION
DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR
WATER SERVICE WILL BE INTERRUPTED ON _______ _
BETWEEN THE HOURS OF _______ AND _____ _
IF YOU HA VE QUESTIONS ABOUT THIS SHUT-OUT, PLEASE CALL:
MR. AT __________ _
(CONTRACTORS SUPERINTENDENT) (TELEPHONE NUMBER)
OR
MR. ______________ AT ____________ ___
(CITY INSPECTOR) (TELEPHONE NUMBER)
THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE.
THANK YOU,
------------------'CONTRACTOR
---. ----·---···-----·-·--·---···-··--··---· . ---···-·· ·--·-·--
SC-59
F
0
r
0
ff
i
C
e
u
s
e
n
1
y
C'.l
T ,
A
'H
p
A
D
PART D -SPECIAL CONDITIONS
TEXAS DEPARTMEN T OF' HEAL TH ~-. :..:.-~ DEMOLITION/ RENOVATION
~ NOTIFICATION FORM
T D H
NOTIF ICATION#_· ---------
NOTE~ CIRCLE ITEMS THAT ARE AMENDED
1) Aba ,ement Contractor: ___________________ TDH Li cense Number:. _____ _
Adcres:s : City: State: Zip:
Office PhOne Number: Job Site Phone Num bet: · -=-""' -----
Si te SUpervis-Or: _____________ TDH Lice lli6e Number:---------------
Site &Jpe Mso r: TOH Licenis.e Number.
Trained On-Site N ESHAP l ndividu,al :------~-------·~-C-e~rli-.fi-,ca-ti-o~n-D-a-te-:==========-=.-:_-:_-:_-:
Demolition Contractor : ______________ Office Ph ooo Numb1)ri...· _....,_ _______ ~:..::....--
Address : Cily: Sta1e:. ___ _,Zip:. ___ _
2) Project Consultant or Operator .. · _________________ TDH Lioern;e Number:. _____ _
Mailing Add ,~:-----=:"--:-""-----==-------::7.::---=---:-:----:------::---:--~-------Clty: _________ Slate:. ___ -'Zip·:. ____ Office Phone. Num be r:,___..__ _____ _
3) FacllityONne r.:._.----------------------------------A!tentio n:..,...,.. ____________________________________ _
Me i:li ng Add ress: __________________________________ _
City: State: Zip : Ownef Phone Number _
··Noto: Tho invoitG for tho notification fee wlll be &ent to tho owncr.r of t~o 1:1u11d·1n.g iind l ~c billing ocldl'C$$ for' the: Invoice wm b9
obtalnod trom tho 1nro1matfon Cha t l s fN'Ovidod In thf.5 sectilon.
N , 4) Descrlptlon or Facility Name=·---------,----------------------E Physical Add res.s : _________ ~ ___ County: City: _______ .Zip: ___ _
S Facility Phone N umbe Fac ility Contact Person:_~-~----------
H Descripl ion of Area/Room Num b er:. ______ ..... -------~---------------
A Prior Use :_~-------~----__;FU!ute Use:. __________________ _
P Age o f 6\Jilding)FaclUty : _____ S rzs: ___ ~Number of Floors'-· _____ Sctlool (K -12): o YES Q NO
D
L
V
I
0
I
a
ti
0
n
?
D
y
E
s
G
N
5) Typtl of Work: O Demoll~lon :J Renovation {Abato-mcnt) a Annua1 Cons.olidated
Work will be (;luring : 0 'Day o Ev oo lng o Night ::: Pt,as.ed Project Oesc rip Uo.n ,of work scMdul a: _____________________________ _
6) ls this a PU'bllC Building? o YES
NESHAP-Only Fac(llcy'? 0 YES
Cl NO Federal Foclllty? !J YES C NO Industri al Site? D YES O NO
0 NO Is &Jilding/Facility Occup ied? '.'.I YES o NO
7) Nolification Type CHECK ONLY ONE
o Original (10 Working Days) J Cancellation c Amendment D Emergency/Ordered
11 lhis is a n amer drnent , which ame:n dment number is th is?_ {Enclose copy of orlglnal and/or last amendment)
If an emergency, who did ~rou ta lk w ith at TOH? Emergency#:.----~-----
Date and Hour of Em ru ge n,ey (HHfMM.IDD/YY)._: -------
Description of the sudden, unexpected event and expla:nation of how the eve nt caused unsafe conditions or Would cause
equ i pment da m e/l)e {comput(;IS. machinery. etc. ________________________ _
8) DesctlpUOn of procedures to be followed In the event that unexpected asbestos is found or previQ1,1sly ne>n-friable
asb-estos material becomes ctuml>lad. pul,,.a'iized. or reduced to powder: --------------......c--
9) Was an Asbes l os s'l.l rvey performed? !J YES lJ NO Dale : / TOH Inspect or Lrcense No:. _____ _
Analytical Method : D PLM D TEM D Assumed TDH Laboratory Ucense No: .
(For TAHPA (public building) projects: an assumption must be made by a T OH Llcot1sed l nsp8Clor)
10) Descriptio n of planned aem<i lition or rer'lOvation work, fype of material, and method(s) to be u-sed.._· ---~-~-
11) Description of work practi ces and eng ineering controls 10 be u soo to prevMt e m issions or asbestos at the
demolitionlrenova1ion : __ _._ ____ ~------------------------
--~----....... ·---·-----~---·---·--·-··---·-· ·--. _____ .._.._..-~-~---··-·""~
02/09/2010 SC-60
PART D -SPECIAL CONDITIONS
12} ALL appll~b?-0 lti:tms in the following table must be completed: IF NO ASBESTOS PRESENT CHECK HERE :J
' Approximate amount of Check unit of measurement
Asbestos-Containing Building Material Asbestos Type J-----~.--~---~-~.,....~ ..... ~ ....... ~..--~.-------l
Surface Area Pip-es Ln Ln SQ
F1 M Ft
RACM to be removed
RA.CM NOT rem9ved
Interior Cate o I non-friabfe rernovad
Exterior Cate o I non-friabte remo~'ed
Cate o I non-friable NOT: remo'.•ed
lntedor Cat o.r I I ,non-friable removed
ElcteriOr Cateq U non-friable removed
Cate II non~frlabl~ N.PT removed
RACM Off-Facili ty Componenl
13) Waste Transporte.r Name: ~~---------------TOH License Number:------
~~~~!~~-e-rs_o_n_: _________ City: ________ P_h_or-,-8 ~~!~et :-..._-_-__ :_-:__z_ip_:, .. __________ -_ -_ ----
14) waste Disposal Site Name=------------------~------------Address·,_ _______________ .Cilt ----------Stale: ___ Zip: ___ _
Telephone : _ TNRCC Perm it Number:--------
15) For structurally unsound facllllles, attach a copy o f demonfion order and idenl ify Governmental Official below:
Nam&: Reglstratlo~ No:-------·~------Tille : ____________ ~---
Date of order (MM/OD/YY) / Date order to begin {MM!OD/YY) --'----''---
16) Scheduled Oates of Asbestos AMtemenl (MM/DDIYY) Start: __ _,_ _ _,_ __ Complete: _ _,_ _ _._
17) Scheduled Dates DemolitionfRenovati-On {MM/00/YY) SIM: / Complete:._~--'------
•• Note: If the stalt date on lhls n.otification ean not bo mut, thu TOH Re9i·onal or Local Program office Must be •contacted by
phone prior to the &tart date. F:alluro t .o do so is a vlolatl_on In aceo1wnco to TAHPA. SCJ<etlon 295.61.
I hereby oerlify lt.la1 all informat60n I have provided is correct, complete. and true 10 the best of my knowled'ge. I acknr;rHledge
that I am respons ible for all asp~cl:s of Nie notifica1ion iorm, includi ng, but not limiting, content and submiss ron dates. The
m:aximum pe.nalty is $10.000 pe r dey per vio lation .
(Signat ure of Building Owner/ Operator
or Oelegated Consutlan1/Contractor}
MAI L TO:
.. Faxos aro not accepted"
(Printed NamB) (Date}
ASBESTOS NOTIFICATION SECTION
TOXIC SUBSTANCES CONTROL DIVISI ON
TEXAS DEPARTMENT OF HEALTl i
PO BOX 143538
AUSTIN, TX 78714-l538
PH: 512-83-i-6BOO , 1-800-572-5548
(Telephlone)
{Fax NumtM!r)
··Fuxes .arc not occttptcd*·
Fann APB#5, d;1ferf 07129/02, Replaces TOH form dat-0<1 07/13/01. For assistance in completing form, call 1-800-572-5548 ··
02109/2010 SC-61
PART D -SPECIAL CONDITIONS
·'.,$,;"',"'~/!;City 9f fort)Vortb ., ,,.. ,~;'ts•:J..ilicJ~,
i;'./HioJiway '(Heayy) C9n~j~ctron
,',Prevamri(f Wage Rates:for2008
Concre t e Fini sher -S!ruclures
Concrete Pa:.nn Cu rbi Mach. Oper .
Concre!e Rtibber
Crane, Cla:msheil, Backhoe , Der ri c11 ,
Oragfi ne , Shov-el
Electrician
Flagger
Form B<Uirder-Structures
Form Setter-Pa\'ing & C.\Jrb s
Found ation Drill O era 0<, Crawler l'l>lo o nted
Foundation Drill O erafoc. Trt.-ck Mounted
Front End Loader
Laborer-Common,
Laborer-Utllii y
Mechanic
Milling Machine Operafor, Fine Grade
Pavem ent Ma,rk in
Pi e l a ,er
Ro er. Stee( 'l"l'h,eel Plant-Mix Pavem em s
Roller, Steel Wheel Othe1 Flatwheel O!
Source is AGC o i Texas
(Hwy, Hvy . Utilltre s Industrial B r-.mch)
www.accesscgpo.gov /da•,i sbaconl
02/0912010
;er
Hourl Rates
$10.(}6
$13.00
$8 .8{)
$13.~
$12.7B
$14 .15
$9 .8,8
$13.22
$12 .80
$12.85
$13 .27
$12 .C-O
$13J$3
$!2 .50
$13 .55
$14 .50
$10 .61
$1'4 .12
$18 .12
S8A3
$11 .63
$11 .83
$13.67
$16.30
$12 .6;2
S9.1 8
$10 .M
$1 6 .97
$11 .83
$1 1 .58
$15.20
$14.50
$13 .17
$10.04
$11 .04
$1 1.28
$11 .07
$1'4 .86
$16.2g
SC-62
Service,r
Sli Form Machir,e O e rator
S read:er Sox Operator
Tractor o eirator, Cra•Nler T _
Truck OrivET-L owbo •/Float
T ruck Driver -Transil Mix
Wag-on Drill . Bori ng Machine, Post Hole
Driller
Welder
'lvortt Zone Ba:rricade Servicer
S 12.33
S10 .92
S 12.60
$12.Qf
$12 .03
$10.Qt
$11.47
$11.75
$14.93
$12..08
S14.00
$13 .57
Approval , ..
1 .... ••
7125/0)
OIIJIJ06
10JJIJ06
03/01/00
04/200 1
CITY
OF
FORT WORTH'S
STANDARD PRODUCTS LIST
UPDATED: 07/17f06
Manhole Inseos ·--·-----·------·-----~-------------!
::::: 1:::::::
El -14 Manhole lnsen
El·I• Manhok In~
I
Manholes & Bases/Frames & Covers/Rectangu lar
Knulllon E11Lcrprisc.~
No llo.,...lnllo w
St>ulh..,.cllkm PM:kin1 a. S.:.l:1., Int:.
Southwcstem Pa..ln na A S...Js. IM:.
Manholes & Bases/Frames & Covers/Standard (Round)
M11Jc 10 Onkr -Pl utk
M1dcto0nkr -Pl.n1i,,:
L1fcS0c1 • Slain lcu Stec!
TetherL&1t -S111inlu .,Stccl
ASTMO 12411
ASTM O 12411
For24.dia.
rc,,2,rdia.
For 24.d*9..
Forl4.dil
::::: :=~=== --==--=~crn~-;·-~-,,-~-~-:-,:-::-~--f·oo-odN t--------~~-----~-+1--_--------~;:-:~::~•--t
::::: :::::=:::::: s:=--~~-------+----------M~7!w -----1 ASTMA41 24"0..
El -14 Maroholc Frames and Coven S11ma Corpor111on J MU 14JN
El -1 4 Manhole Fr1mcsaodCovus Ponh.\-Mou:uon j GTS STD 24" dia.
El,14 M1nholeFr-11ndC.ivcr~ NccnahC.,1in1 1 l.4"dia.
El-14 Manhol1 Ft1mc1 and Cover• Saunl-Oobun Pi~1nes (Pamrexlrexu§) I RE.32 RIFS 30" Dia.
El-14 JO" 01 MH Rin11Jld Cover E.a:<1 Jordan Iron Wllfh Vl432-2 ind V\413 Dc!II IIU A.A.SHTO M306-04 30-Dia.
El-14 l4"01MHRincandCovcr(Hinaed) Po-r,cal ModeJ1200 AASHTOH20 ASTMAH6 l4"0ia.
Manholes & Bases/Frames & Covers/Water Tight & Pressure Tight ;;;; ~~~~1.~~=~=~f . . -.,:~... f ;_-:-;_.-:_-_·------~(-:~~~· ·---1
Manholes & Bases/New/Components :::: ~:i::7~~: . HP~~~--=J-_: --=---~G=l~':I -~ ==~t -"'·-ST·:-~02
~:.-°""-,,c~'-:-,"-'----SS~M~H---t
1/26199 HOPE Manhole llfimmcnt Rint l..adkdl. 1111: -~ .. HOPF. Adj11sunen 1 Rial -+ No.-ttatfic:.,...
,-~"='"'~' --+----r-"='"="""=Exk~m=''=W~'"~--·-~==----·-·-~~!. __ ~==t:. WraptdSealManhok Ult,:aPSlllationSvmm -+-·------------t
Manholes & Bases/New/Precast Co ncrete
El-14 Manhole. Proo.:utConcale HvdroConduit Cnm SPL liem #49 ASTM C:471 41"
1----+--':"'::c.c::'-+:....='"="""=-.'--~~°"""--k---+--·=W_,oll~"""""'=co,=rr ... =~H'cTu-'C"o.=IIM:. ____ -+·--------------------+--=~c'=~~-'c.,cc.:----~:-'c::---1
E1·14 M P~'II.Canc,ck Cmac:1eProduo;tlm:. 41"1.0 .ManhokwJJrCont: ASTMC:471 41"w/Jl9c:onc:
El -14 M111holc.PrecutCom:rc1c ThoT11r11erCutnp,,11y 41"1.D.M111hokw/l4"Cunc ASTMC471 4r
100711)6 El -14 Manhole. ~1Con&re1c Okk.a.."-lc t V111iou, Diameter Prcu.11 Mllnhokl A.!l'TM C:471 41"-96"
>-----+----~---·-------·-___________________ l ______ ---··----------------L----------------<
04/23/0 1
4/2().()1
5/IVO)
011)0"'6
OS/20/96
01/JI A)6
1/21/2006
OI/J0/06
Manh oles & Bases/New/Fiberglass
F.1-14
F.l -14
El-14
El·l-4
El -14
Manhole; Rehab Sy,tc:ms
ManholeRehabSy,ICm.s
Ma11hak Rehab SY,ICIM
M•nhok Rehab Sy,i1em
Manht'olc Reh.ab Systc:m
General Concrc1e Repair
Manholes & Bases/Rehab Systems/NonCementitious
Quade,;
RclinerMSP
AP/M Pcrmaform
Su,1n1-SealSystcm.11.
Poly-1riplcx T.ch11ulo11C11
Flcl(J(rccc T~hn,ologic<I
St•ndiud CemenlMalCrial.<. IM.
SUlHlg Seal MSll\ Mch,b Sy~1em
MH r11poir proJu.:11<> slnfl mti 11rallo0tl
Vmyll'nfy,::~LcrMcp1mPr11Ju1:1
ASTM OSI!)
:::: s~~=::::;-=·-E--J:--~-·-1~22:-=--J==
Pipe/New/Centrifu ga ll y Cast Fiberglass Rei.;rorced Pipe/Polymer Modified Concr~te -·
Mix.U•
,-~~i~1~00~:~:--+----l'-~~,;=~=1:-iiM~.-°''"~~ -:~~ "*:::"~ ,~_::~~~-l::::=--== ~=M~~~~ · --=~~~--,..,.-M-o·,-.-,.,-,-•. ~,~.,~,-~,~. ~~,.~,-.~au,~~v-1
Pipes/New/Concrete
Pr,pared by charde1 3112/201 0 .... ,
Pipes/New/Ductile Iron
CITY
OF
FORT WORTH'S
STANOARD PRODUCTS LIST
UPDATED: 07117/06
Model No: •• , ,.,.-~; ~National Spec ,,
1----+-~i~!~--+~ ---·--f -~1~;§~Ji~.--·-1--~,";;, o:;~~~·~:::,~ea~,i CL -~L-~~§-~~J~1;~,".,.;~:;~;~~'; ____ 4~~_:_.:_'_,:·_. --<
Pi pes/New/HOPE {Pipe Bursting/S lip lin i ng)
1------+----r.~"':a::"',:tf=~?ry~L""==-·~~=:~_E a.11::~s:.,~ .. m--__ l-_._ ---~~~-~~::~~~~=™=i~!f~:i~----~:: __ ___,
1-----+----~------------___l_-----·-------·------. ____ l _______________________ } ______________ _,
11'°4191
11/11 198
11/12199
11/17199
OS/06/0S
04/27/06 ..,..,.,
09fl619 1
09fl6/91
Pipes/New/PVC•
1·1hna 36· ~::~: :~~~~:=:~: ~ OM~;;~;;~~=~~------Con1ecb~~r:OOW:,e-,~---_ . : ASTMF949
:::~! ~~~~= ~= ------~~~:: ~:~~~Cc.!f!_~ --~-i -=--=--=---===---==-~~==~·:+··::~~-~~~M~~~~:;::~::~·:::::.~:::~:::':~::;:!:::~ ..
~~ ~~~ : =~ ~~t ~:: ::~=i~ _ _;~:1 =~1~-~~:~(:~f~i-'"_,._,. ___ :~.j~f~i~~~_:-....
1~ [§::~ ¥= ~~~~~==-~ f (~,,~;,~~j' t ~~PS~A.~~~~{c~--~::~7~:;~F~;.-~;-· --"~:f~~=~f:-fi~:'_·_,
Pines/New/Ribbed Open Profile Laree Diameter
EI00-2 PVCSc_.Pi~Ribbod l EI00-2 IPVC Sc-r Pi~ Ribbed I
EI00-2 PVC Sc-Pipe, Ribbed I
Pipes/Rehab/CIPP
l..am.-VylooPipe
Exvusion Toi.hlKMOJ~"-~-
Uf)MOf ETI Compen)·
l:arlon Vylon H.C. (:)Med Profile Pipe.
Ult,..Rib Open Profile Sewi:r Pipe
ASTM f679
ASTMF679
18"io48•
1r ioo·
1~~~-~~ J lnJci tuf"ormTcurk.lnc [ L ASTMF l 216
t--~-:~_:_:_+-----~~-:_::_:i._':_~=----. ---""=~',;-::•:: On•, ______ L_ -"''"°" L•~;;,'.'.~L)l«m '27 ----------· -""_",.,,._M_~_"_;6/D-_"_':_'_"-------!
Pipes/R ehab/F old & Form
Pipe Casi ng $pacers t=~ll~I04Al~2:::t====lis~ .... i&nd~~Cui~·,..:s~~===-,:i:=-.::jAd~•""""'"-~Prod~~,;;o; ... ~sy~......_.;_~IM;;;::. ___ -=r -·-CffllonStodSf'!"r..Modcl S I _.=c=_
02A'.l219l St&ulUStoclCuinaSJ>K'Cr I Advar~ Pmd~l5 and Sy,,;1em.', 1111:. r StainlulsS'"'Spa\:CI". Model SS I 1-------------l l-"'°"'=211'-'7---+-----!'c..;=·"'-'''-''-='"~---·--·-· L='4-4c:Waler,w>rhM.,1uf..:turin L ±=~=-~~-----===·"~i~'""'=~•--------!-----------------I
·····r ... ···---· -------.....
Prepwld by char091 3112/2010 e..,,
CITY
OF
FORT WORTH'S
STANDARD PRODUCTS LIST
UPDATED: 07117/0fJ
,~·· S11«.No. Oasssiflcal ion ,; • .,-~J,'z~~-.. ~·Manofaclure ' , '-:-;li.mr-'11.\,.-.::+\ 'Model No <iC,c•'.:-,Si<.~'",':.', Narional SP«-"'.· ,,,.-~ize:;j;)·'
1----+-----L ______ _j ___ '.'_ :_~"!E.~ __________ . ___ . _ ________ __ _ ____ _ _______ L _______________ _,
PipesNalves & Fittings/Combina tion Ai r Rel ease
El ·l 1 1Combiru111(Ml Air Rcle.lle V,I"'
1
,
El-I I Combination Air Rclcuc: Val~
El-It Combination Air Rdcase Valve
GAlnduwics. Inc;.
M11ltiple:11M11n11 facm rin11Co
Valvean<.I PrirncrCorp.
Pipes/Va lves & Fittings/Ductile Iron Fittings
£mpm: Air and V,w;u11m V:.lvc. Model 93S
Cri:;pin Air a,ul V1>C11um Valve"-Mud,:I No. AS , AIO llA20
APCO li J4)C. •L4 SC: and 11 1,nc;
!A>'TMA 1260.." 8, ASTMA l"Al"
lfZ",l "A.2"
l",2"A.J"
,_
0
_i_~_2_;-+-~1_:1_: __ ~~~·-i:~-~1 .. ~~ ~~~.;: 1 ·~~"~-~:~r.~c~;c;.~=\:~:::~~'..c;c~:,_" ___ :~~=~·~~~-:--<
1Vll~2
011]1199
OS/11199
0VOSi04
OS/2119 1
11 ~1/99
0 1mm
OlfZI/II
"'"'"' 11 "1&199
11129.()4
0 1124~2
OS/lllO S
-O i!J IA'.)6
Pipes/Valves & Fittings/R esi lient Seated Gate Va lve•
r;; :::~: ~:~=~:,~I I :~::·;:;~:~;
El-26 Rc::1ilicn1 SC11tcd G1 1e v,1"' Sux:th11m Vlllve!! A Fininp
El-16 Ruilicn1Se.tcd0.1c V1IV1: M11cllcrCt1.
EJ-26 Rcsilicnl Sc11ted Ga~ Va lve M&.H
El -26 RcsUiml Seated Oak Val"' Kennedy
El-26 Ruilient Seated 011c Va l"' American I-low Control
El-26
El-26
EJ.26
Clow Resilient Su1 Val ve w!Siwr Gear Clow Valve Co.
Resilienl Wod1c Gtilc Valve w/Spu.r Gear., American Flow C:rn uml
Mulkr Rc.~ilicnl Wod1e Gate Valve M11llcr Cnmpany
Ruilicnl Wod&od Gate Valve w/nu Ge.aD ArneriC1111 Flow Control
Res1licn1 Wedge 0.lc Valve Amcncan Fk,w Corllrol
Resilicn1 Wcdae Gate Val"
Rc.<ilicn 1 Wedac 0.Lc Valve
RCJ11licn1WodpC"1t1lcValvc.
Rcsdicnl Wed1c 0.k: Valve
Rc.<ilicntWod1cG11cValvc
Rcicilicn1 Wed1cG11t;Valvc
Rn.ilien1Wcd1c0•1tValvc
Ruilicnl Wcdcc O.k Valve
Rc.~ilienl Wedae Ga le Val"
Rc.'(jlicn1 Wed1e Oa1c Vatve
Rc."llient WO<J1e Gue VaJwa
R«ilicnt Wodse 01k Valve
RcNlicnt Wc.d1c Gait Valve
Ruilic:nt Wod1c Gale Valve
Amcric:al, Flow Cunlrol
Americanf,low<.:o<mol
Amcncan Flow Qm1rol
AmcrH:lln Flow Coolml
Ameriun AVK Com pim:,,
M111:llcrCo.
Mucllct Cn.
Clow Valve Co.
Clow Valve Co
Clow Valve.Co.
CluwVulvl'Cn.
Amcriun AVK Compan y
Muller Company
Mlk:llcrCn .
Pipes/Valves & Fitt ings/Rubber Seated Bu tt erfl y Va lve
Mclm-1 2S-O, rcqum:mcn11 SPL •74
Wa1erou .... AFC
Drawin1 II D-2 16S 2
Amcric.11 Flow Control Scri.:1 2SOO Drawin1 II '>4-202SS
Dnwin&ll6641
Ameriu.n Flow Control Scric1 2SOO Orawina # 94-20247
Scnes 2SJO and Series 2S36
Scrici2520and Scrics2S2"
Scriei.2Sl6
Scllell2SOO
42"and41"AFC2SOO
Scnn A.2)61
Seric.:sA2)601'or 111"-2-i'Oia.
Clow)O"ll )6"C-S1S
MuellcrJO"\\Jf,".C-S15
Mueller ,i l".t.411".C-SIS
1 ANSVAWWACSIW,Al'i514?0--
AWWAC "4'19. ANSI 420 .-.ASTM
AV.WAC J.09.AN51420-....... ASTM
AWWAC51S
AWWACSIS
AWWACSJS
AWWACS09
AWWACSIS
AWWACS09
AWWACS1S
AWWACSJS
AWWAOOY
AWWACSIS
AWWACS\5
AWWACSIS
AWWACSIS
AWW ACS U
16'
)"IO l6"
4"-12"0n Hold
4"-12"
4"-12"
4"-12"
4"-12"
4"-1 2"
2-4"orSmallu
16"
16"
4"10l2.
42"and41"
4"1012"
16"
4•.1r
16'
24 'andJmallef
30" and )6•
20'and~
30" and )6"
42"and41"
1/11199
-06/llJO) .. ,..,., jj~ ~.£~~:-:-·~~"'°"cl =: ·-• ·~~ig:--~ ~c ~t -==j~~~~~£~:t~t==_==~=t~:::;·~~~~t~~.;-;,;::,:::1
Samolinl!'. Station
,__JJ~1,,,._-+----+-1w_,_..,_s.m~"'"-·"-'-~-""'----_-+-J·--------w-"-"'-~-1 --·-·---.=_± · -----B2ow.,cr Swnplinf s1a1;un __ --~---------------1
Dry Barre l Fire Hydrants
:::t:~::~
4
:·1:::::!:!:11~--.. ~~~~r=~~:~f ~!=i -r ~ If --.T,---;z~~-1--~---~l~i::!:!:f~."'1~~~~~~~~~~~~~~~:
'"""" E-1-12 D,y B,n,JF;,. "''"'' + w'""'"·' "'"'"""' I Sh.,1, ""'"''' "" SK740803 t AWWA e,,02 >----+----~----·----. -~[~ .. ----·-·------··---·---·· ____ . .I . ------.. ---···----------·-.. ---------------·-...L..--------·--------<
Ol/0Ml2
0112&/02
OIIJOIO I
OIIJMJI
01/211116
011)0/06
OSIJ2JOS
OS/12JOS
OS/12AH
OlJOS/9)
Water Annurt enances
EIOI-S l°'=~llKChcl:kMet«
·"vc .. i a urb'n ---+·-.~U~J.!!!!Y.
Her.se +-----+ Mtidel 1000 Deh;,i;;klr LlKct Val~
U11an~1•~ ~~ V n;~1
Prepa,ed by chwde1 3/12/2010
AWWACSSO AWW ,1"'7n, .... ,s-1
4"-10"
J/4"-6·
P,geJ
PART DA
PART DA -ADDITIONAL SPECIAL CONDITIONS
DA-1 AWARD OF CONTRACT FOR PROJECTS WITH MULTIPLE UNITS (OMITIED) ... 4
DA-2 PIPELINE REHABILITATION CURED-IN-PLACE PIPE (OMITIED) ......................... 4
DA-3 PIPE ENLARGEMENT SYSTEM (OMITIED) ............................................................ 4
DA-4 FOLD AND FORM PIPE (OMITIED) ............................................................. ; ........... 4
DA-5 SLIPLINING (OMITTED) ............................................................................................ 4
DA-6 PIPE INSTALLED BY OTHER THAN OPEN CUT ..................................................... 4
DA-7 TYPE OF CASING PIPE ............................................................................................ 7
DA-8 SERVICE LINE POINT REPAIR/ CLEANOUT REPAIR (OMITIED) ......................... 8
DA-9 PROTECTIVE MANHOLE COATING FOR CORROSION PROTECTION ................. 8
DA-10 MANHOLE REHABILITATION (OMITIEO) ............................................................. 10 ..
DA-11 SURFACE PREPARATION FOR MANHOLE REHABILITATION (OMITIED) ......... 10
DA-12 INTERIOR MANHOLE COATING -MICROSILICATE MORTAR SYSTEM
(OMITTED) ............................................................................................................... 10
DA-13 INTERIOR MANHOLE COATING -QUADEX SYSTEM (OMITIED) ....................... 10
DA-14 INTERIOR MANHOLE COATING -SPRAY WALL SYSTEM (OMITTED) ............... 10
DA-15 INTERIOR MANHOLE COATING~ RAVEN LINING SYSTEM ................................ 10
DA-16 INTERIOR MANHOLE COATING: PERMACAST SYSTEM WITH EPOXY LINER
(OMITIED) ............................................................................................................... 13
DA-17 INTERIOR MANHOLE COATING-STRONG-SEAL-SYSTEM (OMITIED) .............. 13
DA-18 RIGID FIBERGLASS MANHOLE LINERS (OMITIED) ............................................ 13
DA-20 PRESSURE GROUTING (OMITIED) ...................................................................... 13
DA-21 VACUUM TESTING OF REHABILITATED MANHOLES (OMITIED) ...................... 13
DA-22 FIBERGLASS MANHOLES (OMITIED) ................. ; ................................................ 13
DA-23 LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES ................. 13
DA-24 REPLACEMENT OF CONCRETE CURB AND GUTIER ......................................... 14
DA-25 REPLACEMENT OF 6" CONCRETE DRIVEWAYS ................................................. 15
DA-26 REPLACEMENT OF H.M.A.C. PAVEMENT AND BASE ......................................... 15
DA-27 GRADED CRUSHED STONES .............................................•.................................. 15
DA-28 WEDGE MILLING 2" TOO" DEPTH 5.0' WIDE (OMITTED) ............................•..•.... 16
DA-29 sun JOINTS -MILLED (OMITIED) ...................................................................... 16
DA-30 2" H.M.A.C. SURFACE COURSE (TYPE "D" MIX) (OMITIED) .............................. 16
DA-31 REPLACEMENT OF 7" CONCRETE VALLEY GUTIER ......................................... 16
DA-32 NEW 7" CONCRETE VALLEY GUTIER ................................................................. 16
DA-33 NEW 4" STANDARD WHEELCHAIR RAMP ............................................................ 17
DA-34 8" PAVEMENT PULVERIZATION (OMITIED) ........................................................ 18 -DA-35 REINFORCED CONCRETE PAVEMENT OR BASE (UTILITY CUT) (OMITIED) ... 18
DA-36 RAISED PAVEMENT MARKERS ............................................................................. 18·
DA-37 POTENTIALLY PETROLEUM CONTAMINATED MATERIAL HANDLING .............. 18
DA-38 LOADING, TRANSPORTATION, AND DISPOSAL OF CONTAMINATED SOIL ..... 22
DA-39 ROCK RIPRAP -GROUT -FILTER FABRIC ........................................................... 23
DA-40 CONCRETE RIPRAP .......................................................................... .-.................... 26
DA-41 CONCRETE CYLINDER PIPE AND FITIINGS (OMITIED) ................. _ ................... 27
DA-42 CONCRETE PIPE FITTINGS AND SPECIALS (OMITIED) ............................ ~ ........ 27
DA-43 UNCLASSIFIED STREET EXCAVATION (OMITTED) ............................................. 27
DA-44 6" PERFORATED PIPE SUBDRAIN (OMITIED) .................................................... 27
DA-45 REPLACEMENT OF 4" CONCRETE SIDEWALKS ................................................. 27
DA-46 RECOMMENDED SEQUENCE OF CONSTRUCTION ............................................ 27
DA-47 PAVEMENT REPAIR IN PARKING ARE;A (OMITTED) ............................................ 27
DA-48 EASEMENTS AND PERMITS .................................................................................. 28
DA-49 HIGHWAY REQUIREMENTS ................................................................................... 28
11102/04 ASC-1
DA-50
DA-51
DA-52
DA-53
DA-54
DA-55
DA-56
DA-57
DA-58
DA-59
DA-60
DA-61
DA-62
DA-63
DA-64
DA-65
DA-66
DA-67
DA-68
DA-69
DA-70
DA-71
DA-72
DA-73
DA-74
DA-75
DA-76
DA-77
DA-78
DA-79
DA-80
DA-81
DA-82
DA-83
DA-84
DA-85
DA-86
DA-87
DA-88
DA-89
DA-90
DA-91
DA-92
DA-93
DA-94
DA-95
DA-96
DA-97
11/02104
PART DA -ADDITIONAL SPECIAL CONDITIONS
CONCRETE ENCASEMENT .................................................................................... 28
CONNECTION TO EXISTING STRUCTURES ...............................................•......... 28
TURBO METER WITH VAULT AND BYPASS INSTALLATION (OMITTED) ........... 28
OPEN FIRE LINE INSTALLATIONS (OMITTED) ..................................................... 28
WATER SAMPLE STATION .................................................................................... 29
CURB ON CONCRETE PAVEMENT .............................•..............•.......................... 29
S~OP DRAWINGS .................................................................................................. 30
COST BREAKDOWN ..............................................•..........•.......................•............. 31
STANDARD STREET SPECIFICATIONS H.M.A.C. OVERLAY ............................... 31
H.M.A.C. MORE THAN 9 INCHES DEEP : ............................................................... 31 ··:
ASPHALT DRIVEWAY REPAIR .............................................................................. 31
TOP SOIL .................................................................................... ; ........................... 32
WATER METER AND METER BOX RELOCATION AND ADJUSTMENT ............... 32
BID QUANTITIES ..................................................................................................... 32
WORK IN HIGHWAY RIGHT OF WAY .................................................................... 32
CRUSHED LIMESTONE (FLEX-BASE) ................................................................... 33
OPTION TO RENEW (OMITTED) ............................................................................ 33
NON-EXCLUSIVE CONTRACT (OMITTED) ..........................................•................. 33
CONCRETE VALLEY GUTTER ............................................................................... 33
TRAFFIC BUTTONS ................................................................................................ 33
PAVEMENT STRIPING ............................................................................................ 33
H.M.A.C. TESTING PROCEDURES ........................................................................ 33
SPECIFICATION REFERENCES ............................................................................. 34
RELOCATION OF SPRINKLER SYSTEM BACK-FLOW PREVENTER/CONTROL
VALVE AND BOX .................................................................................................... 34
RESILIENT-SEATED GATE VALVES (OMITTED) .................................................. 34
EMERGENCY SITUATION 1 JOB MOVE-IN (OMITTED) .......................................... 34
1 1/2" & 211 CO.PPER SERVICES .............................................................................. 34
SCOPE OF WORK (UTIL. CUT) (OMITTED) ........................................................... 35
CONTRACTOR'S RESPONSIBILITY (UTIL. CUT) (OMITTED) ............................... 35
CONTRACT TIME (UTIL. CUT) (OMITTED) ............................................................ 35
REQUIRED CREW PERSONNEL & EQUIPMENT (UTIL. CUT) (OMITTED} .......... 35
TIME ALLOWED FOR UTILITY CUTS (UTIL. CUT) (OMITTED) ............................. 35
LIQUIDATED DAMAGES (UTIL. CUT) (OMITTED) ................................................. 35
PAVING REPAIR EDGES (UTIL. CUT) (OMITTED) ................................................ 35
TRENCH BACKFILL (UTIL. CUT) (OMITTED) ........................................................ 35
CLEAN-UP (UTIL. CUT) (OMITTED) ....................................................................... 35
PROPERTY ACCESS (UTIL. CUT) (OMITTED) ...................................................... 35
SUBMISSION OF BIDS (UTIL. CUT) (OMITTED) .................................................... 35
STANDARD BASE REPAIR FOR UNIT I (UTIL. CUT) (OMITTED} ......................... 35
CONCRETE BASE REPAIR FOR UNIT 11 & UNIT Ill (UTIL. CUT) (OMITTED) ....... 35
2" TO 9" H.M.A.C. PAVEMENT (UTIL. CUT) (OMITTED) ................... .-................... 35
ADJUST WATER VALVE BOXES, MANHOLES, AND VAULTS (UTIL. CUT)
(OMITTED) ............................................................................................................... 35
MAINTENANCE BOND (UTIL. CUT) (OMITTED) .................................................... 35
BRICK PAVEMENT (UTIL. CUT) (OMITTED) .......................................................... 35
LIME STABILI.ZED SUBGRADE (UTIL. CUT) (OMITTED) ...................................... 35
CEMENT STABILIZED SUBGRADE (UTIL. CUT) (OMITTED) ................................ 35
REPAIR OF STORM DRAIN\ STRUCTURES (UTIL. CUT) (OMITTED) .................. 35
"QUICK-SET" CONCRETE (UTIL. CUT) (OMITTED) .............................................. 35
ASC-2
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
DA-137
DA-138
DA-139
DA-140
DA-141
11/02104
PART DA -ADDITIONAL SPECIAL CONDITIONS
UTILITY ADJUSTMENT (UTIL. CUT) (OMITTED) ................................................... 36
STANDARD CONCRETE SIDEWALK AND WHEELCHAIR RAMPS (UTIL. CUT)
(OMITTED) ............................................................................................................... 36
LIMITS OF CONCRETE PAVEMENT REPAIR (UTIL. CUT) (OMITTED) ................ 36
CONCRETE CURB AND GUTTER (UTIL. CUT) (OMITTED) .................................. 36
PAYMENT (UTIL. CUT) (OMITTED) ........................................................................ 36
DEHOLES (MISC. EXT.) (OMITTED) ....................................................................... 36
CONSTRUCTION LIMITATIONS (MISC. EXT.) (OMITTED) .................................... 36
PRESSURE CLEANING, AND TESTING (MISC. EXT.) (OMITTED) ........................ 36
BID QUANTITIES (MISC. EXT.) (OMITTE_D) ........................................................... 36 ..
LIFE OF CONTRACT (MISC. EXT.) (OMITTED) ..................................................... 36 .
FLOWABLE FILL (MISC. EXT.) ............................................................................... 36 --
BRICK PAVEMENT REPAIR (MISC. REPL.) (OMITTED) ........... : ........................... 37
DETERMINATION AND INITIATION OF WORK (MISC. REPL.) (OMITTED) .......... 37 ·
WORK ORDER COMPLETION TIME (MISC. REPL.) (OMITTED) .......................... 37
MOVE IN CHARGES (MISC. REPL.) (OMITTED) .................................................... 37
PROJECT SIGNS (MISC. REPL.) (OMITTED) ........................................................ 37
LIQUIDATED DAMAGES (MISC. REPL.) (OMITTED) ............................................. 37
TRENCH SAFETY SYSTEM DESIGN (MISC. REPL.) (OMITTED) .......................... 37
FIELD OFFICE (OMITTED) ...................................................................................... 37
TRAFFIC CONTROL PLAN ..................................................................................... 37
COORDINATION OF WORK WITH CONTRACTOR FOR OTHER UNITS
(OMITTED) .............................•. , ............................................................................... 37
DUCTILE IRON PIPE (OMITTED) ............................................................................ 37
CONCRETE PRESSURE PIPE, BAR-WRAPPED STEEL CYLINDER TYPE
(OMITTED) ............................................................................................................... 38
BURIED STEEL PIPE AND FITTINGS (OMITTED) ................................................. 38
CATHODIC PROTECTION ...................................................................................... 38
GRAVEL DRIVEWAY REPAIR (OMITTED) ............................................................. 38
R'EPLACE.IVIENT ,OF; TREES .................................................................................... 38
PIPELINES CROSSING HIGHWAYS, STREETS AND RAILROADS BY BORING,
TUNNELING OR OPEN CUT (OMITTED) ................................................................ 38
BUTTERFLY VALVES (OMITTED) .......................................................................... 38
GATE VALVES (OMITTED) ..................................................................................... 38
AIR RELEASE VALVES (OMITTED) ....................................................................... 38
CONSTRUCTION COORDINATION WITHIN UNION PACIFIC RAILROAD PERMIT
AREA ....................................................................................................................... 38 ·
FIBERGLASS SEWER PIPE -GRAVITY SERVICE (OMITTED) ............................ 39
JUNCTION SANITARY SEWER MANHOLE ............................................................ 39
SUBSURFACE EXPLORATION .............................................................................. 40
ABANDON EXISTING WATER AND SANITARY SEWER STRUCTURES .............. 40
ABANDON EXISTING PIPE LINE ............................................................................ 40
REMOVE AND REPLACE EXISTING PIPE AND CABLE FENCE (OMITTED) ....... 40
SANITARY SEWER AND WATER LINE MARKERS ............................................... 40
CONSTRUCTION COORDINATION WITHIN TARRANT REGIONAL WATER
DISTRICT AREAS ................................................. : .................................................. 42
SPECIAL PROVISIONS FOR ACTIVITIES INSIDE TRWD RIGHT-OF-WAY .......... 42
GROUTING PROCEDURE ...................................................................................... 50
TUNNELING (OMITTED) ......................................................................................... 52
RELOCATION OF ONCOR UNDERGROUND ELECTRIC LINE ............................. 52
ASC-3
PART DA -ADDITIONAL SPECIAL CONDITIONS
DA-1 AWARD OF CONTRACT FOR PROJECTS WITH MULTIPLE UNITS (OMITTED)
DA-2 PIPELINE REHABILITATION CURED-IN-PLACE PIPE (OMITIED)
DA-3 PIPE ENLARGEMENT SYSTEM (OMITTED)
DA-4 FOLD AND FORM PIPE (OMITTED)
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 be installed to proper line and grade as
shown on the Plans and as established in the Specifications.
3. Work shall be performed in accordance with the requirements of the City of Fort
Worth Water Department, the Texas Department of Transportation, or railroad
company, as applicable.
B. MATERIALS:
11/02104
1. Casing Pipe: Casing pipe shall be steel conforming to ANSI B36.10 and the
following:
2 .
3 .
4 .
a. Field Strength: 35,000 psi minimum .
b. Wall thickness : 0.750 in . minimum, and in accordance with technical
specification 02610.
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 General 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 a free flowing thick slurry.
ASC-4
PART DA -ADDITIONAL SPECIAL CONDITIONS
C. EXECUTION
11/02104
1. Where sewer pipe is required to be installed under railroad embankments or under
highways, streets or other facilities in other than open cut , construction shall be
performed in such a manner so as to not interfere with the operation of the
railroad , street, highway, or other facility, and so as not to weaken or damage any
embankment or structure . During construction operations, barricades and lights to
safeguard traffic and pedestrians shall be furnished and maintained , until such
t ime as the backfill has been completed and then shall be removed from the site .
2. Pits and Trenches :
a . If the grade of the pipe at the end is below the ground surface, suitable pits
or trenches shall be excavated for the purpose of conducting the jacking or
tunneling operations and for placing end joints of the pipe . Wherever end
trenches are cut in the sides of the embankment or beyond it , such work
shall be sheeted securely and braced in a manner to prevent earth from
caving in .
b. The location of the pit shall meet the approval of the Engineer.
c. The pits of trenches excavated to facilitate these operations shall be
backfilled immediately after the casing and carrier pipe installation has
been completed.
3. Boring and Jacking Steel Casing Pipe: Steel casing pipe shall be installed by
boring hole with the earth auger and simultaneously jacking pipe into place.
a .
b.
C .
The boring shall proceed from a pit provided for the boring equipment and
workmen . The holes are to be bored mechanically . The boring shall be
done using a pilot hole . By this method an approximate 2-inch hole shall
be bored the entire length of the crossing and shall be checked for line and
grade on the opposite end of the bore from the work pit. This pilot hole
shall serve as the centerline of the larger diameter hole to be bored . Other
methods of maintaining line and grade on the casing may be approved if
acceptable to the Engineer. Excavated material shall be placed near the
top of the working pit and disposed of as required. The use of water or
other fluids in connection with the boring operation will be permitted only to
the extent required to lubricate cuttings. Jetting or sluicing will not be
permitted .
In unconsolidated soil formations, a gel-form ing colloidal drilling fluid
consisting of at least 1 O percent of high grade carefully processed
bentonite may be used to consolidate cuttings of the bit , seal the walls of
the hole, and furnish lubrication for subsequent removal of cuttings and
installation of the pipe immediately thereafter.
Allowable variation from the line and grade shall be as specified under
paragraph A.2.' All voids between bore and outside of casing shall be
pressure grouted.
ASC-5
11102104
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 insta ll ed line from resting on the bells.
b. All skids shall be treated with a wood preservative . Skids should extend for
the full length of the pipe with the exception of the bell area and spigot area
necessary for assembly unless otherwise specified .
c. The Contractor shall prevent over-belling the pipe while installing it through
the casing . A method of restricting the movement between the assembled ·
bell and spigot where applicable shall be provided. ·
d . At all bored, jacked , or tunneled installations , the annular space between
the carrier pipe and cas ing shall be filled with grout. Care must be taken
that not too much water is forced into the casing so as not to float the pipe .
The backfill material will not be required unless spec ified 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 provided at no additional cost and shall be subsidiary to the cost
bid for installation By Othe r than Open Cut.
c. Bore and jack in accordance with paragraph C.3. above.
d . Short length of sewer consisting of a single pipe section may be installed
by jacking without a bore hole if permitted by the Engineer and in soft soil ·
layer. All voids outside of installed pipe shall be pressure grouted .
6. Tunneling: Where the characteristics of the soil , the size of the proposed pipe, or
the use of monolithic sewer would make the use of tunneling more satisfactory
than jacking or boring , or when shown on the plans, a tunneling method may be
used , with the approval of the Engineer or railroad/highway officials . ·
a. When tunneling is permitted, the lining of the tunnel shall be of sufficient
strength of support the overburden . The Contractor shall submit the
proposed liner method to the Engineer for approval. The tunnel liner
design shall bear the seal of a licensed professional engineer in the State
of Texas. Approval by the Engineer shall not relieve the Contractor of the
responsibility for the adequacy of the liner method.
ASC-6
PART DA -ADDITIONAL SPECIAL CONDITIONS
b. The space between the tunnel liner and the limits of excavation shall be
pressure grouted or mud-jacked.
c. Access holes for placing concrete shall be space at maximum intervals of
10 feet.
D. MEASUREMENT AND PAYMENT: Installation of pipe by other than open cut will be
measured by the linear foot of pipe, complete in place. Such measurement will be made
between the ends of the pipe along the central axis as installed . The work performed and
materials furnished as prescribed by this item will be paid for at the Contract Unit Price bid
per linear foot for Pipe Installed by Other Than Open Cut of the type, size, and class of
pipe specified as shown on plans . The furnishing of all materials, pipe, liner materials _
required for installation, for all preparation, hauling and installing of same, and for all
labor, tools, equipment and incidentals necessary to complete the work, including
excavation, backfilling and disposal of surplus material shall be included in the Contract
Unit Price as shown in the Bid Proposal. Payment shall not include pavement
replacement, which if required, shall be paid separately .
DA-7 TYPE OF CASING PIPE
A. 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:
1. For the inside and outside of casing pipe, coal-tar protective coating in accordance
with the requirements of Sec. 2.2 and related sections in AWWA C-203 .
2. Touch-up after field welds shall provide coating equal to those specified above.
3. Minimum thickness for casing pipe used shall be 0. 750 inch, in accordance with
technical specification 02610 .
Casing spacers (Centered & Restrained Style) such as manufactured by Cascade
Waterworks Manufacturing Company, Advanced Products and Systems, Inc., or an
approved equal shall be used on all pipes when installed in casing. Installation shall be as
recommended by the manufacturer and the casing spacer design shall be submitted as a
shop drawing for review.
B. SEWER:
11/02104
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.
Casing spacers (Centering Style) such as manufactured by Cascade Waterworks
Manufacturing Company, Advanced Products and Systems, Inc. or an approved equal
shall be used on all pipes when installed in casing. Installation shall be as recommended
by the manufacturer and the casing spacer design shall be submitted as a shop drawing
for review.
ASC-7
PART DA -ADDITIONAL SPECIAL CONDITIONS
C. PAYMENT:
Payment for all materials , labor, equipment, excavation, concrete grout, backfill, and
incidental work shall be included in the unit price bid per foot.
DA-8 SERVICE LINE POINT REPAIR/ CLEANOUT REPAIR (OMITTED)
DA-9 PROTECTIVE MANHOLE COATING FOR CORROSION PROTECTION
A. GENERAL:
1. Scope: This section governs all work, materials and testing required for the
application of interior protective coating. Structures designated to received interior
coating are listed on the construction drawings. The structures are to be coated,
including interior wall, top and bench surfaces. Protective coating for corrosion
protection shall meet the requirements of this Specification (and items DA-14 and
DA-15) and the Manufacturers recommendations and specifications .
2 . Description: The Contractor shall be responsible for the furnishing of all labor,
supervision , materials, equipment, and testing required for the completion of
protective coating of structures in accordance with manufacturer's
recommendations .
3 . Manufacturer's Recommendations : Materials and procedures utilized for the lining
process shall be in strict accordance with manufacturer's recommendations .
4. Corrosion Protection : Corrosion protection may be required on all structures
where high turbulence or high H2S content is expected .
B. MATERIALS:
1.
2.
3 .
4.
11/02104
Scope : This section governs the materials required for completion of protective
coating of designated structures .
Protective Coating : The protective coating shall be a proprietary two component,
100 percent solids, rigid polyurethane system designated as Spray Wall as .
manufactured by Sprayroq, Inc. or a two-part epoxy resin system using 100% solids
based epoxy binder with fibrous and flake fillers, is manufactured by Raven Lining
systems and designated as Raven 405.
Specialty Cement (If required for leveling or filling): The specialty cement-based
coating material shall be either Quadex QM-1s as manufactured by Quadex, Inc. or
Reliner MSP as manufactured by Standard Cement Materials .
Material Identification: The protective coating material sprayed onto the surface of
the structure shall be a urethane or epoxy resin system formulated for the
application to a sanitary sewer environment. The spray system shall exhibit the
minimum physical properties as follows :
ASC-8
5.
PART DA -ADDITIONAL SPECIAL CONDITIONS
Property
Tensile Strength
Flexural Stress
Flexural Modulus
Standard
ASTM D-638
ASTM D-790
ASTM D-790
Long Term Value
5,000 psi
10,000 psi
550,000 psi
Mixing and Handling : Mixing and Handling of specialty cement material and
protective coating material, which may be toxic under certain conditions shall be in
accordance with the recommendations of the manufacturer and in such a manner
as to minimize hazard to personnel. ~t is the responsibility of the Contractor to ···
provide appropriate protective measures to ensure that materials are under control __
at all times and are not available to unauthorized personnel or animals . All
equipment shall be subject to the approval of the Engineer. Only personnel
thoroughly familiar with the handling of the coating material shall perform the spray
coating operations and coating installations.
C. EXECUTION:
11/02104
1. General : Protective coating shall not be installed until the structure is complete
and in place.
2. Preliminary Repairs:
a. All foreign materials shall be removed from the interior of the structure
using high pressure water spray (3500 psi to 4000 psi at spray tip).
b. All unsealed lifting holes, unsealed step holes, and voids larger than
approximately one-half (1/2) inch in thickness shall be filled with patching
compound as recommended by the material supplier for this application.
c. After all repairs have been completed, remove all loose material.
3. Protective Coating:
a. The protective coating shall be applied to the structure from the bottom of
the frame to the bench, down to the top of the trough . The top of the
structure shall also be coated .
b. The protective coating shall be installed in accordance with the
manufacturer's recommendations and the following procedure.
1)
2)
3)
The surface shall be thoroughly cleaned of all foreign materials and
matter.
Place covers over the invert to prevent extraneous material from
entering the sewers .
If required for filling or leveling, apply specialty cement product to
provide a smooth surface for the coasting material.
ASC-9
PART DA -ADDITIONAL SPECIAL CONDITIONS
4) Spray the urethane or epoxy onto the structure wall and
bench/trough to a minimum uniform th ickness of 125 mils (0 .125
inches). Thickness to be verifiable through the use of methods
acceptable to the Engineer . After the walls are coated , the wooden
bench covers shall be removed.
5) The final applicat ion shall have a minimum of three (3) hours cure
time or be set hard to the touch , before being subjected to active
flow.
6) No applications shall be made to frozen surfaces or if freezing is
expected to occur inside the structure within 24 hours after ··
application .
4 . Testing of Rehabilitated Manholes : Testing of rehabilitated manholes for
watertightness shall be performed by the Contractor after operations are
complete in accordance with the Section D-35 -VACUUM TESTING OF
SANITARY SEWER MANHOLES .
D. MEASUREMENT AND PAYMENT: Payment shall be based on the Contract Unit Price
Bid per vertical foot , measured from the bottom of the frame to the top of the bench. The
Contract Unit Price shall be payment in full for performing the work and for furnishing all
labor, supervision, materials , equipment and material testing required to complete the
work. Pressure grouting , if necessary to stop active infiltration prior to application of the
protective coating , shall be included in the above unit price . Grouting of the pipe seals,
bench and trough , and lower portion of a particular structure , if required by the Engineer,
shall be paid for separately , as specified in Section DA-10 , MANHOLE REHABILITATION .
DA-10 MANHOLE REHABILITATION (OMITTED)
DA-11 SURFACE PREPARATION FOR MANHOLE REHABILITATION (OMITTED)
DA-12 INTERIOR MANHOLE COATING -MICROSILICATE MORTAR SYSTEM (OMITTED)
DA-13 INTERIOR MANHOLE COATING -QUADEX SYSTEM (OMITTED)
DA-14 INTERIOR MANHOLE COATING -SPRAY WALL SYSTEM (OMITTED)
DA-15 INTERIOR MANHOLE COATING -RAVEN LINING SYSTEM
A GENERAL
11/02104
1. Scope
This section governs all work, materials and testing required for the application of
interior manhole coating . Manholes designated for interior coating are listed of the
Manhole Rehabilitation Schedule, listed in Section I. Interior manhole coating shall
meet the requirements of this Section , or of Section DA-12 , DA-13 , DA-14, DA-16 or
DA-17.
ASC -10
PART DA -ADDITIONAL SPECIAL CONDITIONS
2. Description
The Contractor shall be responsible for the furnishing of all labor, superv1s1on,
materials , equipment , and testing required for the completion of interior coating of
manholes in accordance with the Contract Documents .
3. Manufacturer's Recommendations
Materials , mixture ratios, and procedures utilized for the coating process shall be in
accordance with manufacturer's recommendations .
4. Manholes
Manholes to be coated are of brick, block, or concrete construction. All manholes
shall have a minimum of one-half (1/2) specialty cement-based coating material
(Quadex QM-1 s or Reliner MSP) sprayed or trowelled on coating over the original
interior surface.
B. MATERIALS
11102/04
1. Scope
This section governs the materials required for completion of interior coating of manholes .
2. Interior Coating
Raven Ultra High-Build epoxy Coating, a two-part epoxy resin system using 100%
solids based epoxy binder with fibrous and flake fillers, is manufactured by Raven
Lining systems and designated as Raven 405 .
3. Specialty Cement
The specialty cement-based coating material shall be either Quadex QM-1s as
manufactured by Quadex, Inc. or Reliner MSP as manufactured by Standard
Cement Materials .
4 . Material Identification
Contractors will completely identify the types of grout, mortar, sealant, and/or root
control chemicals proposed and provide case histories of successful use or defend
the choice of grouting materials based on chemical and physical properties, ease of
application, and expected performance . These grouting materials shall be
compatible with Raven 405 interior coating . The contractor shall be responsible for
getting approval from Raven Lining systems and/or the grout manufacturers for the
use of these grouting materials .
5. Mixing and Handling
Mixing and handling of interior coating, which may be toxic under certain conditions
shall be in accordance with the recommendations of the manufacturer and in such a
manner as to minimize hazard to personnel. It is the responsibility of the Contractor
to provide appropriate protective measures to ensure that materials are under
control at all times and are not available to unauthorized personnel or animals . All
ASC -11
PART DA -ADDITIONAL SPECIAL CONDITIONS
equipment shall be subject to the approval of the Engineer. Coating shall be
performed only by certified applicators approved by the manufacturers.
C. EXECUTION
11102104
1. General
Manhole coating shall not be performed until sealing of manhole from frame and
grade adjustments , partial manhole replacement , manhole grouting or sewer
replacement/repairs are complete .
2 . Temperatures
Normal interior coating operation shall be performed at temperatures of 40°F or
greater. No application shall be made when freezing is expected within 24 hours .
3 . Interior Manhole Coating
a . Manholes scheduled for interior coating are shown on the Manhole
Rehabilitation Schedule . The interior coating shall be applied to the manhole
from the bottom of the manhole frame to the bench/trough , including the
bench/trough .
b. The interior coating shall be installed in accordance with the manufacturer's
recommendations and the following procedure .
1)
2)
3)
4)
5)
6)
The surface preparation shall comply with the requirements of
Section DA-11, SURFACE PREPARATION FOR MANHOLE
RESTORATION.
Apply a minimum of one-half (1/2) inch specialty cement-based
product (Quadex QM-1s or Reliner MSP) smooth surface for the
urethane coating material.
The surface prior to application may be damp but shall not have
noticeable free water droplets seeping or running water. Material
shall be spray applied per manufacturer's recommendations with a
minimum thickness of 125 mils (0 .125 inch). ·
After the walls are coated, the wooden bench covers shall be
removed and the bench sprayed to the same average and minimum
thickness as required for the walls.
The final application shall have a minimum of three ·(3) hours cure
time or be set hard to the touch , before being subjected to active
flow.
No applications shall be made to frozen surfaces or if freezing is
expected to occur inside the manhole within 24 hours after
application .
ASC -12
PART DA -ADDITIONAL SPECIAL CONDITIONS
4. Testing of Rehabilitated Manholes
a. After the epoxy liner has set (hard to touch), all visible pinholes shall be
repaired . Repairs shall be made by lightly abrading the surface and brushing
the lining material over the area . All blisters and evidence of uneven cover
shall be repaired according to the manufacturer's recommendations. Spot
check of coating thickness may be made by Owner's Representative , and the
contractor shall repair these areas as required , at no additional cost to the
Owner.
b. Testing of rehabilitated manholes for watertightness shall be performed by _
the Contractor after operat ions are complete in accordance with Section DA-
21 -VACUUM TESTING OF REHABILITATED MANHOLES .
D. MEASUREMENT AND PAYMENT
Payment shall be based on the Contract Unit Price per vertical foot , measured from the
bottom of the frame to the top of the bench . The Contract Unit Price shall be payment in full
for performing the work and for furnishing all labor, supervision , materials, equipment all
testing necessary to complete the work. Payment for grouting of pipe seals, bench and
trough and manhole walls shall be based on the Contract Unit Price for each manhole
actually grouted.
DA-16 INTERIOR MANHOLE COATING: PERMACAST SYSTEM WITH EPOXY LINER
(OMITIED)
DA-17 INTERIOR MANHOLE COATING-STRONG-SEAL-SYSTEM (OMITIED)
DA-18 RIGID FIBERGLASS MANHOLE LINERS (OMITIED)
DA-20 PRESSURE GROUTING (OMITIED)
DA-21 VACUUM TESTING OF REHABILITATED MANHOLES (OMITIED)
DA-22 FIBERGLASS MANHOLES (OMITIED)
DA-23 LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES
The contractor shall be responsible for locating and marking all previously exposed manholes
and water valves in each street of this contract before the resurfacing process commences for a
particular street.
The contractor shall attempt to include the Construction Engineer (if he is available) in the
observation and mark ing activity . In any event a street shall be completely marked a minimum of
two (2) working days before resurfacing begins on any street. Marking the curbs with paint is a
recommended procedure .
It shall be the contractors responsibility to notify the utility companies that he has commenced
work on the project. As the resurfacing is completed (within same day) the contractor shall locate
the covered manholes and valves and expose them for later adjustment. Upon completion of a
11/02104 ASC -13
PART DA -ADDITIONAL SPECIAL CONDITIONS
street the contractor shall notify the utilities of this completion and indicate the start of the next
one in order for the utilities to adjust facilities accordingly . The follow ing are utility contact
persons :
Company Telephone Number
Southwestern Bell Telephone
Texas Utilities
Lone Star
City of Fort Worth,
Street Light and Signal
338-6275
336-9411
Ext. 2121
336-8381
Ext. 6982
871-8100
Contact Person
"Hot Line"
Mr . Roy Kruger
Mr. Jim Bennett
Mr . Jim Bob Wakefield
Of course , under the terms of this contract , the contractor shall complete adjustment of the storm
drain and Water Department facilities, one traffic lane at a time within five (5) working days after
completing the laying of proposed H.M .A.C . overlay adjacent to said facilities .
Any deviation from the above procedure and allotted working days may result in the shut down of
the resurfacing operation by the Construction Engineer.
The contractor shall be responsible for all materials, equipment and labor to perform a most
accurate job and all costs to the contractor shall be figured subsidiary to this contract.
DA-24 REPLACEMENT OF CONCRETE CURB AND GUTTER
These provisions require the contractor to remove all failed existing curb and gutter, as
designated by the Construction Engineer, and replace with standard concrete curb and gutter,
laydown curb and gutter, or in like kind , as governed by the standard City Specifications, Item No.
104 "Removing Old Concrete ", Item No . 502 "Concrete Curb and Gutter", and Drawing Nos . S-S2
through S-S4 . Pay limits for laydown curb and gutter are shown in Drawing No . S-S5 of the
Standard Specifications . Contractor shall saw cut the curb and gutter and pavement prior to
removal. Included , and figured subsidiary to this unit price, will be the required sawcut excavation,
as per specification Item No . 106 "Unc lassified Street Excavation ", into the street to aid in the
construction of the curb and gutter. The pay limit will be 9" out from the gutter lip , with same day
haul-off of the removed material to a suitable dump site . The street void shall be filled with
H.M .A.C . "Type D" mix as per specification No . 300 "Asphalts , Oils and Emulsions ", Item No . 304
"Prime Coat " and Item No . 312 "Hot Mix Asphaltic Concrete " and compacted to standard City
densities and top soil as per specification item No . 116 "Top Soil", if needed , shall be added and
leveled to grade behind the curb . Existing improvements within the parkway such as water
meters, sprinkler system, etc . damaged during construction shall be replaced with same or better
at no cost to the City .
Backfill for curb and gutter shall be completed with in fourteen (14) calendar days from the day of
demolition to date of completion . If the contractor fails to complete the work within fourteen (14)
calendar days, a $100 dollar liquidated damage will be assessed per block per day .
The unit price bid per linear foot shall be full compensation for all materials, labor, equipment and
incidentals necessary to complete the work.
11/02104 ASC -14
PART DA -ADDITIONAL SPECIAL CONDITIONS
DA-25 REPLACEMENT OF 6" CONCRETE DRIVEWAYS
This item shall include the removal and replacement of ex isting concrete driveways, due to
deterioration or in situations where curb and gutter is replaced to adjust grades to eliminate
ponding water with same day haul-off of the removed material to a suitable dump site. For
specifications governing this item see Item No . 104 "Removing Old Concrete", Item No . 504 "
Concrete Sidewalk and Driveways". Pay limits for concrete driveway are as shown in Drawing No .
S-S5 of the Standard Specifications .
The unit price bid per square yard shall be full compensation for all labor, material , equipment ,
supplies , and incidentals necessary to complete the work .
DA-26 REPLACEMENT OF H.M .A.C. PAVEMENT AND BASE
The contractor shall remove all existing deformed H.M.A.C . pavement and/or bad base material
that shows surface deterioration and/or complete failure. The Engineer w ill identify these areas
upon which time the contractor will begin work . The fa iled area shall be saw cut, or other similar
means , out of the existing pavement in square or rectangular fashion . The side faces shall be cut
vertically and all failed and loose material excavated . As a part of the excavation process , all
unsatisfactory base material shall be removed , if required, to a depth sufficient to obtain stable
sub-base. The total depth of excavation could range from a couple of inches to include the
surface-base-some sub-base removal for which the Engineer will select the necessary depth . The
remaining good material shall be leveled and uniformly made ready to accept the fill material. All
excavated material shall be hauled off site , the same day as excavated , to a suitable dump site .
After satisfactory completion of removal as outlined above, the contractor shall place the
permanent pavement patch , with "Type D" surface mix . This item will always be used even if no
base improvements are required . The proposed H.M.A.C . repair shall match the existing
pavement section or the depth of the failed material , whichever is greater. However, the patch
thickness shall be a minimum of 2 inches . Generally the existing H.M.A.C . pavement thickness
will not exceed 6". Before the patch layers are applied , any loose material , mud and/or water shall
be removed . A liquid asphalt tack coat shall be applied to all exposed surfaces . Placement of the
surface mix lifts shall not exceed 3 inches with vibrator compactions to follow each lift .
Compactions of the mix shall be to standard densities of the City of Fort Worth , made in
preparation to accept the recycling process .
All applicable provisions of Standard Specification Item Nos . 300 "Asphalts , Oils , and Emulsions",
304 "Prime Coat", and 312 "Hot-Mix Asphaltic Concrete" shall govern work .
The unit price bid per cubic yard shall be full compensation for all materials, labor, equipment and
incidentals necessary to complete the work .
DA-27 GRADED CRUSHED STONES
This item shall be used to repair the failed base material in areas exceed 8" deep as directed by
the Engineer . The material shall be graded crushed stones .
For specifications governing this item see Item No . 208 "Flexible Base".
The unit price bid per cubic yard shall be full compensation for all materials, labor, equipment and
incidentals necessary to complete the work.
11/02104 ASC -15
PART DA -ADDITIONAL SPECIAL CONDITIONS
DA-28 WEDGE MILLING 2" TO O" DEPTH 5.0' WIDE (OMITTED)
DA-29 BUTT JOINTS -MILLED (OMITTED)
DA-30 2" H.M.A.C. SURFACE COURSE (TYPE "D" MIX) (OMITTED)
DA-31 REPLACEMENT OF 7" CONCRETE VALLEY GUTTER
This item shall include the removal and reconstruct~on of existing concrete valley gutters at .
locations to be determined in field :
Removal of existing concrete valley, asphalt pavement, concrete base, curb and gutter, and
necessary excavation to install the concrete valley gutters all shall be subsidiary to this pay item .
Furnishing and placing of 2:27 concrete base and crushed limestone to a depth as directed by
the Engineer and necessary asphalt transitions as shown in the concrete valley gutter details,
shall be subsidiary to this Pay Item .
See standard specification Item No . 314, "Concrete Pavement", Item 312 "Hot-Mix Asphaltic
Concrete", Item No . 104, "Removing Old Concrete", Item No . 106, "Unclassified Street
Excavation" Item No . 208 "Flexible Base ." Measurement for final quantities of valley gutter will be
by the square yard of concrete pavement and the curb and gutter section will be included .
Contractor may substitute 5" non-reinforced (2:27) Concrete Base in lieu of Crushed Stone at no
additional cost. See Item 314" Concrete Pavement".
Asphalt base material may be required at times as directed by the Engineer to expedite the work
at locations identified in the field .
The concrete shall be designed to achieve a minimum compressive strength of 3000 pounds per
square inch . Contractor shall work on one-half of Valley Gutter at a time, and the other half shall
be open to traffic . Work shall be completed on each half within seven (7) calendar days .
If the contractor fails to complete the work on each half within seven (7) calendar days , a $100
dollars liquidated damage will be assessed per each half of valley gutter per day.
The unit price bid per square yard for Concrete Valley as shown on the proposal will be full
compensation for materials , labor, equipment , tools and incidentals necessary to complete the
work.
DA-32 NEW 7" CONCRETE VALLEY GUTTER
This item shall include the construction of concrete valley gutters at various locations to be
determined in field .
Removal of existing, asphalt pavement, concrete base, curb and gutter, and necessary
excavation to install the concrete valley gutters all shall be subsidiary to this pay item . Furnishing
and placing of 2:27 concrete base and crushed limestone to a depth as directed by the Engineer
and necessary asphalt transitions as shown in the concrete valley gutter details shall be
subsidiary to this Pay Item .
11/02104 ASC -16
...
PART DA -ADDITIONAL SPECIAL CONDITIONS
See standard specification Item No. 314 ", Concrete Pavement ", Item 312 "Hot-Mix Asphaltic
Concrete", Item No . 104, "Removing Old Concrete", Item No . 106 , "Unclassified Street
Excavation" Item No. 208 "Flexible Base ." Measurement for final quantities of valley gutter will be
by the square yard of concrete pavement and the curb and gutter section will be included .
Contractor may substitute 5" non-reinforced (2 :27) Concre.te Base in lieu of Crushed Stone at no
additional cost. See Item 314" Concrete Pavement".
The concrete shall be designed to achieve a minimum compressive strength of 3000 pounds per
square inch. Contractor shall work on one-half of Valley gutter at a time , and the other half shall
be open to traffic. Work shall be completed on each half within seven (7) calendar days .
If the Contractor fails to complete the work on each half within seven (7) calendar days, a $100
dollars liquidated damage will be assessed per each half of valley gutter per day .
The unit price bid per square yard for Concrete Valley as shown on the proposal will be full
compensation for materials, labor, equipment , tools and incidentals necessary to complete the
work .
DA-33 NEW 4" STANDARD WHEELCHAIR RAMP
The Contractor shall construct standard concrete wheelchair ramps as shown on the enclosed
details , or as directed by the Engineer.
The removal of existing substandard wheelchair ramps and sidewalk as required for the
installation of new wheelchair ramps shall be subsidiary to this pay item . The remov~I and
replacement of existing curb and gutter as required for the installation of new wheelchair ramps
shall be included in Pay Item 5 (Removal and Replacement of Curb and Gutter). Pay limits for
laydown curb and gutter are as shown in the Standard Pay Limit Detail (WR-1). The pay limit will
extend from 9" outside the lip of gutter to 15" back from the face of curb . Any asphalt tie-in shall
be subsidiary to the curb and gutter pay item . Pay limits for "Standard Wheelchair Ramp" will
start 15" back from the face of curb and encompass the remainder of the ramp and sidewalk .
All applicable provision of standard Specifications Item 104 "Removing Old Concrete" and Item
504 "Concrete Sidewalk Driveways" shall apply except as herein modified .
All concrete flared surface shall be colored with L
0
ITHOCHROME color hardener as manufactured
by L.M . Scofield Company or equal. The color hardener shall be brick red color and dry-shake
type , and shall be used in accordance with manufactures instructions . Concrete stain may be
applied after concrete is poured (Product sold by BAER).
"Contractor shall provide a colored sample concrete panel of one foot by one foot by three inches
dimension, or other dimension approved by the Engineer, meeting the aforementioned
specification . The sample, upon approval by the Engineer, shall be the acceptable standard to be
applied for all construction covered in the scope of this pay item .
The method of application shall be by screen , sifter, sieve or other means in order to provide for a
uniform color d istribut ion ."
The unit price bid per square yard for 4" standard wheelchair ramp as shown on the proposal will
be full compensation for materials , labor, equipment, tools and incidentals necessary to compete
the work .
11/02104 ASC -17
PART DA -ADDITIONAL SPECIAL CONDITIONS
DA-34 8" PAVEMENT PULVERIZATION (OMITTED)
DA-35 REINFORCED CONCRETE PAVEMENT OR BASE (UTILITY CUT) (OMITTED)
DA-36 RAISED PAVEMENT MARKERS
All applicable provisions of Standard Specifications for Roadway Markers (Buttons) shall apply .
The Contractor shall install standard roadway markers according to city specifications as shown
on plan sheet or as directed by the Engineer. Please refer to "Roadway Markers Specifications ".
DA-37 POTENTIALLY PETROLEUM CONTAMINATED MATERIAL HANDLING
A. GENERAL:
11/02104
Where known by the design engineer, the locations of potentially petroleum , or other,
contaminated material (soil) that may be encountered during excavation and/or construction
activities will be shown on the plans . For all locations where material is excavated and
suspected of being contaminated with petroleum products , whether known or not, these
special conditions are to be followed. The contractor is also to follow all applicable Federal.
State and Local regulations when handling known or suspect contaminated materials (soils).
1. WORK INCLUDED
a. Excavation , stockpiling and testing of Potentially Petroleum Contaminated Material.
b. Removal, testing , and disposal of petroleum contaminated groundwater.
c. Obtaining and paying for required permits .
d. Hiring of qualified environmental professional consultant(s). Contractor will be
required to submit the environmental consultant's experience and qualifications to
the City prior to beginning work in areas of Potentially Petroleum Contaminated
Material.
e. Hiring of qualified environmental sampling professionals that will collect and submit
samples to the applicable City of Fort Worth testing laboratory. The City of Fort
Worth 's Department of Environmental Management for coordination of laboratory .
testing.
2. REFERENCES
a. All applicable OSHA regulatory requirements .
b. All applicable Environmental Protection Agency (EPA) regulatory requirements .
c. All applicable State of Texas regulatory requirements .
d. All applicable City of Fort Worth (City) regulatory requirements .
e . All applicable NIOSH standards .
f. All applicable TNRCC requirements .
ASC -18
PART DA -ADDITIONAL SPECIAL CONDITIONS
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), or Other Contaminated Material (OCM)
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 or OCM 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 Hquid 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 or OCM 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 or OCM 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 or OCM excavation, including pipe gasket and carrier pipe
coating or liner.
B. PRODUCTS :
1. PIPE GASKET MATERIAL. Materials used within the actual limits of PPCM or OCM
excavation, including pipe gaskets , shall be resistant to petroleum hydrocarbon
deterioration .
C. EXECUTION:
11102/04
1. POTENTIALLY PETROLEUM, OR OTHER, CONTAMINATED AREAS
a. Areas suspected of having petroleum contaminated material (soils) are shown in on
the engineering drawings.
b. In areas other than those noted on the plans and where potentially petroleum ,
contaminated materials are either detected or suspected , the City of Fort Worth and
the Engineer should be notified immediately and the work should proceed in
accordance with th is section.
2. SCREENING POTENTIALLY PETROLEUM, OR OTHER, CONTAMINATED AREAS
a. Care should be taken during all excavation and dewatering activities to identify areas
potentially contaminated by petroleum.
ASC -19
11/02104
PART DA -ADDITIONAL SPECIAL CONDITIONS
b. When a petroleum odor is encountered during excavation or when there is visual
evidence of potentially petroleum contaminated soil , the Contractor shall notify the
Engineer without delay.
c. The Contractor shall have retained the services of an environmental consultant who
shall be present at the site to screen suspect soil with a photo-ionization detector
(PIO) or a flame ionization detector (FID). A reading of 20 ppm above ambient
conditions or greater on PIO or FID tested soil sample will be considered potentially
petroleum contaminated . The soul sample should be a recent sample from the .
excavation face . The sample should be stored in a laboratory supplied glass jar with
a teflon gasket lined lid . The City of Fort Worth Department of Environmental
Management will be notified prior to all sample collection and submittal to the current
testing laboratory identified by the City. The PIO or FID tests should be performed in
a confined location. Soils producing a reading of less than 20 ppm above ambient
will not be considered potentially petroleum contaminated . The PIO or FID shall be
calibrated according to manufactures instructions.
d. Water encountered during excavation or dewatering shall be considered to be
potentially contaminated if there is a visible sheen, a hydrocarbon odor, adjacent soil
that appears visually to be contaminated by hydrocarbons or at any time the
Contractor has reason to believe that hydrocarbon contamination may have
occurred. The Contractor shall immediately notify the City and the TNRCC
whenever contaminated water is encountered.
e. The Contractor shall contact the City whenever contamination from any source is
suspected.
3. HANDLING POTENTIALLY PETROLEUM , OR OTHER, CONTAMINATED SOIL
(PPCS)
a. Contractor shall coordinate with the City to determine a suitable location for the
stockpiling of contaminated soil. The following procedure shall be followed in
preparing the chosen site :
1. Provide a diked enclosure large enough to hold all material and prevent runoff.
2. The diked area shall be lined with 20-30 mil plastic tp prevent seepage into the ·
existing soil.
3. At the end of each work day, Contractor shall completely cover stockpile with 20
mil plastic. During the day, the Contractor shall keep the stockpile covered, as
necessary, to prevent release of contaminated materials due to rain or wind .
4. Sampling and evaluation of materials will be performed at the Contractor's
expense . (The City of Fort Worth will provide laboratory services)
b. PPCS shall be handled, tested, observing all standard chain-of-custody procedures
and sampling preservation and analyses shall conform to published and recognized
standards.
ASC -20
11/02104
PART DA -ADDITIONAL SPECIAL CONDITIONS
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 So il.
e. It is the intent of the City of Fort Worth that uncontaminated soils be utilized as
backfill material, if the soils also meet the Type C or B backfill classifications .
4. HANDLING POTENTIALLY PETROLEUM CONTAMINATED WATER (PPCW)
a. Water pumped from the excavation or from dewatering activities that has an oily
sheen, a hydrocarbon odor, or is otherwise suspect , shall be considered potentially
petroleum contaminated .
b. PPCW shall be handled , tested, and discharged in accordance with the TNRCC's
appropriate state regulation . PPCW shall be tested no later than 15 days prior to
extraction. PPCW shall , if necessary, be treated in an appropriately sized oil/water
separator, air stripper or GAC canisters . Contractor shall have his testing laboratory
determine that the oil/water separator treated discharge is within the limits
established by the TNRCC's regulations before being allowed to discharge
(discharge to sanitary sewer). Contractor shall be responsible for furnishing the
effluent test reports to the City .
c. Alternatively , the Contractor may dispose of contaminated water , after appropriate
pretreatment, into the sanitary sewer collection system . It shall be the responsibility
of the Contractor to obtain the necessary permit(s) and to perform all testing
required by the City of Fort Worth Pretreatment Services Division.
d. All treated water shall be discharged into a Contractor supplied Frac Tank , sampled,
and analyzed before discharge into the sewer system .
e. The product that is recovered shall be disposed of in accordance with all applicable
regulations . Any phase separate product recovered from the oil/water separator and
air stripper shall be transported in accordance with Department of Transportation
rules and regulations for flammable products. When transporting product for
disposal, transportation shall also be performed by a licensed carrier . The
Contractor is responsible for proper manifesting of the material from the site to the
waste disposal facility. Completed Manifests shall be returned to the City
Department of Environmental Management within 90 days of shipment.
5. HANDLING VAPOR CONCENTRATIONS
a. In order to maintain safe working condit ions , the vapor concentrations should not
exceed 20 percent of the Lower Explosive Limit (LEL). During construction,
measures should be taken to maintain LEL levels below 20 percent in all working
areas .
b. To monitor vapor levels and oxygen levels a combust ible gas indicator (CGI) with a
LEU02 meter should continuously operate in the working area . The CGI should be
ASC -21
PART DA -ADDITIONAL SPECIAL CONDITIONS
properly calibrated and should have an alarm that sounds if 20 percent LEL is
reached . Monitoring data from the GCI should be recorded period ically to determine
if ventilation or other methods are effective. In the event local health and safety
agencies require more stringent monitoring, the local regulations must be
implemented .
D. MEASUREMENT AND PAYMENT:
Payment for handling PPCS, PPCW, and Vapor Concentrations , obtaining and paying for
any permits required, hiring the services of a qualified professional environmental
consultant(s), environmental issues , stockpiling and all issues included and incidental to this
section will be full compensation for all labor, equipment, materials, and supervision. -
Measurement and Payment for this section will be per linear foot of trench excavated where
the excavated material is handled as a contaminated material. No separate payment will be
made for handling of contaminated water, vapor concentrations , sampling, stockpiling , etc.
DA-38 LOADING, TRANSPORTATION, AND DISPOSAL OF CONTAMINATED SOIL
A. GENERAL:
This item has been established for the loading, transportation and disposal of contaminated
soils in a State of Texas approved disposal site (landfill) to handle special wastes (petroleum
contaminated soils). A bid item has been established in the proposal for the proper loading,
transportation and disposal of the material to a designated site and the quantity established
is the engineers best estimate of the quantity that may be removed . This quantity may vary
depending upon actual conditions and testing results. The unit price bid will not be
increased regardless of the actual amount of material disposed and may be decreased if a
larger volume of material, than that listed in the bid proposal , results in a unit cost reduction
for disposal.
B. WASTE MANIFESTS:
Any and all non-hazardous liquid and petroleum substance waste removed from the site of
generation and transported for treatment and/or disposal must be accompanied by a waste
shipment record/manifest detailing required generator, transported , destination and waste
description information. These resu lts may not be uniform throughout the entire site . For all
petroleum substance waste, the waste shipment record utilized shall be the TNRCC
PETROLEUM-SUBSTANCE WASTE AFFIDAVIT (Form TWC-0332). The Contractor shall
be responsible for obtaining, originating and maintaining manifests in accordance with
federal and state laws . The Contractor shall sign the manifests forms as Independent
Contractor to the Owner. AUTHORIZATION OF PAYMENT FOR REMOVAL TRANSPORT
AND TREATMENT/ DISPOSAL OF WASTES IN CONTINGENT UPON RECEIPT BY THE
ENGINEER OF FULLY COMPLETED AND SIGNED MANIFEST FORMS that are in
agreement with regard to the type and amount of waste removed from the site and received
by the treatment/disposal facility . The Contractor shall immediately resolve any manifest
discrepancies. Completed Manifests shall be returned to the City Department of
Environmental Management within 90 days of shipment.
C. MEASUREMENT AND PAYMENT:
11/02104
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
ASC -22
PART DA -ADDITIONAL SPECIAL CONDITIONS
payment will be made for loading , transportation and disposal of contaminated ground
waters collected ; these costs considered subsidiary to DA-37 , POTENTIALLY PETROLEUM
CONTAMINATED MATERIAL HANDLING. The proposed landfill shall be included in the
Contractor's bid submittal and approved by the City of Fort Worth Department of
Environmental Management prior to contract award . Contractor shall be responsible for all
landfill costs, including , but not limited to landfill fees , transportation costs and landfill
operator requested analytical testing and waste characterization .
DA-39 ROCK RIPRAP -GROUT -FILTER FABRIC
A. GENERAL:
8 .
1. General Conditions, Supplemental Conditions , applicable requirements of Division 1 ~
General Requirements and the North Central Texas Council of Governments
(NCTCOG) Standard Specifications, are hereby made a part of this section .
2 . This item shall govern for the installation of rock riprap of the various sizes shown on
the plans .
DESIGN CRITERIA:
1. The toe of the riprap revetment shall be entrenched in stable channel bottoms . If the
channel bottom is not stable, the design shall incorporate other requirements needed
to stabilize the revetment toe .
2 . The channel side slope shall be as shown on the drawings.
3. Engineering filter fabric material shall be placed underneath the riprap.
4 . Riprap shall extend up the bank to an elevation where vegetation will provide
adequate protection . See cross sections.
C . PRODUCT:
11/02104
1. RIPRAP MATERIAL: Stone for riprap shall be durable and of a suitable quality to
insure permanence in the structure . It shall be free from cracks , seams and other
defects that would tend to increase deterioration. Rock shall be reasonably well
graded between the following prescribed limits:
24 "
Riprap
18"
Riprap
Sieve Size
(Square Mesh)
24inch
18 inch
12inch
6inch
Sieve Size
(Square Mesh)
18inch
12inch
6inch
3inch
ASC -23
Percent Passing
100
80-90
45-55
0-20
Percent Passing
100
60-85
15-45
0-15
PART DA -ADDITIONAL SPECIAL CONDITIONS
2. RIPRAP WEIGHT: Weight of rock shall be one hundred fifty five pounds per solid
cubic foot (m in.) calculated from the bulk specific gravity (saturated surface dry).
3. FILTER FABRIC BLANKET :
• Supac -Heavy Grade 8NP (UV)
Approved Manufacturer: • Trevira 011/280
• Amoco 4553
• or Equal Heavy Grade
4 . RIPRAP GROUTING
a. FINE AGGREGATE: Fine aggregate for grouting mix shall consist of natural sand,
manufactured sand , or a combination of natural and manufactured sands. The
grading and uniformity of the fine aggregate shall conform to the following
requirements as delivered to the mixers :
Sieve Designation, U.S.
Standard Square Mesh
3/8 in . (9 .5 mm)
No . 4 (4 .75 mm)
No. 8 (2 .36 mm)
No . 16 (1 .18 mm)
No . 30 (600 um)
No . 50 (300 um)
No . 100 (150 um)
Permissible Limits
Percent by Weight, Passing
100
95-100
80-95
55-75
30-60
12 -30
2 -10
D. EXECUTION :
11/02104
1. CONSTRUCTION:
a. The channel side slope and the toe excavation shall be prepared to the required
lines and grades.
b. Filter fabric and riprap shall be placed in succession to the required thicknesses
and elevations. Riprap shall be hand placed around structures to prevent damage
to the structures.
2 . INSTALLATION OF THE FILTER FABRIC (GEOTEXTILE): The geotextile shall be
placed in the manner and at the locations shown on the drawings. At the time of
installation, the geotextile shall be rejected if it has defects , rips, holes, flaws,
deterioration or damage incurred during manufacture, transportation or storage. The
surface to receive the geotextile shall be prepared to a relatively smootn condition free
of obstructions, depressions , debris, and soft or low dens ity pockets of material.
Erosion features such as rills, gullies, etc . must be graded out of the surface before
geotextile placement. The geotextile shall be placed with the long dimension
perpendicular to the centerline of the channel and laid smooth and free of tension,
stress , folds , wrinkles , or creases. The strips shall be placed to provide a minimum
width of 24-inches of overlap for each joint. Temporary pinning of the textile to help
hold it in place until the rock riprap is placed. The temporary pins shall be removed as
the riprap is placed to relieve high tensile stre.ss which may occur during placement of
ASC-24
11102104
PART DA -ADDITIONAL SPECIAL CONDITIONS
material on the geotextile . The specified placement procedure requires that the length
of the geotextile be greater than the actual slope length . The Contractor shall adjust
the actual length of the geotextile used based on initial installation experience . The
geotextile shall be protected at all times during construction from contamination by
surface runoff and any geotextile so contaminated shall be removed and replaced with
uncontaminated geotextile . Any geotextile damaged during its installation or during
placement of riprap shall be replaced by the Contractor at no cost to the Owner . The
work shall be scheduled so that the covering of the geotextile with a layer of the
specified material is accomplished within seven (7) calendar days after placement of
the geotextile . Failure to comply shall require replacement of geotextile . The
geotextile shall be protected from damage-prior to and during the placement of rock :·
riprap . Before placement of gabion units , the Contractor shall demonstrate that the _
placement technique will prevent damage to the geotextile. In no case shall any type
of equipment be allowed on the unprotected geotextile .
3. RIPRAP PLACEMENT: Stone for riprap shall be placed on the filter fabric blanket in
such a manner as to produce a reasonably well graded mass of rock with the
minimum practicable percentage of voids and shall be constructed within the specified
tolerance to the lines and grades shown on the drawings. Then intent of these
specifications is to require placement of riprap to the thickness shown and to allow
isolated stones to extend as much as six inches above grade. Riprap shall be placed
to its full course thickness at one operation and in such a manner as to avoid
displacing the fabric . The larger stones shall be well distributed and the entire mass
of stones in their final position shall conform to the gradation specified hereinbefore .
The finished riprap shall be free from objectionable pockets of small stones and
clusters of larger stones . The desired distribution of the various sizes of stones
throughout the mass shall be obtained by selective loading of the material at the
quarry or other source , by controlled dumping of successive loads during final placing,
or by other methods of placement which will produce the specified results .
Rearranging of individual stones, by mechanical equipment or by hand will be required
to the extent necessary to obtain a reasonably well graded distribution of stone
specified above . The Contractor shall maintain the riprap protection until accepted.
Any material displaced by any cause shall be replaced at his erosion to the lines and
grades shown on the Drawings .
4. GROUT PLACEMENT: Grout shall be composed of cement, water and air-entraining
admixture and sand mixed in the proportions of 1 part of Portland cement to 3 parts of
sand, sufficient water to produce a workable mixture, and that amount of admixture
which will entrain sufficient air to produce durable grout, as determined by the
ENGINEER. Sand for grouting shall conform to the requirements of paragraph : FINE
AGGREGATE. The grout shall be mixed in a concrete mixer in the manner specified for
concrete except that the time of mixing shall be increased to that necessary to produce a
mixture having a consistency such as to permit gravity flow into the interstices of the
riprap with the help of limited spading and brooming . The grout shall be used in the
work within a period of one (1) hour after mixing . Retempering of ground will not be
permitted . Riprap shall not be grouted when the ambient temperature is below 35
degree F. or above 95 degrees F. unless approved by the ENGINEER in writing ; nor
when the grout, without special protection , is likely to be subjected to freezing
temperatures before final set has occurred . Prior to grouting, all surfaces of riprap shall
be wetted . The riprap shall be grouted in successive longitudinal strips , approximately
10 feet in width , commencing at the lowest strip and working up the slope . Grout shall
be brought to the place of final deposit by approved means, and in no case will grout be
ASC -25
PART DA -ADDITIONAL SPECIAL CONDITIONS
permitted to flow on the riprapped surface a distance in excess of 10 feet. Immediately
after dumping the batch of grout , it shall be distributed over the surface of the strip by
the use of brooms and the grout worked into place between stones with suitable spades ,
trowels , or vibrating equipment. As a final operation, the grout shall be removed from
the top surfaces of the upper stones and from pockets and depressions in the surface of
the stone protection . After completion of any strip as specified , no workman or any load
shall be permitted on the grouted surface for a period of at least 24 hours . The grouted
surface shall be protected from rain , flow ing water , and mechanical injury . The surface
of all grouted riprap shall be cured by keeping the surface continuously wet for a period
of not less than 7 days .
E. MEASUREMENT AND PAYMENT
1. FILTER FABRIC : Filter fabric will be measured by the square yard for material used
including that required at toes and thickened edges of riprap . Payment for filter fabric
will be made at the contract unit price per square yard which includes all plant, labor,
material , and all installation costs in-place , complete .
2 . STONE RIPRAP : Stone (rock) riprap will be measured by the cubic yard using actual
plan dimensions . Payment for riprap will be made at the contract unit price per cubic
yard which includes all plant, labor, material , and installation costs in-place , complete .
3. GROUT: Grout for rock riprap will be measured by the square yard using actual plan
dimensions . Payment for grout will be made at the contract unit price per square yard
which includes all plant, labor, material , and installation costs in-place , complete .
DA-40 CONCRETE RIPRAP
A. GENERAL
The following shall govern the furnishing and placing of concrete riprap as shown on the
plans or as directed by the Engineer.
B. MATERIALS
11/02104
Concrete for riprap shall be placed in accordance with the details and to the dimensions
shown on the plans or as established by the Engineer. Unless otherwise shown on the
plans , concrete riprap shall be reinforced using wire or bar reinforcement.
The concrete shall be 3000 PSI at 28 days , Class A.
Wire reinforcement shall be six (6) by six (6) inch No . 6 plain electric welded reinforcing
fabric or its equal. A minimum lap of six (6) inches shall be used at all splices. At the edge
of the riprap , the wire fabric shall not be less than one (1) inch , no more ·than three (3)
inches from the edge of the concrete and shall have no wire projecting beyond the last
member parallel to the edge of the concrete .
Reinforcement shall be supported properly throughout the placement to maintain its
position equidistance from the top and bottom surface of the slab .
ASC -26
PART DA -ADDITIONAL SPECIAL CONDITIONS
If the slopes and bottom of the trench for toe walls are dry and not consolidated properly ,
the Engineer may require the entire area to be spr inkled , or sprinkled and consolidated
before the concrete is placed . All surfaces shall be moist when concrete is placed .
After the concrete has been placed , compacted , and shaped to conform to the
dimensions shown on the plans, and after it has set sufficiently to avoid slumping , the
surface shall be finished with a wooden float to secure a reasonably smooth surface. ·
3. PAYMENT : Payment for concrete riprap in place shall be made at the unit price bid in
the Proposal multiplied by the quantity of material used . Bid price will be full
compensation for placing all materials, and for all labor, tools, equipment , and incidentals
necessary to complete the work . -
Payment for all necessary excavation below natural ground, and bottom or slope of the
excavated channel will be included in the bid price .
DA-41 CONCRETE CYLINDER PIPE AND FITIINGS (OMITIED)
DA-42 CONCRETE PIPE FITIINGS AND SPECIALS (OMITIED)
DA-43 UNCLASSIFIED STREET EXCAVATION (OMITIED)
DA-44 6" PERFORATED PIPE SUBDRAIN (OMITIED)
DA-45 REPLACEMENT OF 4" CONCRETE SIDEWALKS
This item shall include the removal and replacement of existing concrete sidewalk due to failure
or in situation where curb and gutter is replaced to adjust grades to eliminate ponding water with
same day haul-off of the removed material to a suitable dumpsite. For specifications governing
this item see Item No. 104 "Removing Old Concrete", and Item No. 504 "Concrete Sidewalk and
Driveways ".
The unit price bid per square yard shall be full compensation for all labor, material, equipment ,
supplies , and incidentals necessary to complete the removal and replacement work .
DA-46 RECOMMENDED SEQUENCE OF CONSTRUCTION
In order to facilitate timely reconstruction of the affected roadway surfaces (subsequent to
water/sewer installation) under the City's roadway maintenance program , it is recommended that
the proposed water and/or sanitary sewer improvements be conducted according to the
sequence detailed in the Shutdown and Sequencing notes in the Construction Plans .
After the work start date has been established, the selected contractor shall be required to submit
the beginning and ending dates for all work (including pavement repair) on each of the project
streets . Please be advised that the contractor has the option of submitting a diffe-tent sequence
of construction than stated above . The contractor shall not be allowed to begin work (but time
charges will begin on the project) unt il the preferred sequence of construction and the start and
end work dates for each street have been submitted to the City .
DA-47 PAVEMENT REPAIR IN PARKING AREA (OMITTED)
11/02104 ASC -27
PART DA -ADDITIONAL SPECIAL CONDITIONS
DA-48 EASEMENTS AND PERMITS
Easements and permits , both temporary and permanent , have been secured for this project at
this time and made a part thereto . Any easements and/or permits, both temporary and
permanent that have not been obtained by the time of publication shall be secured before
construction starts . No work is to be done in areas requiring easements and/or permits until the
necessary easements are obtained . The Contractor's attention is directed to the easement
description and permit requirements , as contained herein , along with any special conditions that
may have been imposed on these easements and permits.
Where the pipeline crosses privately owned property, the easements and construction areas are
shown on the plans . The easements shall be cleaned up after use and restored to their original
conditions or better . In the event additional work room or access is required by the
Contractor, it shall be the Contractor's responsibility to obtain written permission from the
property owners involved for the use of additional property required. No additional payment
will be allowed for this item .
DA-49 HIGHWAY REQUIREMENTS
The Texas Department of Transportation requirements pertaining to the construction of this
project are enclosed herein and made part of these specifications.
DA-50 CONCRETE ENCASEMENT
Concrete encasement shall be Class E (1500 psi) concrete and for sewer line encasements shall
conform to Fig. 113 ; for water line encasements it shall conform to Fig . 20 of the General
Contract Documents . Requirements for such encasement are specified in Sections E 1-20 and
E2-20 of the General Contract Documents .
Payment for work such as forming , placing , and finishing including all labor, tools, equipment and
material necessary to complete the work shall be included in the linear foot price bid for Concrete
Encasement.
DA-51 CONNECTION TO EXISTING STRUCTURES
All connections between proposed and existing facilities , shall consist of a watertight seal.
Concrete used in the connection shall be Class A (3000 psi) concrete and meet the requirements
of Section E1-20 and E2-20 of the General Contract Documents . Prior to concrete placement , a
gasket , RAM-Nek or approved equal shall be installed around penetrating pipe .
Payment for such work as connecting to existing facilities including all labor , tools , equipment ,
and material necessary to complete the work shall be included in the linear foot price of the
appropriate pipe BID ITEM.
DA-52 TURBO METER WITH VAULT AND BYPASS INSTALLATION (OMITTED)
DA-53 OPEN FIRE LINE INSTALLATIONS (OMITTED)
11/02104 ASC -28
PART DA -ADDITIONAL SPECIAL CONDITIONS
DA-54 WATER SAMPLE STATION
A. GENERAL :
All water sampling station installations will be per attached Figure 34 or as required in
large water meter vaults as per Figure 33 unless otherwise directed by the Engineer.
The appropriate water sampling station will be furn ished to the Contractor free of charge;
however, the Contractor will be required to pick up this item at the Field Operations
Warehouse .
B. PAYMENT FOR FIGURE 34 INSTALLATIONS
Payment for all work and materials necessary for the installation of the 3/4-inch type K
copper service line will be shall be included in the price bid for copper Service Line from
Main to Meter.
Payment for all work and materials necessary for the installation tap saddle (if required),
corporation stops , and fittings shall be included in the price bid for Service Taps to Main .
Payment for all work and materials necessary for the installation of the sampling station,
concrete support block, curb stop, fittings, and an incidental 5-feet of type K copper
service line which are required to provide a complete and functional water sampling
station shall be included in the price bid for the water main.
C. PAYMENT FOR FIGURE 33 INSTALLATIONS
Payment for all work and materials necessary for the installation tap saddle, gate valve,
and fittings shall be included in the price bid for Service Taps to Main.
Payment for all work and materials necessary for the installation of the sampling station ,
modification to the vault, fittings, and all type K copper service line which are required to
provide a complete and functional water sampling station shall be included in the price bid
for Water Sample Stations .
DA-55 CURB ON CONCRETE PAVEMENT
Standard Specification Item 502 shall apply except as herein modified.
INTEGRAL CURB: Integral curb shall be constructed along the edge of the pavement as an
integral part of the slab and of the same concrete as the slab. The concrete for the curb shall be
deposited not more than thirty (30) minutes after the concrete in the slab .
SUPERIMPOSED CURB : Concrete shall have a minimum compressive strength of three
thousand (3,000) pounds per square inch at twenty-eight (28) days . The quantity of mixing water
shall not exceed seven (7) U.S. gallons per sack (94 lbs .) of Portland Cement. The slump of the
concrete shall not exceed three (3) inches. A minimum cement content of five (5) sacks of
cement per cubic yard of concrete is required.
PAYMENT: Payment shall be made for cutting and replacing curbs and gutters required in this
Project under the appropriate bid item and shall be in compliance with Public Works Department
standard requirement Item 502 .
11/02104 ASC -29
PART DA -ADDITIONAL SPECIAL CONDITIONS
DA-56 SHOP DRAWINGS
A. Submit seven (7) copies of shop drawings , layouts, manufacturer's data and material
schedules as may be required by the Engineer for his review . Submittals may be checked
by and stamped with the approval of the Contractor and identified as the Engineer may
require . Such review by the Engineer shall include checking for general conformance with
the design concept of the project and general compliance with information given in the
General Contract Documents. Indicated actions by the Engineer, which may result from
his review , shall not constitute concurrer:ice with any deviation from the plans and .
specifications unless such deviations are specifically identified by the method described
below, and further shall not relieve the Contractor of responsibility for errors or omissions -
in the submitted data . Processed shop drawing submittals are not change orders . The
purpose of submittals by the Contractor is to demonstrate that the Contractor understands
the des ign concept, and that he demonstrates his understanding by indicating which
equipment and materials he intends to furnish and install , and by detailing the fabrication
and installation methods he intends to use . If deviations , discrepancies or conflicts
between submittals and the design drawings and/or specifications are discovered, either
pr ior to or after submittals are processed , the design drawings and specifications shall
govern . The Contractor shall be responsible for dimensions which are to be confirmed
and correlated at the job site , fabrication processes and techniques of constriction,
coordination of his work with that of other trades and satisfactory performance his work .
The Contractor shall check and verify all measurements and review submittals prior to
being submitted , and sign or initial a statement included with the submittal, which signifies
compliance with plans and specifications and dimensions suitable for the application. Any
deviation from the specified criteria shall be expressly stated in writing in the submittal.
Three (3) copies of the approved submittals shall be retained by the Contractor until
completion of the project and presented to the City in bound form.
B. Shop drawings shall be submitted for the following items prior to installation :
11/02104
1. Water Pipe and Fitti ngs (Wi!h lay Drawings fo r 48 ", 42~', and 36: Pip~)
2. Shop ··Drawings for the 48", 42 ", and 36". water ·pipe shall pe submitted ~ w ith the
propo·sal
3. Steel Casing Pipe
4 . Resilient Seat Gate Valves ·and Box or Vault
5 . .Air Re!ease Valve ar:id. Vaul_t
6 . Blow Off Assembly
7. . Fi re Hydrants
8. ~sewe·r f?ip_e and.Appurte nan c_es'(with Lay Drawings'for 30 " Pipe)
9 .. Man~oles and Appurtenances
10. Concrete M!X Designs
11. Fabrica tion ,.Bending, and Placement of Reinforcement for Concrete
12 : Water Co ri trol Plan
13. Shaft Excavation and Suppo rt
ASC -30
-
-
PART DA -ADDITIONAL SPECIAL CONDITIONS
14. Portal Stabilization
15. Open-Shield Pipe Jacking
16 . Installation of Carrier Pipe in Casing
17. Settlement Monitoring
Contact Grouting
Activities within Tarrant Regional Water District right-of-way
Additional shop drawing requirements --are · describ~d in some 'of the material
specifications.
C. Address for Submittals -The submittals shall be addressed to the Project Manager:
Liam Conlon
City of Fort Worth
1 000 Throckmorto A
Fort.Worth, TX 76102
DA-57 COST BREAKDOWN
In order to establish a basis upon which partial payments to the Contractor may be authorized,
immediately after execution of the contract the Contractor shall furnish a detailed cost breakdown
of his contract price arranged and itemized to meet the approval of the Engineer.
DA-58 STANDARD STREET SPECIFICATIONS H.M.A.C. OVERLAY
All work involving paving and/or drainage shall conform to the two following published
specifications , except as modified herein:
STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION -CITY
OF FORT WORTH STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION
NORTH CENTRAL TEXAS
DA-59 H.M.A.C. MORE THAN 9 INCHES DEEP
When H.M.A.C . greater than 9 inches in depth is encountered, it shall be replaced with a
combination of H.M .A.C . and 2:27 concrete base , as determined by the Engineer, to achieve the
required thickness of pavement.
DA-60 ASPHALT DRIVEWAY REPAIR
At locations where H.M.A.C. driveways are encountered, such driveways shall be completely
replaced for the full extent of utility cut with H.M.A.C . equal to or better than the existing driveway .
11/02104 ASC -31
PART DA -ADDITIONAL SPECIAL CONDITIONS
DA-61 TOP SOIL
Where directed by the Engineer, top soil shall be applied in accordance with the City of Fort
Worth Transportation and Public Works Department's Standard Specifications for Street and
Storm Drain Construction , Item 116 , except as follows : All labor, equipment , tools and incidentals
shall be included in the square yard bid price for the top soi l.
DA-62 WATER METER AND METER BOX RELOCATION AND ADJUSTMENT
This item shall include raising or lowering an existing -meter box to the parkway grade specified
No payment will be made for adjusting existing boxes which are within 0 .001 feet of specified
parkway grade . The unit price bid shall be full and sufficient payment for all labor, equipment and
materials used in the adjustment of the meter box .
DA-63 BID QUANTITIES
Bid quantities of the various items in the proposal are for comparison only and may not reflect the
actual quantities . There is no limit to which a bid item can be increased or decreased .
Contractor shall not be entitled to renegotiation of unit prices regardless of the final measured
quantities . To the extent that C4-4.3 conflicts with this provision , this provision controls . No claim
will be considered for lost or anticipated profits based upon differences in estimated quantities
versus actual quantities .
In particular , the Contractor shall be aware that it is the City 's intention that the quantities in Unit I
be used on an "emergency " basis only .
Total quantities given in the bid proposal may not reflect actual quant ities ; however, they are
given for the purpose of bidding and awarding the contract. A contract in the amount of $200 ,000
(see Options to Renew) shall be awarded with final payment based on actual measured
quantities and the unit price bid in this proposal. Moreover, there is to be not limit on the variation
between the estimated quantities shown and actual quantities performed .
It is understood and agreed that the scope of work contemplated in this contract is that which is
designated by the City bit will in not case exceed $200 ,000 (see Options to Renew) including all
change orders.
DA-64 WORK IN HIGHWAY RIGHT OF WAY
When the Engineer directs the Contractor to perform work in the right-of-way which is under the
jurisdict ion 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.
11/02104 ASC -32
-
liiiil
-
-
PART DA -ADDITIONAL SPECIAL CONDITIONS
DA-65 CRUSHED LIMESTONE (FLEX-BASE)
Crushed limestone required fo r use as a flexible base material shall conform to Specification Item
No . 208 of the Standard Specifications for Street and Storm Drain Construction for the City of
Fort Worth Transportation and Public Works Department.
DA-66 OPTION TO RENEW (OMITTED)
DA-67 NON-EXCLUSIVE CONTRACT (OMITTED)
DA-68 CONCRETE VALLEY GUTTER
This item shall include the repair/replacement of existing concrete valley gutters as directed by
the Engineer. The proposed valley gutters will be constructed according to the detail included in
these dpcuments as well as conforming to Specification Item No . 314 of the Standard
Specifications for Street and Storm Drain Construction for the City of Fort Worth Transportation
and Public Works Department.
The unit price bid for this item shall be full compensation for all materials (including applicable
sub-base), labor, equipment and incidentals necessary to complete the work .
DA-69 TRAFFIC BUTTONS
The Contractor shall supply all materials and labor necessary to install traffic buttons of the same
type as were previously installed at locations designated by the Engineer. The buttons to be
supplied shall be generally, but not limited to Type W-4 and Type II C-R4 and installed with a
Type Ill Epoxy.
The unit price bid for this item shall be full compensation for all materials , labor, equipment and
incidentals necessary to complete the work.
DA-70 PAVEMENT STRIPING
Pavement striping , whenever and wherever encountered , shall be replaced to match the existing
striping or as directed by the Engineer . Materials used shall be of 420 Type intersection grade
tape (in 18-inch width) such as Stamark as manufactured by 3M company or approved equal.
The unit price bid for this item shall be full compensation for all materials, labor, equipment and
incidentals necessary to complete the work .
DA-71 H.M.A.C. TESTING PROCEDURES
The contractor is required to submit a Mix Design for both Type "B" and "D " asphalt that will be
used for each project. This should be submitted at the Pre-Construction Conference . This
design shall not be more than two (2) years old . Upon submittal of the design mix a Marshal
(Proctor) will be calculated , if one has not been previously calculated, for the use during density
testing . For type "B" asphalt a maximum of 20% rap may be used. No Rap may be used in type
"D"
Upon approval of an asphalt mix design and the calculation of the Marshal (proctor) the
contractor is approved for placement of the asphalt. The contractor shall contact the City
11/02104 ASC -33
PART DA -ADDITIONAL SPECIAL CONDITIONS
Laboratory , through the inspector , at least 24 hours in advance of the asphalt placement to
schedule a technician to assist in the monitoring of the number of passes by a roller to establish a
rolling pattern that will provide the required densities . The required Dens ity for Type "B" and for
Type "D " asphalt will be 91 % of the calculated Marshal (proctor). A Troxler Thin Layer Gauge will
be used for all asphalt testing .
After a rolling pattern is established , densities should be taken at locations not more than 300
feet apart . The above requirement applies to both Type "B'' and "D" asphalt. Densities on type
"B" must be done before Type "D " asphalt is applied .
Cores to determine thickness of Type "B" asphalt must be taken before Type "D " asphalt is
applied. Upon completion of the application of Type "D " asphalt additional cores must be taken to -
determine the applied thickness. -
DA-72 SPECIFICATION REFERENCES
When reference is made in these specifications to a particular ASTM , AWWA, ANSI or other
specification, it shall be understood that the latest revision of such specification , prior to the date
of these general specifications or revisions thereof, shall apply .
DA-73 RELOCATION OF SPRINKLER SYSTEM BACK-FLOW PREVENTER/CONTROL
VALVE AND BOX
The relocation and reconnection of sprinkler system control valve and box will be required as
shown on the plans , and/or as described in these Special Contract Documents in addition to
those located in the field and identified by the Engineer.
A minimum of twenty-four (24) hours advance notice shall be given when service interruption will
be required. When the relocation is required , separate payment will be allowed for the relocation
of sprinkler back-flow preventer or control valve and box . Payment for all work and material such
as back-fill, fittings, five (5) feet of PVC Schedule 40 and all material labor, and equipment used
by and for the licensed plumber shall be included in the price bid for the re location of sprinkler
back-flow preventer or control valve and box . All other costs will be included in other appropriate
bid item(s).
DA-74 RESILIENT-SEATED GATE VALVES (OMITTED)
DA-75 EMERGENCY SITUATION, JOB MOVE-IN (OMITTED)
DA-76 1 %" & 2" COPPER SERVICES
The following is an addendum to E1-17 , Copper Water Service Lines and Copper Alloy
Couplings:
All fittings used for 1 W' and 2" water services lines shall be compression fittings of the type
produced with an internal "gripper ring " as manufactured by the Ford Meter Box Co ., Inc ., Mueller
Company , or approved equal. Approved equal products shall submit shop drawings and
manufacturer's catalog information for approval.
11/02104 ASC -34
-
-
-
PART DA -ADDITIONAL SPECIAL CONDITIONS
Contractor shall make all cuts to the copper tubing with a copper tubing cutter tool specifically
designed for this purpose in order to provide a clean , square cut. The use of hacksaws or any
other type of cutter will not be allowed .
Prior to installing the compression fittings, the copper tubing will be made round by the use of a
"rounding tube" specifically made for that purpose .
Payment for all work and materials associated with 1 Y2 " and 2" copper services shall be included
in the price of the appropriate bid item .
DA-77 SCOPE OF WORK (UTIL. CUT) (OMITIED) -
DA-78 CONTRACTOR'S RESPONSIBILITY (UTIL. CUT) (OMITIED)
DA-79 CONTRACT TIME (UTIL. CUT) (OMITIED)
DA-80 REQUIRED CREW PERSONNEL & EQUIPMENT (UTIL. CUT) (OMITIED)
DA-81 TIME ALLOWED FOR UTILITY CUTS (UTIL. CUT) (OMITIED)
DA-82 LIQUIDATED DAMAGES (UTIL. CUT) (OMITIED)
DA-83 PAVING REPAIR EDGES (UTIL. CUT) (OMITIED)
DA-84 TRENCH BACKFILL (UTIL. CUT) (OMITTED)
DA-85 CLEAN-UP (UTIL. CUT) (OMITIED)
DA-86 PROPERTY ACCESS (UTIL. CUT) (OMITIED)
DA-87 SUBMISSION OF BIDS (UTIL. CUT) (OMITTED)
DA-88 STANDARD BASE REPAIR FOR UNIT I (UTIL. CUT) (OMITTED)
DA-89 CONCRETE BASE REPAIR FOR UNIT II & UNIT Ill (UTIL. CUT) (OMITIED)
DA-90 2" TO 9" H.M.A.C. PAVEMENT (UTIL. CUT) (OMITIED)
DA-91 ADJUST WATER VALVE BOXES, MANHOLES, AND VAULTS (UTIL. CUT) (OMITIED)
DA-92 MAINTENANCE BOND (UTIL. CUT) (OMITIED)
DA-93 BRICK PAVEMENT (UTIL. CUT) (OMITIED)
DA-94 LIME STABILIZED SUBGRADE (UTIL. CUT) (OMITIED)
DA-95 CEMENT STABILIZED SUBGRADE (UTIL. CUT) (OMITTED)
DA-96 REPAIR OF STORM DRAIN\ STRUCTURES (UTIL. CUT) (OMITIED)
DA-97 "QUICK-SET" CONCRETE (UTIL. CUT) (OMITTED)
11/02104 ASC -35
PART DA -ADDITIONAL SPECIAL CONDITIONS
DA-98 UTILITY ADJUSTMENT (UTIL. CUT) (OMITTED)
DA-99 STANDARD CONCRETE SIDEWALK AND WHEELCHAIR RAMPS (UTIL. CUT)
(OMITTED)
DA-100 LIMITS OF CONCRETE PAVEMENT REPAIR (UTIL. CUT) (OMITTED)
DA-101 CONCRETE CURB AND GUTTER (UTIL. CUT) (OMITTED)
DA-102 PAYMENT (UTIL. CUT) (OMITTED)
DA-103 DEHOLES (MISC. EXT.) (OMITTED)
DA-104 CONSTRUCTION LIMITATIONS {MISC. EXT.) (OMITTED)
DA-105 PRESSURE CLEANING AND TESTING (MISC. EXT.) (OMITTED)
DA-106 BID QUANTITIES (MISC. EXT.) (OMITTED)
DA-107 LIFE OF CONTRACT (MISC. EXT.) (OMITTED)
DA-108 FLOWABLE FILL (MISC. EXT.)
A. Descript ion:
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 tamp ing , 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.
B. Material Specifications :
11/02104
Flowable fill shall consist of:
1. An appropriate amount of Portland Cement meeting ASTM C-150 (with other additives
as necessary).
2 . Aggregates meeting ASTM C-33
3. Sand or fine aggregates as per City of Ft. Worth Standard Specifications for Street
and Storm Drain Construction Item 406
4 . Flyash , Class C or F, meeting ASTM C-618
ASC -36
PART DA -ADDITIONAL SPECIAL CONDITIONS
5. Admixtures
a. Mineral admixtures will be pozzolanic
b. 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:
1) High air generators , as manufactured by Grace Construction Products or
approved equal, which are specifically designed for flowable fill to lower unit
weights, reduce shrinkage and subsidence , and control compress ive strength . :
2) Air entraining admixtures conforming to ASTM C-260.
3) High range water reducers conforming to ASTM C-494 Type F or G .
4) Accelerating admixtures conforming to ASTM C-494, Type C .
a) Non-chloride, non-corrosive accelerators used where metals are present
in concrete or embedded members .
b) 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.) (OMITTED)
DA-114 LIQUIDATED DAMAGES (MISC. REPL.) (OMITTED)
DA-115 TRENCH SAFETY SYSTEM DESIGN (MISC. REPL.) (OMITTED)
DA-116 FIELD OFFICE (OMITTED)
DA-117 TRAFFIC CONTROL PLAN
Traffic control shall be in accordance with item D-8 of the Special Conditions with the exception of
the Contractor providing the traffic control plan. A traffic control plan has been prepared and is
included in the project plans . The unit price bid for "Traffic Control ," as shown ih the proposal ,
will be full payment for all materials, labor, equipment , tools, and incidentals necessary to
complete the work. All other requirements of D-8 shall apply.
DA-118 COORDINATION OF WORK WITH CONTRACTOR FOR OTHER UNITS (OMITTED)
DA-119 DUCTILE IRON PIPE (OMITTED)
11102104 ASC -37
PART DA -ADDITIONAL SPECIAL CONDITIONS
DA-120 CONCRETE PRESSURE PIPE, BAR-WRAPPED STEEL CYLINDER TYPE
(OMITTED)
DA-121 BURIED STEEL PIPE AND FITTINGS (OMITTED)
DA-122 CATHODIC PROTECTION
Th is 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 spec ifications for Cathodic -Protection are included in the Technical .
specifications in Section E and the report "Corrosivity Study and Corrosion Protection Design
South Holly Water Treatment Plant Project" as prepared by Corrpro Compa11ies , Inc. Payment
for Cathodic Protection of the pipeline 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 specifications .
DA-123 GRAVEL DRIVEWAY REPAIR (OMITTED)
DA-124 REPLACEMENT OF TREES
Tree Replacement Shall be required for any tree impacted within the Ed K. Collett City Park by
construction of water line W-1 E from STA. 14+ 72 to STA. 17 +62 . Replacement trees shall consist
of 3" caliper container grown Live -Oak (Qurcus Virginiana) trees , 10-12" in height. Measurement
and payment for replacing any trees that are removed shall be on a per each basis and shall
cover all cost for complete replacement of the existing tree(s) in accordance with the City of Fort
Worth Tree Ordinance. Included shall be all excavation , backfill , watering , materials , labor, and
equipment necessary in accordance with the City of Fort Worth Tree Ordinance . A copy of the
City of Fort Worth Tree Ordinance is included in the Appendix .
DA-125 PIPELINES CROSSING HIGHWAYS, STREETS AND RAILROADS BY BORING,
TUNNELING OR OPEN CUT (OMITTED)
DA-126 BUTTERFLY VALVES (OMITTED)
DA-127 GATE VALVES (OMITTED)
DA-128 AIR RELEASE VALVES (OMITTED)
DA-129 CONSTRUCTION COORDINATION WITHIN UNION PACIFIC RAILROAD PERMIT
AREA
This specification revises the portion of specification 0-63 which pertains to railroad permits . The
remainder of specification 0-63 shall remain in effect.
At locat ions in the project where mains are requ ired to be placed in areas where railroad permits
are required , the Contractor shall be solely responsible for meeting all requirements set forth in
each designated railroad permit. This includes , but is not limited to, provisions for the use of
flagmen , inspectors , safety training, additional insurance , insurance certificates , and other
employees required to protect the right of way and property of the Railroad Company from
damage arising out of and/or from the construction of the project. Proper utility clearance
procedures shall be used in accordance with the permit guidelines .
11/02104 ASC -38
PART DA -ADDITIONAL SPECIAL CONDITIONS
The contractor is responsible fo r obtaining any supplemental information needed to comply with
the railroad 's requirements .
As part of obtaining the permit for construction within the Union Pacific Railroad property , the
following language, wh ich the Contractor shall be responsible for adhering to as well as all other
requirements, will be part of the permit:
1. For installation by jack and bore :
a. A railroad inspector is required to monitor the ground and track for movement
during the jacking process . The installation process and all train movement _
must be immediately stopped if any movement is detected.-The damaged area
must be immediately repaired . The installation process must be reviewed and
modified as required before the installation may proceed .
b. Applicant must pay inspector's expense and the cost of any required repairs .
2. For installation by tunneling:
a. The Contractor must furnish a geotechnical report indicating the soil will
support installation by tunneling . The report must be prepared and sealed by a
professional engineer licensed by the State of Texas. The Contractor must
furnish tunneling specifications and procedures for review and approval.
b. A railroad inspector is required to monitor the ground and track for movement
during the tunneling process. The installation process and all train movement
must be immediately stopped if any movement is detected. The damaged area
must be immediately repaired. The installation process must be reviewed and
modified as required before the installation may proceed .
c. Applicant must pay inspector's expense and the cost of any required repairs .
Payment for this item shall be included in the lump sum price of the bid item for Construction
Coordination within Union Pacific Railroad Permit Areas .
DA-130 FIBERGLASS SEWER PIPE-GRAVITY SERVICE (OMITTED)
DA-131 JUNCTION SANITARY SEWER MANHOLE
This item shall consist of the construction of a new junction sanitary sewe r manhole connecting
existing sanitary sewer line to the proposed sanitary sewer line at locations as designated in the
construction plans . Excavation and backfill, furnishing and installation of materials , labor, and
equipment shall be included in the unit bid item price . Item shall be constructed in conformance
with Item 444 and detailed drawings included in the construction plans .
MEASUREMENT AND PAYMENT -Measurement and payment for junction sanitary sewer
manhole shall include appurtenant work including excavation through flowable fill backfill to
provide for the structure complete in place as designed for the project. Payment for vault shall
include all labor, material, and equipment necessary for complete installation of structure .
11/02104 ASC -39
PART DA -ADDITIONAL SPECIAL CONDITIONS
DA-132 SUBSURFACE EXPLORATION
Any data, which has or may be provided on subsurface conditions, is not intended as a
representat ion or warranty of accuracy or continuity between soil strata . It is expressly
understood that neither the Owner nor the Engineer will be responsible for interpretations or
conclusions drawn therefrom by the Contractor. Data is made available for convenience of the
Contractor.
Subsurface exploration, to ascertain the nature of the soils at the project site, including the
amount of rock, if any, is to be the responsibility of any _and all prospective bidders .
Whether prospective bidders perform this subsurface exploration jointly or independently, it shall
be left to the discretion of such prospective bidders . Subsurface exploration shall not be
attempted without the approval of the Owner.
The Geotechnical Boring Logs have been included in these specifications.
DA-133 ABANDON EXISTING WATER AND SANITARY SEWER STRUCTURES
Structures to be abandoned in place shall have all pipes entering or exiting the structure plugged
with lean concrete . Entire structure shall be removed . The structure shall then be backfilled, per
item DA-24 as well as any requirements of TxDOT, the Union Pacific Railroad Company or the
U.S . Army Corps of Engineers, Fort Worth District (CESWF). 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 bid item .
DA-134 ABANDON EXISTING PIPE LINE
This item shall consist of filling existing water or sanitary sewer pipe to be abandoned with
flowable fill as designated in the construction plans. Flowable fill material shall be in accordance
with DA-108 as well as any requirements of the Union Pacific Railroad Company or the U.S. Army
Corps of Engineers, Fort Worth District (CESWF).
Payment for this item shall be per linear foot of pipe filled with flowable fill. This cost shall include
all labor, material , and equipment associated with filling existing water or sanitary sewer pipe with
flowable fill.
DA-135 REMOVE AND REPLACE EXISTING PIPE AND CABLE FENCE (OMITTED)
DA-136 SANITARY SEWER AND WATER LINE MARKERS
A. GENERAL
11/02104
These work described in this specification includes supplying and placing markers for
sanitary sewer lines and water lines .
ASC -40
PART DA -ADDITIONAL SPECIAL CONDITIONS
B. MATERIALS
1. Buried Markers -Buried markers shall be Omni Marker balls as manufactured by
Tempo or approved equal (www.tempo-textron .com). Markers for water lines shall
be blue . Markers for sanitary sewer lines shall be green .
2. Surface Markers -Surface markers shall be COTTMark Cable and Pipe Warning
System as manufactured by COTT Manufacturing Co . or approved equal
· (www.cottmfg .com). Markers for water lines shall have a blue warning sign .
Markers for sanitary sewer lines shall have a green warning sign . Marker posts shall
be 4-inch diameter PVC .
C. EXECUTION
1. GENERAL
a. Buried markers shall be placed at a depth of three-feet below natural
ground surface and directly above the feature they are marking .
b. Surface markers shall be a minimum of six-feet in length and shall be
buried a minimum of two-feet, with a minimum of four-feet above ground .
The warning sign for all surface markers shall be 21-inches (not including
post cap). Surface markers shall be placed as follows :
i. Buried Features : Surface markers shall be placed directly above a
buried feature .
ii. Above-Ground Features : Surface markers shall be placed a
maximum of two (2) feet away from an above-ground feature .
2. PLACEMENT
a . Water Lines 16-inches and Above
Buried markers shall be placed at all horizontal and vertical bends, all
horizontal points of curvature, tangency, and reverse curvature , horizontal
tees (excluding fire hydrant taps), cleanout wyes , blowoff valves , end-of-
line plugs , and at other locations as shown on the plans or as deemed
appropriate by the ENGINEER.
Surface markers shall be placed at each right-of-way line (or end of casing
pipe) of major highway crossings, railroad crossings, crossings with major
utilities such as high pressure gas lines and fiber-optic lines, and at other
locations as shown on the plans or as deemed appropriate by the
ENGINEER.
b. Water Lines 12-inches and Below
Buried markers shall be placed at the end-of-line cap on all dead-end
stubouts .
Surface markers shall not be utilized for water lines 12-inches and under.
c. Sanitary Sewer Lines, All Sizes
11102104 ASC -41
PART DA -ADDITIONAL SPECIAL CONDITIONS
Buried markers shall be placed at all horizontal points of curvature,
tangency and reverse curvature if no manhole is present , and at all
stubouts .
Surface markers shall be placed at each right-of-way line (or end of casing
pipe) of major highway crossings, railroad crossings, crossings with major
utilities such as high pressure gas lines and fiber-optic lines , and at other
locations as shown on the plans or as deemed appropriate by the
ENGINEER.
D. MEASURMENT AND PAYMENT
The cost of buried and surface sanitary sewer and water markers is subsidiary work and
the cost of same shall be included in the unit price bid for pipe complete in place as bid in
the proposal , and no other compensation will be allowed.
DA-137 CONSTRUCTION COORDINATION WITHIN TARRANT REGIONAL WATER
DISTRICT AREAS
At locations in the project where mains are required to be placed in/near Tarrant Regional Water
District areas, the Contractor shall be solely responsible for meeting all requirements set forth by
the Tarrant Regional Water District. This includes , but is not limited to; protection of existing
hiking/bike trails and trees, protection of maintenance roads, protection of levees, construction
notification and coordination meetings, etc.
This item shall consist of installing a temporary maintenance road, installing traffic control,
removal of temporary maintenance road, and installing topsoil and seeding of disturbed earth in
accordance with the contract documents.
Payment for this item shall be included in the lump sum price of the bid item for Construction
Coordination within Tarrant Regional Water District Areas .
DA-138 SPECIAL PROVISIONS FOR ACTIVITIES INSIDE TRWD RIGHT-OF-WAY
A. GENERAL
11/02104
1. The Contractor shall submit product and procedures for all work to be performed
inside TRWD right-of-way . These shall include but are not limited to the items in
this special provision . The Contractor shall review the contract documents to
verify that his activities will not adversely affect the channel, levee and drainage
facilities . Submittals will be reviewed by the Fort Worth Department of
Engineering, Tarrant Regional Water District (TRWD) and the United States Corps
of Engineers (USACE).
2. Contacts
a . The Contractor's initial point of contact for the project will be Mr. Liam
Conlon (Fort Worth Project Manager). Mr. Conlon may delegate
coordination to a Fort Worth Field Representative . Fort Worth shall be the
first contact on all project issues .
ASC -42
PART DA -ADDITIONAL SPECIAL CONDITIONS
b. The Tarrant Regional Water District main contact is Mr. Dean Kuhn
(TRWD Representative).
c. The USAGE representative will be Mr: Stephen Dempsey. Mr. Dempsey
shall only be contacted after permission is granted from TRWD .
B. SUBMITTALS
11102104
I. Schedule
a. The Contractor shall deliver a -complete submittal to City of Fort Worth :
within 21 calendar days after the award of the contract. The Contractor _
can request a meeting with the City of Fort Worth and its
representatives. TRWD and USACE will be invited to attend the
meetings as necessary. No submittal or project time extension will
be provided for meetings.
b. Three agencies will be reviewing submittals. Each agency has the allotted
duration below to complete their review:
1) Fort Worth - 7 calendar days
2) TRWD - 7 calendar days
3) USAGE -30 calendar days
4) The submittal shall be returned to the Contractor within 51 calendar
days after its receipt date .
c. Submittals that were unapproved must be modified and resubmitted within
14 calendar days to avoid a possible penalty. Each agency has the allotted
duration below to complete their review:
1) Fort Worth - 7 calendar days
2) TRWD - 7 calendar days
3) USAGE -14 calendar days
4) The submittal shall be returned to the Contractor 35 calendar days
after its receipt date.
d. Time Extension
1) The Contractor shall submit documents within the allotted time
frames. Construction activities shall be scheduled to fit the above
review schedules.
2) If the contractor does not meet the submittal deadlines and the
Contract Completion Date (barring approved delays), the Contractor
ASC-43
PART DA -ADDITIONAL SPECIAL CONDITIONS
2. Format
will not receive a time extension . Contract penalties will be imposed
in the event of unapproved time delays.
a. All submittals shall be delivered to the City of Fort Worth Project Manager,
unless he requests otherwise .
b. Each submittal shall have a cover sheet with a shop drawing or RFI
reference number. Revisions shall include a letter designation after the
number.
c. Each submittal shall have a corresponding contract document reference ··
(For example : a specification number and paragraph).
d . The Contractor shall follow the City of Fort Worth specifications regarding
other format specifics.
C. SUBMITTAL REQUIREMENTS
11/02104
1. General -This special provision includes a list of items and activities that TRWD
(coordinated with USAGE) must approve before construction begins within the
TRWD right-of-way . USAGE is not under any obligation to approve proposed
construction that does not meet SWFP 1150-2-1 (see attachment). The primary
project-related paragraphs from USAGE SWFP 1150-2-1 are #4 (subparagraphs a
through o), #7 (subparagraphs a through h), #.8 (subparagraphs a through d), and
#17 (subparagraphs a through e). TRWD may request additional information if it
deems necessary to insure the integrity of the project.
2. Products
a. Products used in the construction process within the right-of-way (including
bore pit components) shall be submitted for review. The submittal shall
include a catalog , detailed design , test results , design calculations,
installation procedures and confirmation that the product exceeds
standards and project conditions.
b. The primary products for which submittals are to be provided include :
1)
2)
3)
4)
5)
6)
Carrier pipe and accessories
Carrier pipe spacers
Encasement pipe
Grout (for filling pipes to be abandoned and void spaces near
encasement pipe)
Concrete mix design
Structural supports
ASC -44
PART DA -ADDITIONAL SPECIAL CONDITIONS
7) Drilling mud , as applicable (include proposed composition of drilling
fluid viscosity and density, drilling f luid pumping capacity , pressure
and flowrates)
3. Construction Activities
a. Activities to be performed in the construction program within the right-of-
way (including all activities associated with the installation of pipe) shall be
submitted for review . The submittal shall include work schedule ,
coordination, mobilization, assembling and fabrication of work items ,
materials, procedures and safefy measures . Installation procedures shall
outline of the main activities and detail complicated activities .
b. The primary activities for which submittals are to be provided include :
1) Installation by "Other than Open Cut"
2) Bore pits trenching plan
3) Pilot holes , as applicable
4) Contingency plan
5) Emergency action plan
c. Additional Requirements
1) General
i. The Contractor shall provide a company experience record , and an
employee experience record for all management and supervisory
personal who will be assigned to the project.
ii. The Contractor shall provide a site layout and profile as necessary
to detail the above ground and underground work areas. This
information shall denote locations for material storage, equipment,
setup and construction area.
iii. The Contractor shall submit coordinates of subsurface utilities (near
the proposed construction) not shown on the plans .
iv . Any damage resulting from the Contractor's activities shall be
repaired to the satisfaction of TRWD . The Contractor shall not exit
the site after construction is complete until the site area has
been inspected and approved by TRWD.
v . The contractor shall provide a contingency plan to address
inadvertent discharges into the channel facilities and the Clear Fork
that could cause high water turbidity . TRWD will not allow water
quality to be degraded by this project: Prior to construction
beginning, the Contractor shall address and mitigate potential
problems to avoid an unapproved work stoppage .
11102104 ASC -45
11/02104
PART DA -ADDITIONAL SPECIAL CONDITIONS
d . Bore Pits
1) Per SWFP 1150-2-1 Paragraph 7 , the Contractor shall excavate the
bore/ tunnel pit on one side of the Clear Fork channel. The
rece iving pit shall not be excavated until the bore has reached the
other side top of bank . A procedural review by USAGE is required
for the timing of excavating bore pits during tunnel installation .
2) The day-lighted slope of .boring, jack ing or tunneling pits cannot be .
within 50-feet of the toe of the levee .
e . Installation by Other than Open Cut
1) Horizontal Directional Drilling -If the Contractor is considering this
installation method , then the Contractor shall obtain the latest copy
of USAGE Technical Report "Recommended Guidelines and
Specifications for the Installations of Pipelines Beneath Corp of
Engineers Levees Using Horizontal Direction Drilling ". This
document denotes the required submittals and defines
recommended detailed design, calculations , and construction
procedures .
f . Grouting
1) Grouting Inside and Outside Casing Pipe -The Contractor should
review the "Recommended Grouting Procedure " in the
specifications prior to submittal.
2) A grout mix design submittal is required for the fill placed in the
abandonment of the existing water lines . The City of Fort Worth and
USACE require verification of the water line abandonment.
g . Excavations and Safety Issues
1)
2)
3)
Plugging Excavations - A the close of each working day , a
watertight plug will be required to be placed and braced at the open
end of the sleeve , tunnel and the pipe located in the jacking pit.
The plug must remain in place until the gate valves are installed and
the tunnel is plugged . The plugs must be installed to ensure flood
waters from the river cannot permeate through the improvements .
If TRWD determines that a flood event many damage the integrity
of the project, levee , channel or ditch ; the Contractor shall backfill
excavations upon their directive. The quantity of available fill shall
be at least 2 times the volume of any open excavations.
Contractor shall develop an emergency action plan that states (as
applicable) what equipment the Contractor will have on site , the
location of stockpiles relative to the work, how the Contractor plans
to dewater and backfill the excavations , what equipment will stay in
place and what equipment is to be removed , how will partially
ASC -46
11 /02104
PART DA -ADDITIONAL SPECIAL CONDITIONS
jacked pipes be plugged before backfilling , names of contact
personnel with complete contact information (at least 2 names shall
be provided; a primary and a secondary point of contact). This
information shall be submitted to the City of Fort Worth (whom will
then submit it to TRWD for USACE approval) for approval prior to
the start of any excavations .
4) All excavations shall be filled at the direction of TRWD without
exceptions . Mr. Dean Kuhn , TRWD or TRWD 's official
representative will determine when an excavation must be
backfilled . -
5) Any activities considered to present undue risk -to the levee system
will not be allowed and will be directed to terminate the activities
immediately. Any damage shall be repaired as directed by TRWD .
6) Safety procedures must follow the requirements of OSHA, City of
Fort Worth and the product manufacturer. An emergency
contingency and evacuation plan are required
7) Contingency plans shall be submitted for critical components of
work. This includes but not limited to "Other than Open Cut "
installation of pipe , communication, and safety issues . The
Contractor shall keep a copy of the project safety manual on site.
Safety plans shall include , but are not limited to , the following:
i. Operating procedures that comply with applicable regulations ,
including shoring of pits and excavations .
ii. Emergency procedures of applicable regulations regarding
inadvertently boring into a natural gas line , live power line , water
main , sewer line , fiber optic cable , or other utilities.
h. Right-of-Way Access
1)
2)
3)
The Contractor's equipment and vehicles shall not be allowed to
cross the levees except at existing road crossings facilities or
locations approved ahead of time. Additionally , equipment and
materials shall not be stockpiled in the floodway or on the levees.
TRWD limits access to their right-of-way. The Contractor will not
be allowed within the right-of-way without prior notification and
approval.
USACE reserves the right to be on site for all construction
activities . Notification shall be made at least 10 working days in
advance of the start of construction operations . The Contractor
shall contact the City of Fort Worth representative , whom will in turn
notify TRWD .
ASC -47
PART DA -ADDITIONAL SPECIAL CONDITIONS
i. Tracking Work
1) The Contractor shall track the progress of the "Other Than Open
Cut" installation . The Contractor shall submit the tracking
method/system for approval. The document shall include operation,
equipment, and reliability information .
2) The Contractor shall submit a ground monitoring plan. The
Contractor shall establish a survey grid for monitoring ground
surface movement (settlement or heave) due to construction ..
activities . The ground shall be monitored daily, and after each ·
significant construction act ivity .
3) Upon completion of the work , the Contractor shall provide an
accurate as-built drawing of all project installations and items that
were placed within or adjacent to the TRWD right-of-way.
4) A project schedule is required for construction milestones. This
includes but is not limited to mobilization , material delivery, bore
pits, encasement pipe , carrier pipe , backfill of excavations, and
demobilization . Major activities shall include a start and end date.
j . Communication
1) A communication plan shall be submitted .
2) The plan shall include the following :
i) An organizational chart that identifies key person(s)
responsible for ensuring that the communication plan is
followed.
a) Communication procedures and methods between
employees (especially underground) and their
supervisors . The plan shall discuss emergency
response , alternative means of communication to be
use on the project , and potential technical difficulties
and solutions .
b) The Contractor representatives shall have contact
numbers for TRWD, City of Fort Worth project
representatives and emergency response providers .
D. QUALITY CONTROL
11/02104
1. GENERAL
This project will be reviewed by more than one agency and their representatives .
Any agency with a vested interest in the project , or that is affected by the project
may review a submittal or be allowed to view the project. Since the Contractor
has an option of installation methods , the Contractor shall implement a quality
control program to insure quality of the project.
ASC-48
PART DA -ADDITIONAL SPECIAL CONDITIONS
2. CONTRACTOR'S QUALITY CONTROL
a. The Contractor shall hire a Professional Engineer licensed in the state of
Texas to safe guard the integrity of the levee along the project , channel,
and the construction program. The Engineer shall review the contract
documents and submit a letter report confirming that the Contractor's
methods within TRWD right-of-way will satisfactorily maintain the
integrity of the flood control system. The Contractor's hired Engineer
shall abide by the project sp~cifications and plans. The design shall ..
not be revised without the approval of the City of Fort Worth. The ·
Contractor shall then start construction upon approval by the City and -
TRWD . Items to be reviewed shall inc lude :
1) Soil and rock fracturing from construction activities
2) Soil/rock fracturing due to drill pressure
3) Gage calibration calculations and bore monitoring
4) Quality control measures for encasement pipe installation.
5) Items included in the Department of the Army Pamphlet No. 1150-
2-1.
6) Grouting of annular spaces
i. Bentonite grout mixture for voids outside the encasement pipe/liner.
ii. Grout mixture for vo ids between the carrier pipe and encasement
pipe, and between the outside the encasement pipe and natural
ground .
iii. Grouting pressure and grout propert ies to insure filled voids .
iv. Testing plan for grouting
E. EXECUTION
1.
2.
3 .
11/02104
The project must be coordinated through the main contact (City of Fort Worth ..
Project Manager).
Submittals are required and must be approved in advanced of construction as
stated in this special provision .
Construction shall be performed per the contract documents . The related project
documents include the specification book, this special provision , plans, the latest
revision of the Fort Worth General Contract Documents and Specifications for
Water Department Projects , Fort Worth Approved Products List and Department
of the Army Pamphlet No . 1150-2-1.
ASC -49
PART DA -ADDITIONAL SPECIAL CONDITIONS
4 . The project will be inspected by the interested Agencies (See A. General).
5. As-built records shall be continually updated during the project. Final record
drawings shall be delivered to the City of Fort Worth.
F. PAYMENT
This special provision will be subsidiary to the 48" water line W-1A. This provision will
include full compensation for all material, labor, equipment , professional engineering
services and incidentals necessary to complete the work .
DA-139 GROUTING PROCEDURE
A. Grouting Procedure For Other Than Open Cut Installations
11/02104
1. General -This section relates to grout void spaces for the following:
a . Between tunnel wall and encasement pipe
b . Between encasement pipe and carrier pipe.
2 . Material
a . Approved grout mixtures are described in the special condition : Grout for
Other Than Open Cut Installations
b. Pump and accessories
c. 3 " PVC pipe
3 . Procedure
a. Grout between tunnel wall and encasement pipe , if distance between the
tunnel and the encasement pipe exceeds 3" as per SWFP 1150-2-1.
1)
2)
3)
4)
The contractor shall use 3" PVC pipe to convey grout through the
bore pit and proposed tunnel to predetermined discharge points into
the void space. A grout delivery point is required near each end of ·
the tunnel. The insertion points shall be near the crown of the
encasement pipe /liner walls . The insertion points shall be placed
at a maximum increment of 25 feet.
The Contractor shall bulkhead the ends of the tunnel as necessary
to grout void spaces . A permanent bulkhead is required at the end
of construction . The tunnel shall be isolated from the bore pit at the
end of the day.
The Contractor shall start grouting the voids space from the middle
outward .
Sound encasement pipe to determine location of void spaces .
Perform sounding as a baseline for future testing . Sounding shall
ASC -50
11102/04
PART DA -ADDITIONAL SPECIAL CONDITIONS
be done prior to grout installation . Record results at least at
intervals of 25 '.
5) Grout fill the annular space until grout comes out the next insertion
point. Cap the hole when grout continuously flows out. The cap
must be screwed or fastened into the encasement pipe . The cap
shall be able to make a watertight seal and handle external loads .
Continue capping the holes until grout does not continue to flow to
the next hole . If the flow does not flow through the hole, sound pipe
and insert the grout in the next hole or create a new insertion point
as necessary. During the process, record the insertion points and
keep a log of the volume of grout inserted into the void space.
Tests shall be .performed at a minimum 10 foot interval around the
circumference .
b . Between encasement pipe and carrier pipe
1)
2)
3)
4)
5)
6)
8)
The contractor shall use 3" PVC pipe to convey grout through the
bore pit and proposed tunnel to predetermined discharge points.
One deliver point site will be required near each end of the tunnel.
The Contractor shall connect PVC pipe to selected insert point.
The insertion points shall be placed at a maximum increment of 75
feet.
The Contractor shall bulkhead the ends of the tunnel as necessary
to grout void spaces. A permanent bulkhead is required at the end
of construction . The tunnel shall be isolated from the bore pit at the
end of the day.
The Contractor shall start grouting the voids space from the middle
outward.
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% diameter vertical
distance from the flow line . Fill PVC pipe with grout and cap when
tests are successful.
Sound encasement pipe to determine location of void spaces .
Record results at least every 25' .
. 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 .
Inspect the progress of the grouting operation by sounding the
ASC -51
DA-140
DA-141
PART DA -ADDITIONAL SPECIAL CONDITIONS
carrier pipe. Record results for tests conducted at least every 25'.
Check the circumference of the pipe for the location of the grout.
9) Cap the ends of tunnel. This includes the space between the water
pipe the outer limits of the tunnel.
TUNNELING (OMITTED)
RELOCATION OF ONCOR UNDERGROUND ELECTRIC LINE
This item is included for the purpose of the relocation of the Oncer underground electric line
for water line W-1A. Oncer will require a minimum of one month (30 calendar _days) to
complete its utility relocation. The contractor shall notify Tom Cathey with Oncer at (817) 215-
6063 and the City inspector a minimum of 2 weeks prior to the date in which they want Oncer
to begin their relocation.
The amount shown in the bid proposal is for bidding purposes only. The contractor shall pay
Oncer to relocate the existing underground electric line and shall receive an invoice from
Oncer that includes the project name and city project number. The contractor shall submit the
invoice from Oncer with their contractor's estimates.
11102/04 ASC -52
PARTE
SECTION E SPECIFICATIONS
(January 1, 1978)
All materials, construction methods and procedures used in this project shall conform to
Sections E 1, E2, and E2A of the Fort Worth Water Department General Contract
Documents and General Specifications, together with any additional material
specification(s), construction(s) or later revision(s). (See revisions listed on this sheet.)
Sections E1, E2 and E2A of the Fort Worth Water Department General Contract
Documents and General Specifications are hereby made a part of this contract
document by reference for all purposes, the same as if copies verbatim herein, and such
Sections are filed and kept in the office of the City Secretary of the City of Fort Worth as
an official record of the City of Fort Worth.
INDEX
E1 MATERIAL SPECIFICATIONS
E2 CONSTRUCTION SPECIFICATIONS
E2A GENERAL DESIGN DETAILS
Revisions as of April 20, 1981, follow :
E1-2.4
E2-2 .11
Backfill: (Correct minimum compaction requirement to 95% Proctor
density and correct P.I. values as follows:
c. Additional backfill requirements when approved for use in streets:
1. Type 'B' Backfill
(c) Maximum plastic index (Pl) shall be§.
2 . Type 'C' Backfill
(a) Material meeting requirements and having a Pl of§
or less shall be considered as suitable for
compaction by jetting.
(b) Material meeting requirements and having a Pl of~
or more shall be considered for use only with
mechanical compaction.
Trench Backfill : (Correct Minimum compaction requirement wherever it
appears in this section to 95% Proctor density except for paragraph a.1
where the "95% modified Proctor density" shall remain unchanged .)
E-1
·w!J aweJJ a104uew e1:n pue Jattoo a4i t.1aal'14eq 6u!dees woJJ JaleN,
pJelaJ oi wp aweJJ a104uew 01:n punoJe paiees AIIAJ eq 11e4s lJ9SU! a104uew 041
·wp a4i JO lJ9SU! e104uew
e4i 6u,oe1d eJoJaq spqep pue lJ!P 11e JO peueap eq 11e4s eweJJ e104uew 041
:Nol±'v'll'v'±SNI e·v 00~3
·sJno4 vc Jed suo11e6 o ~ ue4i JaieeJ6 ou eieJ e ie N,OIJU! JeleN, MOiie pue sesse6
esee1eJ oi se,,1ett Jo se104 iue,. eJow JO euo ei<,e4 11e4s lJ9SU! e104uew e41
·lJaSU! el:n oi deJis 4oene
Al9Jnoes oi pasn aq 11e4s e:1eMpJe4 1aais ssa1u,eis ·6u,1etteJun iuetteJd Ol paieeJl
spue 94l 4l!M ~6u,qqe,v. UOIAU JO eua1AdOJdA1od U9!,0M 9P!h', .. ~ WAW!U!W JO epew
eq 11e4s deJlS e41 ·lJeSU! e4i 6U!ttoweJ JOJ de:1is e ette4 11e4s lJ9SU! e104uew e41
·1enbe Jo 'ggo ~a rusv· Jo iuewaJ,nbaJ e4i
ieew pue JeqqnJ eueJdoeu 11eo peso10 JO epew aq 11e4s l9}1Se6 e41 ·suO!l!PUOO
fup Jo l9M LI! 1eas attq!sod sap,,,oJd lB4l l9}tse6 e ette4 11e4s lJ9SU! e104uew 041
· .. BH aq 11e4s lJ9SU! e104uew e4uo S99U}t0!4l WAW!U!W 941
·111 edA1 'g fuo6eie3 'Bvc~a VHSV JO siueweJ!nbeJ e4i peeoxa Jo sieew
lB4l 9U91A4l9AIOd Al!SUep 46!4 jOOJd UO!SOJJOO JO eq 11e4s lJ9SU! e104uew 041
·e
:Ne1S30 ONV S1'v'l~31V~ c·v 00~3
·welSAS UO!l091100 J9M9S A.1Bl!UC9 4lJOlv\ lJ0::1 94l LI! 9lJ9SU! a104uew P8l8>f9C6
S1~3SNI 310HNV~ ±H511~3±Vfv\ P 00 ~3
(06ft ~f9 pappy) 8t6 ~ '~ .tlenuer
SNOl±V:>l:ll:>3dS 1VIM31Vlt\l
SNOl±V:>l:ll:>3dS 1VIM31VW 00~3 NOl±:>3S
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
utilizing 1-1 /2 " and 2" meters.
E 1.18A. 1. 3 Class C Standard Meter Box : Intended for use with services
utilizing two 5/8 " X %" or%" meters .
E 1.18A.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 m inimum
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 30B 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 bituminous 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 w ill bear
the Manufacturer's IS (name or logo) and Country of Origin. Casting weights may vary
plus or minus (+/-) five percent from drawing weight per industry standards .
E-3
Water and Sanitary Sewer Relocation for SH 121 T
Crossing West of The Union Pacific Railroad Davidson Rail Yard,
Part 2 -Hulen Street Bridge
Water Main Extension From Hulen Street to Como Pump Station, Part 2
KHA No. 061018062
March 2010
PART I -GENERAL
1.01 SCOPE OF WORK
SECTION 02221
Trenching, Backfilling and
Compaction
Page 1 of 9
A. Furnish all labor, materials, equipment and incidentals necessary to perform all trenching for
pipelines and appurtenances, including drainage, bedding, filling, backfilling, disposal of surplus
material, and restoration of trench surfaces and easements.
B. Excavation shall be extended to the width and depth shown on the Drawings or as specified and
shall provide suitable room for installing pipe, structures and appurtenances.
C . Furnish and place all sheeting, bracing and supports and remove from the excavation all materials
which the Engineer may deem unsuitable for backfilling. The bottom of the excavation shall be
firm , dry, and in all respects acceptable . If conditions warrant, the Contractor may be ordered to
deposit gravel for pipe bedding, or gravel refill for excavation below grade, directly on the
bottom of the trench immediately after excavation has reached the proper depth and before the
bottom of the trench has become softened or disturbed by any cause whatever. The length of
open trench shall be related closely to the rate of pipe laying . All excavation shall be made in
open trenches .
D. All excavation, trenching, and related sheeting, bracing, etc., shall comply with the requirements
of OSHA excavation safety standards (29 CFR Part 1926.650 Subpart P), and H.B . 1569 of the
71 st Regular Legislative Session.
E. Wherever compaction requirements are referred to herein it shall refer to Standard Proctor
Density as determined by ASTM D 698 .
F. Prior to the start of work the Contractor is required to submit his/her proposed method of
backfilling and compaction to the Engineer for review.
1.02 SUBMITTALS
A. Submittals shall be in accordance with DA-56 Shop Drawings.
1.03 QUALITY ASSURANCE AND CONTROL:
D . The Contractor shall prepare excavation, backfilling, and filling schedule and procedures to
eliminate possibility of undermining or disturbing foundations of partially and completed
structures, pipelines and embankments or existing structures and pipelines.
E. The Contractor shall employ an independent testing laboratory to perform particle size and
gradation analyses in accordance with ASTM D422, and to determine compactibility in
accordance with ASTM D698 for all the proposed backfill and fill materials, and monitoring field
compaction operations . The independent testing laboratory shall have the following
qualifications:
1. Be accredited by the American Associates of State Highway and Transportation
Water and Sanitary Sewer Relocation for SH 121T
Crossing West of The Union Pacific Railroad Davidson Rail Yard ,
Part 2 -Hulen Street Bridge
Water Main Ex tension From Hulen Street to Como Pump Station , Part 2
KHA No . 061018062
March 2010
Officials (AASHTO) Accred itation Program .
SECTION 02221
Trenching, Backfilling and
Compaction
Page 2 of9
2. Have three (3) years experience in sampling, testing and analysis of soil and
aggregates , and monitoring field compaction operations.
3. Able to provide three (3) references from previous work.
F . Field Testing and Inspections:
1. By Owners testing laboratory or Contractor's independent testing laboratory which is
acceptable to the Engineer, as specified in Paragraph 1.06 . Inspections and testing will be
paid for by the Owner. Submittal of materials for testing as well as re-testing due to non-
compliant work will be paid for by the Contractor.
2. Location of tests mutually acceptable to testing laboratory and the Engineer, the Owner 's
Representative or as directed by the Engineer.
3. In the event compacted material does not meet specified in-place density, recompact
material and retest this area until specified results are obtained at no additional cost to the
Owner.
4. Testing laboratory to perform inspection at least once daily to confirm lift thickness
and compaction effort for entire fill area.
G . Methods of Field Testing:
1. In-Place Density: ASTM D 1556, ASTM D2167 , or ASTM D2922.
2. In-Place Moisture Content: ASTM D3017 , ASTM D4944 , or ASTM D4959 .
H. Material Testing Frequency: The following testing frequencies are the minimum required for all
structural and non-structural fill, grading and embankment.
1. Field In-Place Density and Moisture Content -Screened gravel and crushed stone
2. Shall be compacted as specified and indicated. For other backfill and fill materials, minimum
test frequency shall be as follows, and no less than one test per: ·
a. Trenches under structures foundation preparation or roadways subbase: Every
200 lin. ft. per lift
b. Trenches in areas without structures or roadways : Every 300 !in. ft . per alternate
lift.
c. Paved Roadways : Every 200 !in. ft. per lift.
Water and Sanitary Sewer Relocation for SH 121T
Crossing West of The Union Pacific Railroad Davidson Rail Yard,
Part 2 -Hulen Street Bridge
Water Main Extension From Hulen Street to Como Pump Station, Part 2
KHA No. 061018062
March 2010
d. Paved Areas: 2,000 sq. ft . per lift.
e. Under Structure: 100 sq. ft. per lift.
f. Around Structures: 500 sq. ft. per_lift.
g. Embankment Fills: 10,000 sq . ft. per lift.
SECTION 02221
Trenching, Backfilling and
Compaction
Page 3 of 9
2. Moisture Density -One per source, except for screened gravel and crushed stone .
Repeat the moisture density test for every 200 cubic yard of material use, and whenever
visual inspection indicates a change in material gradation as determined by the Engineer.
3. Gradation Analysis -A minimum of one per source and for each moisture density test
and whenever visual inspection indicates a change in material gradation.
4 . Liquid Limit, Plastic Limit and Plasticity Index -Minimum of one test per 200
cubic yard of soil for use as fill material and whenever
classification of material is in doubt as determined by the Engineer.
I. Construction Tolerances:
1. Construct finished surfaces to plus or minus 1 inch of the elevations
indicated.
2 . Grade cut and fill areas to plus or minus 0.20 foot of the grades indicated.
3. Complete embankment edges to plus or minus 6 inches of the slope lines
indicated.
4. Structures: Conform to elevations and dimensions shown within a tolerance of plus
0.10', or minus 0.10', and extending a sufficient distance from footings and foundations
to permit placing and removal of concrete formwork, installation of service, other
construction, and for inspection.
5. The Contractor shall provide the Engineer with adequate survey information to verify
compliance with above tolerances.
J. Cut pavement with a saw or pneumatic tools to prevent damage to remaining pavement without
extra compensation. Where pavement is removed in large pieces, dispose of pieces before
proceeding with excavation.
K. Pipes, drains, and other utilities may exist in certain locations not indicated on drawings . No
attempt has been made to show all services. Completeness or accuracy of information given is
not guaranteed .
Water and Sanitary Sewer Relocation for SH 121T
Crossing West of The Union Pacific Railroad Davidson Rail Yard ,
Part 2 -Hulen Street Bridge
Water Main Extension From Hulen Street to Como Pump Station , Part 2
KHA No . 061018062
March 2010
SECTION 02221
Trenching, Backfilling and
Compaction
Page 4 of9
L. Dig test pits are considered as incidental to the normal excavation as indicated and specified in
this Section, at no additional compensation .
M. Carefully support and protect from damage, existing pipes, poles , wires, fences , curbings,
property line markers, and other structures, which the Engineer determines must be preserved in
place without being temporarily or permanently relocated. Should such items be damaged,
restore without compensation therefor, to at least as good condition as that in which they were
found immediately before the work was begun.
N. Restore existing property or structures as promptly as practicable.
0 . If material unacceptable for foundation (in the opinion of the Engineer) is found at or below the
grade to which excavation would normally be carried in accordance with the drawings and/or
specifications , remove such material to the required width and depth as directed by the Engineer
and replace it with screened gravel , select borrow, or concrete .
P . Do not remove excavation materials from the site of the work or dispose of except as permitted
by the Owner.
Q. Haul away and dispose of surplus excavated materials at NO additional co st to the Owner. Any
required permits or other disposal requirements are the responsibility of the Contractor.
R . During progress of work, conduct earth-moving operations and maintain work site so as to
minimize the creation and dispers ion of dust. Apply water to aid in dust control as specified in
NCTCOG Item 4.1 or by other methods that are acceptable to the Engineer. Furnish and spread
calcium chloride if the Engineer or Owner decides that it is necessary for more effective dust
control.
S. Provide suitable and safe bridges and other crossings where required for accommodation of
travel , and to provide access to private property during construction, and remove said structures
thereafter.
PART 2: PRODUCTS (NOT USED)
PART 3: EXECUTION
3.01 TRENCH EXCAVATION
A. Trench excavation shall include material of every description and of whatever substances
encountered , regardless of the methods or equipment required to remove the material. Pavement
shall be cut with a saw, wheel or pneumatic chisel along straight lines before excavating.
B. The Contractor shall strip and stockpile topsoil from grassed areas crossed by trenches. At the
Contractor 's option , topsoil may be otherwise disposed of and replaced , when required, with
approved topsoil of equal quality.
Water and Sanitary Sewer Relocation for SH 121T
Crossing West of The Union Pacific Railroad Davidson Rail Yard ,
Part 2 -Hulen Street Bridge
Water Main Extension From Hulen Street to Como Pump Station , Part 2
KHA No . 061018062
March 2010
SECTION 02221
Trenching, Backfilling and
Compaction
Page 5 of 9
C . While excavating and backfilling is in progress, traffic shall be ma intained , and a ll utilities and
other property protected as provided in the Agreement.
D. Trenches shall be excavated to the depth indicated on the Drawings and in widths sufficient for
laying the pipe , bracing and for pumping and drainage facilities . The bottom of the excavations
shall be firm and dry and in all respects acceptable to the Engineer. Trench width shall be
practical minimum , but not less than 12-inches nor more than indicated on the Drawings .
E. Excavation and dewatering shall be accomplished by methods which preserve the undisturbed
state of subgrade soils. The trench may be excavated by machinery to, or just below, the
designated sub grade, provided that material remaining in the bottom of the trench is no more than
slightly disturbed. Subgrade soils which become soft, loose , "quick", or otherwise unsatisfactory
as a result of inadequate excavation, dewatering or other construction methods shall be removed
and replaced by gravel fill as required by the Engineer at the Contractor's expense.
F. Clay and organic silt soils are particularly susceptible to distu rbance due to construction
operations . When excavation is to end in such soils, the Contractor shall use smooth-edge bucket
to excavate the last one foot of depth.
G. Where pipe is to be laid in gravel bedding, the trench may be excavated by machinery to the
normal depth of the trench provided that the material remaining in the bottom of the trench is no
more than slightly disturbed.
3 .02 DISPOSAL OF MATERIALS
A. Refer to Item D-13 in the special conditions for disposal of materials.
3 .03 SHEETING AND BRACING
A. Furnish, put in place and maintain sheeting and bracing required by Federal, State or local safety
requirements to support the sides of the excavation and prevent loss of ground which could
endanger personnel , damage or delay the work or endanger adjacent structures . If the Engineer is
of the opinion that at any point sufficient or proper supports have not been provided, he may
order additional supports placed at the expense of the Contractor. Compliance with such order
shall not relieve the Contractor from his responsibility for the sufficiency of such supports. Care
shall be taken to prevent voids outside of the sheeting, but if voids are formed , they shall be
immediately filled and rammed.
B . Where sheeting and bracing is required to support the sides of trenches, the Contractor shall
engage a Professional Engineer, licensed in the State of Texas, to design the sheeting and bracing.
The sheeting and bracing installed shall be in conformity with the design and certification of this
shall be provided by the Professional Engineer.
C. When moveable trench bracing such as trench boxes, moveable sheeting, shoring or plates are
used to support the sides of the trench, care shall be taken in placing and moving the boxes or
supporting bracing to prevent movement of the pipe , or disturbance of the pipe bedding and the
gravel backfill.
Water and Sanitary Sewer Relocation for SH 121 T
Crossing West of The Union Pacific Railroad Davidson Rail Yard ,
Part 2 -Hulen Street Brid ge
Water Main Extension From Hulen Street to Como Pump Station , Part 2
KHA No . 061018062
March 2010
SECTION 02221
Trenching, Backfilling and
Compaction
Page 6 of9
1. When installing rigid pipe (R .C ., D.I., V.C., etc), any portion of the box extending below mid
diameter shall be raised above this point prior to moving the box ahead to install the next
pipe . This is to prevent the separation of installed pipe joints due to movement of the box.
2. When installing flexible pipe (Steel, PVC, etc.) trench boxes, moveable sheeting, shoring or
plates shall not be allowed to extend below mid-diameter of the pipe. As trench boxes,
moveable sheeting, shoring or plates are moved, gravel backfill shall be placed to fill any
voids created and the gravel backfill shall be recompacted to provide uniform side support for
the pipe.
D. The Contractor will be permitted to use steel sheeting in lieu of wood sheeting for the entire job
wherever the use of sheeting is necessary. The cost for use of sheeting shall be included in the
bid items for trench safety and shall include full compensation for driving, bracing and later
removal of sheeting.
E. All sheeting and bracing shall be carefully removed in such manner as not to endanger the
construction of other structures, utilities, or property, whether public or private. All voids left
after withdrawal of sheeting shall be immediately refilled with gravel backfill by ramming with
tools especially adapted to that purpose, or otherwise as directed.
3.04 TEST PITS
A. The Contractor may be required to excavate test pits for the purpose of locating underground
utilities or structures as an aid in establishing the precise location of new work.
B. Test pits shall be backfilled as soon as the desired information has been obtained. The backfilled
surface shall be maintained in a satisfactory condition for travel until resurfaced as specified.
3.05 DRAINAGE AND DEWATERING
A. The Contractor shall furnish all materials and equipment and perform all incidental work required
to install and maintain the drainage system he proposes for handling groundwater or surface water
encountered. A Dewatering Plan shall be submitted outlining how sufficient groundwater will be
removed . Dewatering Plan shall be performed by and sealed by a licensed engineer in the State
of Texas . Contractor shall assume all responsibility for the adequacy of the methods, materials,
and equipment employed.
B. The Contractor shall provide pumping equipment and devices to properly remove and dispose of
all water entering trenches and excavations . The subgrade shall be maintained acceptably dry, to
a level of 5 feet below the bottom of the trench, until the facilities to be built therein are
completed. Piezometers shall be provided at appropriate locations for verification of dewatering
depth. All drainage related work shall be performed without damage to the trench, pavement,
pipes, electrical conduits, or other utilities and without damage to public or private property.
Water and Sanitary Sew er Relocation for SH 121 T
Crossing West of The Union Pacific Railroad Davidson Rail Yard ,
Part 2 -Hulen Street Bridge
Water Main Extension From Hulen Street to Como Pump Station , Part 2
KHA No. 061018062
March 2010
SECTION 02221
Trenching, Backfilling and
Compaction
Page 7 of9
C . The pipe or concrete shall not be laid in water or submerged within 24 hours after being placed .
Water shall not flow over new concrete within four day s after placement, or as designated on the
plans.
D . In no event shall water rise to cause unbalanced pressure on facilities until the concrete or mortar
has set at le ast 24 hours. The Contractor shall prevent flotation of the pipe by promptly placing
backfill.
3 .06 EXCAVATION BELOW GRADE AND REFILL
A . Whatever the nature of unstable material encountered or the groundwater conditions , trench
drainage shall be complete and effective.
B. If the contractor excavates below grade through error or for his own convenience, or through
failure to properly dewater the trench, or disturbs the subgrade before dewatering is sufficiently
complete, he may be directed by the Engineer to excavate below grade as set forth in the
following paragraph , in which case the work of excavating below grade and furnishing and
placing the refill shall be performed at his own expense.
C. If the material at the level of trench bottom consists of fine sand, sand and silt or soft earth which
may work into the gravel backfill notwithstanding effective drainage, the subgrade material shall
be removed to the extent directed and the excavation refilled with a 6-inch to 12-inch layer of
crushed stone No. 467 , or as approved by the Engineer, to form a filter layer preserving the voids
in the gravel bed of the pipe . The composition and gradation of gravel shall be approved by the
Engineer prior to placement. Gravel backfill shall then be placed in 6-inch layers thoroughly
compacted up to the normal grade of the pipe.
D. Geotextile filter fabric shall be installed in specified locations . Filter fabric shall be Supac-Heavy
Grade 8NP (UV), or approved equal. Geotextile materials must be woven and posses percent
open areas on the order of l 0% or greater.
3.07 EMBEDMENT
A. Embedment for water lines shall be as shown on the Drawings.
B. The initial layer of embedment placed to receive the pipe shall be brought to the grade and
dimensions indicated on the Drawings, and the pipe shall be placed thereon and brought to grade
by tamping , or by removal of the slight excess amount of embedment under the pipe.
Adjustments to grade shall be made by scraping away or filling with embedment material.
Wedging or blocking up of pipe will not be permitted . Each pipe section shall have a uniform
bearing on the embedment for the full length of the pipe , except immediately at the joint. All
embedment shall extend the full width of the trench bottom. Embedment shall remain dewatered,
in accordance with Section 3.05 , until all backfilling is complete .
C. After the pipe has been laid, jointed and inspected, embedment material shall be brought up in
mechanically tamped layers not exceeding eight inches in thickness of loose fill , approximately
equal on each side of the pipe, to 12 inches above the top of pipe. Compaction shall be 90
Water and Sanitary Sewer Relocation for SH 121 T
Crossing West of The Union Pacific Railroad Davidson Rail Yard ,
Part 2 -Hulen Street Bridge
Water Main Extension From Hulen Street to Como Pump Station , Part 2
KHA No. 061018062
March 2010
SECTION 02221
Trenching, Backfilling and
Compaction
Page 8 of 9
percent of Standard Proctor density for embedment material below the top of pipe. For the 12
inches of embedment above the top of pipe , compaction shall be 85 percent of Standard Proctor
density.
3 .08 BACKFILLING
A. As soon as practicable after the initial bedding has been placed and the pipe has been laid and
jointed, backfilling shall begin and thereafter be prosecuted expeditiously. Bedding, as specified
for the type of pipe installed , shall be placed as shown on the Drawings and as specified in
Paragraph 3 .07 above .
B. The remainder of the trench shall be filled with native material in accordance with Sections #1-2
Backfill and E2-2 Excavation and Backfill of the General Contract Documents and
Specifications, except as modified herein , or select fill or granular fill material. Layers shall not
exceed 8-in in loose measure compacted to 90 percent Standard Proctor density at optimum
moisture content+/-4%. The backfill shall be mounded 6-in above the existing grade , or as
directed. Where a grass , loam or gravel surface exists prior to excavation, it shall be removed ,
conserved and replaced to the full original depth as part of the work under the pipe items. In
some areas it may be necessary to remove excess material during the clean-up process, so that the
ground may be restored to its original level and condition.
C. Where the pipes are laid in paved areas or designated future paved areas , the remainder of the
trench above the embedment shall be backfilled with select fill or granular fill material in layers
not to exceed 8-in loose measure and compacted at optimum moisture content(+/-3%) to 95
percent Standard Proctor density. The top 18-inches below subgrade level shall be compacted at
optimum moisture content(+/-3%) to 100 percent of Standard Proctor density.
D . To prevent longitudinal movement of the pipe, dumping backfill material into the trench and then
spreading will not be permitted until the bedding material has been placed and compacted to a
le vel 1-ft over the pipe.
E . Backfill shall be brought up evenly on both sides of the pipe. Each layer of backfill material shall
be thoroughly compacted by rolling, tamping, or vibrating with mechanical compacting
equipment or hand tamping. If rolling is employed, it shall be by use of a suitable roller or
tractor, being careful to fill throughout the full width of the trench .
F. Compaction shall be by use of hand or pneumatic tamping with tools weighing at least 20 lbs.
The material being spread and compacted shall be placed in layers not over 8-in loose thick. If
necessary, sprinkling shall be employed in conjunction with rolling or ramming.
G. Subject to the approval of the Engineer, fragments of ledge and boulders smaller than 4-in may be
used in trench backfill providing that the quantity, in the opinion of the Engineer, is not excessive.
Rock fragments shall not be placed until the pipe has at least 2-ft of cover. Small stones and
rocks shall be placed in thin layers alternating with earth to insure that all voids are completely
filled. Fill shall not be dropped into the trench in a manner to endanger the pipe. If rock
fragments are placed in the backfill material , it will be the Contractor's responsibility to prove to
the Engineer that the specified compaction is occurring . If the Engineer 's opinion is that the
Water and Sanitary Sewer Relocation for SH 121T
Crossing West of The Union Pacific Railroad Davidson Rail Yard,
Part 2 -Hulen Street Bridge
Water Main Extension From Hulen Street to Como Pump Station , Part 2
KHA No. 061018062
March 2010
SECTION 02221
Trenching, Backfilling and
Compaction
Page 9 of 9
compaction is not achieved , then the Contractor shall remove material that contains rock
fragments and replace it with suitable material.
H. Bituminous paving shall not be placed in backfill unless specifically permitted, in which case it
shall be broken up as directed . Frozen material sh_all not be used under any circumstances.
I. Water jetting will not be accepted as a means of consolidating/compacting backfill.
J. All road surfaces shall be broomed and hose-cleaned immediately after backfilling. Dust control
measures shall be employed at all times.
K. Dewatering, per Section 3 .05, shall be maintained until backfill is complete.
3.09 RESTORING TRENCH SURFACE
A. Where the trench occurs adjacent to paved areas, road shoulders, sidewalks, or in cross-country
areas , the Contractor shall thoroughly consolidate the backfill and shall maintain the surface as
the work progresses. If settlement takes place, he shall immediately deposit additional backfill to
restore the level of the ground.
B . In paved areas, the edge of the existing pavement to be removed shall be cut along straight lines,
and the pavement replaced as indicated on the Drawings.
C. The surface of any driveway, or any other area, which is disturbed by the trench excavation and
which is not a part of the paved road shall be restored by the Contractor to a condition at least
equal to that existing before work began.
D. In sections where the pipeline passes through grassed areas , the Contractor shall, at his own
expense , remove and replace the sod, or shall loam and reseed the surface to the satisfaction of
the Engineer.
END OF SECTION
Water and Sanitary Sewer Relocation for SH 121T SECTION 02242
Water Control for Shaft
Tunnel Construction
Page 1 of 4
Crossing West of The Union Pacific Railroad Davidson Rail Yard,
Part 2 -Hulen Street Bridge
Water Main Extension From Hulen Street to Como Pump Station, Part 2
KHA No. 061018062
March 2010
A. GENERAL
1. SCOPE OF WORK
a . This section covers work necessary to control groundwater, surface
water, runoff, and nuisance water that may be encountered , as required
for performance of the trenchless Work.
2 . RELATED WORK SPECIFIED ELSEWHERE
a. D-53 -Dewatering
b. 02261 -Shaft Excavation and Support
c. 02341 -Open-Shield Pipejacking
3. REFERENCE SPECIFICATIONS, CODES, AND STANDARDS
a. The publications listed below form a part of this Specification to the extent
referenced. Where conflicts between these Specifications and the
referenced specification, code or standard occur, the more restrictive
specification shall govern. The publications are referenced in the text by
basic designation only. Where a date is given for referenced standards,
that edition shall be used. Where no date is given for referenced
standards, the latest edition available on the date of issue of Contract
Documents shall be used.
b. "Geotechnical Investigation -Water and Sanitary Sewer Relocations
Within UPRR Yard for SH121 T', Fort Worth, Texas, HVJ Associates,
Inc ., December 4 , 2009
4 . DEFINITIONS -Not Used
5. DESIGN CRITERIA
a. Provide continuous control of surface water runoff and water in shafts and
tunnels during the course of construction, including weekends and
holidays, and during periods of Work stoppages .
b. Design, furnish, install, operate , and maintain all machinery, appliances ,
power, and equipment necessary to remove water from tunnels and
shafts during construction. Dewater , treat, and dispose of water so as not
to cause injury to public or private property or to cause a nuisance or a
menace to the public and in accordance with all applicable permit
requirements.
Water an d Sanitary Sewer Re locat io n fo r SH 121T SECTION 02242
Water Control for Shaft
Tunnel Construction
Page 2 of 4
Crossin g We st of The Union Paci fi c Ra i lroad D av id son R a il Ya rd ,
Part 2 -Hul en Street Bridge
Wate r Main Exten sion Fro m H ul e n Street to C om o Pump Stat io n , Part 2
KHA No. 061018062
M arch 2 010
c. Have on hand at all times sufficient pump ing equipment and machinery in
good working condition for all ordinary emergencies , including power
outages and flooding , and have available at all times competent workers
for the continuous and successful operation of the water control and
monitoring systems .
d . The Contractor shall obtain all permits and other documentation
necessary to properly discharge or dispose of collected water.
e . Remove all dewatering equipment when construction is completed.
6 . QUALITY ASSURANCE-Not Used
7. SUBMITTALS
a. Subm ittals shall be made in accordance with DA-56 -Shop Drawings .
Review and acceptance of the Contractor's submittals by the Eng ineer
shall not be construed in any way as relieving the Contractor of its
responsibilities under this Contract.
b. Water Control Plan : No later than 60 days after Notice to Proceed or 30
days before installation of water control systems, whichever is sooner,
submit methods and equipment proposed to be utilized to prevent
excessive groundwater from entering shafts and tunnels, and to remove
and dispose of the water that does enter.
c. Submit drawings indicating location and configuration of water control
facilities including , but not limited to , water control barriers , monitor wells ,
sumps, discharge lines , storage tanks or basins, and discharge points or
disposal methods .
d . Submit detailed description of water control schedule , operat ion ,
maintenance , and abandonment procedures .
e . Submit drawings and details of any required treatment facilities to be
used in treating water that collects within the shafts.
f . Submit a copy of all applicable permits required for discharge of collected
water or documentation of proper offsite disposal plans . Confirm that
disposal plan is in compliance with all permit requirements . ·
8. PRODUCTS -Not Used
C. EXECUTION
1. GENERAL
Water and Sanitary Sewer Re location fo r SH 12 1 T SECTION 02242
Water Control for Shaft
Tunnel Construction
Page 3 of 4
Cross in g W est of T he U ni on Pa c ific Rai lro ad Dav id son R a il Yard ,
Part 2 -Hulen Street Brid ge
W ate r Ma in Exte n sion Fro m Hul en Street to Como Pump Stat ion, Part 2
KHA No. 061018062
M arc h 2010
a. Modify water control system after installation and while in operation if it
causes or threatens to cause damage to adjacent property or to existing
buildings , structures , or utilities.
b. Take reasonable precautions necessary to ensure successful operation of
water control systems.
c . Dispose of water under terms , requirements, and restrictions of applicable
permits .
2 . SURFACE DRAINAGE
a. Intercept and divert surface drainage away from the Work by use of dikes ,
curb walls , ditches , sumps, or other means , in accordance with the
approved plan .
b. Design surface drainage system so as not to cause erosion on or off the
site. Surface runoff shall be controlled to prevent entry of water into
excavations and shafts , water bodies , sanitary , or storm sewers , unless
written permission is provided by the facility owner allowing discharge .
3 . WATER CONTROL IN UNDERGROUND WORKS
a . Use water control methods that are appropriate to the ground conditions ,
described in the Geotechnical Report , the planned construction
operations , and requirements of these Contract Documents .
b. If a large amount of subsurface water dra ins into an excavation , take
immediate steps to control water inflow. Large amounts of inflow
requiring immediate control shall be defined as that which adversely
affects the Work and/or threatens damage to adjacent structures or
facilities .
c. Design and operate water control system to prevent removal of in situ
soils or loosening or softening of in situ soils surrounding the excavation .
d . Wate r shall be removed during periods when concrete is being placed ,
during tunneling operations , when pipe is being installed , during shaft
excavation , and at such other times as is necessary for efficient and safe
execution of the Work .
e. If a concrete tremie plug or work slab for shaft construction is required,
the plug shall not be subjected to unbalanced hydrostatic pressures until
it has obtained compressive strength sufficient to res ist uplift pressure .
4. TREATMENT AND DISPOSAL OF WATER
Water and Sanitary Sewer Relocation for SH 121 T SECTION 02242
Water Control for Shaft
Tunnel Construction
Page 4 of 4
Crossing West of The Union Pacific Railroad Davidson Rail Yard ,
Part 2 -Hulen Street Bridge
Water Main Extension From Hulen Street to Como Pump Station , Part 2
KHA No. 061018062
March 2010
a. Obtain necessary permits from the authority having jurisdiction to use any
sanitary sewers, storm sewers, drains , or waterways for water disposal
purposes .
b. Discharge water removed from the site through pipes, tanks, or by truck
and as required by the Contractor's discharge permit. Water shall be
discharged in a manner that will not cause soil erosion at discharge point.
c. Treat water collected in shafts as required by regulatory agencies prior to
discharge
5. SYSTEM REMOVAL
a . Facilities shall be removed and wells abandoned at the completion of the
Work in conformance with regulatory requirements and Contractor's
permit.
LAST PAGE OF THIS SECTION
Water and Sanitary Sewer Relocation for SH I 2 IT SECTION 02261
Shaft Excavation and Support
P age I of21
Crossing West of The Union Pacific Railroad Davidson Rail Yard ,
Part 2 -Hulen Street Bridge
Water Main Extension From Hulen Street to Como Pump Station , Pa rt 2
KHA No . 061018062
March 2010
A. GENERAL
1. SUMMARY
a. This section provides the minimum requirements and acceptable
construction methods for excavation and support of shafts for the
trenchless crossings. The shafts will also be used to facilitate the
construction of connections, valves , vaults , access manholes and other
permanent structures shown on the Plans.
b . The Contractor shall design, furnish, install and maintain a system of
supports, including all bracing and associated items, to retain excavations
in a safe manner and to control ground movements. Provide portal
stabilization as required (see 02315 -Portal Stabilization) to control
groundwater inflows and to prevent loss of ground or subsidence at entry
and exit locations. Upon completion of the required tunnel construction ,
the support system shall be removed, as specified herein , and the shaft
excavations backfilled as specified in specified in 02221 -Trenching,
Backfilling and Compaction , other sections , or as shown on the Plans.
c . The Work shall include: site grading ; temporary access road construction ;
safety fencing and signage; construction staging areas; design and
construction of shaft excavations and excavation support systems ;
material disposal; ground improvement, where necessary; protection of
existing utilities ; control and disposal of groundwater, surface water, and
construction water; tunnel portal stabilization; removal, backfilling , and
abandoning of shafts; and site restoration .
d . The Contractor shall have sole responsibility for selection of shaft types,
construction methods , and shaft excavation sizes to complete the work,
meeting the requirements of these Specifications . The size of the shafts
shall be adequate to complete all trenchless construction and to construct
all structures indicated on the Plans .
e . Depending on crossing location , acceptable shaft types may include: slide
rail systems , soldier piles and lagging, interlocking steel sheetpiles ,
auger-drilled shafts, secant pile shafts , liner plate , or other construction
methods for jacking/receiving shafts subject to review and written
approval by the Engineer. See the Plans for allowable shaft types for
each crossing . Sloped open excavations, trench . boxes, and speed
shores are not allowed at any crossing .
f . The use of blasting is prohibited .
Wate r and Sanitary Sewe r Re locati on for SH 12 1 T SECTION 02261
Shaft Excavation and Support
Pa ge 2 of 21
Cro ss in g West of The U nion Pac ific Rai lroad Dav id son Rail Yard,
Part 2 -Hulen Street Brid ge
Water Main Ex ten sion From Hul en Street to Como Pump Stati on, Part 2
KHA N o . 061018062
March 2 010
2 . RELATED WORK SPECIFIED ELSEWHERE
a . DA-54 -Dewatering
b . 02221 -Trenching , Backfilling and Compact ion
c . 02242 -Water Control for Shaft and Tunnel Construction
d. 02315 -Portal Stabilization
e . 02341 -Open Shield Pipejacking
f. 02445 -Settlement Monitoring
g. 03360 -Contact Grouting
3. REFERENCE SPECIFICATIONS , CODES , AND STANDARDS
a. The publications listed below form a part of this Specification to the extent
referenced . Where conflicts between these Specifications and the
referenced specification , code , or standard occur, the more restrictive
specification shall govern . Where no date is given for referenced
standards , the latest edition available on the date of issue of Contract
Documents shall be used .
b . Commercial Standards :
1) AASHTO "Standard Specifications for Highway Bridges"
2) ACI 318 -Building Code Requirements for Reinforced Concrete
3) AISC -Manual of Steel Construction
4) ANSI/AWS D1 .1 -Structural Welding Code
5) AREMA "Manual for Railway Engineering " 2005 Edition .
6) ASTM A 36 -Specification for Structural Steel
7) ASTM A 328 -Specification for Steel Sheet Piling
c . Occupational Safety and Health Administration (OSHA) Regulat ions and
Standards for Underground Construction , 29 CFR Part 1926, Subpart S,
Underground Construct ion , and Subpart P, Excavations .
Water and Sanitary Sewer Relocation for SH 121 T SECTION 02261
Shaft Excavation and Support
Page 3 of21
Crossing West of The Union Pacific Railroad Davidson Rail Yard,
Part 2 -Hul e n Street Bridge
Water Main Extension From Hulen Street to Como Pump Station, Part 2
KHA No. 061018062
March 2010
d . "Geotechnical Investigation -Water and Sanitary Sewer Relocations
Within UPRR Yard for SH121 T", Fort Worth , Texas, HVJ Associates,
Inc ., December 4, 2009
4 . DEFINITIONS
a .
b .
C.
d.
e .
f .
Auger-Drilled Shaft : An excavation support system composed of a steel
casing (usually a segmental corrugated metal pipe [CMP]) grouted in
place inside an auger-drilled excavation. A large diameter drill rig is used
to excavate a hole slightly larger than the required inner diameter of the
shaft. During drilling, the excavation is kept full of drilling fluid (usually
polymer-based) with high gel strength , high density, and high viscosity to
prevent caving, sloughing, or collapse of the excavation. When the
drilling is complete, the prefabricated casing of the required diameter is
lowered into the fluid-filled excavation. A concrete seal, of sufficient
thickness to resist buoyant forces on the dewatered shaft and to prevent
groundwater inflows, is then placed at the bottom of the shaft by tremie .
Grout is then placed by tremie between the outside wall of the casing and
the excavation wall. When the concrete and grout have cured , the drilling
fluid can be pumped out of the shaft. A properly constructed auger-drilled
shaft will provide an essentially watertight shaft.
Backfill Grouting/Primary Grouting : The injection of a fluid , rapid-setting ,
grout in shafts to fill the void behind liner plates .
Contact Grouting/Secondary Grouting : The injection of fluid , non-shrink,
rapid-setting grout into any remaining voids between the backfill grout and
the primary support or excavated surface .
Liner Plate Shaft: A shaft formed by sequential excavation and erection
of support rings consisting of segmental steel liner plates . All voids
between the excavation and the liner plates are filled with grout to ensure
complete contact with the ground.
Secant Pile Shaft : A shaft that is formed by overlapping concrete piles .
The concrete is placed using the tremie method , in bored holes that are
stabilized with drilling fluid and/or temporary casing . Secant pile shafts
may be round or rectangular, using integral steel reinforcement or wales
as necessary to support the piles. Secant pile shafts can be constructed
to provide a watertight shoring system .
Sheetpile Shaft: An excavation suppc5rt sys\er,i: c.onsfsting·of fully
interlocking steel sheetpiles driven· o,t vib t*ed ·into pl~ce, ,Nith a concfete
tremie slab and/or concrete i.vorking slab de'signed·tq prevent or control
groundwater inflows; and to pre.veryt sk>fl heave. With ~he Use of fully
interlocking piles , sheetpile shafts provide an essentially watertight shaft.
W ater and Sanitary Sewer Relocation for SH 12 1T SECTION 02261
Shaft Excavation and Support
Pa ge 4 of21
Crossing West of Th e Uni on P acific R a ilroad Dav id son Rail Y ard ,
Part 2 -Hul e n Street Brid ge
Water Main Exten sion From Hule n Street to Como Pump St ation , Part 2
KHA No . 061018062
M arch 2010
g . Tunnel Portal Stabilization : Where the new tunneled pipelines enter or
exit a shaft excavation, the Contractor shall stabilize the portal to prevent
soil or groundwater inflows into the shaft that may lead to settlement
around the shaft or flooding of the excavation. Portal stabilization is
required at all shafts and is subject to the requirements of 02315 -Portal
Stabilization.
5. DESIGN CRITERIA
a. General:
1) Excavation support systems shall be designed by or under the
direct supervision of a Civil or Structural Engineer registered in the
State of Texas who has a minimum of five (5) years expe rience in
the design of soil retaining structures, and who shall stamp and
sign the submittals and shop drawings .
2) The Contractor's licensed engineer shall design all shafts to
provide a continuous , dry, excavation support system . Shafts
shall be designed to support earth and groundwater pressures ,
equipment , applicable traffic , and construction loads and
pressures (i.e . annulus grouting pressures), and other surcharge
loads in accordance with the site conditions , the Geotechnical
Reports , and any other requirements described in these Plans and
Specifications . Shafts shall be designed to w ithstand the full
hydrostatic head of groundwater or shall include provisions for
dewatering to completely remove groundwater loading . Design
excavation support systems in accordance with AISC and ACI
code provisions , as applicable . The shaft design shall allow the
safe and expeditious construction of the permanent facilities
without excess ive movement or settlement of the ground and in a
manner that will prevent damage to, or movement of, any adjacent
structures , utilit ies , or other facilities .
3) The shafts shall be of a size large enough to facilitate all
necessary groundwater control , construction operations including
the trenchless pipe installation, construction of any structures
shown on the Plans , and pipeline connections to open-cut reaches
of the project.
4) The Contractor shall ensure that the bottom of the shaft
excavations allow sufficient vertical clearance for placement of
work ing slab and jacking frame at the required angles , as shown
on the Plans . Survey of final shaft bottom elevations shall be
recorded and submitted .
Water and Sanitary Sewer Relocation for SH 121 T SECTION 02261
Shaft Excavation and Support
Page 5 of21
Crossing West of The Union Pacific Railroad Davidson Rail Yard,
Part 2 -Hulen Street Bridge
Water Main Extension From Hulen Street to Como Pump Station, Part 2
KHA No. 061018062
March 2010
5) All shafts shall be designed with a concrete working slab to
provide a stable platform to complete the Work. The working slab
at each excavation where groundwater is above the invert of the
shaft shall be designed to protect the excavation invert in
accordance with these minimum design criteria :
i) All shafts shall have a finished concrete tremie seal and/or
working slab to control groundwater inflows through the
bottom of the shaft and to resist uplift of the completed
shaft . The tremie seal and working slab reinforcing may be
designed to structurally tie the slab to the shaft walls to
take advantage of the shaft dead weight and sidewall
friction in resisting uplift due to buoyancy, if necessary.
ii) Be capable of resisting expected hydrostatic uplift with a
minimum safety factor of at least 1.1.
iii) Be capable of supporting such combined dead and live
loads as are required by the Contractor's means and
methods.
6) The support systems shall be designed to protect adjacent utilities
from damage and to minimize horizontal and vertical movements
to below the maximum allowable values for deformation which are
specified in 02445 -Settlement Monitoring .
7) The shafts shall be designed for staged installation and removal of
all portions of the upper 10 feet and to accommodate construction
of connections and backfill sequences, unless otherwise noted on
the Plans.
8) The Contractor is responsible for providing all necessary Portal
Stabilization measures to prevent the inflow of soil or rock and
control the inflow of groundwater through the tunnel portals at all
shafts as specified in 02315 -Portal Stabilization . Stability of the
tunnel portals shall be confirmed by incremental openings prior to
full-size opening being cut in sheets as specified in 02315 -Portal
Stabilization.
9) Watertight jacking and reception shaft seals shall be used at all
shaft penetrations . Seals shall be designed by the Contractor to
resist or prevent passage or flow of soils , groundwater , lubricant
and other materials into the shaft during trenchless construction
activities .
W ate r and San itary Sewe r Relocati on for SH 121 T SECTION 02261
Shaft Excavation and Support
Page 6 o f 21
Crossi ng West of The U ni on Pac ific R a ilroad Dav id son Rail Yard ,
Pa rt 2 -Hul e n Street Brid ge
Wate r Main Extension From Hul e n Street to Como Pump St ati on , Part 2
KHA No. 061018062
March 2010
10) The strength of any grout mixture used to fill the annulus between
the internal shoring or other supports and the excavation , if used,
shall be selected to allow the tunneling equipment to efficiently
excavate or advance through the grouted annulus during both
launch and retrieval. The tunneling subcontractor shall be
consulted to ensure compatibility between the grout strength and
tunneling equipment. The minimum strength of the grout mixture
shall equal or exceed the strength of the soils outside the
excavation .
11) The shaft floors shall be designed with a sump to remove any
groundwater, rainwater, runoff, or construction water that enters
the shaft. The Contractor shall not discharge groundwater inflows
into storm sewers, sanitary sewers, water bodies, or streets
without obtaining and submitting copies of the required
permissions and/or permits. Contractor shall properly dispose of
groundwater in accordance with permit requirements and the
requirements of D-53 -Dewatering, 02242 -Water Control for
Shaft and Tunnel Construction , and other applicable sections .
12) Shafts in active use shall be surrounded by safety fencing ,
consisting of six-foot high chain link fence , installed completely
around the shaft perimeter and shall have a lockable entry gate to
prevent unauthorized access. Shafts not in active use for more
than 72 hours shall be covered with traffic plates or surrounded
with a 6-foot high chain link fence and safety cage or netting to
prevent unauthorized entry or access .
13) The Contractor is allowed to install and operate Contractor
designed groundwater pumping systems outside of shafts
provided that the Contractor obtains necessary permits for
handling , treatment , and disposal of groundwater and complies
with permit requirements and local , State , and Federal regulations
and statutes . Perform all dewatering work in accordance with D-
53 -Dewatering and 02242 -Water Control for Shaft and Tunnel
Construction .
14) Relocate overhead wires , poles , guy wires , and appurtenant
items, as needed to install shoring systems and perform other
activities required for construction of shafts and trenchless
crossings .
b . Auger-Drilled Shafts :
Water and Sanitary Sewer Relocation for SH 121T SECTION 02261
Shaft Excavation and Support
Page 7 of 21
Crossing West of The Union Pacific Railroad Davidson Rail Yard,
Part 2 -Hulen Street Bridge
Water Main Extension From Hulen Street to Como Pump Station, Part 2
KHA No. 061018062
March 2010
1) The steel liner shall be designed to resist lateral earth pressures
and groundwater pressures based on the information in the
Geotechnical Reports.
2) The drilling fluid used to support the excavation shall have
adequate viscosity, gel strength, density , and other required
properties to safely support earth and groundwater loads
determined based on the Geotechnical Reports .
c . Secant Pile Shafts:
1) Secant pile shaft designs, installation equipment, and methods
shall be compatible with the conditions described in the
Geotechnical Reports .
2) Individual bore holes shall be completely supported with stabilizing
drilling fluid or temporary casing at all times during drilling .
3) Individual secant piles shall be installed within a tolerance of 0 .5%
of true vertical.
4) The following will be considered defects/defective piles requiring
satisfactory repair or replacement:
i) Exceeds specified vertical tolerances .
ii) Less than the minimum wall thickness/interlock between
piles shown on the Contractor's approved shop drawings.
iii) Less than minimum concrete strength required by
Contractor's design and submittals .
iv) Voids/cavities/honeycombing .
d . Liner Plate Shafts :
1) Initial ground support requires the use of steel liner plate and steel
support rings. The Contractor shall prepare the shaft design
based on excavation by trackhoe , hoe-ram, and/or mini-
excavator/loader in conjunction with liner plate support.
2) Liner plates shall be designed so that erection and assembly can
be accomplished entirely from inside the shaft . Liner plates shall
be capable of withstanding the ring thrust load and transmitting
this load from plate to plate . The minimum thickness of liner
W ate r and Sanitary Sewer R e lo cation for SH 12 1 T SECTION 02261
Shaft Excavation and Support
Page 8 of 21
Crossing We st o f The Uni o n P acific R a il road D av id son R a il Y ard,
Part 2 -Hulen Stree t Bridge
Water Main Exten s ion Fro m Hul e n Street to Com o Pump Station , Part 2
KHA No . 061018062
March 2010
plates shall be determined by the Contractor's shaft design
engineer.
3) All voids behind liner plates shall be fully grouted . Grouting shall
be performed in a sequence which will preclude deflections
exceeding 5 percent of the shaft diameter. At minimum , grouting
shall be performed at the end of each day .
6 . QUALITY ASSURANCE
a. Failure to meet the qualification requirements is failure to fulfill the
Contract and the Contractor will be required to obtain a subcontractor that
meets the qualification requirements.
b . Contractor Qualification and Experience: The Contractor who shall
perform the Work specified herein shall have successfully completed at
least five (5) shafts utilizing each of the proposed shaft construction
methods of sim ilar size , depth, and complexity, and in similar ground
conditions, with in the past five years . In addition , the Superintendent(s)
for the construction work shall have demonstrated successful experience
with the proposed shaft construction method(s).
c . Quality control, testing, and inspection shall be provided as required by
the Contractor's design engineer and in accordance with approved
submittals. The Contractor's design engineer shall visit the s ite to
observe the Work in progress on at least a weekly basis or more
frequently if required by the Eng ineer.
d . The Contractor shall immediately notify the Engineer, in writing , when any
problems are encountered with equipment or materials , or if the
Contractor believes the conditions encountered are materially and
significantly different from those represented within the Contract
Documents . All work by the Contractor shall be done in the presence of
the Engineer unless the Engineer grants prior written approval to perform
such work in Engineer's absence .
e. The Contractor shall allow access to the Engineer and shall furnish
necessary assistance and cooperation to aid the Engineer in observations
and data and sample collection .
7. SUBMITTALS
a. Submittals shall be made in accordance with DA-56 -Shop Drawings .
Review and acceptance of the Contractor's submittals by the Engineer
shall not be construed in any way as relieving the Contractor of its
respons ibil it ies under this Contract.
Water and Sanitary Sewer Relocation for SH 121T SECTION 02261
Shaft Excavation and Support
Page 9 of21
Crossing West of The Union Pacific Railroad Davidson Rail Yard,
Part 2 -Hulen Street Bridge
Water Main Extension From Hulen Street to Como Pump Station, Part 2
KHA No. 061018062
March 2010
b . Qualifications: Submit the name and qualifications of person(s)
responsible for each excavation support system design. Submit the
qualifications of shaft subcontractor for each shaft type to be constructed.
Submit information confirming that each subcontractor meets the
requirements listed in Paragraph A 6 b. Provide project name , date,
owner's contact information, details of shaft geometry and construction,
and soil and groundwater conditions .
c. Schedule and sequence of shaft construction including major milestones
such as installation of shoring, water control, excavation, installation of
wales/struts , tremie seal/groundwater control, working slab, and
dewatering of shaft interior.
d . Scaled drawings (plan and section views with dimensions and sizes)
showing the proposed shaft elements and shoring system to be used at
each crossing location; adjacent and nearby existing structures and
utilities ; details of trenchless pipe penetrations ; details of pipe
penetrations for connection to open cut sections of the pipeline ; staging
areas for all shaft construction operations.
e . Design Calculations : Submit all calculations in a legible , comprehensible
format. The calculations shall be performed by or under the direct
supervision of a Civil Engineer registered in the State of Texas , who shall
stamp and sign the design calculations.
1) Provide design calculations for the shoring and bracing indicating
it can withstand all earth and groundwater pressures, equipment,
applicable traffic, and construction loads and other surcharge
loads in accordance with the site conditions , the information listed
in the Geotechn ical Reports , and any other requirements
described in these Plans and Specifications .
2) For shafts subject to groundwater loading, provide design
calculations indicating the structural design of the tremie seal and
working slab and uplift resistance of the shaft . Confirm that tremie
seal and working slab weight , structural connection to shaft walls ,
and any frictional resistance assumed along sidewalls of the shaft
are adequate to resist uplift and that assumptions are reasonable
and appropriate . Show that a minimum factor of safety against
uplift failure of 1.1 is achieved under the most extreme loading
conditions .
f . Methods and details of excavation, containment , hauling, and disposal of
the excavated materials , all spoils, and other materials used in shaft
construction . Written documentation signed by the disposal site owner or
manager indicating that the site will accept the muck and that the site is in
Water and Sanitary Sewer Relocati on for SH 12 1 T SECTION 02261
Shaft Excavation and Support
Page 10 of 21
Crossing West of The Union Pacifi c Rail roa d Da v id son Rai l Yard,
Part 2 -Hulen Street Bridge
Water Main Extension From Hulen Street to Co mo Pump Station , Part 2
KHA No. 061018062
March 2010
compliance with all applicable local, State, and Federal regulations .
Submit muck transport plans including route to be used and measures to
avoid spillage onsite or onto streets and highways .
g. Describe procedures for excavation of the spoils from the shaft interior.
Describe the procedures for excavation of material below the reach of
conventional hydraulic excavators or for hard/very dense soils and rock .
For shafts that extend below groundwater, describe procedures for
groundwater control during excavation (groundwater cutoff, grouting, etc .)
or procedures for "in-the-wet" excavation and shaft bottom seals .
h . Describe procedures for dewatering the shaft interior after excavation is
complete (for "in-the-wet" construction), and for control of groundwater
inflows after excavation has been completed , method of maintaining
bottom stability, and protection of subgrade .
i. Concrete mix information and placement procedures for the tremie seal,
working slab and/or any annular grout. Describe procedure for installing
concrete tremie slab and working slab to the required thickness and at the
correct elevation .
j. Details for protecting existing utilities and structures within zone of
influence.
k . Details of procedures for preloading bracing members .
I. Procedures for checking and maintaining plumbness of the shaft and
ensuring proper elevation is reached.
m. Auger-Drilled Shafts :
1) Description of equipment and procedures to be used to construct
the auger-drilled shafts , to execute the associated tremie seal
installation, grouting, and dewatering .
i) Describe procedure for drilling and reaming shaft
excavation, including diameter and depth of initial pilot
hole, outer reamed started hole and liner, and final reamed
hole and liner.
ii) Describe procedure for installing and grouting all liners ,
includ ing sequence of operations and grout mixture .
iii) Describe the drilling fluid, indicating properties and confirm
adequacy to resist groundwater and earth pressures acting
on bore walls. Show volume calculations to ensure
W ater and Sanita ry Se w er Relocation for SH 121 T SECTION 02261
Shaft Excavation and Support
P age 11 of21
Cros sing West of The Union Pacific Railroad Davidson Rail Yard,
Part 2 -Hul en Street Bridge
W at e r Main Exte ns io n F rom Hul e n Street to C o mo Pump Station, Part 2
KHA N o. 061018062
M arch 2 010
adequate volume of drilling fluid will be available to keep
bore filled . Provide MSDS and supplier cut sheets .
n. Secant Pile Shafts :
1) Description of the equipment, procedures, and sequence to be
used to construct the secant pile shafts .
i) Background on the drilling equipment and procedures and
its successful use on other projects with similar soil
conditions .
ii) Details for drilling template for ensuring that secant piles
are drilled contiguously , without gaps .
iii) Methods for providing continuous support of the bore holes
during drilling , including design of the drilling fluid if it is to
be used .
iv) Method of monitoring deviation from vertical of pile holes
during excavation , and details of proposed corrective
measures to be implemented if necessary .
v) Methods for placing tremie concrete and handling
displaced drilling fluid , if applicable .
vi) Methods for installing reinforcing or wales .
o . Liner Plate Shafts:
1) Description of the equipment, procedures , and sequence to be
used to construct the liner plate shafts , to execute the associated
grouting and tremie seal installation .
i) Manufacturer's literature and design calculations for the
liner plate , based on ant icipated loading cond it ions. Details
of plates including grout holes , boltholes , bolt sizes ,
sealants , gaskets , and grommets where used .
ii) Material specifications for mechanical connectors, grout
plugs, and grout sleeves
ii i) Excavation dimens ions for each proposed shaft section.
iv ) Typical liner plate rings , geometry .
Water and Sanitary Sewer Relocation for SH 121 T SECTION 02261
Shaft Excavation and Support
Page 12 of21
Crossing West of The Union Pacific Railroad Davi dson Rail Yard ,
Part 2 -Hulen Street Bridge
Water Main Extension From Hulen Street to Como Pump Station, Part 2
KHA No. 061018062
March 2010
v) Details of assembly, backfilling, and grouting . Show
installation details including requirements for staggering of
adjacent rings , use of tie rods (hog rods) if necessary
during grouting operations , and grout seals required to
maintain backfill grout in place and to prevent flow back
into shafts.
vi) A description for backfill/primary grouting operations that
includes sketches as appropriate, indicating type and
location of mixing equipment, pumps , injection points ,
venting method, direction of flow , pressure measurement
and maximum allowable pressure , blocking or otherwise
securing liner to avoid floating or excessive displacement,
volume measurement, grouting sequence , schedule, and
stage volumes .
vii) A grout mix design report including: grout type and
designation; grout mix constituents and proportions ,
including materials by weight and volume; grout densities
and viscosities, including wet density at point of placement;
initial set time of grout; bleeding/ shrinkage/expansion ; and
compressive strength .
viii) Certificates: Submit manufacturer's written certification that
steel liner plates, bolts , washers, grommets and gaskets,
meet or exceed specified requirements .
2) Maintain daily logs of grouting operations and submit records of
grouting to the Engineer. The records shall include the following
information:
i) Hole name, collar station , face station , date .
ii) Details of mixes used including any admixtures .
iii) Details of each batch of grout injected including estimated
wastage .
iv) Details of any interruptions , leakages and any equipment
malfunctions .
v) Name of grouting supervisor.
p . Construction Records : The Contractor shall submit the following to the
Engineer at the times indicated .
Water and Sanitary Se we r R e loc ati on fo r SH 12 1T SECTION 02261
Shaft Excavation and Support
Page 13 of 2 1
Crossing We st of Th e Union Pa c ific Railro ad Dav id son Rail Yard ,
Part 2 -Hulen Street Bridge
Wate r Main Exte ns ion Fro m Hul e n Stree t to Como Pump St at ion, Part 2
KHA No . 061018062
March 2010
1) Written daily progress reports shall be submitted during
construction. The progress reports shall have field logs recorded
at intervals of five feet or less during excavation and shall be
submitted to the Eng ineer within one working day of the shift for
which the logs were created . As a minimum , the logs shall
include: the date, starting time , and finish time; equipment used;
actual quantities and descriptions of excavated material including
soil types ; any unusual conditions , breakdowns, and delays,
including problems with support, bottom instability and
obstructions ; detailed description of the support installed, including
s izes , lengths, spacing and elevations relative to excavation
elevation; pumping rates from shaft sumps and inflow conditions
or flooding levels for shafts excavated "in the wet"; deformation
monitoring results , and record of action taken by the designer of
record and the Contractor if predicted deflections are exceeded .
q . Post-Construction: Within 15 days of backfill of excavations , the
Contractor shall submit a detailed as-built location plan of all remaining
buried shoring members including size , location , and cutoff elevation .
B. PRODUCTS
1. MA TE RIALS
a .
b .
C.
d.
All timber and structural steel used for the supporting systems , whether
new or used , shall be sound and free from defects which may impair
strength .
Structural Steel: ASHA A 36 o r bette r, unless approved otherwise .
Steel Sheetpiles : ASTM A857 .
Liner Plate : ASTM A569 and section 15 of AASHTO "Standard
Specifications for Highway Bridges" for tunnels beneath roads or Chapter
1, Section 4 .15.5 , Table 1-4-38 of AREMA "Manual for Railway
Engineering " 2005 Edition for tunnels beneath railroads .
1) Every other plate radially of every second r ing vertically shall be
fitted w ith a minimum 1-1/2 inch d iameter grout hole .
2) Where shown on the Drawings , liner plate flanges shall be
provided with factory-installed gask ets .
Water and Sanitary Sewer Relocation for SH 12 1 T SECTION 02261
Shaft Excavation and Support
Page 14 of 2 1
Cro ss in g West of T he Union P acific Railroad Dav id so n Rai l Yard ,
Part 2 -Hu len Street Brid ge
Wate r Main Exten sion From Hulen Stre et to Como Pump Station , Part 2
KHA No. 061018062
March 2010
C. EXECUTION
1. GENERAL
a . Shaft excavations and site development shall commence only after
approval of applicable submittals by the Engineer. Install excavation
support systems in accordance with approved submittals .
b . Corrective measures shall be immediately taken where movement or
deformation of support systems may in any way impair the integrity of the
support system or that of adjacent facilities responsible for the safety and
integrity of the shaft excavation.
c . All excavated spoils , and other materials used during shaft construction,
shall be completely contained when stockpiled on site , and shall be
disposed of by the Contractor in accordance with the accepted disposal
plan at the completion of shaft construction. Any spills shall be
completely contained and cleaned up promptly by the Contractor. Under
no circumstances shall spoils, drilling fluids , groundwater inflows, or
construction water enter any sanitary or storm sewers, or any water body .
Contractor shall properly dispose of groundwater in accordance with
permit requirements .
d . Settling of adjacent property and/or facilities will not be permitted .
Settlement monitoring of adjacent facilities shall be conducted in
accordance with 02445 -Settlement Mon itoring .
e . All welding shall conform to the applicable provisions of ANSI/AWS 01 .1.
f . Care shall be taken to keep the shafts plumb during construction . The
deviation from plumb shall not exceed one (1) foot (12 inches) in 100 feet,
or 1 %, unless otherwise specified herein . Any correction of shaft
deviation, and any construction and associated costs resulting from
relocation of appurtenances inside the shaft , including the tunneled pipe
connections and the launch and retrieval seals , caused by the shaft's
deviation from plumb or other deficiencies in workmanship shall be
accomplished at the Contractor's expense and shall not be cause for
schedule extension .
g . For trenchless shaft penetrations , provide watertight gasketed seals and
portal stabilization at all locations.
h . Pumping from shaft sumps shal l not result in boils , softening of the
ground , or loss of fines . Sumps , subd rains , and dra in blankets shall be
installed as necessary , using su itable filters or screens so that fines are
not removed from the formation .
Water and Sanitary Sewer Relocation for SH 121 T SECTION 02261
Shaft Excavation and Support
Page 15 of 21
Crossing West of The Union Pacific Railroad Davidson Rail Yard ,
Part 2 -Hulen Street Bridge
Water Main Extension From Hulen Street to Como Pump Station , Pa rt 2
KHA No . 061018062
March 2010
i. Safety fencing, consisting of six-foot high chain link fence, shall be
installed completely around the perimeter of all shafts and shall have a
lockable entry gate to prevent unauthorized access .
j . The shoring system shall extend not more than 5 feet and not less than 3
feet above natural ground surface to prevent accidental or unauthorized
entry.
k. Safety rails shall be installed in accordance with applicable safety
regulations .
2. INTERNAL BRACING SUPPORT SYSTEM
a. The internal bracing support system for shafts shall include wales, struts ,
and/or shores where necessary .
1) Struts with intermediate bracing shall be provided as needed to
enable shafts to carry maximum design load without distortion or
buckling.
2) Web stiffeners , plates, or angles shall be included as needed to
prevent rotation, crippling , or buckl ing of connections and points of
bearing between structural steel members. Allow for eccentricities
caused by field fabrication and assembly.
3) All bracing support members shall be installed and maintained in
tight contact with each other and with the surface being supported .
4) Bracing members shall be preloaded by jacking struts to control
shoring movement. Bracing members shall be preloaded in
accordance with methods , procedures , and sequence as
described in the submittals . Excavation work shall be coordinated
with installation of bracing and preloading . Steel shims and steel
wedges shall be welded or bolted in place to maintain the
preloading force in the bracing after release of the jacking
equipment pressure . Support and preload shall be installed
immediately after installation and prior to continuing excavation .
5) Procedures that produce uniform loading of bracing member shall
be used without eccentricities or overstressing and distortion of
members of system .
b . Struts shall be installed and preloaded by jacking to 50% of design
capacity , before excavation resumes . Steel wedges , or shims , shall be
W ate r and Sa ni tary Sewer R e loc ati on for SH 121 T SECTION 02261
Shaft Excavation and Support
Pa ge 16 of 21
Cro ss ing West of Th e Uni on P aci fic Railroad Dav idson R a il Yard,
Part 2 -Hulen Street Brid ge
W at e r M a in Exte ns ion From H ul e n Street to C om o Pum p Stati on , Pa rt 2
KHA N o. 06 1018062
M arc h 2 010
installed and welded in place to lock in preloaded stresses and prevent
excessive lateral deformations.
c. Internal supports, including wales , struts, and corner braces, shall be
installed sequentially as the shaft is excavated . At no time shall the
unsupported excavation depth exceed the Contractor's design location for
wales or struts, plus 2 feet, as shown on the Contractor's submittals . All
internal supports shall be installed within +/-3 inches of design locations
shown on approved submittals.
d . Tiebacks shall be used where proposed in conjunction with or in lieu of
struts , bracing and shores . Tiebacks shall be designed, installed, and
tested in accordance with recommendations of the Post Tensioning
Institute. On-site tests shall be performed to demonstrate adequacy of
tiebacks for subsurface conditions . Tieback lengths shall be adequate to
obtain anchorage behind potential failure plane of excavation. Conduct
proof-tests, performance tests and lift-off tests of the tieback systems to
verify capacity and lock-off load .
3 . SOLDIER PILE AND LAGGING SHAFT INSTALLATION
a. Install piles in predrilled holes , to the tip elevations shown in approved
submittals . Provide casing or drilling mud to prevent caving of holes and
loss of ground .
b. After each soldier pile has been seated plumb in the drill hole, encase it
with concrete from the tip to the bottom level of the final excavation .
Concrete strength shall be in accordance with submittals , and shall be
placed by means of a tremie system. Apply vibration through the pile .
c. Provide timber, steel , or precast concrete lagging or steel sheets of
sufficient thickness to withstand lateral earth pressures .
d. Install lagging with no gap between adjacent boards . As installation
progresses , backfill the voids between the excavation face and the
lagg ing with sand , pea gravel , or lean grout packed into place . Pack with
materials such as hay, burlap, or geotextile fabric where necessary to
allow drainage of groundwater without loss of ground due to piping .
4 . AUGER-DRILLED SHAFT CONSTRUCTION
a. At all times during drilling, reaming , liner installation , and grouting, the
excavation shall be kept filled with stabilizing drilling fluids to safely
support the excavat ion and resist bottom heave , caving and sloughing .
The shaft shall be kept adequately fi lled with drill ing fluid until the tremie
Water and Sanitary Sewe r Relocation for SH 121T SECTION 02261
Shaft Excavation and Support
Page 17 of 21
Crossing West of The Union Pacific Railroad Davidson Rail Yard ,
Part 2 -Hulen Street Bridge
Water Main Extension From Hulen Street to Como Pump Station, Part 2
KHA No . 061018062
March 2010
seal concrete and annulus grout has reached sufficient strength to resist
uplift without failure or cracking . The drilling fluid shall be properly
designed, mixed, and stored in sufficient volume near the excavation to
ensure that the excavation can be kept adequately filled and stable .
Drilling fluid shall be replenished as necessary to maintain required
stabilizing properties .
b. The Contractor shall avoid applying excessive bending , torsional , or point
loads to the steel liner during installation and grouting.
c . The excavation shall be of sufficient diameter to allow installation of the
steel liner without scraping or gouging of the shaft excavation sidewalls .
d. The Contractor shall completely grout the annulus of the steel liner.
Grouting pressures shall be carefully controlled to prevent buckling or
damage to the liner.
5. SECANT PILE SHAFTS
a . The Contractor shall construct proper guides to help achieve the
necessary position and vertical alignment of the secant piles . Guides
shall be fully constructed prior to construction of secant piles .
b . Secant pile bore holes shall be completely supported by properly
designed drilling fluid or continuous temporary casing at all times during
drilling .
c . If used , casings shall be equipped with cutting teeth to provide positive
cut into the previously installed adjacent piles and installed by either
rotating or oscillating the casing. Installing the casing by vibratory or
percussive means will not be allowed . Remove temporary casing while
the concrete remains workable . Sufficient quantity of temporary casing
shall be onsite at all times .
d . Excavate bore holes in such a manner that the soil outside the pile
diameter is not adversely affected . Use pile boring methods that will
minimize overexcavation , loosening , and caving of material outside the
pile diameter.
e . Pile borings shall be completed continuously from the ground surface to
the required depth and backfilled with concrete . If the pile excavation and
backfill ing cannot be completed in a continuous operation , the excavation
shall be backfilled to a minimum depth of 5 feet above the bottom of the
excavation .
Wate r and Sanitary Sewer R e locati on fo r SH 12 1T SECTION 02261
Shaft Excavation and Support
Page 18 of21
Cro ssi ng W est of The Un io n P ac ifi c Ra il roa d Dav id son R ai l Yard ,
Part 2 -Hulen Street Brid ge
Wate r Main Ex ten s io n Fro m Hul e n Street to Co mo Pump Stati on, P art 2
KHA No. 06101806 2
March 2010
f . Do not advance secondary piles until concrete in adjacent primary piles
has been in place a minimum of 24 hours , or if adjacent primary piles
contain unset concrete .
g. Place concrete by the tremie method, in such a manner that the concrete
displaces the drilling fluid or groundwater progressing from the bottom
and rising un iformly to the ground surface . Concrete placement shall
continue in one operation to the top of the pile hole . Throughout the
underwater concrete placement operation, the discharge end of the tube
shall remain submerged in the concrete at least 5 feet.
h. Casing shall be extracted while the concrete within remains sufficiently
workable to ensure that the concrete is not lifted . When the casing is
withdrawn as concreting proceeds , a sufficient head of concrete shall be
maintained to prevent the entry of groundwater or so il that may cause
reduction of cross-section of the pile .
i. For those piles determined to be defective , the Contractor shall submit a
remedial action plan to the Engineer for review . Only proven methods
and materials will be allowed for repair .
6. LINER PLATE SHAFT CONSTRUCTION
a . Longitudinal joints in adjacent rings shall be staggered and not in
alignment more often than every second ring . Every second liner plate in
a ring shall be provided with 1.5-inch or larger grouting holes located near
the centers. The holes in each ring shall be staggered resulting in a
diamond pattern for grout holes .
b . All space between the liner plate and the earth shall be filled with grout
forced in under pressure . Enough water shall be used to produce , when
well mixed , a grout having the consistency of thick cream . As the
pumping through any hole is stopped , it shall be plugged to prevent
backflow of grout. The Contractor shall provide more specific backfill
grout requirements in the shaft design submittal.
c. Grouting shall be performed in a sequence wh ich will preclude deflections
exceeding 5 percent of the shaft diameter. At minimum , grouting shall be
performed at the end of each day .
d . Shaft excavation shall not proceed more than 30 inches below the bottom
of the last row of liner plate before installation of another row of liner
plate .
Water and Sanitary Sewer Relocation for SH I 21 T SECTION 02261
Shaft Excavation and Support
Page 19 of21
Crossing West of The Union Pacific Railroad Davidson Rail Yard,
Part 2 -Hulen Street Bridge
Water Main Extension From Hulen Street to Como Pump Station, Part 2
KHA No. 0610 I 8062
March 2010
e. Use steel ribs, tie rods, stiffeners, or other restraint as required to
maintain the liner plate ring in a true circle without buckling until backfill
grouting operations are complete .
f . Ribs shall be blocked to the liner plate by hardwood wedging/blocking at
two points per plate. Nail wedges to preclude loosening .
g. Erect liner plates with tight, clean joints, (and gaskets where shown on
the Plans) and in a manner which will not deform or overstress the
completed rings. Flanges shall be clean and free from material that could
interfere with proper bearing.
h. Previously placed rings of liner plates shall be monitored daily for signs of
damage or distress . Where the Engineer or the Contractor observes
damage or distress, promptly repair or replace such elements, as
appropriate, and at no additional cost to the Owner.
7. SHAFT BOTTOM STABILITY AND GROUNDWATER INFLOWS
a. The Contractor is responsible for preventing, controlling, or otherwise
handling groundwater inflows into the shaft excavations. All groundwater
inflows shall be collected and disposed of in accordance with D-53 -
Dewatering and 02242 -Water Control for Shaft and Tunnel
Construction.
b. The Contractor shall control groundwater inflows to prevent heaving,
boiling, piping, or other loosening of the subgrade that will compromise
shaft integrity or provide unsuitable foundation for the pipe and/or
manholes .
8. PORTAL STABILIZATION
a. For all shafts, prior to initiating penetration through the shaft wall, securely
install tunnel entry/exit seals .
b. The Contractor shall stabilize the ground outside the shaft seals as
specified in 02315 -Portal Stabilization, to facilitate launching or
receiving of the tunneling equipment from the shafts .
9 . SETTLEMENT INSTRUMENTATION AND MONITORING
a. Performance of excavation support system shall be monitored for both
horizontal and vertical deflections.
b. If excessive settlement or deflections of supports or nearby utilities or
other improvements occur that exceed those values predicted by the
Water and Sanitary Sewer Rel ocati o n fo r SH 12 1 T SECTION 02261
Shaft Excavation and Support
Page 20 o f 2 1
Crossing We st of The Uni on Pacific Rai lro ad Dav id son Ra il Yard ,
Part 2 -Hulen Street Brid ge
Water Main Exten s ion From Hul en Street to Co mo Pump Stati on, Part 2
KHA No . 06101806 2
March 2010
Contractor's shoring designer and the maximum allowable values
specified in 02445 -Settlement Monitoring , modifications to the
excavation and shoring approach will be requ ired . Rev ised shop
drawings and calculations shall be submitted to the Engineer. Changes
to excavation sequence and shoring shall be implemented as may be
necessary at no additional cost to the Owner.
10. SHAFT REMOVAL AND BACKFILL
a. The Contractor shall remove shoring to a depth of 10 feet , and as
required to accommodate construction of connect ions and backfill
sequences , unless otherwise noted on the Plans . All shoring elements
located in the upper 1 O feet , including shaft walls , wales , struts , lagging ,
and shores shall be removed from the excavation prior to restoration .
Shoring elements that remain in place shall be identified on the record
drawings . Removal of the support system shall be performed in a
manner that will not disturb or harm adjacent construction or facilities and
only after backfill has been fully compacted . Any voids created or
encountered during the removal of the support system shall be
immediately filled with grout as specified in 03360 -Contact Grouting , or
as approved in writing by the Engineer. The support system removed
from the excavation shall remain the property of the Contractor and shall
be removed from the site .
b. The use of imported materials for shaft backfilling shall be requ ired as
shown on the Plans . Where not shown on the Plans , backfill of shafts
shall be as Specified . Backfill materials shall be placed and compacted
in accordance with the requirements of Section 02221 -Trench ing ,
Backfilling and Compaction .
11 . SAFETY
a. The Contractor shall be solely responsible for, and bear the sole burden
of cost for any and all damages resulting from improper shoring or failure
to shore .
b. The safety of workers , the protection of adjacent st ructures , property and
utilities , and the installation of adequate supports for all excavations shall
be the sole responsib ility of the Contractor.
c. The design, plann ing , installation , and removal of all shoring shall be
accomplished in such a manner as to maintain stab i lity of the required
excavation and prevent movement of soil that may cause damage to
adjacent shoring systems , structures and utilit ies , damage or delay the
Work , or endanger life and health .
Water and Sanitary Sewer Relocation for SH 121 T SECTION 02261
Shaft Excavation and Support
Page 21 of21
Crossing West of The Union Pacific Railroad Davidson Rail Yard ,
Part 2 -Hulen Street Bridge
Water Main Extension From Hulen Street to Como Pump Station , Part 2
KHA No . 061018062
March 2010
d. Safety: All materials and methods of construction shall meet the
applicable requirements of the Contract Documents . Particular attention
is called to Subpart P -Excavations and Subpart S -Underground
Construction of the Standards (29 CFR 1926/1920, published as U.S.
Department of Labor Publication 207, revised October 1, 1979, and
revised again August 1, 1989.
12 . CLEANUP
a. The Contractor shall remove all construction debris, spoil, slurry, oil,
grease, and other materials from the shaft, pipeline , and all surface work
areas upon completion of construction of the pipeline .
LAST PAGE OF THIS SECTION
Water and Sanitary Sewer Re loc ati o n for SH 12 1 T SECTION 02315
Portal Stabilization
Page 1 of 5
Cros sing West of Th e U ni o n Pac ifi c R ai lro ad Dav id son Ra il Y a rd ,
Part 2 -Hulen Street Brid ge
Wate r Main Exten s ion From Hul e n Street to Como Pu m p Station, Pa rt 2
KHA No . 061018062
Marc h 2010
A. GENERAL
1. SCOPE OF WORK
a. This Section describes requirements for portal stabilization measures to
be taken at shaft locations to prevent soil/rock inflows , and to control
groundwater inflows during launching and retrieving of the tunneling
equipment. The Contractor shall provide portal stabilization at all shaft
penetrations such that no so il/rock and no more than 5 gpm of water
enters the shaft when portals are opened for launching or retrieving of the
tunneling equipment.
b. The Contractor may provide portal stabilization using grouting methods ,
guillotine wall (double-wall) methods , methods integral to the shaft
construction, or other methods proposed by the Contractor, subject to
Engineer's written approval.
c. The Work includes all operations necessary to provide portal stabilization
that meets the requirements herein . This includes any secondary
measures (such as additional contact grouting) or work required if initial
stabilizat ion methods are not successful.
2 . RELATED WORK SPECIFIED ELSEWHERE
a . 02261 -Shaft Excavation and Support
b. 02341 -Open-Shield Pipejacking
c. 02445 -Settlement Monitoring
3 . REFERENCE SPECIFICATIONS , CODES AND STANDARDS
a . The publications listed below form a part of this Specification to the extent
referenced . Where confl icts between these Specifications and the
referenced specification , code or standard occur, the more restrictive
specification shall govern . The publications are referenced in the text by
basic designation only . Where a date is given for referenced standards,
that edition shall be used . Where no date is given for referenced
standards, the latest edition available on the date of issue of Contract
Documents shall be used.
b. "Geotechnical Investigation -Water and Sanitary Sewer Relocations
With i n UPRR Yard for SH121 T", Fort Worth , Texas , HVJ Associates ,
Inc ., December 4 , 2009
4. DEFINITIONS
Water and San it ary Sewe r Re lo cat io n fo r SH 12 1T SECTION 02315
Portal Stabilization
Page 2 of 5
Cross ing W est of T he U nio n Pacific R a il road Dav id son Rai l Yard ,
P art 2 -Hul e n Street Brid ge
W ate r Main Exte ns io n From H ul en Street to Como P ump Stat io n, Part 2
KHA No. 061018062
M arch 2 010
a. Portal Stabilization : Whe re the new trenchless pipelines enter or exit a
shaft excavation , the Contractor shall stabilize the portal to prevent
soil/rock or groundwater inflows into the shaft that may lead to settlement
around the shaft or flooding of the excavation . Portal stabilization may be
accomplished using applicable. ground improvement , double sheeting
methods comb ined with contact grouting (guillotine method), or may be
integral to the shaft construction method (as for auger-drilled shafts and
secant pile shafts).
b . Guillotine (Double-Wall) Stabilization Method : To provide stable ground
and groundwater control at shaft penetrations , a set of steel sheetpiles is
installed just outside the primary shoring system in front of the portal
locations. Contact grout is then injected between the primary shoring
system and guillotine sheets to confirm that the soil between is stable and
will prevent groundwater flow . A hole is then cut in the primary shoring,
exposing the stabilized ground and allowing for the insertion of the
tunneling equipment into the shaft seal and through the primary shoring .
Once the tunneling shield and shaft seal are mated, the guillotine sheets
can be lifted out of the tunnel path and removed .
c . Ground Improvement: A prism of stabilized soil is created just outside the
shoring system using grouting methods appropriate for the ground
conditions . The improved block stabilizes the soil and lowers the
permeability of the soil sufficiently to control groundwater inflows . It is
important that the stabilized prism is cast tightly against the existing
shoring , extending well beyond the portal to be cut in the shoring , so that
groundwater cannot flow along the shoring and enter the portal. Any
grout/soil -cement strength must also be carefully controlled to allow the
tunneling equipment to efficiently excavate it.
5. DESIGN CRITERIA
a. The Contractor shall provide portal stabilization to prevent soil/rock
inflows and to control groundwater inflows during launch and retrieval of
the tunneling equipment for all shaft locations.
b. Portal stabilization methods shall ensure that no soil/rock and no more
than 5 gpm of water enters the shaft when creating portals for the launch
or retrieval of the tunneling equipment, as required in Paragraph C 3 a.
c . The Contractor may accomplish portal stabilization by the use of ground
improvement , the guillotine wall (double-wall) method , methods integral to
the shoring system (such as for auger-drilled shafts and secant piles) or
by other Contractor suggested methods , subject to the requirements of
these Specifications and Engineer's written approval. Multiple options for
Water and Sanitary Sewer Rel ocation fo r SH 121T SECTION 02315
Portal Stabilization
Page 3 of 5
Crossing West of Th e Union Pac ifi c R a ilroad Davidson R a il Yard,
Part 2 -Hulen Street Bridge
Water Main Extension From Hulen Street to Como Pump Station, Part 2
KHA No . 061018062
March 2010
achieving portal stabilization , including an allowance for contractor-
suggested methods , are presented to allow flexibility for contractor
preference . Not all methods listed are appropriate for all ground
conditions . It is the sole responsibility of the Contractor to choose portal
stabil ization methods that are appropriate for the ground conditions at
each shaft .
d. The maximum 28-day compressive strength of any grout used or soil-
cement created shall not exceed 150 psi. The minimum 24-hour
compressive strength shall be at least 10 psi. Additionally, the cured
grout or soil-cement shall be of a strength that can be efficiently
excavated by the tunneling equipment without damage to the equipment.
e. Guillotine Wall (Double-Wall) Method :
1) The Contractor shall accomplish this method of stabilization by
inserting a secondary set of interlocking steel sheetpiles just
outside of the primary shoring system. The guillotine wall shall
extend not less than three (3) feet beyond the maximum portal
dimensions to be opened in the primary shoring system , in all
directions.
2) The contractor shall inject contact grout between the primary
shoring system and the guillotine wall , as necessary , to stabilize
the soil between and to seal any voids that will allow groundwater
flow into the shaft , before opening tunnel portals .
f. Ground Improvement: Where ground improvement is used for portal
stabilization , the Contractor shall:
1) Choose ground improvement methods that will achieve the
required stability in the ground conditions as described in the
geotechnical reports , for each shaft location.
2) The prism of improved ground shall extend not less than three (3)
feet beyond the maximum portal dimensions to be opened in the
primary shoring system in all directions .
6 . QUALITY ASSURANCE -Not Used
7 . SUBMITTAL$
a. Submittals shall be made in accordance with DA-56 -Shop Drawings .
Review and acceptance of the Contractor's submittals by the Engineer
shall not be construed in any way as relieving the Contractor of its
responsibilities under this Contract.
Water and Sanitary Sewe r Relocation for SH 121 T SECTION 02315
Portal Stabilization
Page 4 of 5
Crossing West of The Union Pacific Rai lroad David son Ra il Yard ,
Part 2 -Hulen Street Brid ge
Water Main Extension From Hulen Street to Como Pump Station , Part 2
KHA No. 061018062
March 2010
b. Portal Stabilization :
1) Provide a description of the methods to be used for each portal
stabilization technique proposed . Provide shop drawings showing
the details and dimensions of each stabilization system and full
narrative describing the procedures .
2) Provide a list of which portal stabilization method will be used at
each shaft location .
3) Provide a description of the secondary or remedial methods that
will be employed if the initial stabilization efforts fail to achieve the
required stabilization as described in Paragraph C 3 a.
4) Provide mix designs for any concrete or grout proposed as a part
of the portal stabilization work.
B. PRODUCTS -Not Used
C. EXECUTION
1. GUILLOTINE WALL METHODS
a. The Contractor shall visually verify the location of all utilities that may
cross, or are within 5 feet adjacent to the location of guillotine sheets
before commencing sheetpile installation .
b. Pre-drilling of the soils may be necessary to install sheetpiles to the
required depths .
c. Guillotine sheets shall be completely removed after the tunneling
equipment has been seated in the shaft seal.
2 . GROUND IMPROVEMENT METHODS
a. Prisms of improved ground shall be installed in full contact with the
shoring to prevent uncontrolled groundwater flow along the shoring face
and into the portals . If ground improvement cannot be performed tight
against the shoring face, supplemental contact grouting shall be used to
achieve control of groundwater inflows .
3. VERIFICATION OF STABILITY
a. The Contractor shall stabilize the soils at all tunnel portal locations to
prevent the inflow of weak , running , or flowing soils or loose rock and to
control groundwater inflows. The Contractor shall confirm that the ground
Water and Sani ta ry Sew e r Re locati o n for SH 12 1T SECTION 02315
Portal Stabilization
Page 5 of 5
Crossing West o f Th e U ni on P ac ifi c Rai lroa d David son Ra il Y a rd ,
Part 2 -Hul en Street Brid ge
Water Main Exte ns io n Fro m Hul e n St ree t t o Como Pump Stati o n, Pa rt 2
KHA No. 06101806 2
M arch 2010
has been stabil ized to the extent that ground will remain stable without
movement of soil/rock or water while the entry/exit location shoring is
removed and while the tunneling equipment is being launched or received
into a shaft or during jacking operations . The progressive steps identified
below shall be used to confirm suitable stabil ization has been achieved
for all shaft types and entry/exit locations :
1) After the Contractor believes he has stabilized the ground
sufficiently outside a given shaft seal , the Contractor shall
demonstrate the stability of the ground by cutting a 3-inch
diameter hole in the shoring wall near the center of the bore . If no
soil/rock and less than 5 gpm of water enters the shaft, the
Contractor may progress to the next demonstration step . If
soil/rock or more than 5 gpm of water enter into the shaft , the
Contractor shall seal the demonstration hole and further stabilize
the ground before repeating the demonstration step.
2) After successful completion of the first demonstration step , the
Contractor shall demonstrate the stability of the ground by cutting
a 12-inch diameter hole in the shoring wall at the location of
previous demonstration hole . If no soil/rock and less than 5 gpm
of water enters the shaft , the Contractor may progress to the next
demonstration step . If soil/rock or more than 5 gpm of water
enters the shaft , the Contractor shall seal the demonstration hole
and further stabilize the ground before repeating the
demonstration step .
3) After successful completion of the first two demonstration steps ,
and if the Contractor believes the portal stab ilizat ion work is
sufficient , the Contractor may proceed with remainder of the shaft
wall penetration procedures .
4) Successful completion of shaft wall penetrations and related
activities necessary to demonstrate such shall be at the
Contractor's sole expense .
LAST PAGE OF THIS SECTION
Water and Sanitary Sewer Relocation for SH 121 T SECTION 02341
Open-Shield Pipejacking
Page 1 of 17
Crossing West of The Union Pacific Railroad Davidson Rail Yard,
Part 2 -Hulen Street Bridge
Water Main Extension From Hulen Street to Como Pump Station , Part 2
KHA No. 061018062
March 2010
A. GENERAL
1. SUMMARY
2.
3.
a. This Section includes the minimum requirements for the installation of
casing pipe using open-shield pipejacking . Open-shield pipejacking may
be used to install steel casing pipe at the locations shown on the Plans .
Jacking pipe shall be provided in accordance with 02610 -Steel Casing
Pipe.
RELATED WORK SPECIFIED ELSEWHERE
a. DA-129 -Construction Coordination with U PRR Permit Area
b. 02242 -Water Control for Shaft and Tunnel Construction
C. 02261-Shaft Excavation and Support
d. 02315 -Portal Stabilization
e. 02349 -Installation of Carrier Pipe in Casing
f . 02445 -Settlement Monitoring
g. 02610-Steel Casing Pipe
h. 03360 -Contact Grouting
REFERENCE SPECIFICATIONS, CODES, AND STANDARDS
a. The publications listed below form a part of this Specification to the extent
referenced. Where conflicts between these Specifications and the
referenced specification, code, or standard occur, the more restrictive
specification shall govern. The latest edition available on the date of
issue of Contract Documents shall be used .
b . Occupational Safety and Health Administration (OSHA) Regulations, 29
CFR Part 1926 Subpart P -Excavations , and Subpart S -Underground
Construction
c . "Geotechnical Investigation -Water and Sanitary Sewer Relocations
Within UPRR Yard for SH121 T", Fort Worth , Texas , HVJ Associates,
Inc., December 4 , 2009
Water and Sanitary Sewer Relocation for SH 121 T SECTION 02341
Open-Shield Pipejacking
Page 2 of 17
Crossing West of The Union Pacific Railroad Davidson Rail Yard ,
Part 2 -Hulen Street Bridge
Water Main Extension From Hulen Street to Como Pump Station, Part 2
KHA No. 061018062
March 2010
4 . DEFINITIONS
a. Open-Shield Pipejacking: For the purposes of this Specification, open-
shield pipejacking is defined as a technique for installing pipe by jacking it
into place from a jacking shaft to a receiving shaft, using hydraulic jacks .
Soil excavation is carried out within a shield in front of the lead pipe
segment using hand-mining , mechanical methods such as a digger-boom,
or with mechanized equipment such as a rotary tunnel boring machine
(TBM). The open shield allows access to the excavation face from inside
the bore . The shield is steerable using hydraulic jacks to orient an
articulated section of the shield, and guidance is provided using a laser,
gyroscope, or theodolite system supplemented with a water level if
necessary.
b . Jacking Pipe: The pipe jacked behind the shield . The jacking pipe shall
be specifically designed to be installed by pipejacking.
c . Intermediate Jacking Station (IJS): A fabricated steel cylinder fitted with
hydraulic jacks spaced around the circumference, which is incorporated
into the pipeline between two specially fabricated pipe sections. The
function of an intermediate jacking station is to distribute the jacking load
along the pipe string during pipe installation. The hydraulic jacks are
removed at the completion of a drive and the gap between adjacent pipe
sections is fully closed by pushing the pipes together with the main shaft
jacks or another IJS . The steel cylinder remains as an extended sleeve
or coupling. The steel cylinder must be protected from corrosion,
consistent with corrosion protection used for the jacking pipe and joints .
d . Launch/Retrieval Seal or Entry/Exit Seal: A mechanical seal usually
comprised of one or more rubber flanges attached to a steel housing that
is mounted to the wall of the jacking/receiving shaft. The shield or
jacking pipe distends the flange seal as it passes through, reducing
water, lubrication, and soil inflows into the shaft during pipejacking
operations .
e. Lubrication/Grout Port: A port located within the shield or in a jacking
pipe segment, fitted with a one-way valve, for injection of lubrication
material or grout into the annular space between the pipe and the ground .
Lubrication ports within the pipe are typically threaded to accept
lubrication/grout fittings . Pipe plugs are inserted after grouting is
completed.
f. Settlement Point: A point with elevation and spatial location established
by survey prior to construction . The point is re-surveyed periodically to
monitor ground movements . The point may be a nail, pin , subsurface
Water and Sanitary Sewer Relocation for SH 121 T SECTION 02341
Open-Shield Pipejacking
Page 3 of 17
Crossing West of The Union Pacific Railroad Davidson Rail Yard,
Part 2 -Hulen Street Bridge
Water Main Extension From Hulen Street to Como Pump Station , Part 2
KHA No. 061018062
March 2010
settlement rod, borehole extensometer, or other device that can be
readily located and surveyed.
g . Obstruction: Objects located wholly or partially within the cross-sectional
area excavated from the shield that prevent the forward movement of the
shield and pipe string .
5. DESIGN CRITERIA
A. PIPEJACKING EQUIPMENT:
1) The open-faced pipejacking shield shall be designed to support any
ground loads which may be imposed upon it as well as any
surcharge loads and loads imposed by the thrust jacks, steering
mechanisms, and other appurtenances. The shield shall be
continuous around its full perimeter and shall have suitable bFeast
tables·, ·sand shelves·, ~breast Jacks,'blosea~lejlood dobrs, or other
sooh provisions as necessary to support the excavation face and
prevent loss of ground. Non-rotary type shields shall have a hood
that covers the crown and projects not less than two (2) feet nor
more than three (3) feet beyond the shield edge. The shield shall
be capable of fully supporting the excavation face at all times,
including periods of shutdown or running/flowing ground conditions .
2) The pipejacking shield, including the weight, dimensions, steering
capabilities, and other characteristics, shall be suitable for, and
capable of, efficiently advancing through the conditions indicated
in the Geotechnical Reports . The pipejacking shield shall be
capable of excavating or handling boulders or other hard objects
up to 40% of the outside diameter of the shield .
3) The pipejacking shield shall have an articulation joint between two
segments of the shield. The shield shall be steerable in both the
vertical and horizontal directions to allow the operator to maintain
line and grade within the specified tolerances listed in Paragraph
C 3 c . The shield shall be laser, gyroscope, or theodolite guided,
with supplemental water level, as necessary, and shall be
monitored continuously by the operator. The guidance system
shall be designed to function at the maximum required drive
length without loss of accuracy or reliability of function . If a rotary-
type cutterhead is used, the cutterhead shall have a reversible
drive system so that it can rotate in either direction or have other
suitable provisions to minimize rotation or roll of the shield and/or
pipe during installation .
Water and Sanitary Sewer Relocation for SH 121 T SECTION 02341
Open-Shield Pipejacking
Page 4 of 17
Crossing West of The Union Pacific Railroad Davidson R a il Yard ,
Part 2 -Hulen Street Bridge
Water Main Extension From Hulen Street to Como Pump Station , Part 2
KHA No. 061018062
March 2010
4) The shield shall .n:ave.,g~~ketsJ Q prevent material from moving
into the tunnel through the articulation joint and the joint between
the tail skin and the pipe .
5) The maximum radial overcut for each crossing has been
determined based on considerations for potential settlement
above the tunnel, drive length, pipe diameter, and ground
conditions . The maximum radial overcut shall be 0 .75 inches.
The minimum radial overcut shall be 0.5 inches . The radial
overcut shall be determined as the difference between the
maximum diameter excavated by the cutting teeth, tools, or
overcut band on the shield (whichever is greater) and the outer
diameter of the pipeline , divided by two .
6) The jacking system shall be capable of continuously monitoring
the jacking pressure , the rate of advancement, and the distance
jacked . The jacking system shall develop a uniform distribution of
jacking forces on the end of the pipe .
7) A lubrication injection system shall be provided to inject pipe
lubricant around the shield and jacking pipe to decrease frictional
resistance . Lubrication materials may include a mixture of
bentonite and/or polymers and water . Lubrication ports shall be
provided in the shield and jacking pipe to allow for lubrication
along the pipe string at intervals not more than ten (10) feet.
Lubrication ports shall be installed in the pipe by the
manufacturer.
8) The spoil conveyance system shall be designed for the full range
of ground conditions indicated in the Geotechnical Reports .
b. Methods and equipment used shall control surface settlement and heave
above the pipeline to prevent damage to existing utilities, facilities,
surface features, and improvements . Ground movements
(settlemenUheave) shall be limited to values that do not cause damage or
distress to surface features, utilities , or improvements . The Contractor
shall repair any damage caused by ground movements at no cost to the
Owner. In no case shall settlements exceed the applicable values listed in
02445 -Set~lement Monitoring .
c. A thrust block shall be used to transfer jacking loads to the ground behind
the jacking shaft . The thrust block face shall be constructed
perpendicular to the proposed pipe alignment. The thrust block shall be
designed to withstand the maximum jacking forces developed by the
main jacks , without excessive deflection or displacement. Forces applied
Water and Sanitary Sewer Relocation for SH 121 T SECTION 02341
Open-Shield Pipejacking
Page 5 of 17
Crossing West of The Union Pacific Railroad Davidson Rail Yard ,
Part 2 -Hulen Street Bridge
Water Main Extension From Hulen Street to Como Pump Station, Part 2
KHA No. 061018062
March 2010
to the ground shall not exceed the allowable passive earth pressure, with
a minimum factor of safety of 1.5 .
d . Pipe des ign for jacking loads and acceptable fabrication tolerances is the
responsibility of the Contractor. Maximum jacking loads applied to the
jacking pipe shall not exceed 50% of the ultimate compressive strength of
the pipe material , or the maximum allowable strength of the pipe as
established by the manufacturer, whichever is lower.
e . Intermediate jacking stations shall be fully gasketed between the interjack
shell and each interjack pipe, with two (2) gaskets installed on each jacking
pipe . The interjack shell for shall be protected from corrosion in the same
manner as the jacking pipe joints. At least one fully assembled IJS and two
pipe specials shall be on-site for each open-shield pipejacking drive
exceeding 600 linear feet. At least two (2) fully assembled IJS and four pipe
specials shall be onsite for each open-shield pipejacking drive exceeding
800 linear feet. For open-shield pipejacking drive lengths exceeding 800
linear feet, the Contractor shall install and use an IJS within 250 feet of the
TBM regardless of anticipated or encountered jacking forces . The
Contractor shall install and use an additional IJS if jacking forces reach or
exceed 70% of the safe design capacity of the jacking pipe, IJS pipe,
jacking frame , or thrust tlock, whichever is lowest. The Contractor may
elect to use an additional IJS before jacking forces reach the threshold
values .
f . Provide launch and retrieval seals at all shaft exit and entry locations to
prevent loss of ground. Provide portal stabilization as specified in 02315
-Portal Stabilization to prevent loss of ground and uncontrolled
groundwater inflows at entry and exit seal locations .
6. QUALITY ASSURANCE
a . Failure to meet the qualification requirements is failure to fulfill the
Contract and the Contractor will be required to obtain a subcontractor that
meets the qualification requirements .
b. The project superintendent shall have at least five (5) years of experience
supervising open-shield pipejacking construction . The Contractor shall
submit details of referenced projects including owner 's name and contact
information, project superi 1·,tendent, and machine operators .
c. The open-shield pipejacking operator(s) shall have technical training in
the operation of the proposed open-shield pipejacking equipment and
shall have completed , as a primary operator, at least five (5) similar open-
shield pipejacking projects with at least 1000 feet of pipejacking on each
project. At least one project shall have been completed in similar ground
Water and Sanitary Sewer Relocation for SH 121 T SECTION 02341
Open-Shield Pipejacking
Page 6 of 17
Crossing West of The Union Pacific Railroad Davidson Rail Yard,
Part 2 -Hulen Street Bridge
Water Main Extension From Hulen Street to Como Pump Station , Part 2
KHA No. 061018062
March 2010
conditions . At least one of the projects shall have an individual drive
length equal to or greater in length than the longest drive on this project.
The Contractor shall submit details of referenced projects including
owner's name and contact information , project superintendent , and
machine operators .
d. The site safety representative and personnel responsible for air quality
monitoring shall be experienced in tunnel construction .
e. The surveyor responsible for line-and-grade control shall be a Licensed
Surveyor registered in the State of Texas who has prior experience in
similar projects.
f. The Contractor shall provide written notice to the Engineer at least 72
hours in advance of the planned launch of the pipejacking shield. All
work by the Contractor shall be done in the presence of the Engineer
unless the Engineer grants prior written approval to perform such work in
Engineer's absence. The Contractor shall immediately notify the
Engineer, in writing, when any problems are encountered with equipment
or materials , or if the Contractor believes the conditions encountered are
materially and significantly different from those represented within the
Contract Documents .
g . The Contractor shall allow access to the Engineer and shall furnish
necessary assistance and cooperation to aid the Engineer in
observations , measurements, data , and sample collection , including, but
not limited to the following :
1) The Engineer shall have access to the pipejacking shield and
jacking system hydraulic pressure gauges prior to , during , and
following all pipejacking operations . Additionally, the Contractor
shall allow the Engineer reasonable access to the pipejacking
shield for inspection of the excavation face .
2) The Engineer shall have access to the jacking and reception
shafts prior to , during , and following all jacking operations . This
shall include, but not be limited to , visual inspection of installed
pipes, launch and retrieval seals , and verification of line and
grade . The Contractor shall provide safe access in accordance
with all safety regulations .
3) The Engineer shall have access to spoils removed from the tunnel
excavation prior to, during , and following all pipejacking
operations. The Engineer shall be allowed to collect soil samples
from the muck buckets or spoil piles a minimum of once per
installed pipe section , or every ten (10) feet , whichever is more
Water and Sanitary Sewer Relocation for SH 121T SECTION 02341
Open-Shield Pipejacking
Page 7 of 17
Crossing West of The Union Pacific Railroad Davidson Rail Yard ,
Pa rt 2 -Hulen Street Bridge
Water Main Extension From Hulen Street to Como Pump Station, Part 2
KHA No . 061018062
March 2010
often , and at any time when changes in soil conditions or
obstructions are apparent or suspected .
4) The Engineer shall have access to the bentonite lubrication plant
prior to , during, and following all jacking operations . This shall
include, but not be limited to, access to visually inspect storage
and mixing tanks , lubricant pressures and pumping rates, amount
and type of lubricants on site .
7. SUBMIITALS
a. Submittals shall be made in accordance with DA-56 -Shop Drawings .
Review and acceptance of the Contractor's submittals by the Engineer
shall not be construed in any way as relieving the Contractor of its
responsibilities under this Contract.
b. Qualifications : Submit the names of the project superintendent, machine
operators , and site safety representative . Submit personnel qualifications
in accordance with Paragraphs A.6 b through e . Provide qualifications
and training records for site safety representative , personnel responsible
for air quality monitoring , and licensed surveyor.
c . Pipejacking Equipment: Submit the following describing the pipejacking
equipment and construction methods :
1) A detailed description of the methods and equipment to be used
in completing each pipejacking drive.
2) The excavatior, diameter based upon the outermost dimensions of
the gauge cutters or shield . Also provide the radial overcut which
shall be determined as the difference between the maximum
excavated diameter and the outer diameter of the jacking pipe,
divided by two .
3) Manufacturer's literature describing the pipejacking system
including the shield and all ancillary equipment. All equipment
shall be new or newly refurbished . Provide descriptions of projects
on which this system has been successfully used including
names, current addresses, and telephone numbers of owner's
representatives for these projects as well as length , diameter, soil
cond itions , and pipe material used .
4) A description of the alignment control system . Provide
manufacturer's literature and drawings, showing setup and
support provisions , and other details for the laser, gyroscope ,
water level, and/or theodolite system . Submit a description of
surveying methods to set guidance system positions and a
Water and Sanitary Sewer Relocation for SH 121 T SECTION 02341
Open-Shield Pipejacking
Page 8 of 17
Crossing West of The Union Pacific Railroad Davidson Rail Yard,
Part 2 -Hulen Street Bridge
Water Main Extension From Hulen Street to Como Pump Station, Part 2
KHA No. 061018062
March 2010
description of procedures to check and reset or realign guidance
system during construction, including how the alignment system
will be mounted so as not to be affected by jacking operations.
Submit a description of methods to ensure that thrust block, entry
seal, and jacking frame are installed on proper line and grade .
Confirm that these systems can achieve the required line and
grade within the specified tolerances.
5) Capacity, number, and arrangement of main jacks. Provide
details of thrust ring, thrust block , jacking frame, jacking controls,
pressure gages, and jack calibration data (pressure vs. force
relationship for each stage of the jacks).
6) Details of pipe lubrication injection system and pipe lubricants to
be used during pipejacking, including manufacturer's literature
and MSDS sheets . Include a description of proposed lubrication
procedures during jacking, including estimated volumes of
lubricant that will be pumped . Confirm that sufficient volume of
lubricant will be pumped at all times to completely fill the annular
space outside the jacking pipe .
7) Detailed description of equipment and procedures for spoil
removal, containment, transport, and off-site disposal. Provide
written documentation from the disposal site(s) indicating that they
will accept the spoil and are in compliance with applicable
regulations .
8) Drawings and design details for intermediate jacking stations ,
indicating number required, shell materials, proposed spacing,
criteria for installing , and method of operation .
9) Ventilation and air quality monitoring system, including monitors
for shield or TBM deactivation and alarm activation .
d . Shaft Layout Drawings: The Contractor shall submit shaft layout drawings
detailing dimensions and locations of all equipment, including overall
work area boundaries, crane , front-end loader, forklift, spoil stockpiles,
spoil hauling equipment, jacking frame, pumps, generator, lubrication
plant, pipe storage area, tool trailer or containers, sound baffles , fences ,
and staging area . Shaft layout drawings will be required for jacking and
receiving shaft locations and shall be to scale, or show correct
dimensions. The Contractor's layout drawings shall show that all
equipment and operations shall be completely contained within the
allowable work areas shown on the Plans .
Water and Sanitary Sewer Relocat io n for SH 12 IT SECTION 02341
Open-Shield Pipejacking
Page 9 of 17
Crossing West of The Union Pacific Railroad Dav idson Rail Yard,
Part 2 -Hulen Street Bridge
Water Main Extension From Hulen Street to Como Pump Station , Part 2
KHA No. 061018062
March 2010
e . Submit results of line and grade survey to ensure that the thrust block,
jacking frame , and launch and retrieval seals are installed properly , prior
to launch .
f . Calculations : Calculations shall be consistent with information provided in
the Geotechnical Reports . Calculations shall be prepared, stamped and
signed by a Texas licensed Civil or Structural engineer.
1) Provide an estimate of the maximum jacking force expected to
complete each drive , accounting for both face pressures and
frictional resistance along the pipe string.
2) Calculations demonstrating that the soils/rock behind the thrust
block can transfer the maximum planned jacking forces exerted
by the main jacks to the ground during pipe installation with an
acceptable factor of safety of at least 1.5, without excessive
deflection or displacement.
g . Schedule: Provide a schedule for all pipejacking work, identifying all
major construction activities as independent items. The schedule shall
include, at a minimum , the following activities : mobilization , water control ,
shaft excavation and support, working slab construction , thrust wall
construction , jacking equipment setup, portal stabilization and testing ,
entry/exit seal installation for launch/retrieval of shield, pipejacking,
retrieval of the shield , contact grouting , installation of carrier pipe , shaft
backfill , site restoration , cleanup , and demobilization . The schedule shall
also include the work hours and workdays for each activity , and a written
description of the construction activities . The schedule will be reviewed
by the Engineer and shall be updated and resubmitted by the Contractor
every week or more frequently if requested by the Engineer.
h . Daily Records : The following daily records shall be submitted to the
onsite Engineer for review , by noon on the day following the shift for
which the data or records were taken :
1) Jacking Records : The Contractor shall provide complete written
jacking records to the Engineer. These records shall include, at a
minimum : date , time , name of operator , tunnel drive identification ,
installed pipe number and corresponding tunnel length , time
required to jack each pipe , time required to set subsequent pipe,
spoil volumes (muck carts per pipe joint, and estimated volume
per cart), soil conditions including occurrences of unstable soils
and estimated groundwater inflow rates if any, jacking forces ,
steering jack positions, line and grade offsets, any movement of
the guidance system, shield roll , intermediate jacking station use
and jacking forces , volume and location of lubricant pumped ,
W ater and Sanitary Sewer R e location for SH 121 T SECTION 02341
Open-Shield Pipejacking
P age 10 of 17
Cross ing West of The Un ion Pacific Rail road Dav id son Rail Yard ,
Part 2 -Hulen Street Brid ge
Water Main Exten s ion From Hulen Street to Como Pump St at ion , Part 2
KHA No. 061018062
March 2010
problems encountered with the pipejacking shield or other
components or equipment, and durations and reasons for delays .
Manually recorded observations shall be made at intervals of not
less than two times per pipe, as conditions change , and as
directed by the Engineer. At least seven (7) days prior to the
launch of the shield, the Contractor shall submit samples of the
jacking logs or records to be used .
i. Contingency Plans : The following list includes problem scenarios that
may be encountered during the pipejacking operations . The Contractor
shall submit contingency plans for dealing with each problem scenario
while satisfying the Specifications . These plans shall include the
observations and measurements required to clearly identify the cause of
the problems .
1) Shield unable to advance :
i) Possible obstructions (including old foundations , metallic
debris , or reinforced concrete)
ii) Insufficient jacking capacity
iii) Shield malfunction
2) Spoil removal problems :
i) Spoils becoming clogged on conveyor/auger system
3) Strong hydrocarbon smell is detected in the shield or in the shaft
4) Guidance system distorted by heat, humidity , or physical
disturbance
5) Jacking forces :
i) Jacking forces increase dramatically or suddenly
ii) Jacking forces reach design capacity of pipe , jacking
frame , or thrust wall (treat these scenarios as separate
incidents)
6) Settlement and Subsidence :
i) Survey measurements indicate deformations exceed
allowable limits
ii) Excavated volumes significantly exceed pipe volume
installed
iii) Voids are encountered or created by overexcavation that
may not be detectable by survey measurements
7) Steering difficult ies result in line and grade tolerances being
exceeded
Water and Sanitary Sewer Relocation for SH 121T SECTION 02341
Open-Shield Pipejacking
Page 11 of I 7
Crossing West of The Union Pacific Railroad Davidson Rail Yard,
Part 2 -Hulen Street Bridge
Water Main Extension From Hulen Street to Como Pump Station, Part 2
KHA No. 061018062
March 2010
8) Pipe has been damaged or has been found to be out of
compliance with specifications :
i) Before installation
ii) During, or after installation
9) Thrust block deforms excessively under jacking loads, or provides
insufficient capacity to advance pipe
10) Severe storms or flooding predicted ; shaft flooding possible
j . Safety Plan: A Safety Plan for the pipejacking operations including air
monitoring equipment and procedures and provisions for lighting,
ventilation, and electrical system safeguards . Provide name of site safety
representative responsible for implementing safety program .
B. PRODUCTS
1. MATERIALS
a. Steel Casing Pipe: Steel casing pipe used as jacking pipe shall conform
to 0261 O -Steel Casing Pipe .
C. EXECUTION
1. GENERAL REQUIREMENTS
a. Pipejacking shall not begin until the following tasks have been completed :
1) All required submittals have been provided, reviewed, and
accepted.
2) Jacking and receiving shaft excavations and support systems
have been completed in accordance with accepted submittals and
the requirements of 02261 -Shaft Excavation and Support.
3) The Contractor has stabilized the soil at all entry and exit locations
as necessary to stabilize any weak, running, or flowing soils . The
Contractor has confirmed that the ground has been stabilized to
the extent that the ground will remain stable without movement of
soil or water while the entry/exit location shoring is removed and
while the shield is being launched or received into a shaft or
during jacking operations. The progressive steps identified in
02315 -Portal Stabilization shall be used to confirm suitable
stabilization for all entry/exit locations .
4) The location, orientation , and grade of the jacking frame or guide
rails and entry/exit seals have been surveyed to ensure they are
W ater and Sanitary Sewer R e locat io n for SH 12 1 T SECTION 02341
Open-Shield Pipejacking
P age 12 of 17
Crossing We st of T he Uni on P acifi c R a il roa d D avi dso n Ra il Y ard,
Part 2 -Hulen Street Bridge
Water Main Exten s ion From H u len Str eet to Como Pump Stati on , Part 2
KHA No. 061018062
March 2010
on the proper line and grade and to verify that they are properly
supported . Spec ial care shall be taken when setting the guide
rails and jacking frame to ensure stability and correctness of the
al ignment and grade . Gu ide rails or jacking frame shall be
securely attached to the concrete working slab, with
supplementary braces , concrete , or grout if necessary , to prevent
movement or shifting during the work .
5) A start-up inspection of all mechanical and hydraulic systems
associated with the pipejack ing operations has been completed .
The system shall be tested to ensure that the pipejacking sh ield
and supporting equipment is functioning properly. The Engineer
shall be notified at least 72 hours prior to the start-up inspection
and a site inspector representing the Owner shall be present
during the start-up inspection. Key shield performance data shall
be measured and recorded by the Contractor during this
inspection , including cutterhead rotational torque , correct
function ing of main and steering jacks, guidance system, and
other components . The records of the start-up inspection shall be
submitted to the Engineer within 24 hours of the completed
inspection .
6) Site safety representative has prepared a code of safe practices
and an emergency plan in accordance with OSHA and other
applicable requirements . Provide the Engineer with a copy of
each prior to starting pipejacking . Hold safety meetings and
provide safety instruction for new employees as required by
OSHA.
7) All specified settlement monitoring instrumentation has been
installed , approved , and baselined in accordance with 02445 -
Settlement Monitoring .
b. The Contractor shall furnish all necessary equipment, power, water, and
utilities for pipejacking , pipe lubricant mixing and pumping , spoil removal
and disposal, grouting , and other associated work requ ired for the
Contractor 's methods of construct ion.
c. The Contractor shall properly manage and d ispose of groundwater,
surface water, and construction water inflows to the shafts in accordance
with the requirements of 02242 -Water Control for Shafts and Tunnels.
d . Conduct all operations such that trucks and other vehicles do not
interfere with traffic or create a mud , dust , or no ise nuisance in the
streets and to adjacent properties . Promptly clean up , remove , and
dispose of mud or spoil spillage .
Water and Sanitary Sewer Relocation for SH 121T SECTION 02341
Open-Shield Pipejacking
Page 13 of 17
Crossing West of The Union P acific Railroad Davidson Rail Yard ,
Part 2 -Hulen Street Brid ge
Water Main Extension From Hulen Street to Como Pump Station , Part 2
KHA No. 061018062
March 2010
e. All work shall be done so as not to disturb roadways , railroads,
waterways , adjacent structures, landscaped areas , or existing utilities .
Any damage shall be immediately repaired to original or better condition.
f. Whenever there is a condition that is likely to endanger the stability of the
excavation or adjacent structures, the Contractor shall operate with a full
crew 24 hours a day, including weekends and holidays , without
interruption , until those conditions no longer jeopardize the stability of the
work.
g . The Contractor shall notify the Texas One Call system (800-245-4545) to
request marking of utilities by utility owners I operators that subscribe to
One Call, and shall individually notify all other known or suspected utilities
to request marking of these utilities . The Contractor shall confirm that all
requested locates are made prior to commencing tunneling operations .
The Contractor shall visually confirm and stake all existing lines , cables ,
or other underground facilities including exposing all crossing utilities and
utilities within ten (10) feet laterally of the designed bore . The Contractor
shall control drilling and grouting practices to prevent damage to existing
utilities .
2. PIPEJACKING
a. Provide intermediate jacking stations to complete the open-shield
pipejacking drives indicated on the Plans . At least one IJS and two
specially fabricated !JS pipes shall be on site prior to commencing open-
shield pipejacking for individual drives exceeding 600 linear feet. At least
two (2) fully assembled IJS and four pipe specials shall be onsite for each
open-shield pipejacking drive exceeding 800 linear feet. For open-sh ield
pipejacking drive lengths exceeding 800 linear feet , the Contractor shall
install and use an IJS within 250 feet of the pipejacking shield regardless
of anticipated or encountered jacking forces . Intermediate jacking
stations shall be installed and used if the total jacking force during a drive
exceeds 70% of the capacity of the main jacks, the safe design capacity
of the pipe or IJS pipe, or the maximum allowable jacking force on the
thrust block , whichever is less . IJS 's shall be installed and operated in
accordance with approved Submittals and design criteria .
b . Transport the jacking pipe from storage to jacking shaft without damage.
Transport methods shall be acceptable to pipe manufacturer. Damaged
jacking pipe shall not be used in the work , unless permitted in writing by
the Engineer. Set the pipe to be jacked on properly braced and supported
guide rails or jacking frame .
c . The axial forces from the thrust jacks shall be d istributed to the jacking
pipe uniformly through a properly designed thrust ring and cushion
Water and Sanitary Sewer Relocation for SH 121 T SECTION 02341
Open-Shield Pipejacking
Page 14 of 17
Crossing West of The Union Pacific Railroad Davidson Rail Yard,
Part 2 -Hulen Street Bridge
Water Main Extension From Hulen Street to Como Pump Station, Part 2
KHA No. 061018062
March 2010
material to prevent damage to the ends of the pipe . Jacking forces
applied to the pipe shall not exceed the specified allowable compressive
stresses .
d . Jacking pipe sections shall be jacked into position following the design
line and grade without damaging the pipe . In the event a section of pipe
is damaged during the jacking operation, the Contractor, with written
approval from the Engineer, shall make temporary repairs to the pipe and
shall jack the pipe through to the next shaft for removal.
e. The pipejacking shield shall be operated to restrict the excavation of the
materials to a volume equal to the shield and pipe jacked, to prevent loss
of ground and settlement or possible damage to overlying structures.
The Contractor shall monitor excavated spoil volume . If excavated spoil
volume exceeds the theoretical volume of the shield and pipe being
installed, the Contractor shall notify the Engineer and promptly modify
excavation and face support procedures to prevent further
overexcavation .
f . Pipejacking operations shall control surface settlement and heave above
the pipeline to prevent damage to existing utilities, facilities, and
improvements. In no case shall ground movements (settlement/heave)
exceed the values specified in 02445 -Settlement Monitoring , and
ground movements shall not cause damage to adjacent rail lines,
structures, roadways, or utilities . The Contractor shall repair any damage
resulting from construction activities, at no additional cost to Owner and
without extension of schedule for completion . The Contractor shall
modify equipment and procedures as required to avoid recurrence of
excessive settlements ·or damage.
g. Provide a lubrication system , and inject pipe lubricants through injection
ports at the rear of the pipejacking shield and ports in the jacking pipe as
necessary, to minimize pipe friction . Injection ports shall be installed by
the manufacturer in the pipe at intervals not to exceed ten ( 10) feet along
the pipe string . Pipe lubricants shall be injected continuously as the pipe
is advanced. The volume injected shall not be less than that required to
fill the annular void space outside the pipe . Inject greater volumes as
required to minimize jacking forces.
h . Completely contain, transport, and dispose of all excavated materials
away from the construction site . Use only the disposal sites identified in
approved submittals for spoil disposal.
i. The Contractor shall perform contact grouting for shaft construction and
pipejacking as specified in 03360 -Contact Grouting .
Water and Sanitary Sewer Relocation for SH 121T SECTION 02341
Open-Shield Pipejacking
Page 15 of 17
Crossing West of The Union Pacific Railroad D av idson Rail Yard ,
Part 2 -Hul e n Street Bridge
Water Main Extension From Hulen Street to Como Pump Station, Part 2
KHA No. 061018062
March 2010
3. CONTROL OF LINE AND GRADE
a. The Owner will establish the survey control points indicated on the Plans,
at ground surface . The Contractor shall verify these control points by
survey prior to the start of construction , and shall confirm positions or
report any errors or discrepancies in writing to the Engineer.
b. After confirming that all established survey control points provided for the
Contractor's use are accurate, the Contractor shall use these control
points to furnish and maintain all reference lines and grades for
pipejacking. The Contractor shall use these lines and grades to establish
the exact location of the jacking pipe using a laser, gyroscope , or
theodolite guidance system supplemented with a water level, as
necessary. Submit to the Engineer copies of field notes used to establish
all lines and grades and Contractor shall check guidance system setup
prior to beginning each pipejacking drive . Contractor shall perform
survey checks of the guidance system and the line and grade of the
jacking pipe on a daily basis during pipejacking operations. The
Contractor is fully responsible for the accuracy of the work and the
correction of it , as required .
c. The Contractor shall install the jacking pipe in accordance with the
following tolerances :
1) Variations from design line (Horizontal): +/-two (2) inch maximum .
2) Variations from design grade (Vertical): +/-two (2) inch maximum .
d. The shield shall be ste~red to maintain line and grade within the
tolerances specified . This shall be achieved by continuously monitoring
and adjusting line, grade, roll, and steering attitude during the operation .
If the installation is off of design line or grade , make the necessary
corrections , and return to the design alignment and grade at a rate of not
more than one (1) inch per twenty-five (25) feet.
e. The guidance system shall be mounted independently from the thrust
block and jacking frame and independent of shaft shoring system to
maintain alignment if there is movement of equipment during jacking.
Stop pipejacking operations and reset guidance system if its alignment
shifts or is moved off design alignment and grade for any reason. Check
guidance system setup at least once per shift . Guidance system shall
only be reset by experienced , competent surveying personnel in
accordance with acceptable procedures .
Water and Sanitary Sewer Relocation for SH 121 T SECTION 02341
Open-Shield Pipejacking
Page 16 of 17
Crossing West of The Union Pacific Railroad Davidson Rail Yard,
Part 2 -Hulen Street Bridge
Water Main Extension From Hulen Street to Como Pump Station, Part 2
KHA No . 061018062
March 2010
f. Monitor line and grade continuously during pipejacking operations .
Record deviation with respect to design line and grade once at each pipe
joint and submit records to Engineer daily.
g. If the pipe installation does not meet the specified tolerance , the
Contractor shall correct the installation including any necessary redesign
of the pipeline or structures and acquisition of necessary easements. All
corrective work shall be performed by the Contractor at no additional cost
to the District and without schedule extension, and is subject to the
written approval of the Engineer.
4 . OBSTRUCTIONS
a. If the pipejacking operations should encounter an object or condition that
impedes the forward progress of the shield, the Contractor shall notify the
Engineer immediately . The Contractor shall correct the condition, and
remove, clear, or otherwise make it possible for the pipejacking shield
and jacked pipe to advance past any objects or obstructions that impede
forward progress of the shield . The Contractor shall proceed with
removal of the object or obstruction by methods submitted by the
Contractor and accepted by the Engineer. The Contractor will receive
compensation for removal of obstructions, as defined as metallic debris,
reinforced concrete, ro'Gks, whole trees, and other hard objects with a
maximum dimension larger than forty percent ( 40%) of the outer diameter
of the shield or cutting head, which cannot be broken up by the cutting
tools with diligent effort, and that are located partially or wholly within the
cross-sectional area of the bore . Payment will be negotiated with the
Contractor by the Engineer on a case-by-case basis. The Engineer shall
be provided an opportunity to view obstruction prior to removal. Any
removal process that does not allow direct inspection of the nature and
position of the obstruction will not be considered for payment. The
Contractor will receive no additional compensation for removing, clearing,
or otherwise making it possible for the pipejacking shield to advance past
objects consisting of cobbles, boulders, wood, reinforced concrete, and
other nonmetallic objects or debris with maximum lateral dimensions less
than forty percent (40%) of the outer diameter of the shield or cutterhead,
whichever is larger. The contractor i~ notified that cobbles, boulders,
part.f~I an~ fµ!l_-faced Hrne~tphe anq sh~le are expected on all tunneled
portions Qtthis,_p,rpj~ct a~ highlighted in the geotechnical report .
Therefore.J ock with 'Unconfio~d compressive stre.ngth less than 6,000
PSI will not be considered an obstruction, regardless of size, extent, or
orientation.
Water and Sanitary Sewer Re lo cation for SH 121 T SECTION 02341
Open-Shield Pipejacking
Page 17 of 17
Crossing West of The Union Pacific Railroad Davidson Rail Yard ,
Part 2 -Hulen Street Bridge
Water Main Extension From Hulen Street to Como Pump Station , P a rt 2
KHA No. 061018062
March 2010
5. SAFETY
a. The Contractor is responsible for safety on the job site . Methods of
construction shall be such as to ensure the safety of the work,
Contractor's and other employees on site, and the public . Perform all
work in accordance with all current applicable regulations and safety
requirements of Federal, State, and local agencies. Comply with all
applicable provisions of 29 CFR Part 1926, Subpart S -Underground
Construction and Subpart P-Excavations, by OSHA In the event of
conflict , comply with the more stringent requirements .
b. When personnel are underground , furnish and operate a temporary
ventilation system , and air monitoring system conforming to the
requirements of and OSHA Operate and maintain a ventilation system
that provides a sufficient supply of fresh air and maintains an atmosphere
free of toxic or flammable gasses in all underground work areas.
c. All work shall conform to the requirements of and OSHA Gas testing shall
be performed by a certified gas tester in accordance with OSHA
requirements .
d. No gasoline-powered equipment shall be permitted in jacking and
receiving shafts . Diesel, electrical , hydraulic, and air powered equipment
is acceptable , subject to applicable local , State, and Federal regulations .
e. Contractor shall obtain necessary tunneling permits it needs for its work .
6. CLEANUP AND RESTORATION
a. After completion of pipejacking , all construction debris , spoils , oil , grease ,
and other materials shall be removed from the jacking pipe , jacking and
receiving shafts , and all Contractor and project work areas.
b. Restoration shall follow construction as the work progresses, and shall be
completed as soon as possible . Restore and repair any damage resulting
from surface settlement caused by shaft excavation , or pipejacking . Any
property damaged or destroyed, shall be restored to a condition equal to or
better than existing prior to construction . Restoration shall be completed
no later than thirty (30) days after the pipejacking is complete . This
provision for restoration shall include all property affected by the
construction operat ions .
END OF SECTION
Water and Sanitary Sewer R e locati o n for SH 121 T SECTION 02349
Installation of Carrier
Pipe in Casing
Page 1 of 10
Crossing West of The Union Pacific Rai lro ad Dav id son Rail Yard ,
Part 2 -Hulen Street Bridge
Water Main Extension From Hulen Street to Como Pump Stat io n, Part 2
KHA No. 061018062
March 2010
A. GENERAL
1. SCOPE OF WORK
a. This Section includes requirements for the installation of carrier pipe into
steel casings at locations shown on the Plans . For requirements
regarding the installation of steel casings , see 02341 -Open-Shield
Pipejacking .
2. RELATED SECTIONS
a. 02341 -Open-Shield Pipejacking
b. 02610 -Steel Casing Pipe
c . 02615 -Ductile Iron Pipe and Fittings
d. 20617 -Steel Pipe
e. 02660 -Centrifugally Cast Fiberglass-Reinforced Polymer Mortar Pipe
f. 15640 -Joint Bonding and Electrical Isolation
g . 15641 -Corrosion Control Test Stat ions
h . 15642 -Magnesium Anode Cathodic Protection System
3. REFERENCE SPECIFICATIONS , CODES , AND STANDARDS
a. The publications listed below form a part of this Specification to the extent
referenced . Where conflicts between these Specifications and the
referenced specification, code , or standard occur, the more restrictive
language shall govern. The latest edition available on the date of issue of
Contract Documents shall be used .
b . "Geotechnical Investigation -Water and Sanitary Sewer Relocations
Within UPRR Yard for SH121 T", Fort Worth , Texas, HVJ Associates,
Inc ., December 4 , 2009
c . ASTM C 31 -Standard Practice for Making and Curing Concrete Test
Specimens in the Field
d. ASTM C 39, Standard Test Method for Compressive Strength of
Cylindrical Concrete Specimens
Pipeline Crossing 07 /25/08
Form Approved , AVP-Law
binders, certificates and endorsements described in Exhibit C.
B. Not more frequently than once every two years, Grantor may reasonably
mod ify the required insurance coverage to reflect then-current risk management
practices in the railroad industry and underwriting practices in the insurance industry.
C. All insurance correspondence, binders, certificates and endorsements
shall be directed to:
Union Pacific Railroad Company
Real Estate Department
1400 Douglas St. STOP 1690
Omaha, NE 68179-1690
ATTN: , Folder No . ___ _
D. If the Grantee is a public entity subject to any applicable statutory tort
laws, the lim its of insurance described in Exhibit C shall be the limits the Grantee then
has in effect or which is required by applicable current or subsequent law, whichever is
greater, a portion of which may be self-insured with the consent and approval of
Grantor.
Article VI. TERM .
This Agreement shall take effect as of the Effective Date first herein written and
shall continue in full force and effect until terminated as herein provided .
IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be
executed as of the date first herein written.
UNION PACIFIC RAILROAD COMPANY CITY OF FORT WORTH, TEXAS
By: By :
Title: Title: _____________ _
Coll aboration. P ub lic Projects . Davidso n Y d. City of Ft.Worth 6 .22 .09
14807877\V-5
3
Pipeline Crossing 07 /20/08
Form Approved, AVP-Law
EXHIBIT B
Section 1. LIMITATION AND SUBORDINATION OF RIGHTS GRANTED.
A. The foregoing grant of right with respect to the Easement Area is
subject and subordinate to, and the Grantor hereby reserves, the prior and
continuing right and obligation of the Grantor to use and maintain the Easement
Area and its entire property including the tight and power of the Grantor to
construct, maintain, repair, renew, use, operate, change, modify or relocate
railroad tracks , signal, communication, fiber optics, or other wirelines, pipelines
and other facilit ies upon, along or across any or all parts of its property. The
Grantor further reserves the right to grant to others the right to use the air space
and the surface of the land above the Easement Area , along with the subsurface
portions of the Easement Area not occupied by the Pipeline for the construction,
reconstruction, operation, repair, replacement, use and maintenance of such
communication systems, utility lines, pipelines and related facilities of others so
long as such communication systems, utility lines , pipelines and related facilities
of others cross the Easement Area above or below the Pipeline (rather than run
parallel to the Pipeline) and do not materially interfere with the Grantee's ability to
access the Pipeline for maintenance, repair or reconstruction or pose a material
risk to the structural integrity of the Pipeline.
8. The foregoing grant is also subject to all outstanding superior rights
(including those in favor of licensees and lessees of the Grantor's property, and
others), and is made without covenant of title or for quiet enjoyment.
Section 2. CONSTRUCTION, MAINTENANCE AND OPERATION.
A . The Pipeline shall be designed , constructed , operated, maintained,
repaired , renewed, modified and/or reconstructed by the Grantee in strict
conformity with (i) Grantor's current standards and specifications ("UP
Specifications"), except for variances approved in advance in writing by the
Grantor's Assistant Vice President Engineering -Design, or his authorized
representative; (ii) American Railway Engineering and Maintenance-of-Way
Association ("AREMA") standards and guidelines (collectively, "UP Additional
Requirements"), (iii) all applicable laws, rules and regulations ("Laws") and (iv),
with respect to the initial design and construction thereof, the Construction
Coordination Agreement.
8 . All work performed on property of the Grantor in connection with
the design, construction , maintenance, repair , renewal, modification or
reconstruction of the Pipeline shall be done to the reasonable satisfaction of the
Granter.
C. Prior to the commencement of any work in connection with the
Page 1
Coll abo ration . Publ ic P roj ects . David so n Yd . C ity o f Ft.Worth 6 .22 .09
14 807877\V-S
Pipeline Crossing 07 /20/08
Form Approved, AVP-Law
design, construction, maintenance, repair, renewal, modification, relocation,
reconstruction or removal of the Pipeline where it passes underneath the
roadbed and track or tracks of the Granter, the Grantee shall submit to the
Granter plans setting out the method and manner of handling the work, including
the shoring and cribbing, if any, required to protect the Grantor's operations, and
shall not proceed with the work until such plans have been approved by the
Grantor's Assistant Vice President Engineering Design, or his authorized
representative , and then the work shall be done to the reasonable satisfaction of
the Grantor's Assistant Vice President Engineering Design or his authorized
representative. The Granter shall have the right, if it so elects, to provide such
support as it may deem necessary for the safety of its track or tracks during the
time of construction, maintenance, repair, renewal, modification, relocation,
reconstruction or removal of the Pipeline, and, in the event the Granter provides
such support, the Grantee shall pay to the Granter, within thirty (30) days after
bills shall have been rendered therefor, all expenses incurred by the Granter in
connection therewith, which expenses shall include all assignable costs.
D. The Grantee shall keep and maintain the soil over the Pipeline
thoroughly compacted and the grade even with the adjacent surface of the
ground.
E. In the prosecution of any work covered by this Agreement, Grantee
shall secure any and all necessary permits and shall comply with all applicable
federal, state and local laws, regulations and enactments affecting the work
including , without limitation, all applicable Federal Railroad Administration
regulations.
Section 3. NOTICE OF COMMENCEMENT OF WORK / GRANTOR
REPRESENTATIVE / SUPERVISION / FLAGGING · 1 SAFETY.
A. If an emergency should arise requiring immediate attention , the
Grantee shall provide as much notice as practicable to Granter before
commencing any work. In all other situations, the Grantee shall notify the
Granter at least ten (10) days (or such other time as the Granter may allow) in
adv.ance of the commencement of any work upon property of the Grantor in
connection with the construction, maintenance, repair, renewal, modification,
reconstruction, relocation or removal of the Pipeline. All such work shall be
prosecuted diligently to completion. The Grantee will coordinate its initial, and
any subsequent work with the following employee of Grantor or his or her duly
authorized representative (hereinafter "Granter Representative" or . "Railroad
Representative"): Blake Woodson. Mgr. Terminal Operations (or any successor
in this position) at (817) 372-1683.
B. Grantee, at its own expense, shall adequately police and supervise
all work to be performed. The responsibility of Grantee for safe conduct and
adequate policing and supervision of work shall not be lessened or otherwise
Page 2
Coll aboration. Pub lic Projects . D avid son Yd . City ofFt.Wo rth 6 .22.09
14 807877\V-S
Pipeline Crossing 07 /20/08
Form Approved, AVP-Law
affected by Grantor's approval of plans and specifications involving the work, or
by Grantor's collaboration in performance of any work, or by the presence at the
work site of a Grantor Representative, or by compliance by Grantee with any
requests or recommendations made by the Grantor Representative.
C. At the request of Grantor, Grantee shall remove from Grantor's
property any employee who fails to conform to the instructions of the Grantor
Representative in connection with the work on Grantor's property.
D. Grantee shall notify the Grantor Representative at least ten (10)
working days in advance of proposed performance of any work in which any
person or equipment will be within twenty-five (25) feet of any track, or will be
near enough to any track that any equipment extension (such as , but not limited
to , a crane boom) will reach to within twenty-five (25) feet of any track . No work
of any kind shall be performed, and no person, equipment, machinery, tool(s},
material(s), vehicle(s), or thing(s) shall be located, operated, placed, or stored
within twenty-five (25) feet of any of Grantor's track(s) at any time, for any
reason, unless and until a railroad flagman is provided to watch for trains . Upon
receipt of such ten (10) day not!ce, the Grantor Representative will determine
and inform Grantor whether a flagman need be present and whether any special
protective or safety measures need to be implemented. If flagging or other
special protective or safety measures are performed by Grantor, Grantor will bill
Grantee for such expenses incurred by Grantor, unless Grantor and a federal,
state or local governmental entity have agreed that Grantor is to bill such
expenses to the federal, state or local governmental entity. If Grantor will be
sending the bills to Grantee, Grantee shall pay such bills within thirty (30) days of
receipt of bill ing. If Grantor performs any flagging , or other special protective or
safety measures are performed by Grantor, Grantee agrees that Grantee is not
relieved of any of responsibilities or liabilities set forth in this Agreement.
E. The rate of pay per hour for each flagman will be the prevailing
hourly rate in effect for an eight-hour day for the class of flagmen used during
regularly assigned hours and overtime in accordance with Labor Agreements and
Schedules in effect at the time the work is performed. In addition to the cost of
such labor, a composite charge for vacation, holiday, health and welfare,
supplemental sickness, Railroad Retirement and unemployment compensation,
supplemental pension, Employees Liability and Property Damage and
Administration will be included, computed on actual payroll. The composite
charge will be the prevailing composite charge in effect at the time the work is
performed . One and one-half times the current hourly rate is paid for overtime,
Saturdays and Sundays, and two and one-half times current hourly rate for
holidays. Wage rates are subject to change , at any time , by law or by agreement
between Grantor and its employees , and may be retroactive as a result of
negotiations or a ruling of an authorized governmental agency. Additional
charges on labor are also subject to change . If the wage rate or additional
Pag e3
Coll a borat ion, Publ ic Proj ects . David so n Yd. Ci ty of Ft.Worth 6 .22 .09
148078 77\V-5
Pipeline Crossing 07/20/08
Form Approved, AVP -Law
charges are changed, Grantee (or the governmental entity, as applicable) shall
pay on the basis of the new rates and charges.
F. Reimbursement to Grantor will be required covering the full eight-
hour day during which any flagman is furnished, unless the flagman can be
assigned to other railroad work during a portion of such day, in which event
reimbursement will not be required for the portion of the day during which the
flagman is engaged in other railroad work . Reimbursement will also be required
for any day not actually worked by the-flagman following the flagman's
assignment to work on the project for which Grantor is required to pay the
flagman and which could not reasonably be avoided by Grantor by assignment of
such flagman to other work, even though Grantee may not be working during
such time. When it becomes necessary for Grantor to bulletin and assign an
employee to a flagging position in compliance with union collective bargaining
agreements, Grantee must provide Granter a minimum of five (5) days notice
prior to the cessation of the need for a flagman. If five (5) days notice of
cessation is not given, Grantee will still be required to pay flagging charges for
the five (5) day notice period required by union agreement to be given to the
employee, even though flagging is not required for that period . An additional ten
(10) days notice must then be given to Granter if flagging services are needed
again after such five day cessation notice has been given to Grantor.
G. Safety of personnel, property, rail operations and the public is of
paramount importance in the prosecution of the work performed by Grantee or its
contractor. Grantee shall be responsible for initiating, maintaining and
supervising all safety, operations and programs in connection with the work .
Grantee and its contractor shall at a minimum comply with Grantor's safety
standards listed in Exhibit D , hereto attached , to ensure uniformity with the
safety standards followed by Grantor's own forces. As a part of Grantee's safety
responsibilities, Grantee shall notify Grantor if it determines that any of Grantor's
safety standards are contrary to good safety practices. Grantee and its
contractor shall furnish copies of Exhibit D to each of its employees before they
enter the job site.
H. Without limitation of the provisions of paragraph G above, Grantee
shall keep the job site free from safety and health hazards and ensure that their
employees are competent and adequately trained in all safety and health aspects
of the job.
I. Grantee shall have proper first aid supplies available on the job site
so that prompt first aid services may be provided to any person injured on the job
site. Prompt notification shall be given to Grantor of any U.S. Occupational
Safety and Health Administration reportable injuries . Grantee shall have a non -
delegable duty to control its employees while they are on the job site or any other
property of Grantor, and to be certain they do not use , be under the influence of,
Page 4
Coll aboration . P ublic Proj ects . Davi dso n Yd. C ity ofFt.Worth 6 .22 .09
14807877\V-5
Pipeline Crossing 07/20/08
Form Approved, AVP-Law
or have in their possession any alcoholic beverage, drug or other substance that
may inhibit the safe performance of any work .
J. If and when requested by Grantor, Grantee shall deliver to Grantor
a copy of its safety plan for conducting the work (the "Safety Plan"). Grantor
shall have the right, but not the obligation, to require Grantee to correct any
deficiencies in the Safety Plan. The terms of this Agreement shall control if there
are any inconsistencies between this Agreement and the Safety Plan.
Section 4. GRANTEE TO BEAR ENTIRE EXPENSE.
,._. -
Subject to the provisions of Section 5A below, the Grantee shall bear the
entire cost and expense incurred in connection with the design, construction,
maintenance, repair and renewal and any and all modification, revision,
relocation, removal or reconstruction of the Pipeline, including any and all
expense which may be incurred by the Grantor in connection therewith for
supervision, inspection, flagging, or otherwise.
Section 5. REINFORCEMENT, RELOCATION OR REMOVAL OF PIPELINE.
A. The easement herein granted is subject to the needs and
requirements of the Granter in the safe and efficient operation of its railroad and
in the improvement and use of its property. If it becomes necessary due to
Grantor's operational needs, the Grantee shall, at the Grantor's written direction
and at the sole expense of the Grantor, reinforce or otherwise modify the
Pipeline, or relocate all or any portion of the Pipeline or of the Easement Area
itself, to such new location as the Granter may designate.
B. All the terms, conditions and stipulations herein expressed with
reference to the Pipeline and the Easement Area on property of the Granter in
the location hereinbefore described shall apply to the Pipeline and the Easement
Area as modified, changed or relocated within the contemplation of this section .
Section 6. NO INTERFERENCE WITH GRANTOR'S OPERATION.
A. The Pipeline and all parts thereof within and outside of the limits of
the property of the Granter shall be designed, constructed and, at all times,
maintained, repaired, renewed and operated in such manner as to cause no
interference with the constant, continuous and uninterrupted use of the tracks,
property and facilities of the Grantor and nothing shall be done or suffered to be
done by the Grantee at any time that would in any manner impair the safety
thereof.
B. Explosives or other highly flammable substances shall not be
stored on Grantor's property without the prior written approval of Granter.
Page 5
Collaboration . Public Projects. David son Yd. City of Ft.Worth 6.22 .09
148 07877\V-S
Pipeline Crossing 07 /20/08
Form Approved, AVP-Law
C . No additional vehicular crossings (including temporary haul roads)
or pedestrian crossings over Grantor's trackage shall be installed or used by
Grantor or its contractors without the prior written permission of Grantor.
D. When not in use, any machinery and materials of Grantor or its
contractors shall be kept at least fifty (50) feet from the centerline of Grantor's
nearest track.
E . Operations of Granter and work performed by Grantor's personnel
may cause delays in the work to be performed by Grantee. Grantee accepts this
risk and agrees that Grantor shall have no liability to Grantee or any other person
or entity for any such delays . Grantee shall coordinate its activities with those of
Grantor and third parties so as to avoid interference with railroad operations.
The safe operation of Grantor's train movements and other activities by Grantor
take precedence over any work to be performed by Grantee.
Section 7. PROTECTION OF FIBER OPTIC CABLE SYSTEMS.
A. Fiber optic cable systems may be buried on the Grantor's property.
Protection of the fiber optic cable systems is of extreme importance since any
break could disrupt service to users resulting in business interruption and loss of
revenue and profits. Grantee shall telephone the Grantor during normal business
hours (7 :00 a.m. to 9:00 p .m. Central Time, Monday through Friday, except for
holidays) at 1-800-336-9193 (also a 24-hour, 7-day number for emergency calls)
to determine if fiber optic cable is buried anywhere on the Grantor's premises to
be used by the Grantee. If it is , Grantee will telephone the telecommunications
company(ies) involved, arrange for a cable locator, make arrangements for
relocation or other protection of the fiber optic cable, all at Grantee's expense,
and will commence no work on the Grantor's property until all such protection or
relocation has been accomplished.
8. THE GRANTEE SHALL CAUSE ITS CONTRACTORS TO,
RELEASE, INDEMNIFY, DEFEND AND HOLD THE GRANTOR HARMLESS
FROM AND AGAINST ALL COSTS, LIABILITY AND EXPENSE
WHATSOEVER ARISING OUT OF ANY ACT OR OMISSION OF THE
GRANTEE'S CONTRACTORS OR THEIR AGENTS AND/OR EMPLOYEES
THAT CAUSES OR CONTRIBUTES TO (1) ANY DAMAGE TO OR
DESTRUCTION OF ANY TELECOMMUNICATIONS SYSTEM ON GRANTOR'S
PROPERTY, AND/OR (2) ANY INJURY TO OR DEATH OF ANY PERSON
EMPLOYED BY OR ON BEHALF OF ANY TELECOMMUNICATIONS
COMPANY, AND/OR ITS CONTRACTOR, AGENTS AND/OR EMPLOYEES,
ON GRANTOR'S PROPERTY.
Section 8. CLAIMS AND LIENS FOR LABOR AND MATERIAL; TAXES.
The Grantee shall fully pay for all materials joined or affixed to and labor
Page 6
Co ll aborati on. P ubl ic Proj ects. Davi dso n Y d. C ity ofFt Wo rth 6 .2 2 .09
14807877\V-5
Pipeline Crossing 07 /20/08
Form Approved, AVP-Law
performed upon property of the Grantor in connection with the construction,
maintenance, repair, renewal, modification or reconstruction of the Pipeline , and
shall not permit or suffer any mechanic's or materialman's lien of any kind or
nature to be enforced against the property for any work done or materials
furnished thereon at the instance or request or on behalf of the Grantee .
Section 9. INDEMNITY.
A. As used in this Section , '!Grantor" includes other railroad
companies using the Grantor's property at or near the location of the Grantee's
installation and their officers, agents, and employees ; "Loss" includes loss,
damage , claims , demands, actions, causes of action, penalties , costs, and
expenses of whatsoever nature , including court costs and attorneys' fees, which
may result from : (a) injury to or death of persons whomsoever (including the
Grantor's officers, agents, and employees, the Grantee's officers, agents, and
employees, as well as any other person); and/or (b) damage to or loss or
destruction of property whatsoever (including Grantee's property, damage to the
roadbed, tracks, equipment, or other property of the Granter, or property in its
care or custody).
B. TO THE FULLEST EXTENT PERMITTED BY LAW, THE
GRANTEE SHALL CAUSE EACH OF ITS CONTRACTORS TO, INDEMNIFY,
DEFEND AND HOLD HARMLESS THE GRANTOR FROM ANY LOSS OF
WHATSOEVER KIND OR CHARACTER, WHETHER REAL OR ASSERTED,
ARISING OUT OF OR IN CONNECTION WITH, DIRECTLY OR INDIRECTLY,
THE ACTS OR OMISSIONS OF SUCH CONTRACTOR OF THE GRANTEE,
OR ITS OFFICERS, AGENTS, SERVANTS, EMPLOYEES OR
SUBCONTRACTORS IN THE CONSTRUCTION, MAINTENANCE,
OCCUPANCY, USE, EXISTENCE OR LOCATION OF SAID PIPELINE OR ANY
PART THEREOF.
Section 10.
AGREEMENT.
REMOVAL OF PIPELINE UPON TERMINATION OF
Prior to any termination of this Agreement, the Grantee shall, at Grantee's
sole expense, remove the Pipeline from those portions of the property not
occupied by the roadbed and track or tracks of the Grantor and shall restore, to
the satisfaction of the Granter, such portions of such property to as good a
condition as they were in at the time of the construction of the Pipeline. If the
Grantee fails to do the foregoing , the Granter may, but is not obligated, to
perform such work of removal and restoration at the cost and expense of the
Grantee .
Section 11. WAIVER OF BREACH.
The waiver by the Grantor of the breach of any condition, covenant or
P age 7
Co ll abo ration . P ubl ic Projects , Da vid son Yd . City of Ft Wo rth 6 .2 2 .09
14807877\V-S
Pipel ine Crossing 07 /20/08
Form Approved, AVP-Law
agreement herein contained to be kept, observed and performed by the Grantee
shall in no way impair the right of the Grantor to avail itself of any remedy for any
subsequent breach thereof.
Section 12. TERMINATION.
A . If the Grantee abandons use of the Pipeline for two (2) years, or if
the Grantee continues in default in the performance of any material covenant or
agreement herein contained for a period o{ sixty (60) days after written notice
from the Grantor to the Grantee specifying such default, the Grantor may, at its
option, forthwith immediately terminate this Agreement by written notice.
B. Notice of default and notice of termination may be served
personally upon the Grantee or by mailing to the last known address of the
Grantee . Termination of this Agreement for any reason shall not affect any of the
rights or obligations of the parties hereto which may have accrued, or liabilities ,
accrued or otherwise, which may have arisen prior thereto .
Section 13. AGREEMENT NOT TO BE ASSIGNED .
The Grantee shall not assign this Agreement, in whole or in part, or any
rights herein granted, without the written consen t of the Grantor, and it is agreed
that any transfer or assignment or attempted transfer or assignment of this
Agreement or any of the rights herein granted, whether voluntary, by operation of
law, or otherwise , without such consent in writing , shall be absolutely void and, at
the option of the Grantor, shall terminate this Agreement.
Section 14. SEVERABILITY
Any provision of this Agreement which is determined by a court of competent
jurisdiction to be invalid or unenforceable shall be invalid or unenforceable only to
the extent of such determination, which shall not invalidate or otherwise render
ineffective any other provision of this Agreement.
Section 15. SUCCESSORS AND ASSIGNS.
Subject to the provisions of Section 13 hereof, this Agreement shall be
binding upon and inure to the benefit of the parties hereto, their heirs, executors,
administrators, successors and assigns.
Page 8
Coll aboratio n. Publ ic P roj ects. Davidson Yd . City of Ft.Wo rth 6 .22 .09
14807877\V-S
Pipeline Crossing 07/20/08
Form Approved, AVP-Law
EXHIBITC
UNION PACIFIC RAILROAD COMP ANY
INSURANCE EXHIBIT
PART 1: GENERAL INSTRUCTIONS AND REQUIREMENTS:
Prior to execution of this Easement Grantee shall furnish Railroad with a certificate(s) of
insurance, executed by a duly authorized representative of each insurer, showing
compliance with all insurance required by this Easement.
All certificates of insurance and correspondence shall be addressed and sent to:
Union Pacific Railroad Co.
ATTN:
Real Estate Department -Folder No.:
1400 Douglas St., STOP 1690
Omaha, NE 68179-1690
All insurance policies must be written by a reputable insurance company acceptable to
Railroad or with a current Best's Insurance Guide Rating of A-and Class VII or better,
and authorized to do business in the state(s) in which the work is to be performed.
All policies required by this Easement shall provide coverage for punitive damages
unless (a) insurance coverage may not lawfully be obtained for any punitive damages
that may arise under this Easement, or ( d) all punitive damages are prohibited by all
states in which this Easement will be performed.
The fact that insurance is obtained by Grantee will not be deemed to release or diminish
the liability of Grantee, including, without limitation, liability under the indemnity
provisions of this Easement. Damages recoverable by Railroad from Grantee or any third
party will not be limited by the amount of the required insurance coverage.
PART 2: SPECIFIC INSURANCE LIMITS AND REQUIREMENTS
Grantee shall, at its sole cost and expense, procure and maintain during the life of this
Easement ( except as otherwise provided in this Easement) the following insurance
coverage:
A. Commercial General Liability Insurance written on ISO Occurrence form CG
00 01 12 04 ( or a substitute form providing equivalent coverage) with limits of
not less than:
• $2,000,000 Each Occurrence
• $4,000,000 Aggregate
Page 1
Collaboration. Public Projects. Davidson Yd . City ofFt.Worth 6.22 .09
14807877\V-S
Pipeline Crossing 07 /20/08
Form Approved, AVP-Law
This policy must also contain the following endorsements (which must be stated
on the certificate of insurance):
• Additional Insured Endorsement ISO Form CG 20 26 (or a substitute
form providing equivalent coverage).
The coverage provided to Railroad as additional insured shall, to the extent
provided under ISO Additional Insured Endorsement Form CG 20 26, provide
coverage for Railroad's negligence whether sole or partial, active or passive, and
shall not be limited by Grantee's liability under the indemnity provisions of this
Easement.
• Contractual Liability -Railroads ISO Form 24 17 10 01 ( or a substitute
form providing equivalent coverage) showing "Union Pacific Railroad
Company Property" covered by this Master Track Agreement as the
"Designated Job Site".
B. Business Automobile Liability Insurance written on ISO Form CA 00 01 10 01
( or a substitute form providing equivalent coverage) with a limit of:
• $2,000,000 each accident.
This policy must contain the following endorsements (which must be stated on the
Certificate oflnsurance):
• Designated Insured ISO Form CA 20 48 02 99 (or a substitute form
providing equivalent coverage).
• Coverage for Certain Operations in Connection with Railroads ISO
Form CA 20 70 10 01 showing "Union Pacific Railroad Property" covered
by this Master Track Agreement as the "Designated Job Site".
• Motor Carriers Act Endorsement 0MB Form MCS-90 (if required by
law).
C. Workers Compensation Insurance. Coverage must include but not be limited
to:
• Grantee's statutory liability under the workers' compensation laws of the
state(s) affected by this Easement. Employers' Liability (Part B) with
limits of at least $500,000 each accident, $500,000 disease policy limit
$500,000 each employee.
• If Grantee is self-insured, evidence of state approval and excess workers
compensation coverage must be provided.
• Grantee shall waives all rights of recovery, and its insurers also waive all
rights of subrogation of damages against Railroad and its agents, officers,
directors and employees for damages covered by the workers
compensation anp employers liability obtained by Grantee required in this
Easement. This waiver must be stated on the certificate of insurance.
D. Umbrella or excess liability Insurance. If Grantee utilizes umbrella or excess
policies to meet limit requirements, these policies must "follow form" and afford
no less coverage than the primary policy. If utilized Grantee shall waives all
Page2
Collaboration. Public Projects . Davidson Yd . City of ft.Worth 6 .22.09
14807877\V -S
Pipeline Crossing 07/20/08
Form Approved, AVP-Law
rights of recovery, and its insurers also waive all rights of subrogation of damages
against Railroad and its agents, officers, directors and employees for damages
covered by Umbrella or Excess Liability obtained by Grantee required in this
Easement. This waiver must be stated on the certificate of insurance.
C. Railroad Protective Liability Insurance. At all times during construction,
installation, repair or removal of a pipeline or wire line Grantee or its Contractor
must obtain and maintain Railroad Protective Liability insurance written on ISO
occurrence form CG 00 35 12 04 (or a substitute form providing equivalent
coverage) on behalf of Railroad as named insured, with a limit of not less than
$2,000,000 per occurrence and an aggregate of $6,000,000. A binder stating the
policy is in place must be submitted to Railroad before the work may be
commenced and until the original policy is forwarded to Railroad.
Page 3
Collaboration. Public Projects. Davidson Yd. City ofFt Worth 6 .22 .09
14807877\V-S
Pipeline Crossing 07 /20/08
Form Approved, AVP-Law
EXHIBIT D
MINIMUM SAFETY REQUIREMENTS
The term "employees" as used herein refer to all employees of Grantee or its
contractors, subcontractors, or agents, as ~ell as any subcontractor or agent of
any Contractor.
I. Clothing
A. All employees will be suitably dressed to perform their duties safely
and in a manner that will not interfere with their vision, hearing, or
free use of their hands or feet.
Specifically, employees must wear:
(i) Waist-length shirts with sleeves.
(ii) Trousers that cover the entire leg. If flare-legged trousers
are worn, the trouser bottoms must be tied to prevent
catching .
(iii) Footwear that covers their ankles and has a defined heel.
Employees working on bridges are required to wear safety-
toed footwear that conforms to the American National
Standards Institute (ANSI) and FRA footwear requirements.
8. Employees shall not wear boots (other than work boots), sandals,
canvas-type shoes, or other shoes that have thin soles or heels that
are higher than normal.
Page 1
Collaboration. Public Projects . Davidson Yd . City of Ft.Worth 6 .22.09
I 4807877\V-5
Pipeline Crossing 07 /20/08
Form Approved, AVP-Law
C. Employees must not wear loose or ragged clothing, neckties, finger
rings, or other loose jewelry while operating or working on
machinery.
II. Personal Protective Equipment
Employees shall wear personal protective equipment as specified by
Railroad rules, regulations, or recommended or requested by the Railroad
Representative .
(i) Hard hat that meets the American National Standard (ANSI) Z89.1
-latest revision. Hard hats should be affixed with Contractor's
company logo or name.
(ii) Eye protection that meets American National Standard (ANSI) for
occupational and educational eye and face protection, Z87 .1 -
latest revision. Additional eye protection must be provided to meet
specific job situations such as welding, grinding, etc.
(iii) Hearing protection, which affords enough attenuation to give
protection from noise levels that will be occurring on the job site .
\
Hearing protection, in the form of plugs or muffs , must be worn
when employees are within:
• 100 feet of a locomotive or roadway/work equipment
• 15 feet of power operated tools
• 150 feet of jet blowers or pile drivers
• 150 feet of retarders in use (when within 10 feet, employees
must wear dual ear protection -plugs and muffs)
Page 2
Co ll aboratio n. Pub lic Projec ts . Da vidson Yd. City of Ft. Worth 6.22 .09
1480787 7\V-S
Pipeline Crossing 07 /20/08
Form Approved, AVP-Law
(iv) Other types of personal protective equipment, such as respirators,
fall protection equipment, and face shields, must be worn as
recommended or requested by the Railroad Representative.
Ill. On Track Safety
Contractor is responsible for compliance with the Federal Railroad
Administration's Roadway Worker Protection regulations -49CFR214,
Subpart C and Railroad's On-Track Safety rules. Under 49CFR214,
Subpart C, railroad contractors are responsible for the training of their
employees on such regulations. In addition to the instructions contained
in Roadway Worker Protection regulations, all employees must:
(i) Maintain a distance of twenty-five (25) feet to any track unless the
Railroad Representative is present to authorize movements.
(ii) Wear an orange, reflectorized workwear approved by the Railroad
Representative.
(iii) Participate in a job briefing that will specify the type of On-Track
Safety for the type of work being performed . Contractor must take
special note of limits of track authority, which tracks may or may not
be fouled, and clearing the track. Contractor will also receive
special instructions relating to the work zone around machines and
minimum distances between machines while working or traveling.
IV. Equipment
Page 3
Collaboration. Public Projects . Davidson Yd. City of Ft.Worth 6 .22.09
14807877\V-5
Pipeline Crossing 07 /20/08
Form Approved, AVP-Law
A. It is the responsibility of Contractor to ensure that all equipment is
in a safe condition to operate. If, in the opinion of the Railroad
Representative, any of Contractor's equipment is unsafe for use,
Contractor shall remove such equipment from Railroad's property.
In addition, Contractor must -ensure that the operators of all
equipment are properly trained and competent in the safe operation
of the equipment. In addition, operators must be:
• Familiar and comply with Railroad's rules on lockout/tagout
of equipment.
• Trained in and comply with the applicable operating rules if
operating any hy-rail equipment on-track.
• Trained in and comply with the applicable air brake rules if
operating any equipment that moves rail cars or any other
railbound equipment.
B . All self-propelled equipment must be equipped with a first-aid kit,
fire extinguisher, and audible back-up warning device .
C. Unless otherwise authorized by the Railroad Representative, all
equipment must be parked a minimum of twenty-five (25) feet from
any track . Before leaving any equipment unattended, the operator
must stop the engine and properly secure the equipment against
movement.
D. Cranes must be equipped with three orange cones that will be used
to mark the working area of the crane and the minimum clearances
to overhead powerlines.
V. General Safety Requirements
Page4
Collaboration . Public Projects . Davidson Yd . City ofFt.Worth 6.22.09
14801877\V-S
Pipeline Crossing 07/20/08
Form Approved, AVP-Law
A. Contractor shall ensure that all waste is properly disposed of in
accordance with applicable federal and state regulations.
B. Contractor shall ensure that all employees participate in and
comply with a job briefing conducted by the Railroad
Representative, if applicable. -During this briefing, the Railroad
Representative will specify safe work procedures, (including On-
Track Safety) and the potential hazards of the job. If any employee
has any questions or concerns about the work, the employee must
voice them during the job briefing. Additional job briefings will be
conducted during the work as conditions, work procedures, or
personnel change.
C. All track work performed by Contractor meets the minimum safety
requirements established by the Federal Railroad Administration's
Track Safety Standards 49CFR213.
D. All employees comply with the following safety procedures when
working around any railroad track:
(i) Always be on the alert for moving equipment. Employees
must always expect movement on any track, at any time, in
either direction.
(ii) Do not step or walk on the top of the rail, frog, switches,
guard rails, or other track components.
Page 5
Collaboration . Public Projects . Davidson Yd . City of Ft.Worth 6.22 .09
14807877\V-5
Pipeline Crossing 07/20/08
Form Approved, AVP-Law
(iii) In passing around the ends of standing cars, engines,
roadway machines or work equipment, leave at least 20 feet
between yourself and the end of the equipment. Do not go
between pieces of equipment of the opening is less than one
car length (50 feet).
(iv) Avoid walking or standing on a track unless so authorized by
the employee in charge.
(v) Before stepping over or crossing tracks, look in both
directions first.
(vi) Do not sit on, lie under, or cross between cars except as
required in the performance of your duties and only when
track and equipment have been protected against
movement.
E. All employees must comply with all federal and state regulations
concerning workplace safety.
Page6
Collaboration . Public Projects . Davidson Yd. City of Ft Worth 6.22 .09
14807877\V-5
EXIDBIT A-9
APPROVED FORM OF
ACCESS AND MAINTENANCE EASEMENT AGREEMENT
BETWEEN RAILROAD AND CITY
[follows this page]
bAL:05'67318/47205 : 185151JvlQ
NOTICE OF CONFIDENTIALITY RIGHTS: IF YOU ARE A NATURAL
PERSON, YOU MAY REMOVE OR STRIKE ANY OR ALL OF THE
FOLLOWING INFORMATION FROM ANY INSTRUMENT THAT
TRANSFERS AN INTEREST IN REAL PROPERTY BEFORE IT IS FILED
FOR RECORD IN THE PUBLIC RECORDS: YOUR SOCIAL SECURITY
NUMBER OR YOUR DRIVER'S LICENSE NUMBER. ..
After Recording Return to :
Locke Lord Bis sell & Liddell LLP
2200 Ross A venue, Suite 2200
Dallas , Texas 75201
Attention: Frank E. Stevenson II
ACCESS AND MAINTENANCE EASEMENT AGREEMENT
This Access and Maintenance Easement Agreement (this "Agreement") is executed as of
2009, by and between the CITY OF FORT WORTH, TEXAS, a Texas home-rule _____ __,,
municipality (the "City" having an address of 1000 Throckmorton Street, Fort Worth, Texas 76102 , and
UNION PACU~IC RAILROAD COMPANY, a Delaware corporation ("UP"), having an address of
1400 Douglas Street -STOP 1580, Omaha, Nebraska 68179 . The City and UP and their respective
successors and assigns may be collectively referred to herein as the "Owners".
RECITALS
A. The City, UP, the Texas Department of Transportation, an agency of the State of Texas
("TxDOT"), and the North Texas Tollway Authority, a regional tollway authority and political
subdivision of the State of Texas ("NITA"), and, together with the City and TxDOT, th e "Project
Partners"), have entered into that certain Southwest Parkway/SH 121 Union Pacific Railroad/Project
Partners Formal Agreement executed as of January 8, 2009, as amended by a First Amendment to Formal
Agreement dated as of May 19, 2009, a Second Amendment to Formal Agreement dated as of June 17,
2009, a Third Amendment to Formal Agreement dated as of August 20, 2009, a Fourth Amendment to
Formal Agreement dated as of September 1, 2009 and a Fifth Amendment to Formal Agreement dated as
of September ___, 2009 (as amended, the "Formal Agreement"), pursuant to which UP and the Project
Partners established certain agreements and understandings with respect to the design, construction,
operation and maintenance of Southwest Parkway/SH 121 ("SWP/SH 121 ").
B. SWP/SH 121 includes the construction of a new Hulen Street bridge and related retaining
walls that shall be located upon, over and across the Davidson Yard, which is owned and operated by the
Grantor, followed by the demolition of the existing Hulen Street bridge located upon, over and across the
Davidson Yard (the "Crossing Project"). The new Hulen Street Bridge is a grade separated overpass
structure (sometimes herein called the "Structure") that will carry vehicular traffic traveling on Hulen
Street crossing over the Grantor's tracks near the Grantor's Milepost 250 . The area in which the Structure
will be located (the "Crossing Area") is separately shown and legally described as Parcel No. 58E-PT2 on
the Right-of-Way Plat prepared by Gorrondona & Associates, Inc., dated July 10, 2009 and attached as
Exhibit A hereto. The substructures, bridge decks and main roadways of the Structure (the "Roadways")
will be located in air rights parcels above the surface of the Crossing Area. The foundations, footings ,
piers and supports for the Roadways ( collectively, the "Supports") will be located in air rights, surface
and subsurface parcels upon, below and above the Crossing Area .
C . Pursuant to that certain Grant of Permanent Easement for Highway Overpass between the
Owners of even date herewith (as amended from time to time, the "Permanent Overpass Easement"), UP
has granted to the City certain permanent easements upon, above and below the surface areas of the
Crossing Area for the installation, use, repair and maintenance of the Structure within the Crossing Area.
D. As a part of the SWP/SH 121 project the City intends to install new City water lines and
sewer lines and appurtenant manholes and related systems under the surface of Davidson Yard (the
"Utility Work", and collectively with the Structure, the ''Installations") to relocate, replace and expand
existing City water and sewer lines and related facilities under Davidson Yard that interfere with SWP/SH
121 and will be abandoned upon completion of the Utility Work. The Utility Work will be located wholly
within the boundaries of certain permanent easement areas within Davidson Yard (the "Utility Areas") as
described in that certain Pipeline Crossing Easement Agreement (Water) and that certain Pipeline
Crossing Easement Agreement (Sewer) between the City and UP, each of even date herewith (the
"Permanent Utility Easements", and collectively with the Permanent Overpass Easement, the "Permanent
Easements").
E. The Owners desire to enter into this Agreement in order to establish each Owner's
respective rights and obligations with respect to the City's access to the Crossing Area and the Utility
Areas for purposes of the maintenance, repair and restoration of the Installations following the initial
construction and completion thereof in accordance with the Formal Agreement and that Construction
Coordination Agreement dated as of September_, 2009 between the City, UP and NIT A (as amended
from time to time, the "Construction Agreement").
AGREEMENTS
NOW, THEREFORE, in consideration of the foregoing Recitals, which are hereby incorporated
herein, and other good and valuable consideration, the receipt and sufficiency of which are hereby
acknowledged, the Owners hereby agree as follows :
1. Access Easement. UP hereby grants to the City and its successors and assigns, for the
use of the City, its successors and assigns and their respective contractors, subcontractors, agents,
consultants and employees, an irrevocable, permanent non-exclusive easement to enter, from time to time
and on reasonable notice, upon those portions of the Davidson Yard as may be reasonably designated by
UP from time to time as staging and repair areas (the "Installation Work Areas") for the limited and
express purpose of using such areas for maintaining, repairing and restoring the Structure (including the
Roadways, the Supports, any Permitted Ancillary Improvements (as defined in the Permanent Overpass
Easement) and the Utility Work in accordance with the terms of this Agreement and to obtain access to
the Installation Work Areas from other property of the City or from another point of access and to
traverse the Davidson Yard at such reasonable locations and times, and under such reasonable conditions,
as may be designated from time to time by UP. UP will endeavor to designate Installation Work Areas
that maximize the convenience, and minimize the cost, to the City in performing the required
maintenance, repair and restoration work while eliminating or minimizing to the greatest extent any
interference with normal operations in the Davidson Yard , provided that the Installation Work Areas will
in any event be sufficient to permit performance of the required work on a commercially reasonable basis.
Entry by the City onto the Installation Work Areas once the Installation Work Areas have been improved
by UP for UP's railroad purposes, including, without limitation, the passage of trains, and passage at any
time across the Davidson Yard will be subject to the following special conditions: (a) explosives or other
highly flammable substances shall not be stored on the Installation Work Areas or elsewhere in the
Davidson Yard without the prior written approval of UP; (b) at the request of UP, the City shall remove
from the Installation Work Areas and the Davidson Yard any employee of the City or any contractor or
subcontractor of the City who fails to conform to the instructions of UP's designated representatives in
connection with the work on the Installation Work Areas and the access across Davidson Yard, and any
-2 -
J4 8 l 73S 6W-3
right of the City to work on the Installation Work Areas or to cross Davidson Yard shall be suspended
until such removal has occurred; (c) UP reserves the right to temporarily suspend the right of entry
granted to the City herein on such prior notice as is practicable under the circumstances if deemed
necessary by UP's authorized representative for a period of time reasonably deemed necessary by such
representative in order to maintain safety within the Davidson Yard or to prevent disruption of interstate
commerce; (d) the City shall cause the City's contractor to comply with the terms and conditions
contained in Exhibits B, B-1 and B-2 attached hereto as such terms and conditions may be reasonably
updated from time to time by UP to reflect general changes in the nature of UP's operations and
equipment, provided such changes do not materially impair the rights and benefits accruing to the City
under this Agreement, and (e) before commencing any work pursuant to this Agreement on the
Installation Work Areas or elsewhere in the Davidson Yard, the City will require its contractor to provide
UP with a certificate issued by such contractor's insurance carrier providing the insurance coverages
required pursuant to such Exhibit B-1 ( or such other coverages as may be hereafter customarily required
by UP) in a policy which contains the following type of endorsement: "Union Pacific Railroad Company
is named as additional insured with respect to all liabilities arising out of contractor's performance of any
work on the property of the Union Pacific Railroad Company."
14817356\V -3
2. Conditions on Use, Maintenance and Repair.
(a) The City agrees to maintain, repair and preserve the Installations in such
condition and repair, including the repair or restoration of damage or destruction of the
Installations resulting from casualty or any other cause, other than the negligence, acts or
omissions of UP or its employees, agents or contractors, so as to enable UP to have and enjoy the
benefits of all of its rights reserved upon , across and below the Crossing Area and the Utility
Areas in connection with its railroad and related operations, as reserved in the Permanent
Easements and as provided herein. The City shall pay any and all costs and expenses necessary
for such maintenance, repair and preservation of the Installations, except to the extent attributable
to the negligence, acts or omissions of UP or its employees, agents or contractors.
(b) Whenever it shall be necessary to repair, restore or replace the Installations, such
repaired , restored or replaced Installations shall be erected in the same location and on the same
line, be of the same or superior design and size, and be comprised of the same or substantially
similar material or better, and otherwise comply in all material respects with the original plans
and specifications (or subsequently approved deviations therefrom) for the Installations, except to
the extent that the City has obtained the prior written approval of UP to any material deviations
from such plans and specifications, which approval shall not be unreasonably withheld so long as
UP will be able to continue to conduct its operations on its Property in the same manner as
existed prior to such repairs, restorations or replacements (but only to the extent such operations
within the Crossing Area are consistent with the rights reserved by UP under the Permanent
Overpass Easement) without any additional cost, expense or restriction to UP.
( c) Any repairing, restoring or replacement done hereunder shall be performed
timely and in a good and workmanlike manner, and shall be carried out subject to materially the
same construction constraints, allowances and requirements as are set out in the Construction
Agreement with respect to the initial installation of the Installations, taking into account (i) the
nature of the repairs, restorations or replacements to be performed and (ii) the then-current
configuration of Davidson Yard in the vicinity of the Crossing Area and Utility Areas and any
changes in UP's railroad operations in Davidson Yard, but only to the extent such operations
within the Crossing Area are consistent with the rights reserved by UP under the Permanent
Overpass Easement (the "Agreed Constraints").
- 3 -
( d) If the City shall neglect or refuse to maintain, repair or restore the Installations in
accordance with the terms of this Agreement, and if the City does not commence to cure such
failure within thlrty (30) days after receipt of written notice from UP describing such failure and
thereafter diligently and continuously prosecute such cure to completion, UP in its sole discretion
may cause such damaged or destroyed elements to be repaired or restored (as applicable) to the
condition (and solely to the condition) required to permit UP to continue its railroad and related
operations fully and safely through t)le Crossing Area and to exercise all of its other rights
reserved to UP under the Permanent Overpass Agreement and, in addition to any other remedy
available to it by law, shall be entitled to recover from the City all costs and expenses reasonably
incurred by UP in undertaking such repair or -restoring . Notwithstanding the foregoing, if the
passage of trains through the Crossing Area is blocked or endangered by the failure to so
maintain, repair or restore the Installations, such 30-day period shall be reduced to five (5)
business days after delivery of such written notice.
(e) The parties shall comply with all Federal, state, and local laws, statutes,
ordinances, rules, and regulations applicable to them with respect to this Agreement.
3. Arbitration. In the event of any dispute between the City and UP concerning (i) the
sufficiency of the Installation Work Areas using the standards specified in Section 1 above, (ii) whether
or not any proposed deviations from the original plans and specifications for the Installations are material,
as specified in Section 2(b) above, or if UP' s approval of any such deviations has been properly withheld
under the standard set forth in such Section 2(b), (iii) whether or not the differences in the proposed
construction constraints, allowances and requirements applicable to the repairing, restoring or
replacement of the Installations from the construction constraints, allowances and requirements applicable
to the initial installation of the Installations are appropriate under the standard set forth in Section 2(c)
above, or (iv) whether or not the scope of UP's proposed repair and restoration of the Installations under
Section 2(d) above exceeds the scope needed to permit UP to continue its railroad and related operations
fully and safely through the Crossing Area, such a dispute (and only such a dispute) shall be resolved
pursuant to the te1ms of Section III .R. of the Formal Agreement, a copy of which is attached hereto as
Exhibit C attached hereto, as if such a dispute were a "Non-Arbitrable Dispute" as such term is defined in
the Formal Agreement.
4 . Ownership of Installations . The City and UP intend and agree that the Installations, and
all other improvements installed, attached or constructed by the City in accordance with the Pennanent
Easements and thls Agreement are, and at all times shall be, the sole and exclusive property of the City,
whether or not the same shall be attached or.affixed to the real property of UP.
5. Covenants Run with Land. The benefits and burdens of the covenants herein contained
shall annex to and be construed as covenants running with the Crossing Area and Utility Areas and shall
bind the respective parties hereto and their respective successors and assigns .
6. Non-Waiver of Covenants. No covenant, restriction, condition, obligation or provision ·
contained in this Agreement shall be deemed to have been abrogated or waived by reason of any failure to
enforce the same, irrespective of the number of violations or breaches which may occur.·
7. Successors and Assigns. Each grantee of an Owner, and each subsequent grantee, by the
acceptance of a deed of conveyance, and each purchaser under any contract for such deed of conveyance,
accepts said deed or contract subject to all restrictions, conditions, covenants and easements, and the
rights and powers created or reserved by this Agreement and shall be deemed to have agreed to perform
all undertakings and to be bound by all agreements and covenants imposed on it by this Agreement. All
rights, benefits and privileges of every character hereby granted, created, reserved or declared and all
impositions and obligations hereby imposed shall be deemed and taken to be covenants running with the
-4-
14 8 17)56\V-J
land, and sha ll bind any person having at any time any interest or estate in the Crossing Area and Utility
Areas , and shall inure to the benefit of such grantee or purchaser in like manner as though the provisions
of this Agreement were recited and stipulated at length in each and every deed of conveyance or contract
for conveyance .
8. Enforcement. Subject to Section 3, if the City or UP shall default in the p ayment or
perfonnance of any duty or obligation hereunder, which default shall continue for thirty (30) days after
receipt of written notice of such default, the non-defaulting party shall have the right to pursue all
remedies available at law and equity, including claims for damages, which shall, without limitation,
include reasonable attorney's fees and court costs. Notwithstanding the foregoing, but subject to Section
J, if a violation on the part of the City or UP of any of the restrictions , covenants, terms or conditions of
this Agreement to be kept, observed or performed by it will , or is likely to, result in damages which are
irreparable or impossible of ascertainment, then the other is hereby granted the right to prevent or remedy
any such thre atened or actual violation, or the further continuation of any such violation, as the case may
be, by means of injunctive proceedings or other legal remedies . The various rights and remedies herein
granted shall be in addition to all other rights and remedies that may be available. All said rights and
remedies may be exercised either concurrently or consecutively or partly concurrently and partly
consecutively, as the case may be .
9. Scverability. If any term, provision, covenants, easement, agreement or condition in this
Agreement shall be or be held invalid, whether in general or as to any particular situation or circumstance,
the remainder of this Agreement and the applicability to any other situation or circumstance, as the case
may be, shall not be invalidated or terminated hereby, but shall remain in full force and effect to all
intents and purposes as though such invalid term, provision, covenant, e as ement, agreement or condition
had never been.
14 8 17356\V-3
10. Miscellaneous.
(a) As used in this Agreement, the ma sculine shall mean the feminine or neuter and
singular ·shall mean plural where the context requires to preserve the meaning of the appropriate
provision.
(b) This Agreement may be executed in counterparts and, once counterparts have
been executed and delivered by each of the parties, this Agreement shall be effective.
(c) This Agreement shall be governed and construed in conformity with the laws of
the State of Texas, and the parties to this Agreement hereby agree that venue for any and all
causes of action between the parties and arising under this Agreement shall be State District
Court in Tarrant County, Texas .
( d) Time is of the essence of this Agreement.
(e) Nothing contained in this Agreement shall be deemed to be a gift or dedication of
all or any part of the Crossing Area, the Utility Areas or the Davidson Yard to" the public or for
any public use, and this Agreement creates no rights in the public or in any other person or entity,
except as expressly provided herein .
(f) All notices to be provided under this Agreement shall be delivered personally or
sent by a recognized overnight air courier service, addressed to such party at the addresses first
shown above. A notice shall be deemed received by a party upon its personal delivery to that
party , one business day after its deposit with a recognized overnight air courier service properly
-5 -
14 817J56 1V -3
addressed to that party, or upon that party's actual receipt. Any party may change its notice
address by notifying the other parties at their then-current notice addresses.
(g) Each party to this Agreement represents to the other that it is fully authorized to
enter into this Agreement and to perform its obligations hereunder.
(h) Notwithstanding that UP has granted the easements contained herein to the City
without warranty of title and subject to all matters of record, the City accepts its interest in such
easements with the express intention and expectation that it does so free from the adverse claims
of any other person or entity other than those of UP as expressly reserved herein, and the City
expressly asserts, claims, and hereby provides notice that its interest in and to such easements is
and shall be open, adverse and hostile to any other person or entity that may now hold an
ownership or other interest in the portions of Davidson Yard that are subject to such easements,
or any other interest otherwise adverse to or in conflict with the such easements, other than UP as
and to the extent expressly reserved herein.
(i) This Agreement, the Permanent Easements and the Construction Agreement
contain all the terms, conditions and covenants relating to the Installations, the Crossing Area and
the Utility Areas, and no modifications, waiver, variations, or releases of the duties and
obligations under this Agreement shall be binding unless made in writing and signed by the
Owner to be charged thereby.
(Signature Pages Follow]
-6 -
IN WITNESS WHEREOF, the parties have executed this Agreement in manner sufficient to bind
as of the day and year first above written.
UNION PACIFIC RAILROAD COMPANY,
a Delaware corporation
By: ____________ _
Name.: ______________ _
Title: ______________ _
THE CITY OF FORT WORTH, TEXAS
By:'--.---------------Name: _____________ _
Title ~----------------
RECOMMENDED BY:
Bs,:-. -----------
Name:. ___ ~------'----"'---
Tide:. ---------------
APPROVED AS TO FORM:
By:----------~-~~e:. ______________ ~
Tj tle ,; •;,.___ _____________ _
Signature Page to Access and Maintenance Easement Agreement
1~81 H56W,3
THE STATE OF ------
COUNTY OF _____ _
§
§
This instrument was acknowledged before me the __ day of , 2009 by
-----------' of UNION PACIFIC RAILROAD
COMP ANY, a Delaware corporation, on behalf of said corporation.
[PERSONALIZED SEAL]
THE STATE OF ------
COUNTY OF _____ _
§
§
Notary Public Signature
This instrument was acknowledged before me the __ day of 2009 by
of THE CITY OF FORT WORTH,
TEXAS, a home-rule municipality of the State of Texas, on behalf of said municipality.
Notary Public Signature
[PERSONALIZED SEAL]
Signature Page to Access and Maintenance Easement Agreement
148 1735 6\V-3
EXHIBIT A
DESCRIPTION OF CROSSING AREA
[Legal Description of Parcel 58E Part 2)
A-1
EXHIBITB
TO
ACCESS AND MAINTENANCE EASEMENT AGREEMENT
Section 1. NOTICE OF COMMENCEMENT OF WORK-FLAGGING.
a. Subject to the Agreed Constrain~, as applicable, the City's coritra~tor (''Ci ty Co.ritiactor")
shalJ notify the designated representative of UP (the '•UP Representati:v.e'·') af least 5· working days in
advance of proposed performance of any work by City CQntractor on the Davidson Yatd pursuant to this
Agreement in which any person or equipment wtU be w.ithlrt 25 feet: of any track, ~r-will.,be near enough
to any track that any equip1:nebt extension (such a~, but nqt limited to, a cran:e boom) will read1 to within
25 feet of any track. No work of any kind shall be performed on the Davi¢!son Yard pursua-nt to this
Agreement, and no person, equipment, machinery, tool(s), material(s), vehicle{s}, or thfug(s). shall be
located', operated, placed, or stored within 25 f~t of .any of uP's trac.k(s) at any time, for any reason,
unless and until. a ·UP flagman is · p'rdvided to watch. for trajns,, Q'pqn receipt of ·such. 5.-da-y notfoe. UP
Representative will determine and infonn CITY Contractor whether a: t'lagman n~ be 'pteserit and.
whether City Contractor need implenient any ·speer.al protective. or ·Safety measures, consistent with the
Agreed Constraints. 1f flaggir'1g or other special p(0teetive: enafety measures · are performed by UP, such
services will be provided at City Cont(actor's expense with-the W1<lersta:nding that if UP provides any
flagging or other services, City Contra·ctor shafl not be relieved of any of its responsibilities or liabilities
set forth herein. City Contractor shall ~toinptly pay ·to UP all charges connected with such services within
30 days after presentation of a biU therefor.
b . The rate of pay per hour for each man will be the prevailing lmurly rate in effect for an
eight hour day (or the class of men usetLdbring .. reguJarly-assigned hours·.and overtime in.:acoordance with
Labor Agree111e1_1t~ an.d $chedul~i.n .effect at the,t ime,t11e: w:orkjs:p,eii9rmed. In adfil'tion to the oost of
such labbt, ·a c6mpds'il'e· charge for vacation, hplicfay ,.-liealtli ~rid w.etfar e.:,. supp,l®Iental -~icloies~, :R$ijroad
Retirement & UC~ supplemental pension, Employees Liab.ility . and":Pi;operfy'f>anrage and Aoministi;auon
will be included, computed on actual payroll. The composite charg ~ will .'!)e t11~'iir~vai~g.icompo-site
charge in effect cin the day of execution of this Agreement. One and o n e,-half times the curre.n;t hourly
ra te is paid for overtime, Saturdays and Sundays; two and one-half times current hourly rate for holidays.
Wage rates are subject to change, at any time, by Jaw or by agreement between UP and its employees, and
may be retroactive as a result of n·egofiations or a ruling of an authorized governrr1ental agency.
Additional charges 011 labor are also subject to change. If the wage rate or additiQnal charges are
changed, City Contractor shall pay on the-basis of the new rates and charges.
c . Reimbursement to UP will be required coveririg the full eight hQ\IF',day d:urii,lg whiph any
flagman is furnished, unless he can be assigned to o.tl~~r "trn w<>,fk 4uriil_g a:p(:frtion ,~f ·sucn day;, in •whfok .
event reimbursement will not be required for the pol:tfoh 0-f the;:day ·.during w.h~c..h: i,lie -.fl~gn$1 is eng~ged
in other UP work. Reimbursement will also be reqtiire.d.fqf a.nY d_ay. not actually Worked ' by -said flagman
following his assignment to work in. connection with this Agree.m~t -.f9r whi~hUP is required to -pay tlre
flagman and which could not reasonably-be avoided brUP by 'assigiunent ofsnch,flagr:i;lanto otherwcfrk,_
even though City Contractor may not be working during such time .
Section 2. LIMITATION OF RIGHTS GRANTED.
The foregoing grant of right is subject to the continuing right of UP to use and maintain its entire
property including the right and power of UP to construct, maintain, repair, renew, use, operate, change,
B-1
148 17356\V-3
modify or relocate UP tracks, roadways, signal, communication, fiber optics , or other wirelines, pipelines
and other facilities upon, along or across any or all parts of the Davidson Yard, subject to the express
limitations on UP's activities contained in the "Pennanent Overpass Easement" (as such term is defined
in this Agreement), all or any of which may be freely done at any time or times by UP without liability to
City Contractor or to any other party for compensation or damages, except as otherwise provided in those
Sections.
Section 3. LIMITATION OF RIGHTS GRANTED.
No work performed by City Contractor pursuant-to this Agreement shall cause any interference
with the constant, continuous and unintenupted use of the tracks, property and facilities of UP, its lessees,
contractors or others, except as otherwise contemplated by the Agreed Constraints, unless specifically
permitted under this Agreement, or specifically authorized in advance by UP Representative ( consistent
with the terms of this Agreement and the Agreed Constraints). Nothing shall be done or suffered to be
done by City Contractor at any time that would in any manner impair the safety thereof. When not in use,
except as and to the extent contemplated by the Agreed Constraints, City Contractor's machinery and
materials shall be kept at least 50 feet from the centerline of UP's nearest track, and there shall be no
vehicular crossings of UP' s tracks except at existing open public crossings, unless specifically authorized
in advance by UP Representative.
Section 4. MECHANIC'S LIENS.
City Contractor shall pay in full all persons who perform labor or provide materials for the work
by or at the direction of City Contractor pursuant to this Agreement. City Contractor shall not create,
permit or suffer any mechanic's or materialmen's liens of any kind or nature to be created or: enforced
against any property of UP for any such work performed, and if any such lien shall be filed or recorded,
City Contractor shall promptly pay, discharge or bond such lien. City Contractor shall indemnify and
hold harmless UP from and against any such liens resulting from such work done, labor performed, or
materials furnished on behalf of City Contractor. City Contractor further agrees in the event that an
action to foreclose any such lien same shall be commenced, upon notice thereof being provided by UP, to
defend the same free of cost, charge or expense to UP.
Section 5. PROTECTION OF UTILITIES.
a. Fiber optic cable and other utility systems may be buried on the Davidson Yard.
Protection of the fiber optic cable and other utility systems is of extreme importance since any break
could disrupt service to users resulting in business interruption and loss of revenue and profits. City
Contractor shall telephone 1-800-336-9193 (a 24-hour, 7-day number for emergency calls) during normal
business hours (7 A.M. to 9 P.M ., CST, Monday-Friday, except holidays) to determine if fiber optic cable
or other utilities are buried anywhere on the Davidson Yard . If there are, City Contractor will telephone
the telecommunications or utility cornpany(ies) involved, arrange for a utility locator, make arrangements
for relocation or other protection of the applicable utility, and will commence no work on the Davidson
Yard until all such protection or relocation has been accomplished.
b. In addition to other indemnity provisions in this Agreement, to the extent allowable at
law as to City Contractor, City Contractor shall indemnify and hold UP hannless from and against all
costs, liability and expense whatsoever (including, without limitation, attorneys' fees, court costs and
expenses) arising out of any act or omission of City Contractor, its agents and/or employees, to the extent
(and in the proportion) it causes or contributes to (1) any damage to or destruction of any
telecommunications or utility system on the Davidson Yard, and/or (2) any injury to or death of any
B-2
14817356\V-)
person employed by or on behalf of any telecommunications or utility company, and/or City Contractor,
or their respective agents and/or employees, on the Davidson Yard.
Section 6. COMPLIANCE WITH LAWS.
In the prosecution of the work on the Davidson Yard, City Contractor shall secure any and all
necessary permits and shall comply with all applicable federal, state and local Jaws, regulations and
enactments affecting the work. City Contractor shall use only such methods as are consistent with safety,
both as concerns City Contractor, City Contractor's agents and employees, the officers, agents, employees
and property of UP and the public in general. City Cc:mtractor (without limiting the generality of the
foregoing) shall comply with all applicable state and federal occupational safety and health acts and
regulations. All applicable Federal Railroad Administration regulations shall be followed when work is
performed on the Davidson Yard pursuant to this Agreement. If any failure by City Contractor to comply
with any such laws, regulations, and enactments, shall result in any fine, penalty, cost or charge being
assessed, imposed or charged against UP, City Contractor shall reimburse and, to the extent allowable at
law as to City Contractor, indemnify UP for any such fine, penalty, cost, or charge, including without
limitation attorneys' fees, court costs and expenses. City Contractor further agrees in the event of any
such action, upon notice thereof being provided by UP, to defend such action free of cost, charge, or
expense to UP.
Section 7. SAFETY INSTRUCTIONS.
Safety of personnel, property, rail operations and the public is of paramount importance in the
prosecution of work on the Davidson Yard pursuant to this Agreement. As reinforcement of the
foregoing, the following special safety rules shall be followed:
a . City Contractor shall keep those conditions and features of the Davidson Yard under the
control of City Contractor free from safety and health hazards and ensure that its employees are
competent and adequately trained in all safety and health aspects of the work to be performed by them
pursuant to this Agreement. City Contractor shall have proper first aid supplies available on the job site
so that prompt first aid services can be provided to any person that may be injured on the Davidson Yard.
City Contractor shall promptly notify UP of any U.S. Occupational Safety and Health Administration
reportable injuries occurring to any person that may arise during the work performed on the Davidson
Yard pursuant to this Agreement. City Contractor shall have a non-delegable duty to control its
employees while they are on the Davidson Yard to be certain they do not use, be under the influence of,
or have in their possession any alcoholic beverage, drug, narcotic or other substance that may inhibit the
safe performance of work by the employee.
b. The employees of City Contractor shall be suitably dressed to perform their duties on the
Davidson Yard safely and in a manner that will not interfere with their vision, hearing or free use of their
hands or feet. Only waist length shirts with sleeves and trousers that cover the entire leg are to be worn.
If flare-legged trousers are worn, the trouser bottoms must be tied to prevent catching. The employees
should wear sturdy and protective work boots and at least the following protective equipment:
14 8 17356\V-3
(1) Protective head gear that meets American National Standard-Z89.l-latest.
revision. It is suggested that all hardhats be affixed with City Contractor's or its
subcontractor's company logo or name.
(2) Eye protection that meets American National Standard for occupational and
educational eye and face protection, Z87 . I-latest revision. Additional eye protection
B-3
must be provided to meet any applicable specific job situations such as welding,
grinding, burning, etc.; and
(3) Hearing protection which affords enough attenuation to give protection from
noise levels that will be occurring on the job site.
c . All heavy equipnieht provided or leas.ed by City Contractor for use 011 the Davidson Yard
shall be eqgipped with audible back-up warning devices. If in the opinion of UP Representative
(co.nsiste:nt with the Agreement ancl the Agreed Constra.ints) any of City Contractor's or any of its
subcontractor~·; equipn;ient is ~µsafe for use on the Davidson Yard, Cicy Contractor, at the request of UP
Representative, shall promptly remove such equipmenl from the Davidson Yard.
Section 8. INDEMNITY.
a . As used in this Section, "UP" includes UP and other UP companies using the UP
Property at or n ear the location of City Contractor's work and their officers, agents,,ancl -emp1o:yees; and
"Loss" means loss , damage, claims, demands, aetiaus,'.causes of actio~ pena:lijes, costs, and expenses of
whatsoever nature, including court costs and reasonable:att:omeys' fe.es , wbiq.h i:esult fr<:~n:i :. (a) injµry to or
death of pers on s whomsoever (includingJJP's officers, agents , and employees, City Contractor's officers,
agents, and employees, as well as any other persli>n); and/or (b) damage to or loss or destruction of
property w haJspever-(including City Contractor'·s property, damage to the roadbeds, tracks, equipment, or
.otl1e.t _pr0,p e~ of;Ul\ or prqpep;y in the City-Contractor's care or custody).
b . As a major inducement and in consideration of the rights of entry herein granted, City
Contractor agrees, to the extent allowable at law, to indemnify and hold harmless UP from any Loss to the
extent (and in the proportion) it is due to or arises from the work performed under this Agreement, a
breach of this Agreement (including the health and safe.ty p.rpv isicihs hereiit) by City Contractor, any.
activity of City Contractor under this Agreement, or any 9nu;ssfon or negiig\m.ce ,arising out af
performance or nanp_erform.ance of f.his Agreement by City Contractor. Notwith~tanding the fo r-egoing,
City Coritrae.tor shall -not be .. requ.~.ed to -indemnifyt defend ,and/or hold harmless lJP from._ and the
foregoi.:i1g indemnify shall not apply to_, any, prf?-~.xisting . haiardous <>r toxic. materials or contamination
upon or underneath. the Ui> Property that may be discovered as a result of City Contractor's wprk, testing
or studies .
c. City ~ontractor expressly and specificaily assumes p .ot e.pt ial liability under this Section 8
for claims or actions b c,Qugbt by C.ity Contractor's QWn ·emplqyeeS; City Contractorwaiv.es. any immunity
it may have under worker's compensation.or industriJ31 insurance acts to inderimifyUP wider this Section
~. City Contractor acknowledges that this waiver was mutually negotiated by the parties hereto .
d . No court or jury findings in any employee 's suit pursuant to any worker's compensation
act or the Federal Employers ' Liability Act against a party to this Agreement may be relied upon or used
by either p arty in any attempt to assert liability against the other.
Section 9. RESTORATION OF PROPERTY.
In the event UP authorizes City Contractor to take down any fence of UP or in any manner move
or disturb any of the other property of UP in connection with the work to be performed by City Contractor
pursuant to this Agreement, then in that event City Contractor shall, as soon as possible and at City
Contractor's sole expense, restore such fence and 0th.er property to the same condition as the same were
in before such fence was taken down or such other property was moved or disturbed . City Contractor
shall remove all of City Contractor's tools, equipment and materials from the Davidson Yard promptly
B-4
148 17356\V ,)
upon completion of the work, restoring the Davidson Yard to the same state and condition as when City
Contractor entered thereon.
Section 10. W AIYER OF BREACH.
Waiver by UP of the breach of any condition, covenant or agreement herein contained to be kept,
observed and performed by City Contractor shall in no way imp air the right of UP to avail itself of any
remedy for any subsequent breach thereof, and waiver by City Contractor of the breach of any condition,
covenant or agreement herein contained to be kept, observed and performed by UP shall in no way impair
the right of City Contractor to avail itself of any remedy for any subsequent breach thereof.
Section 11. ASSIGNMENT -SUBCONTRACTING.
City Contractor shall not assign this Agreement, or any interest herein, without the written
consent of UP and any attempt to so assign without the written consent of UP shall be void; provided that
City Contractor shall have the right to enter into subcontracts for th e performance of the work on the
condition that City Contractor is and shall remain responsible for all work of subcontractors and all work
of subcontractors shall be governed by the terms of this Agreement.
Section 12. TRAFFIC CONTROL.
City Contractor shall be responsible for implementing such traffic control measures as UP
reasonably shall deem necessary in connection with the operations of City Contractor on the roads and
access ways within Davidson Yard, consistent with the Agreed Constraints, all at City Contractor's
expense.
B-5
148 17.156\V -J
EXHIBIT B-1 TO
ACCESS AND MAINTENANCE EASEMENT AGREEMENT
CITY CONTRACTOR INSURANCE REQUIREMENTS
City Contractor shall, at its sole cost and expense, procure and maintain during the performance
of any work on the Davidson Yard pursuant to this Agreement the following insurance coverage:
(a) General Liability insurance providing bodily injury including death, personal injury and
property damage coverage with a combined single limit of at least $2,000,000 each occurrence or claim
and an aggregate limit of at least $4,000,000. This insurance shall contain broad form contractual liability
with a separate general aggregate for the project (ISO Form CG 25 03 or equivalent). Exclusions for
explosion, collapse and underground hazard shall be removed. Coverage purchased on a claims made
form shall provide for at least a two (2) year extended reporting or discovery period if (i) the coverage
changes from a claims made form to an occurrence form , (ii) there is a lapse/cancellation of coverage, or
(iii) the succeeding claims made policy retroactive date is different for the expiring policy.
(b) Automobile Liability, insurance providing bodily injury and property damage coverage
with a combined single limit of at least $2,000,000 each occurrence or claim. This insurance shall cover
all motor vehicles including hired and non-owned, and mobile equipment if excluded from coverage
under the general public liability insurance.
(c) Workers' Compensation insurance covering City Contractor's statutory liability under
the workers ' compensation laws of the state(s) affected by this agreement, and Employers' Liability. If
such insurance will not cover the liability of City Contractor in states that require participation in state
workers' compensation fund, City Contractor shall comply with the laws of such states . If City
Contractor is self-insured, evidence of state approval and excess workers' compensation coverage must be
provided. The policy must contain the following endorsement, which must be stated on the certificate of
insurance:
• Alternate Employer endorsement ISO form WC 00 03 0 l A ( or a substitute form
providing equivalent coverage) showing UP in the schedule as the alternate employer
( or a substitute form providing equivalent coverage).
( d) Railroad Protective Liability insurance naming UP as the insured with a combined
single limit of $5,000,000 per occurrence with a $10,000,000 aggregate . The policy shall be broad form
coverage for "Physical Damage to Property" (ISO occurrence Form CG 00 35 12 04 or equivalent) and
include pollution arising out of fuels and lubricants brought to the job site (ISO Form CG 28 21 or
equivalent). A binder of insurance for Railroad Protective Liability must be submitted to UP and the
original policy or a certified duplicate original policy must be forwarded to UP when available.
(e) Umbrella or Excess insurance. If City Contractor utilizes umbrella or excess policies,
these policies must "follow form" and afford no less coverage than the primary policy.
City Contractor's contractors and its insurers shall endorse the required insurance policy (ies) to
waive their right of subrogation against UP. City Contractor and its insurers also waive their right of
subrogation against UP for loss of its owned or leased property or property under its care, custody and
control. City Contractor's insurance shall be primary with respect to any insurance carried by UP. The
policy (ies) required under (a) and (b) above shall provide severability of interests.
B-1-1
14817.)56\V-)
CONTRACTOR'S ROE 9 80204 Folder No.:------
All policy (ies) required above (except workers ' compensation and employers liability) must
include UP as "Additional Insured" using ISO Additional Insured Endorsements CG 20 26 and CA 20 48
(or substitute forms providing equivalent coverage). The coverage provided to UP as additional insured
shall, to the extent provided under ISO Additional Insured Endorsement CG 20 26, and CA 20 48 provide
coverage for UP's negligence whether sole or partial, active or passive, and shall not be limited by City
Contractor's liability under the indemnity provisions of this Agreement.
Prior to commencing the Work, City Contractor shall have its contractor furnish to UP
certificate(s) of insurance evidencing the required coverage and endorsements and upon request, a
certified duplicate original of any required policy . The certificate(s) shall contain a provision that
obligates the insurance company (ies) issuing such policy (ies) to notify UP in writing of any material
alteration including any change in the retroactive date in any "claims-made" policies or substantial
reduction of aggregate limits , if such limits apply, or any cancellation at least thirty (30) days prior
thereto.
Punitive damages exclusion, if any, must be deleted (and the deletion indicated on the certificate
of insurance), unless (a) insurance coverage may not lawfully be obtained for any punitive damages that
may arise under this agreement, or (b) all punitive damages are prohibited by all states in which this
agreement will be performed.
The insurance policy (ies) shall be written by a reputable insurance company (ies) acceptable to
UP or with a current Best's Insurance Guide Rating of A-and Class VII or better, and authorized to do
business in Texas .
The fact that insurance is obtained by City Contractor shall not be deemed to release or diminish
the liability of City Contractor, including, without limitation, liability under the indemnity provisions of
this Agreement.
B-1-2
14 8 17356\V -3
EXHIBIT B-2 TO
ACCESS AND MAJNTENANCE EASEMENT AGREEMENT
Minimum Safety ReguirementsJor City Contractors
[follows]
13-.2
Minimum Safety Requirements For Project Partner Contractors
Table of Contents
1.0 General Safety Requirements
I. I Regulatory Training Requirements
2.0 Clothing
3.0 Personal Protective Equipment
4.0 Equipment
5.0 Working Around Live Track Red Zones
6.0 On-Track Safety
7 .0 Lockout / Tagout Procedures
The Railroad is committed to providing the safest workplace possible for, not only our own
employees, but also the Contractor's employees and its subcontractors' employees. Adherence to
these minimum safety requirements, plus additional instructions at the job site, will help to ensure
an injury-free project. The Railroad Representative is authorized to take any actions necessary to
prevent injuries to any person, damage to Railroad property, disruption of Railroad operation,
and the safety of the public.
Reference is made to the Formal Agreement dated January 8, 2009, as amended by First
Amendment to Formal Agreement dated May 19, 2009, a Second Amendment to Formal
Agreement dated June 17, 2009, a Third Amendment to Formal Agreement dated August 20,
2009, a Fourth Amendment to Formal Agreement dated September 1, 2009 and a Fifth
Amendment to Formal Agreement dated September _, 2009. Notwithstanding that the 4+4+4
Plan is designed to allow temporary track closures of groups of tracks to allow construction by the
Project Partners' Contractors of the SWP Bridge and the construction of the new Hulen Street
Bridge and demolition of the existing Hulen Street Bridge, these Minimum Safety Requirements
are applicable to all activities of the Project Partners' Contractors and their subcontractors that
are within Davidson Yard.
***************************************************************************************************
14802924\V-3
1.0 General Safety
Requirements Within the Davidson Yard
The safety of personnel, property, rail operations, and the public is of paramount importance in execution of the work
within the Davidson Yard pursuant to this Agreement. The terms Contractor and Contractor Employees as used in this
document refer to all Employees of the Contractor as well as all Employees of any subcontractor that are engaged in any
activities within the Davidson Yard .
The Contractor shall have a Safety Representative on-site at all times , respon sible for and to oversee all requirements
contained herein and for coordination with the Railroad Representative.
The Contractor shall be responsible for the safety of his workers and subcontractors in compliance with Federal, State, and
Local Regulatory Agencies including but not limited to the Occupational Safety Health Administration and the Federal
Railroad Administration. As reinforcement and in furtherance of overall safety measures to be observed by the Contractor
(and not by way oflimitation), the following special safety rules shall be followed:
The Contractor shall keep those conditions and features of the job site under the control of Contractor free from safety and
health hazards and ensure that its Contractor Employees are competent and properly trained in all safety and health aspects
of the job. Specifically, the Contractor must ensure that:
The Contractor shall have proper first aid supplies available on the job site and someone trained as a 1 •1 responder so that
prompt first aid services can be provided to any person that may be injured on the job site .
The Railroad is promptly notified of any reportable injury (as defined by the U. S. Occupational Safety and Health
Administration) to an employee that occurs during the performance of work at the job site .
The Railroad is promptly notified of any damage to Railroad property.
Contractor Employees do not use, be under the influence of, or have in their possession any alcoholic beverage or illegally
obtained drug, narcotic, or other substance while on Railroad property.
All waste generated by Contractor is properly disposed of in accordance with applicable federal and state regulations .
No open fires are permitted on Railroad property.
All Contractors vehicles must stop at all railroad crossings to ascertain the way is clear.
Seat belts must be worn on vehicles and equipment so equipped.
All Contractor vehicles and construction equipment/ cranes, etc ., must be equipped with an audible backup warning device,
fire extinguisher and first-aid kit.
3
1480292 4\V-3
Headlights must be turned "on" when operating motor vehicles on Railroad property. It is permissible to tum headlights off
when stopped on Railroad property at night to prevent "blinding" other personnel working in the same area .
Always keep vehicles a safe distance away from the outside of the rail consistent with the distances and criteria established
in the Construction Coordination Agreement between the Railroad, th e City of Fort Worth and th e North Texas Tollway
Authority and the exhibits thereto, including the Constraints, Allowances and Requirements for Construction over the
Davidson Yard (collectively, the "Construction Coordination Agreement"), and DO NOT park vehicles or equipment foul
of a live railroad track.
Contractor or Contractor Employees will notify Railroad Representative of any hazardous material spill observed in their
work area.
A Railroad Representative and the Contractor's Safety Representative will coordinate and establish a scheduled frequency
to conduct job-safety briefings to be convened during the duration of the construction contract. The Railroad Representative
will participate in or otherwise conduct a portion of the job-safety briefing in cooperation with the Contractor, and as so
coordinated, may call a job-safety briefing at times other than the scheduled frequency. Contractor Employees will
participate in and comply with all job-safety briefings . During these briefings, the Contractor and the Railroad
Representative will specify safe work procedures, the potential hazards of the job, and Emergency Response Procedures. If
any participant has any questions or concerns about the work, he/she must voice them during the job bri efing. Additional
job briefings will be conducted during the work as conditions , work procedures , or personnel change.
Contractor and Contractor Employees must take every precaution to prevent injury to themselves , other employees, and the
public.
All excavations, holes and trenches are to b e protected in accordance with regulatory requirements and the Contractor's
established procedures to prevent injuries to other workers, Railroad employees or the public. The Contractor's Safety
Representative and the Railroad Representative shall work together to address safety conditions and establish safe workable
solutions based on site conditions.
Contractor shall ensure that the Railroad policy of NO SMOKING on Railroad property is enforced .
All Contractor and Contractor Employees must comply with the following safety procedures when working around any
railroad track:
Always be on the alert for moving equipment. Contractor Employees must always expect movement on any live
track, at any time, in either direction. The Yard utilizes remove control locomotives (RLC) for moving cars . An
engineer likely will not be in the cab.
Do not step or walk on the top of the rail, frog, switches, guardrails, or other track components .
4
14802924\V-3
In passing around the ends of standing cars, engines, roadway machines or work equipment, leave a minimum of
20 feet between yourself and the end of the equipment. Do not go between pieces of equipment on a live track if
the opening is less than 100 feet as a minimum .
Avoid walking or standing on a track unless authorized by the Railroad Representative.
Before stepping over or crossing tracks, look in both directions first.
Do not sit on, lie under, or cross between cars except as required in the performance of your duties and only when
equipment has been protected against movement and authorized by the Railroad Representative.
Do not leave tools or materials any closer to the track than permitted by the defined work zone and the
Construction Coordination Agreement requirements .
As it pertains to safety, for all Contractor work outside of an Absolute Work Zone, but within the Contractor's
defined work zone, the Contractor and the Railroad shall coordinate and be aware of their respective adjacent
activities. The Contractor's Safety Representative and the Railroad's Representative shall work together to
identify any potential safety issues and develop any necessary safety awareness guidelines, action plans, or
observation tools to aid respective employees in conducting themselves in a safe manner. These efforts shall be
for the benefit of all parties and shall not unduly restrict either party from a productive work environment.
All Contractor Employees shall comply with all Federal, State and local regulations concerning Workplace Safety .
1.1 Controlled Access Policy
Railroad and Contractor have a mutual interest in providing a safe workplace for the existing employees of both Parties and
in maintaining the integrity and security of Railroad's facilities . To help ensure this goal, Railroad has instituted a
Controlled Access Policy. All persons seeking admission to Railroad property will apply (the "Applicants") for admission
to the property. Contractor will conduct background investigations of Applicants prior to their admission to the Railroad
property.
Prior to any new or existing employee of Contractor working at or regularly visiting any Railroad facility,
Contractors must register with the Railroad's approved risk assessment company.
• Contractors must then present and secure Background Check Consent Forms from each of their employees who
are, in the course of their duties, working on Railroad's property or facilities .
• Any of Contractor's employees who refuse to provide consent to a background check will not be allowed to
conduct work in Davidson Yard or on or near Union Pacific facilities.
-• Contractors will then submit SSNs of the individuals they employ who will require a photo identification badge
(the "Identification Badge") to the Railroad's approved risk assessment company via the Website .
5
14802924\V-3
• Contract employees ("Contractees") will then submit a photo of themselves and complete the program testing
online via the Railroad 's approved risk assessment company's Website.
• The program testing requires "Security Awareness" and, in the following cases only when applicable to the type of
service being provided by the Contractee, an "Engineering Safety Training Orientation and Test'', a "Mechanical
Safety Training Orientation and Test", and an "Automobile Load/Unload Contractor Safety Orientation Course".
• After the Contractee satisfactorily completes the examination, a background investig ation is automatically
triggered.
• The Railroad's approved risk assessment company program will then score the investigation to validate whether an
individual meets all the criteria for the Railroad .
• When a satisfactory score is rendered, the Railroad's approved risk assessment company will automatically print
an Identification Badge authorizing access to Railroad property and mail the Identification Badge to the
Contractor's business address for distribution to Contractee.
• Contractee is responsible for wearing that badge and carrying another form of government-issu ed ID at all times
when on Railroad property.
• All communication regarding Contractor's employees should be addressed to:
Bill Chandler
Union Pacific Railroad Company -Safety Department
137 West 200 North
Hyde Park, UT 84318
Phone (435) 563-8253Fax (435) 563-8295
E-mail: WLCHANDL@up .com
• Contractor shall be responsible for managing and recovering the Identification Badge from their employees who
resign , retire or are terminated .
• Railroad shall have the right to reject any candidate to the extent permitted by all applicable law.
• To the extent that any portion of these requirements violate a law, ordinance, statute, or regulation that portion
shall be ignored and applicant shall comply with all remaining portions of the application process.
It is expected that Contractor wilJ be primarily responsible for enforcement of this program; however, both
Railroad and the Federal Railroad Administration will be auditing for compliance. Should any Contractor be found out of
compliance, any and all fines or penalties incurred will be the sole obligation of Contractor.
1.2 Regulatory Training Requirements
Railroad insists on 100% training compliance that is required by all Federal, State and Local Safety Regulations applicable
to the NTT A or City in the performance of the work. Contractors must be aware of, understand and comply with ALL
Federal, State and Local Workplace Safety Regulations applicable to the NTTA or the City in the performance of the Work,
including , but not limited to, the following:
• Fall Protection
The Contractor must ensure that its employees comply with fall protection requirements contained in :
6
14802924\V-3
• OSHA 's Fall Protection regulations 29 CFR 1926, Subpart M when working on elevated stru ctures.
The Contractor shall conduct its work and where necessary have standard and case specific work procedures in
accordance with the above regulations . The procedures shall be reviewed before construction begins and on a
regular basis , with the Railroad Representative.
• Confined Spaces
The Contractor must ensure that its employees comply with OSHA's Confined Space regulations 29 CFR
1910.146. The Contractor shall conduct its work and where necessary have standard and ca se specific confined
space work procedures in accordance with these regulations and shall review these procedures with the Railroad
Representative . Examples of confined spaces on railroads are:
• Sanitary and storm sewer systems
• Underground utility vaults
• Pipe/utility tunnels
• Pits
In addition , the Contractor must:
• Obtain any available information regarding permit-required confined space hazards and entry operations
from the Railroad Representative .
• Coordinate entry operations with the Railroad Representative, when both Railroad's employees and
Contractor personnel will be working in or near the permit-required confined spaces , so employees of
both the Railroad and the Contractor do not endanger each other.
• Excavation Work
The Contractor must ensure that all employees comply with OSHA's Excavations regulations 29 CFR 1926,
Subpart P . When required , the Contractor must prepare a shoring plan per the "Guidelines to,r Temporary
Shoring". The Contractor shall conduct its work and where necessary have standard and ca se sp.~cific wor)<
procedures in accordance with the above regulations and guidelines . The procedures shall be revfowe.d before
construction begins in or around an excavation and on a regular basis with the Railroad Representative .
• Hazardous Chemicals
In accordance with the Hazard Communication Standard (IICS) issued by the Occupational Safety and Health
Administration (29 C.F .R. Part 1910.1200), the Railroad has developed and implemented its Hazard
Communication Program . At the specific Railroad facilities where potentially hazardous chemicals may be
present, the Railroad maintains a copy of its Hazard Conununication Written Plan ("Written Plan") which, among ·
other things, includes a list of the hazardous chemicals that may be present at the facility involved and the
availability of Material Safety Data Sheets (MSDS). The Written Plan shall be provided to the Contractor prior to
start of construction, which may be reviewed by any of its officers, employees and agents. ...
The Contractor shall determine if the Work to be performed by Contractor under normal conditions or in a
foreseeable emergency will expose the Contractor, its officers, employees or agents to any hazardous chemicals on
Railroad property as listed in the Written Plan and if so shall (l) review the Written Plan for the specific facility
involved, and (2) inform its officers, employees and agents of such hazardous chemicals . If requested by the
Contractor, the Railroad will provide a copy of all applicable MSDS for review and understanding of potential
hazards .
7
14802924\V-3
The HCS also requires that the parties to this Agreement exchange MSDS, as well as any additional information
about precautionary measures necessary to protect both parties' employees where exposure may occur. The
Contractor shall provide such information to the Railroad, its officers, employees and agents, before the Contractor
uses any hazardous chemicals (as defined in the HCS) in, on or about any premises or facilities of the Railroad.
In the event of a spill involving hazardous chemicals, the Contractor must immediately contact the Railroad
Representative.
• Asbestos
The Contractor must ensure that all employees comply with OSHA's Asbestos regulations 29 CFR 1926.1101
when working with any materials known to contain asbestos . The Railroad shall inform the Contractor of any
known asbestos contaminants in or near the Contractor's work zone(s). In the event the Contractor will be working
with any materials known to contain asbestos, the Contractor shall have standard and case specific work
procedures in accordance with the above regulations.
• Lead
The Contractor must ensure that all employees who are exposed to lead comply with OSHA's Lead regulations 29
CFR 1926.62. The Railroad shall infonn the Contractor of any known lead contaminants in or near the
Contractor's work zone(s). If there is a known existence of lead, the Contractor shall have work procedures in
accordance with the above regulations that protects its employees and others from lead exposure.
• Roadway Worker Protection
The Contractor must ensure that its employees comply with the FRA's Roadway Worker Protection regulations as
required by 49 CFR 214.343 when they are working within 25 feet of any live track unless a Railroad flagger is
present to authorize movements or such employees are within a work zone and separated from such live track by a
semi-permanent fence as provided for in the Construction Coordination Agreement. Written documentation of
training and qualification must be carried by Contractor employees. In any situations where the regulations and
the Construction Coordination Agreement are in conflict, the Contractor and the Railroad Representative shall
develop safe workable solutions . The Contractor's work procedures shall comply with the above agreement and
regulations.
2.0 Clothing
The Contractor is responsible to ensure that all Contractor Employees will be suitably dressed to perform their duties safely
and in a manner that will not interfere with their vision, hearing, or free use of their hands or feet. Specifically, the
Contractor Employees must wear:
• Waist length shirts with sleeves.
• Trousers that cover the entire leg. If flare-legged trousers are worn, the trouser bottoms must be tied to prevent
catching.
• Contractor Employees must not wear loose or ragged clothing, neckties, finger rings, or other loose jewelry while
operating or working on machinery.
3.0 Personal Protective Equipment
The Contractor shall require its Employees to wear personal protective equipment as specified by OSHA and Railroad rules
and regulations. In particular, the protective equipment to be worn shall be:
• Hard hat that meets the American National Standards Institute (ANSI) Z89 . l latest revision . Eye protection that
8
14602924\V-3
meets the ANSI standard for occupational eye and face protection, Z87.I latest revision . Additional eye protection
must be provided to meet specific job situations such as welding, grinding, burning, etc . During fueling
operations, splash goggles or face shield with safety glass es is required and face shield must be in the down
position when standing directly behind the fuel nozzle .
• Hearing protection that affords enough attenuation to give protection from noise levels that will be occurring on
the job site. Hearing protection, in the form of plugs or muffs, must be worn when Contractor Employees are
within:
o I 00 feet of a locomotive/Refrigeration Car or roadway/work equipment
o 15 feet of power operated tools
o 150 feet of jet blowers or pile drivers
o 150 feet of retarders in use (when within IO feet, Contractor Employees must wear dual ear protection
plugs and muffs)
Safety-toed footwear that conforms to the American National Standards Institute (ANSI) must be worn while on the job.
Shoes must have a defined heel and no thin soled or canvas style shoes shall be worn.
Other types of personal protective equipment, such as respirators, fall protection equipment, orange reflectorized vests, and
face shields, must be worn as dictated by the working conditions or area the Contractor Employees are in .
• Effective November 24, 2008, federal regulation (23 CFR 634) mandates that anyone working in the right-of-way
of a federal-aid highway must be wearing high-visibility clothing that meets the requirements of ANSI / ISEA
107;2004 edition class 2 or 3. High-visibility clothing is defined to mean personal protective safety clothing that is
intended to provide conspicuity during both daytime and nighttime usage.
4.0 On Track and Off Track Work Equipment
It is the responsibility of the Contractor to ensure that all work equipment is in a safe condition to operate. There must be a
written inspection process regarding regular periodic inspections for work equipment operated on Railroad property,
including inspections mandated by FR.A, AAR, OSHA and/or other government agencies . In addition to the inspection
process there must be a written maintenance process that includes timelines regarding resolution of safety sensitive defects ..
If, in the opinion of the Railroad Representative, any of the Contractor's equipment is unsafe for use, the Contractor shall
remove such equipment from the Railroad's property. As required for specialized construction equipment such as cranes
and drill rigs, the Contractor must ensure that all operators and support personnel are property qualified and trained
regarding operation of such equipment. Written documentation of training and qualification must be carried by Contractor
employees. In addition:
• The operators of all work equipment must be properly trained and competent in the safe operation of the
equipment. Operators must be:
o Familiar and comply with OSHA regulations on lockout/tagout of work equipment.
9
14802924\V-3
o If applicable to the work being perfonned, familiar and comply with FRA Regulation Title 49CFR2 I 4
Subpart D dealing with Roadway Maintenance Machine Safety.
o If operating any equipment that moves railcars or any other rail-bound equipment, trained in and comply
with the applicable air brake rules.
• The operator's manual, which includes instructions for safe operation, must be kept with each machine .
• All self-propelled equipment is equipped with fire extinguisher and audible back-up warning device.
• Unless permitted under the Construction Coordination Agreement or otherwise authorized by the Railroad
Representative, all unattended equipment is parked a minimum of 25 feet from any live track and minimum of 250
feet from any active road crossing . Before leaving any equipment unattended, the operator must stop the engine
and properly secure the equipment against movement.
• Cranes are equipped with three orange cones that will be used to mark the working area of the boom and load and
the minimum clearances to overhead power lines . All overhead lines are considered to be high voltage .
• All moves are well communicated by the Contractor and coordinated with other Contractor employees. Where
moves transition between work zones or conflict with Railroad employee movements or operations, such moves
shall be well communicated and coordinated with the Railroad Representative at the job site. Emergency signals to
stop movements may be given by anyone.
• No handbrakes are released on rolling equipment unless authorized by Railroad Representative .
• No derails are applied or removed without Railroad Representative permission.
• The Contractor shall provide its own Hazardous Energy Control (Lock-out/fag-out) procedures and devices to
prevent injury to Railroad and Contractor Employees from unexpected energization, start-up, or release of stored
power in machines with which they are working.
• The Contractor shall comply with all requirements of the U .S. Occupational Safety and Health Administration
(OSHA) Standard 29 CFR 1910.147 on controlling hazardous energy
5.0 Working Around Live Tracks (Red Zones)
Track within an Absolute Work Zone is not considered live track except for tracks LD 101-104 and LD 105-108 which
shall be operational for approximately 10-15 minutes every two (2) hours even when included in an Absolute Work Zone as
further provided in the Construction Coordination Agreement.
Prior to beginning work on live track the Contractor must coordinate with the Railroad Representative and a job-safety
briefing must be conducted with the Railroad Representative. Engineering Department Contractors are governed by FRA
Roadway Worker Protection regulations, referenced in 49CFR214, Subpart C, which requires some form of On-Track
Safety prior to fouling any track.
Red Zones are defined as that area within an anns length of the track, or any physical position, which places the employee.
in a life-threatening situation. The following two rules are key to Red Zone compliance .
Alert to Train Movement
Contractor Employees must expect the movement of trains, engines, cars or other moveable equipment at any time, on any
track and in either direction .
10
14802924\V-3
Sufficient Distance
Maintain a safe distance from equipment and DO NOT:
• Cross or step foul of tracks closely in front of or behind moving equipment or close to the end of Railroad
equipment.
• Go between standing Railroad equipment if the opening is less than I 00 feet.
• Cross tracks in front of or behind standing Railroad equipment unless there is at least 20 feet between the
employee and the equipment.
6.0 On-Track Safety
The Contractor is responsible for compliance with the Federal Railroad Administrations Roadway Worker Protection
regulations (49CFR2 l4, Subpart C) and UPRRs On-Track Safety rules . Under 49CFR214, Subpart C, Contractors are
responsible for the training and qualifications of their employees on these regulations . Contractor employees must have
documentation of their training and qualifications while on the work site . At a minimum, each Contractor employee must
be trained as a [Roadway Worker].
In addition to the instructions contained in FRAs Roadway Worker Protection regulations, all Contractor employees must:
• Maintain a distance of at least 25 feet to any live track, unless a Railroad flagger is present to authorize movements
or such employees are within a work zone and separated from such live track by a semi-permanent fence as
provided for in the Construction Coordination Agreement
• Wear an orange, reflectorized vest or similar orange, reflectorized workwear approved by the Railroad's
Representative . (High visibility safety apparel mu st be worn when working adjacent to Federal highway)
• Participate in a job briefing that will specify the type of On-Track Safety for th e typ e of work being performed .
Contractors must take special note of limits of track authority, which tracks may or may not be fouled, and
clearing the track. They will also receive special instructions relating to the work zone around Railroad machines
and minimum distances between Railroad machines while working and traveling.
7.0 Lockout/ Tagout Procedures on Equipment
The Contractor must be aware of and Contractor Employees must adhere to applicable State, Federal and Railroad rules and
regulations on lockout/tagout.
A. Lockout/Tagout Procedures During Work.
Where practical, Contractor's equipment shall be serviced, maintained, adjusted or repaired clear of any live track.
Follow these steps when servicing, maintaining, adjusting, or repairing equipment during the course of work when
On-Track Safety has been established:
14802924\V-3
1. Notify the Railroad Representative and the equipment operators on both sides of your equipment that a
lockout/tagout is in progress. Let them know where you are located and in which direction you are
working, so they will know whether you are behind them or in front of them .
11
14802924\V-3
2 . Place l orange cone in the center of the track at least 15 feet from each end of your equipment.
Note: Other equipment operators are required to stop when approaching an orange cone and may not
proceed until it is removed.
3 . Tagout the equipment according to the procedures in Section D.
4 . After completing the maintenance or repair, promptly notify the Railroad Representative and all affected
employees that you are discontinuing the lockout/tagout process .
5 . Remove the cones and tags .
B. Lockout/Tagout Procedures When Equipment Is Tied Up.
When equipment is tied up on a track, follow these steps to service, maintain, adjust, or repair equipment:
1. Ensure that switches leading to the equipment have been lined against the track the equipment is on.
• Ensure that switches are spiked, clamped, tagged, and locked to prevent movements onto
that track.
• If the switches cannot be locked, or ifit is necessary to use part of the track for train or track
car movements, you may protect equipment with a derail that is locked in the derailing
position 150 feet or as conditions warrant in advance of the equipment.
2 . Apply your scissors lock, personal padlock, and tag to these switches or derails. Note: The scissors
lock allows others working on equipment to place their personal padlocks and tags to ensure their
own lockout/tagout protection. EXCEPTION: When equipment is tied up under the direct
supervision of an employee in charge:
• The employee in charge may provide protection as long as he or she can prevent any
movements onto that track.
• Before beginning work, the operator or mechanic must inform the employee in charge of the
operator or mechanic's presence and request permission to work on the equipment.
• The employee in charge must not release the limits or allow movements onto the track until
he or she communicates with all affected employees to make sure they are in the clear.
3. Place 1 orange cone on each side of your equipment.
EXCEPTION: If other equipment is within 15 feet, place the orange cones as far in advance of
your equipment as possible.
4. Tagout the equipment according to the procedures in Section D . Note: If other employees are
present, conduct a job briefing to discuss the lockout/tagout process being used.
5 . After completing the maintenance or repair, promptly notify the employee in charge and all
affected employees that you are discontinuing the lockout/tagout process.
12
14602924\V-3
6. Remove the cones, tags, and locks.
7. When the last lock is removed, remove the scissors lock.
C. General Tagout Procedures.
Follow these steps to tagout equipment:
1. Apply the equipment's parking brake.
2. Test the brake to make sure it holds the equipment in position. If the brake does not hold, or if you are not
sure it will hold, block the equipment to prevent any unexpected movement.
3. Lower all hydraulic components to the ground or secure them with their locking devices.
4 . Mechanically secure all equipment components in a safe condition. Note: Components must be
mechanically locked or blocked to prevent any movement of the equipment or component, which could
endanger workers in the area.
5. Shut down the equipment at the -operator's controls.
6. Attach a "Do Not Operate" tag at the operator's controls for each worker .
7. Remove the key from the ignition switch of engine powered equipment such as welders, light plants,
small compressors, etc . If tl1e ignition key does not remove all electrical control sources, or if the
equipment does not have an ignition key switch, place the main battery switch in the OPEN position and
secure the battery box. Attach a "Do Not Operate" tag . If the equipment does not have a battery
disconnect switch, disconnect the battery leads and attach a "Do Not Operate" tag to the battery lead.
Place as many tags as necessary to ensure that the equipment will not be started or energized
unexpectedly.
8. Remove any sources of stored energy, including :
• Electrical
• Mechanical
• Hydraulic
• Pneumatic
• Chemical
• Thermal
• Any other sources that may activate a component
9 . Follow any special manufacturer procedures to ensure that the equipment is safe for performing
maintenance or service.
IO. Test the security of the tagout. If the equipment cannot be started and the components cannot be
energized, you can start maintenance or service safely.
13
8.0 Railroad's Responsibility for Protecting Absolute Work Zones
As provided in the Construction Coordination Agreement, the Railroad flagger shall render all tracks within an Absolute
Work Zone inaccessible to rail-mounted traffic at or beyond the point of connection with live track, so as to avoid
inadvertent access into the Absolute Work Zone by the Railroad's trains, engines, cars or other moveable equipment.
As limited by the Construction Coordination Agreement and all applicable agreements, should the Railroad be required to
enter an Absolute Work Zone with trains, engines, cars or other moveable equipment, the Railroad shall notify and
coordinate with the Contractor in advance.
8.1 Construction Activities near Live Tracks
When Contractor's work occurs near live track requiring a coordinated stoppage of the Railroad's trains, engines, cars or
other moveable equipment and personnel, the Contractor ano the Railroad Representative shall communicate and
coordinate to define all safe distances and space needed by the Contractor to perfonn its duties safely.
14
14802924\V-3
EXHIBITCTO
ACCESS AND .MAINTENANCE EASEMENT AGREEMENT
Section III.R of the Formal Agreement
R. DISPUTE RESOLUTION
The Parties agree that any disputes among tlie Parties to this Formal Agreement arising
out of or relating to this Formal Agreement (a "Dispute"), including, without limitation,
all rights to receive payments from, or the benefits of performance by, another Party
hereto inuring to a Party under or as a result of this Formal Agreement and all obligations
to make payments or perform duties owed by a Party arising under or as a result of this Formal
Agreement, shall be resolved exclusively as set out in this Section III.R. Disputes
regarding either (a) design, engineering, construction methods, construction sequencing,
operations or any other matters that involve or affect the functionality, safety or operation
of the Davidson Yard, SWP/SH 121 or any of the other highways, roads, bridges or
tracks referenced herein or (b) any Party's failure to provide, or interference with,
UPRR's or the NTI A's right and ability to advance its construction activities during,
with respect to UPRR, the UPRR Construction Period, or, with respect to the NITA,
during the NIT A Construction Period, pursuant to this F01mal Agreement (the "Non-
Arbitrable Disputes") shall be resolved solely by the procedures set forth in subsection
III.R. l. and shall not be subject to mediation or arbitration, but shall instead, if not
resolved under subsection III.R. l., be resolved either by a final, non-appealable order of
a court of competent jurisdiction or by the subsequent agreement of all of the Involved
Parties (as hereinafter defined). Except as provided in the following sentence, disputes
regarding all other Disputes (the "Arbitrable Disputes") shall be resolved by the
procedures set forth in subsections III.R. l., 2., and 3. Notwithstanding anything to the
contrary contained in this Section III.R. or otherwise in this Formal Agreement, TxDOT
cannot agree, and does not agree, to final, exclusive, and binding arbitration and,
consequently, a Dispute with TxDOT (whether an Arbitrable Dispute or a Non-Arbitrable
Dispute) shall under no circumstances be resolved by the procedures set forth in subsection
III.R.3., but shall instead, if not resolved under subsection III.R. l., be resolved as
provided in the penultimate sentence of subsection III.R.2 .
1. Informal Resolution. If any Party believes a Dispute exists, that Party may notify
all of the other Parties pursuant to the notice provisions of this Formal Agreement
that a Dispute exists, and of the specific nature of the Dispute. For a period of 10
business days after receipt of such notice, all Parties shall negotiate in goo4 faith to
resolve the Dispute. If the negotiations are not successful, any Party may notify in
writing the other Parties that the provisions of this Section III.R. shall be invoked
(the "Resolution Start Notice"). The Resolution Start Notice shall include (a) a
statement of such Party's position on the Dispute, (b) a summary of the reasons
supporting such Party's position and (c) a proposed resolution to such Dispute that
would be satisfactory to such Party. Within 5 business days from receipt of the
Resolution Start Notice, each Party receiving such Resolution Start Notice shall
either (i) notify the other Parties that it is not involved in or affected by such
C
148 17356\V-3
Dispute and will not participate in the resolution thereof or (ii) deliver to the other
Parties a written response to the Dispute (a "Resolution Response Notice")-Each
Resolution Response Notice shall include (x) a statement of such Party's position
on the Dispute, (y) a summary of the reasons supporting such Party's position and
(z) a proposed resolution of such Dispute that would be satisfactory to such Party_
If a Party either notifies the other Parties that it is not involved in or affected by
such Dispute or fails to issue a Resolution Response Notice within the applicable
time period, such Party shall be excluded from the resolution process for such
Dispute and the Party sending the Resolution Start Notice and the Parties timely
delivering Resolution Response Notices shall be deemed to be the "Involved
Parties" with respect to such Dispute, provided however that if any Involved Party
gives written notice to the other Involved Parties within 15 business days after
receipt of the Resolution Start Notice claiming that a Party desiring or deemed to be
uninvolved in such Dispute is a necessary party to the resolution of such Dispute,
such Party shall be deemed an Involved Party and shall participate in the resolution
process. Each Party hereby designates the following senior executive of such Party
(the "Designated Executive") and agrees that such Designated Executives shall have
full authority to resolve such Dispute. The Designated Executive for UPRR shall be
John Hovanec. The Designated Executive for NTTA shall be Rick Herrington. The
Designated Executive for the City shall be Bryan Beck. The Designated Executive
for TxDOT shall be Maribel Chavez. In the event any Designated Executive is no
longer employed by the applicable Party or has undertaken a new position with such
Party that does not include responsibilities related to this Formal Agreement, such
Party shall designate a replacement, and deliver written notice of such replacement
to the other Parties. Ariy Party may also replace its Designated Executive upon
written notice to the other Parties. The Designated Executives shall immediately
begin to communicate regarding the Dispute, including attendance at a personal
meeting if requested by any other Designated Executive, and shall exercise good
faith efforts to resolve the Dispute fairly and completely within 30 days from the
date of the last Resolution Response Notice.
If the Dispute has not been resolved within 30 days of the submission of such
Dispute to the Designated Executives (or at any time after such submission, if any
Involved Party believes that time is of the essence with respect to such Dispute and
that the resolution process should be expedited), then any Involved Party may by
written notice to the other Involved Parties refer the Dispute to the Chief Executive
Officers (or persons having equivalent decision-making authority regardless of title)
of the Involved Parties for their review and resolution.
2 . Non-Binding Mediation. If the applicable Chief Executive Officers do not resolve
the Dispute within 20 days of submission to them, then any Involved Party may
give written notice to the other Involved Parties of its intent to mediate the Dispute.
If the Involved Parties do not agree upon a mediator within 20 days following the
other Involved Parties' receipt of the notice of the intent to mediate, any Involved
Party may refer the matter to the Austin office of the American Arbitration
Association for non-binding mediation. The Designated Executives for the
Involved Parties shall attend the mediation m person . The applicable Chief
C
148 17 356\V-3
Executive Officers will not be required to attend the mediation in person, but will
remain involved in the mediation process to consult with the Designated
Executives. Subject to the availability of the mediator, any mediation shall be
initiated within 30 days ( or other mutually agreed time period) of the selection of
the mediator, and the mediation process must be concluded within 45 days ( or other
mutually agreed time period) from the mediation start date.
If such mediation is concluded without a resolution to the Dispute that is
satisfactory to all of the Involved Parties, (a) if such Dispute is an Arbitrable
Dispute, it shall be resolved pursuant to the procedures set forth in subsection
III.R.3., or (b) if such Dispute is a Non-Arbitrable Dispute, it shall not be subject to
the procedures set forth in such subsection III.R.3., but shall instead be resolved
either by a final, non-appealable order of a court of competent jurisdiction or by the
subsequent agreement of all of the Involved Parties. Notwithstanding the
foregoing, any Dispute (whether an Arbitrable Dispute or a Non-Arbitrable
Dispute) in which TxDOT is an Involved Party shall not be subject to the
procedures set forth in such subsection III.R.3., but instead the Party asserting the
Dispute may seek to resolve the Dispute through either its exercise of any remedy -
or means available in law or equity or by the subsequent agreement of all of the
Involved Parties. The costs and expenses of mediation, including compensation and
expenses of the mediator, but excluding attorneys' fees incurred by any Party, shall
be borne 50% by UPRR and 50% by the other Involved Parties, unless such Dispute
is between the Project Partners, in which case each Project Partner shall bear an
equal share of such costs, compensation and expenses.
3. Final, Exclusive and Binding Arbitration. Any Arbitrable Dispute that is not
resolved consistent with the procedures in subsections III.R. l. and 2. and does not
include TxDOT as an Involved Party shall be finally resolved by final, exclusive,
and binding arbitration under this subsection III.R.3. Judgment upon the award
rendered by the arbitral tribunal may be entered in any court havin·g jurisdiction
thereof.
( a) The arbitration process will be commenced by the initiating Party giving written
notice to the other Involved Parties of its intention to arbitrate such
Arbitrable Dispute (the "Arbitration Demand"). The Arbitration Demand
specifically shall identify the questions to be submitted for arbitration.
The other Involved Parties, within 10 business days after receipt of the
Arbitration Demand, shall submit a written response to the initiating Party
and the other Involved Parties that specifically responds to the questions
identified in the Arbitration Demand and identifies any additional questions
(which may include counterclaims or additional claims against the initiating
Party arising under this Formal Agreement) to be submitted for arbitration
in connection with such Arbitrable Dispute. The initiating Party, within 10
business days after receipt of the last of such response(s), shall deliver to
each other Involved Party a written response that specifically responds to
any new questions identified in such response(s).
C
14 8 17356\V-3
(b) Venue for the arbitration shall be as set out below, unless otherwise
mutually agreed by the Involved Parties. Within 20 business days after
the Arbitration Demand is made, UPRR shall choose one arbitrator and
the Involved Party or Parties that are Project Partners will jointly
designate one arbitrator ( collectively, the "party arbitrators") and shall
notify the other Involved Parties of such choice. Within 10 days after
notice is served of their appointment by such Involved Parties, the two
arbitrators so chosen will appoint a third arbitrator (the "Chairperson").
The three arbitrators are hereinafter referred to as the "Arbitration Panel".
Disputes which primarily involve interpretations of the scope or nature of
the Parties' legal rights and obligations under this Formal Agreement
shall be determined by arbitrators who are practicing attorneys or retired
judges having at least 10 years experience of involvement in the litigation
or arbitration of public or commercial contract disputes. Disputes which
primarily involve claims or defenses based on the nature of the
construction to be performed pursuant to this Formal Agreement or the
facts and circumstances surrounding the execution of such construction
shall be determined by arbitrators who have at least IO years experience of
involvement in both large-scale rail transportation and large-scale highway
transportation projects as either an officer or construction manager at a
nationally recognized construction, construction management, or civil
engineering firm that has not been employed by any of the Project Partners
or UPRR during the past 5 years. If the selecting Involved Parties disagree
about the type of arbitrators to be appointed for any Dispute, each such
selecting Involved Party shall designate the type of arbitrator it deems
appropriate and the party arbitrators shall select a Chairperson of the type
they deem appropriate. The Chairperson shall preside over the
Arbitration Panel. Any issue presented to the Arbitration Panel shall be
decided by two or more of the arbitrators ; provided, however, that in the event
two or more panel members cannot reach agreement on any particular
issue, the issue shall be decided by the Chairperson. If the two
arbitrators so chosen are unable to select a Chairperson as provided
above, the Chairperson shall be selected by a Judge of the United States
Federal District Court sitting in Austin, upon a petition that forthwith shall
he filed by the two arbitrators selected by the Involved Parties. Once the
arbitration process has commenced and until it has concluded, the arbitrators
shall not communicate ex parte with any of the Involved Parties or their
representatives concerning the arbitration. The Arbitration Panel , when
complete, shall meet forthwith with the Involved Parties in an initial hearing to
discuss procedures and preliminary issues.
( c) At the request of any Involved Party, or at the discretion of the Arbitration Panel,
and consistent with the expedited nature of the arbitration procedure set
forth in this Formal Agreement, the Arbitration Panel may direct the
following discovery:
(i) the production of documents and other information;
C
148 17356\V-3
(ii) the depositions of select witnesses identified by the Involved Parties;
and
(iii) answers to written interrogatories or requests for admissions.
(d) The Arbitration Panel may, in its discretion, apply the standards of Federal
Rule of Civil Procedure 26 in order to resolve any disputes that may arise in
connection with these discovery _procedures. In addition, at the request of any
Involved Party, the Arbitration Panel may enter such protective orders as are
appropriate to protect trade secret, proprietary and confidential
information.
(e) The discovery and disclosure addressed in this Section IILR. shall be
completed within 90 days after the initial hearing. If necessary to compel
attendance of witnesses to provide testimony at depositions or at trial or to
provide documents, any Involved Party or the Arbitration Panel may
petition any court of competent jurisdiction to issue subpoenas compelling
discovery.
(f) The Arbitration Panel shall, with reasonable diligence (not to exceed 120
days after the initial hearing) conduct an evidentiary hearing, and such
other proceedings as they deem appropriate, and complete those
proceedings. The evidentiary hearing, and all other hearings, will be held
after reasonable notice is given of the time and place to the Involved
Parties. At the evidentiary hearing, each Involved Party will be pennitted
to present its case, witnesses and evidence, if any, in the presence of the
other Involved Parties, and to conduct direct and cross-examination as the
Arbitration Panel may decide is appropriate. Witnesses will testify under
oath and the oath taken shall have the same effect as testifying before a
court of competent jurisdiction. The Involved Parties may offer such
evidence as is relevant and material to such Arbitrable Dispute and shall
admit such evidence as the Arbitration Panel may deem necessary to an
understanding and determination of such Dispute. Confonnity to legal
rules of evidence shall not be necessary; provided, however, that the
Arbitration Panel may consider the requirements of the Federal Rules of
Evidence in resolving issues that may arise concerning the admissibility of
evidence. All evidence shall be taken in the presence of all of the
arbitrators and all of the Involved Parties. A written transcript of the
hearing may, at the request of any Involved Party, be made. If more than
one Involved Party requests a transcript, the requesting Involved Parties
shall split the cost. If one or more Involved Parties requests a transcript, it
or they shall pay the cost but shall have no obligation to provide a copy to
the other Involved Parties. Within 10 days after the close of the
evidentiary hearing, each Involved Party shall have the right to submit a
written brief setting forth such Involved Party's position.
C
(g)
(h)
14 8 1735 6\V-J
A majority of the Arbitration Panel (or the Chairperson if a majority cannot
be obtained) forthwith shall issue its arbitration decision, which shall be in
writing and delivered to all Involved Parties, within 30 days after the
deadline for submittal of written briefs, provided, that the Project Partners
and UPRR acknowledge and agree that any damages awarded under these
arbitration proceedings are and shall be expressly limited as provided in
subsection III.P.13. of this Formal Agreement and all of the limitations and
maximum amounts set forth in such subsection shall apply to any such
awards regardless of any a~tion or holdings to the contrary by the
arbitrators therein. The Arbitration Panel shall interpret this Formal
Agreement and shall follow the statutory and common law that applies to
the Arbitrable Dispute. The Arbitration Panel is hereby expressly
authorized to include interest on any amounts awarded accruing prior to the
date of such award at' the rate and on the terms provided for in subsection
III.IA. of this Formal Agreement. Nothing contained herein shall be
deemed to give the Arbitration Panel any authority, power or right to
change, modify, add to or subtract from any of the provisions of this
Formal Agreement. The decision will state the reasons upon which it is
based. The decision will be final and binding upon all of the Involved
Parties, but shall not in any way affect the rights or obligations of the
Parties which were not Involved Parties. The Involved Parties forthwith
shall comply therewith. Judgment in any court of competent jurisdiction
on the Arbitration Panel's decision and award may be entered on the
request of any Involved Party or of the Arbitration Panel. Such judgment
shall have the same effect as any other judgment entered by such court
where venue is appropriate and there is jurisdiction over the Involved
Parties and the subject matter of the Dispute. Payment of damages
pursuant to the arbitration decision shall be made within 30 days after entry
of the Arbitration Panel's decision, whether or not it has yet been reflected
in a judgment of any such court. UPRR, the City and the NIT A each
hereby expressly agrees that the Arbitration Panel shall have jurisdiction to
render a decision as set forth in this Section IILR. and that a court shall
have jurisdiction to enter a judgment on the Arbitration Panel's award and
that neither the rendering of such award or the entry of judgment on such
award are preempted under state or federal law, and UPRR, the City and
the NTI A each expressly waives any defense to the Arbitration Panel
rendering an award or the entry of judgment on such award based on state
or federal preemption.
Unless otherwise ordered by the Arbitration Panel, each of the Involved
Parties shall bear the costs of the arbitrator selected by it, its own attorneys
fees, and its own other costs associated with the arbitration, and UPRR, on the
one hand, and the other Involved Parties, on the other hand, shall each bear
50% of the fees and costs incurred in connection with the Chairperson,
unless such Dispute is between the City and the NTI A in which case the
City and NTI A will each bear 50% of such fees and costs incurred in
connection with the Chairperson. The deadlines set forth in this subsection
C
148 17356\V -3
III.R.3 . may be extended by the agreement of the Involved Parties , by the
Arbitration Panel or at the request of any Involved Party upon a showing of
good cause. The Arbitration Panel shall have the power and discretion,
anything to the contrary in law or custom or contract notwithstanding, to
award attorneys fees and costs in whole or in part to any Involved Party at
any point in the proceedings pursuant to this Section III.R. of this Formal
Agreement and/or if the Arbitration Panel determines that an Involved Party
has acted in a dilatory manner, has proceeded in bad faith , or has caused
unnecessary delay or needlessly increased the cost of the arbitration
procedure .
4. Performance. Subject to the terms of subsection III.I.4, each of the Parties shall
continue performance under this Formal Agreement during the process of resolving a
Dispute, except to the extent that such performance is made commercially
impracticable by reason of the existence of the Dispute. If it is contested that the
ability to pe1form was made impracticable by the Dispute, that issue and damages
relating thereto shall be decided by the Arbitration Panel in any evidentiary hearing
and related proceedings.
5. Interim Relief Notwithstanding the foregoing, any Party may resort to any court of
competent jurisdiction to the extent reasonably necessary to (a) avoid expiration of a
claim that might eventually be permitted, including claims seeking orders requiring
compliance with this Section III.R., (b) obtain interim relief, including injunctive
relief, to preserve the status quo or prevent irreparable harm, or (c) vindicate a Party's
intellectual property rights, including, without limitation, the recovery of money
damages for infiingement or other misappropriation.
6. Confidentiality. The informal dispute resolution, mediation, and arbitration and all
proceedings thereunder shall be confidential and, absent a court order or subpoena, no
Party, nor any mediator, or arbitrator may disclose to any third party the existence,
content (including communications , documents and pleadings), or results of any
proceeding hereunder without the prior written consent of each Party.
7. Choice of Law and Forum. The Parties hereby agree that Texas law will apply to any
Dispute, without giving effect to any conflict of law rules or other rules that might
render such law inapplicable or unavailable. The Parties agree that all mediations and
all arbitrations shall be conducted in Austin, Texas, except to the extent the Parties
explicitly agree otherwise in writing. The Parties (except TxDOT) agree to sign all
documents and to do all other things reasonably necessary to submit any such matter
to arbitration and further agree to, and hereby do, waive any and all rights they or
either of them may at any time have to revoke their agreement hereunder to submit to
arbitration and to abide by the decision rendered thereunder.
8. Governing Rules. Unless othetwise agreed by the Parties at the time of such election,
the rules governing mediation or arbitration shall be the Construction Industry Dispute
Resolution Procedures of the American Arbitration Association.
C
APPENDIXC
Water and Sanitary Sewer Relocation for SH 121T SECTION 02349
Installation of Carrier
Pipe in Casing
Page 2 of 10
Crossing West of The Un ion Pacific Railroad David so n Rail Yard ,
Part 2 -Hulen Street Bridge
Water Main Extension From Hulen Street to Como Pump Station, Part 2
KHA No. 061018062
March 2010
e . ASTM C 109 , Standard Test Method for Compressive Strength of
Hydraulic Cement Mortars (Using 2 in . or 50 mm Cube Specimens)
f . ASTM C 150 , Specification for Portland Cement.
g . ASTM C 494, Specification for Chemical Admixtures for Concrete .
h. Occupational Safety and Health Administration (OSHA) Regulations and
Standards for Underground Construction , 29 CFR Part 1926, Subpart S,
Underground Construction and Subpart P, Excavation .
4 . DEFINITIONS
a . Carrier Pipe : Permanent pipe for operational use that is used to convey
flows . For this project , carrier pipe means either 48 -i nch diameter water
line or 30-inch gravity sewer, as shown on the Plans.
b. Casing : A steel pipe installed by trenchless methods that supports the
ground and provides a stable underground excavation for installation of
the carrier pipe .
5. DESIGN CRITERIA
a . Carrier pipe shall be installed within the horizontal and vertical tolerances
as ind icated in Part C2 of this Specification , incorporating all
support/insulator d imensions as required .
b. For gravity sewer carrier pipe installation , all voids between the carrier
pipe and the casing shall be filled with grout. All exterior carrier pipe
surfaces and all interior casing surfaces shall be in contact with the grout.
No annular space fill will be used for water line installations .
c . Annular space (between sewer carrier pipe and casing) grout shall be
Low Density Cellular Grout (LDCC). The LDCC shall be Portland cement
based grout mix with the addition of a foaming agent designed for this
application
d . Grout Mixes: Develop one or more grout mixes designed fo completely
fill the annular space based on the following requirements: .
1) Provide adequate retardation, to completely fill the annular space
in one monolithic pour.
2) Provide less than 1 % shrinkage by volume .
Water and Sanitary Sewe r Re locatio n fo r SH 12 1 T SECTION 02349
Installation of Carrier
Pipe in Casing
Page 3 of 10
Crossing West of T he Uni on Pac ifi c Rai lroa d Davi dso n Ra il Yard ,
Part 2 -Hulen Stree t Br id ge
Water Main Exten sion Fro m Hul e n Street t o Como P ump Station, Pa rt 2
KHA No. 06101806 2
March 2010
3) Compressive Strength : Min imum strength of 10 psi in 24 hours ,
50 psi in 28 days .
4) The Contractor shall des ign a grout mix with the proper density
and use proper method_s to prevent floating of the carrier pipe .
5) The grout shall be proport ioned to f low and to completely fill all
voids between the sanitary sewer carrier pipe and the casing.
e . The Contractor shall provide end seals , as approved by the Engineer at
each end of the casing to conta in the grout backfill or to close the casing
ends to preven t the inflow of water or soil. End seals shall consist of
either synthetic rubber pull-on seals or brick and mortar bulkheads . The
end seals shall be designed to withstand the anticipated soil or grouting
pressure and be watertight to prevent groundwater from entering the
casing . Brick and mortar bulkheads shall be a m inimum of 8 inches in
thickness .
f . The Contractor shall provide casing spacers/insulators to support the
carrier pipe during installation and grouting . The casing spacers shall
provide a minimum 2 inches of clearance between all p ipes/conduits and
the casing surface . The casing spacers shall hold stab le all pipes during
grouting operat ions and prevent floating or movements .
6 . QUALITY ASSURANCE
a. The Contractor responsible for installat ion of the carrier pipe shall have
completed similar work on at least three (3 ) projects within the last five (5)
years . Additionally, the contractor shall have completed at least one (1)
project with carrier pipe of 36-inch d iamete r or larger.
b . The surveyor respons ible for carrier pipe line -and-grade control shall be a
Licensed Surveyor registe red in the State of Texas who has prior
experience in similar proj ects.
c. Grout Strength Tests :
1) Perform 24 hour and 28 day compressive strength tests for
proposed grout mix design .
2) Perform field sampling during annula r space grouting . Collect at
least one set of four (4) cylinder molds or grout cubes for each
100 cub ic yards of grout injected but not less than one set for
each grout ing sh ift . Perform 24 hour and 28 day compressive
strength tests per ASTM C39 (cy li ndrical spec imens) or C109
Water and Sanitary S ewer R e locatio n fo r SH 121T SECTION 02349
Installation of Carrier
Pipe in Casing
Page 4 of 10
Cros s ing West o f T he U ni o n P ac ific Ra il roa d Dav id so n Rail Y ard ,
Part 2 -Hulen Street Brid ge
Water Main Exte ns io n From Hul e n Street to Com o Pump Stati o n , Part 2
KHA No . 061018062
M arch 2 010
(cube specimens). Rema ining samples shall be tested as directed
by Engineer.
d . Casing isolator/spacer manufacturer shall be certified against the
provisions of ISO 9001 :2000 . -
7 . SUBMITTALS
a. Submittals shall be made in accordance with DA-56 -Shop Drawings .
Review and acceptance of the Contractor's submittals by the Engineer
shall not be construed in any way as relieving the Contractor of its
responsibilities under this Contract.
b. Qualifications : The Contractor shall submit personnel requirements
meeting the requirements of Paragraph A 6 a and b.
c. Submit Work Plan describing the carrier pipe installation equipment,
materials , and construction methods to be employed .
d . Detail drawings and manufacturer 's information for the casing
isolators/spacers that will be used. Include dimension and component
materials, and documentation of manufacturer's ISO 9001 :2000
certification .
e. End seal or bulkhead designs and locations for casing .
f. Annular Space Grouting Work Plan and Methods :
1) Work plan including grouting methods , details of equipment,
grouting procedures , and sequences including injection methods,
injection pressures , monitoring and recording equipment, pressure
gauge calibration data , and materials .
2) Contractor shall submit details of grout mix proportions,
adm ixtures , including manufacturer's literature, and laboratory test
data verifying the strength of the proposed grout mix, the
proposed grout densities , viscosity, and initial set time of grout.
Data for these requirements shall be derived from trial batches
from an approved testing laboratory.
3) The Contractor shall submit a minimum of three (3) other similar
projects where the proposed grout mix design was used.
4) Contractor shall submit anticipated volumes of grout to be pumped
for each application and reach grouted .
Water and Sanitary Sewer Re locatio n for SH 121 T SECTION 02349
Installation of Carrier
Pipe in Casing
Page 5 of 10
Crossing West of The Union Pac ifi c Railro ad Dav id son Ra il Yard,
Part 2 -Hulen Street Brid ge
Water Main Extension From Hul e n Street to Como Pump Station , Part 2
KHA No. 061018062
March 2010
5) Buoyant force calculations during grouting and measures to
prevent flotation .
6) Plan shall include a description of methods and devices to prevent
buckling of carrier pipe _ during grouting of annular space.
g. Reports and Records :
1) Maintain and submit daily logs of grouting operations. Include
grouting locations , pressures , volumes , and grout mix pumped,
and time of pumping . Note any problems or unusual observations
on logs .
h. Grout Strength Tests
1) Submit test results for 24-hour and 28-day compressive strength
tests for the cylinder molds or grout cubes obtained during
grouting operations .
i. Submit a safety plan for the carrier pipe installation operations including
air monitoring equipment and procedures and provisions for lighting,
ventilation , and electrical system safeguards . Provide name of site safety
representative responsible for implementing safety program. Notify
Engineer if safety plan is the same as for trenchless installation
operations .
j . Submit an emergency response plan for rescuing personnel trapped
underground in a shaft excavation or pipe if personnel will enter the pipe
during construction .
k. Submit a contingency plan to re-round carrier pipe in the event of buckling
during grouting of the annular space . Plan shall include provisions such
as keeping hydraulic jacks and jacking shoes conformed to the pipe
interior at the site of the grouting operation . Plan shall be reviewed and
accepted by supplier of carrier pipe in addition to review and acceptance
by the Engineer.
B. PRODUCTS
1. MATERIALS
1) Carrier pipe shall be in accordance with the appropriate
specification :
2) 02615 -Ductile Iron Pipe and Fittings
Water and Sanitary Sewer Relocat io n for S H 121 T SECTION 02349
Installation of Carrier
Pipe in Casing
Page 6 of 10
Crossing West of The Union P ac ific R a il road Davi d so n Rail Yard ,
Part 2 -Hulen Street Brid ge
Water Main Extension From Hulen Street to Como Pump Station , Part 2
KHA No. 061018062
March 2010
3) 20617 -Steel Pipe
4) 02660 -Centrifugally Cast Fiberglass-Reinforced Polymer Mortar
Pipe
a. Casing Spacers I Isolators :
1) Casing isolators/spacers shall be stainless steel for water pipe and
steel for sewer pipe applications .
2) Factory made isolators/spacers shall be capable of supporting the
carrier pipe and electrically isolating each component from one
another and from the casing .
3) Isolators/spacers shall be suitable for supporting weight of carrier
pipe without deformation or collapse during installation .
4) Casing isolators/spacers shall have a minimum 14 gage steel
band . Contractor shall design risers for appropriate loads, and as
a minimum shall use 10 gage steel risers , except on bottom
runners where steel risers shall be 7 gage minimum. Bands and
risers shall be stainless steel for water installations .
5) Steel band shall have a polyvinyl chloride inner liner with a
minimum thickness of 0.09 inch , a durometer "A " of 85-90
hardness , and a minimum dielectric strength of 58 ,000 volts.
6) Runners shall be a minimum of 2" in width and a minimum of 11"
in length . Runners shall be attached to the band or riser by 3/8",
minimum , welded steel studs . Runner studs and nuts shall be
recessed well below the wearing surface of the runner, and recess
shall be filled with a corrosion inhibiting filler.
7) Runners shall be pressure-molded glass reinforced polymer with a
minimum compressive strength of 18 ,000 psi per ASTM D638 or
Ultra High Molecular Weight (UHMW) Polyethylene material.
8) Riser height with attached runner shall be sufficient to provide a
minimum clearance of 2 inches between the outside of carrier pipe
bells or couplings and the inside of the casing .
9) Runner lubrication shall be environmentally safe and within
manufacturer 's recommendations .
10) Manufacturers :
Water and Sanitary Sewer Re locatio n fo r SH 12 1 T SECTION 02349.
Crossing West of The Uni o n Pac ifi c Ra il road Davi dson R a il Yard,
Part 2 -Hulen Street Brid ge
Installation of Carrier
Pipe in Casing
Page 7 of 10 Water Main E xtension From Hulen Street to Co mo Pump Station , Part 2
KHA No. 061018062
March 2010
i) Advance Products & Systems , Inc .
ii) Cascade Waterworks Manufacturing Co.
iii) Or approved equal.
b. Rubber Casing End Seals :
1) Synthetic rubber pull-on seal with minimum 1 /2-inch wide by
0.020-inch thick , Type 304 , stainless steel bands .
2) Model number recommended by the manufacturer for size and
type of casing and carrier pipe furnished .
3) Manufacturers :
i) Advance Products & Systems , Inc .
ii) Cascade Waterworks Manufacturing Co .
iii) Or approved equal.
c . Grout: Grout used for backfilling the annular space between the carrier
pipe and casing (where used) shall consist of a low density cellular
concrete grout (LDCC).
C. EXECUTION
1. GENERAL
a. Carrier pipe installation shall not begin until the following tasks have been
completed :
1) All required submittals have been provided , reviewed, and
accepted .
2) All casing joints are watertight and no water is entering casing
from any sources .
3) All contact grouting is complete.
4) Casing/ liner alignment as-builts have been submitted and
accepted by Engineer.
5) Site safety representative has prepared a code of safe practices
and an emergency plan in accordance with applicable
Water and Sanitary Sewer R e locatio n for SH 12 1 T SECTION 02349
Installation of Carrier
Pipe in Casing
Page 8 of 10
C ros sing West of The U n io n Pacific R ai lroa d Davi d son Rai l Yard ,
Part 2 -Hulen Stree t Bri dge
Water Main E xten s io n From H ul e n Street to Co mo Pu m p St ati on , Pa rt 2
K HA No. 06 1018062
March 2010
requirements . Safety meetings shall be held to provide safety
instruction for new employees .
b. The carrier pipe shall be installed within the casings or liners between the
limits indicated on the Plans to-the specified lines and grades , and
util izing methods which include due regard for safety of workers , adjacent
structures and improvements , utilities , and the public .
c . Furnish all necessary equipment , power, water, and utilities for carrier
pipe installation , insulator runner lubricant , grouting , and other associated
Work required for the Contractor's methods of construction.
2 . CONTROL OF LINE AND GRADE
a. Carrier pipe shall be installed inside the steel casing within the following
tolerances :
1) Horizontal : +/-two (2) inches from design line
2) Vertical :+/-one (1) inch from design grade
b. Contractor shall check line and grade set up prior to beginning carrier
p ipe installation . Contractor shall perform survey checks of line-and-grade
of carrier pipe during installation operations . The Contractor is fully
responsible for the accuracy of the Work and the correction of it , as
required .
c. Where the carrier pipe installat ion does not satisfy the specified
tolerances , correct the installat ion , including , if necessary, redesign of the
pipe or structures .
3. INSTALLATION OF CARRIER PIPE
a. Pipe Installation : Remove all loose soil from cas ing . Grind smooth all
rough welds at casing joints . Provide casing spacers , insulators, or other
approved devices to prevent flotation , movement , or damage to the pipe
during installation and grout backfi ll placement. Install casing
isolators/spacers on the pipeline, two feet inside each end of casing , and
at 8 feet on center (maximum) for the length of cas ing or as specified by
the manufacturer. Carrier pipe shall be installed without sliding or
dragging it on the ground or in the casing in a manner that could damage
the pipe or coatings. Coat the casing spacer runners with a non -
corros ive/environmentally safe lubricant to minimize friction when
installing the carrier pipe . The carrier pipe shall be electrically isolated
from the casing .
Water and Sanitary Sewer R e locati on for SH 121 T SECTION 02349
Installation of Carrier
Pipe in Casing
Page 9 of 10
Crossing West of The Union Pacific Railro a d David so n Ra il Yard,
Part 2 -Hulen Street Bridge
Water Main Extension From Hulen Street to Como Pump Station, Part 2
KHA No. 061018062
March 2010
b. After installation of the carrier pipe , mortar the inside and outside of the
joints as applicable. Verify electrical discontinuity between the carrier
pipe and casing pipe . If continuity exists , remedy the short prior to
applying annular space grout. _
c . After carrier pipe installation is complete , if hold down jacks or casing
spacers are used , seal or plug the ends of the casing .
d . For sewer pipe only , after sanitary sewer carrier pipe installation is
complete , the annular space between the carrier pipe and casing shall be
completely filled with grout. Contractor shall verify the maximum
allowable pressure with the carrier pipe manufacturer, and do not exceed
this pressure .
e . Testing of Carrier Pipe : Prior to filling of the annular space, testing of the .
carrier pipelines shall be performed in accordance with the appropriate
testing method outlines in the carrier pipe specification . Any leakage
found during this inspection shall be corrected.
4 . ANNULAR SPACE GROUTING (FOR SEWER PIPE ONLY)
a. The grouting equipment shall be provided with a meter to determine the
volume of grout injected . The meter shall be calibrated in cubic feet to the
nearest one-tenth of a cubic foot.
b. Mixing of Grout: The material shall be mixed in equipment of sufficient size
to provide the des ired amount of grout material for each stage in a single
operation . The equipment shall be capable of mixing the grout at the
required densities for the approved procedure and shall be capable of
changing the densities as required by field condit ions .
c . Backfill Annular Space with Grout: After the installation of the sanitary
sewer carrier pipe , the remaining space (all voids) between the casing
and the carrier shall be filled with LDCC grout so all surfaces of the
exterior carrier pipe wall and casing interior are in contact with the grout.
Grout shall be pumped through a pipe or hose . Use grout pipes, or other
appropriate materials to avoid damage to carrier pipe during grouting.
d. Injection of LDCC Grout: The grout injection pressure shall not exceed the
carrier pipe manufacturer 's approved recommendations or 5 psi (whichever
is lower). Pumping equipment shall be of a size sufficient to inject grout at
a volume, velocity, and pressure compatible with the s ize/volume of the
annular space. Once grouting operations begin , grouting shall proceed
uninterrupted, unless grouting procedures require multiple stages . Grout
Water and Sanitary Se wer R e locatio n fo r SH 12 1T SECTION 02349
Installation of Carrier
Pipe in Casing
Page 10 of 10
Crossing W est of Th e Uni on Pac ifi c R a il road Dav id so n R a il Yard ,
Part 2 -Hulen Street Brid ge
Water Main Ext en sion Fro m Hul e n Street t o Como Pump St ati o n, Part 2
KHA No. 061018062
March 2010
placements shall not be terminated until the est imated annular volume of
grout has been injected .
e. Block the carrier pipe during grouting to prevent flotation during grout
installation . The Contractor shall also protect and preserve the interior
surfaces of the casing from damage. It is the responsibility of the
Contractor to submit to the Engineer sufficient information indicating all
proposed equipment, materials , and the method for fill ing this void .
5 . SAFETY
a. The Contractor is respons ible for safety on the job site . Perform all Work
in accordance with the current applicable regulations of the Federal ,
State , and local agencies . In the event of conflict , comply with the more
restrictive applicable requ i rement.
b. No gasoline powered equipment shall be permitted in jacking shafts and
receiving shafts/pits . Diesel , electrical , hydraulic, and air powered
equipment is acceptable , subject to applicable local , State, and Federal
regulations .
c . Methods of construction shall be such as to ensure the safety of the
Work , Contractor's and other employees on site , and the public .
d . Furnish and operate a temporary ventilation system in accordance with
applicable safety requirements when personnel are underground. Perform
all required air and gas monitoring . Ventilation system shall provide a
sufficient supply of fresh air and maintain an atmosphere free of toxic or
flammable gasses in all underground work areas .
e . Perform all Work in accordance with all current applicable regulations and
safety requirements of the federal, state , and local agencies . Comply with
all applicable provisions of 29 CFR Part 1926 , Subpart S, Underground
Construction and Subpart P, Excavations , by OSHA. In the event of
conflict, comply with the more stringent requirements .
f. If personnel will enter the pipe during construction , the Contractor shall
develop an emergency response plan for rescuing personnel trapped
underground in a shaft excavation or pipe . Keep on -site all equipment
required for emergency response in accordance with the agency having
jurisdiction .
LAST PAGE OF THIS SECTION
Water and Sanitary Sewer Re lo cat ion for SH 121 T SECTION 02445
Settlement Monitoring
Page I of 7
Crossing West of T he Union Pacific Rai lro ad Davidson Rail Yard ,
Part 2 -Hulen Street Brid ge
Water Main Extension From Hul e n Street to Co mo Pump Stat ion, Part 2
KHA No. 061018062
March 2010
A. GENERAL
1. SCOPE OF WORK
a. Section includes : Furnishing , j nstalling, and monitoring settlement
instrumentation for measuring ground movements around and above
trenchless construction operations . The Work includes, but is not limited
to : installing surface monitoring points , installing subsurface monitoring
points furnishing monitoring equipment, and recording observations and
measurements from the monitoring points on a periodic basis before,
during , and after trenchless construction .
b . The Contractor is responsible for surveying the elevations of the surface
and subsurface monitoring points , in accordance with the requirements
herein . Elevations shall be determined before operations begin to
establish a basel i ne , and during and after operations to monitor any
movements related to the trenchless construction. All monitoring points
shall be surveyed after trenchless construction has been completed to
evaluate long-term settlements , as specified herein .
c . Minimum instrumentation requirements are shown on the Plans and
specified herein . Additionally, the Contractor shall install other
instrumentat ion as necessary to control operations, monitor ground
conditions and ground response to achieve specified project
requirements and to prevent damage to existing structures and facilities .
2. RELATED WORK SPECIFIED ELSEWHERE
a . 02261-Shaft Excavation and Support
b. 02341 -Open -Shield Pipejacking
c. 03360 -Contact Grouting
3. REFERENCE SPECIFICATIONS , CODES , AND STANDARDS
a. The publications listed below form a part of this Specification to the extent
referenced . Where conflicts between these Specifications and the
referenced specification , code or standard occur, the more restrictive
specification shall govern . The latest ed it ion available on the date of issue
of Contract Documents shall be used .
b . "Geotechnical Investigation -Water and Sanitary Sewer Relocations
Within UPRR Yard for SH121 T", Fort Worth, Texas , HVJ Associates,
Inc ., December 4 , 2009
Water and San it ary Sewer Relocati o n fo r SH 12 1 T SECTION 02445
Settlement Monitoring
Pag e 2 o f 7
Cro s sing We st of T he Uni on Pac ific Ra il road Davidso n Ra il Yard ,
Part 2 -Hulen Street B rid ge
Water Main Ext ens ion From Hul e n St reet to Como Pump Stat io n , Part 2
KHA No. 061018062
March 2010
4 . DEFINITIONS
a. Surface Monitoring Points : A marking established as a baseline for
measuring e levation of the ground surface using optical survey methods .
b . Subsurface Monitoring Po int: A cased borehole settlement monitoring
point located above the tunnel crown used for detecting settlement
between the location of the settlement point and the tunnel excavation.
5. DESIGN CRITERIA
a. Any ground movements (settlement/heave) shall be limited to values that
shall not cause damage to adjacent util ities and facil ities that are to
remain in service . In no case shal l settlements exceed the applicable
values listed in Table 1 below.
Table 1 -Maximum Allowable Settlement/ Heave Values
Site Feature Allowable Settlement / Heave
(inches)
Railroad Tracks 0.25
Surface Streets 1.00
Underground Utilities 1.00
Unimproved Ground 3.00
6 . QUALITY ASSURANCE
a. Surveyor Qualifications : All surveying shall be performed by a land
surveyor licensed in the State of Texas with previous experience
surveying for the detection of surface deformations.
b . Install all monitoring points and instrumentation within one-half (0.5) foot
of the horizontal and vertical location shown on the Plans or as directed
by the Engineer. Addit ional surface monitoring points may be required
and shall be installed as directed by the Engineer.
c . Should actual field conditions prevent installation of instruments at the
location shown on the Plans or specified herein , obtain written
acceptance from the Engineer for new instrument location and elevation.
Water a nd Sanita ry Sewe r Re loca ti o n for SH 12 1 T SECTION 02445
Settlement Monitoring
Page 3 of 7
C ro ss ing West o f T he Uni o n Pac ific Ra il roa d Davi d so n Ra il Yard ,
Part 2 -Hulen Street Brid ge
Water Main Ext e ns io n From H ul en Street to Co mo Pump Stat ion, Part 2
KHA No. 06101806 2
March 2010
d . Surveying for monitoring settlement instrumentation shall be referenced
to the same control points and benchmarks established for setting out the
Work . Control points shall be tied to benchmarks and other monuments
outside of the zone of influence of the excavation or trenchless
construction .
e. Installation of instrumentation shall , at all t imes , be performed in the
presence of the Engineer.
7 . SUBMITTALS
a. Submittals shall be made in accordance with DA-56 -Shop Drawings .
Review and acceptance of the Contractor's submittals by the Engineer
shall not be construed in any way as relieving the Contractor of its
responsibilities under this Contract.
b . Qualifications : Subm it surveying personnel qualificat ions in accordance
with the requirements herein .
c . Submit the following , at least one (1 ) month before scheduled installation of
monitoring points:
1) Instrumentation Schedule : Submit the proposed schedule for
installing the surface and subsurface monitoring points.
2) Description of methods and materials for installing and protecting
surface and subsurface monitoring po ints .
3) Draw ings with locations of proposed monitoring points shown in
plan and profile .
d . Reports and Records
1) The Contractor shall submit all reports of mon itoring data to the
Engineer.
2) Within 72 hours following installat ion of the instruments , submit
drawings showing the actual as-built installed location , the
instrument identification number, the instrument type, the
installation date and time , and the tip elevation and instrument
length . Include details of installed instruments , accessories and
protective measures including all dimensions and materials used.
3) Submit surveyed baseline measurements of all monitoring points
at least fourteen (14) days prior to commencing excavation to
establish baseline readings .
Water and Sanitary Sewer Re locati o n fo r SH 121 T SECTION 02445
Settlement Monitoring
Page 4 of 7
Crossing West of Th e Union Pac ific Ra il road Dav id son R ai l Yard ,
P art 2 -Hulen Street Brid ge
Water Main Exten s io n Fro m Hul e n Str eet to Co mo Pump Stat io n, Part 2
KHA No. 061018062
March 2010
4) Submit surveyed measurements of monitoring points during and
after construction in accordance with Part C of this Specification .
B. PRODUCTS
1. MA TE RIALS
a. All instrumentation shall remain the property of the Contractor following
completion of the Work , and shall be removed or abandoned according to
applicable codes and standards , unless otherwise noted .
b . Surface Mon itoring Points : Surface monitoring points shall be
established by an inscribed marking or approved surveyor's nail driven
flush with the surface in asphalt or concrete paved areas . In landscaped
areas , surface monitoring points shall be established by driving a 2-inch
by 2-inch timber stake flush with the ground . The stake shall be driven to
a depth required to provide a stable monitoring point given the soil
conditions . Each monitoring point shall have a tag or marking indicating
the station and offset from centerline.
c. Subsurface Monitoring Points : Subsurface monitoring points shall be
established and installed as indicated on the Plans . Each point shall
consist of a #6 rebar settlement rod installed within and isolated from a
PVC cased borehole . The settlement rod shall be driven 6 to 12 inches
past the bottom of the borehole casing into undisturbed ground, and the
tips shall be located at five feet above the pipe crown centerline as noted
on the Plans , or as directed by the Engineer . The settlement rod shall be
secured to the PVC casing with a 12-inch length of loose cable or chain
to prevent the rod from falling more than approximately 12 inches . The
casing shall be flush with pavement or recessed , and capped and
protected with a road box if installed within traffic lanes , shoulders ,
parking lots , or bike lanes and shall be in accordance with applicable
permit requirements .
C. EXECUTION
1. GENERAL REQUIREMENTS
a. Instrumentation shall be installed at the locations shown on the Plans,
and as approved by the Engineer. Instruments shall be installed in
accordance with the approved installation schedule .
b . The Contractor shall locate conduits and underground utilities in all areas
where borings are to be drilled and instruments installed. Instrument
locations shall be modified , as approved by the Engineer, to avoid
Water and Sanitary Sewer Re loc ation for SH 121 T SECTION 02445
Settlement Monitoring
Page 5 of 7
Crossing West of The Union Pacific Rail roa d Davidson Ra il Yard ,
Part 2 -Hulen Street Brid ge
Water Main Extension From Hul e n Street to Co mo Pump Stat io n, Part 2
KHA No. 061018062
March 2010
interference with the existing conduit and ut ilities . The Contractor shall
repair damage to existing utilities resulting from instrument installations.
c. Contractor shall install and perform a baseline survey of all surface and
subsurface settlement monitoring devices at least 14 days prior to
excavation .
d . Contractor shall provide access and assistance to the Engineer for
obtaining supplemental monitoring data , as requested by Engineer.
e . Provide data from readings of all monitoring points to the Engineer within
24 hours of reading .
2. MONITORING FREQUENCY
a . Surface Monitoring Points : Initial survey measurements shall be obtained
prior to any excavation and daily after beginning excavation , or trenchless
construction .
b. Subsurface Monitoring Points : Once trenchless construction begins,
subsurface monitoring points within 50 feet of the tunnel face shall be
surveyed once for every 10 feet of tunnel progress, and at least once
daily .
c. All monitoring points shall be surveyed at least once per day during
trenchless construction operations . Once these operations are complete,
all settlement monitoring devices shall be surveyed once per day for the
first seven days , once at 14 days , and once at 30 days after completion
of the trenchless work .
3. SURFACE MONITORING POINTS
a. Establish a system of surface monitoring points . Monitoring point
locations are shown on the Plans . Up to eight (8) additional monitoring
point locations shall be determined jointly by the Engineer and Contractor
in the field prior to construction .
b. Surveying of surface monitoring points shall consist of determining the
elevation of each monitoring point with respect to a benchmark selected
by the Engineer to a precision of 0 .01 foot.
4. SUBSURFACE MONITORING POINTS
a. Notify the Engineer at least 3 days in advance of installing subsurface
monitoring points .
Wate r and Sanitary S ewer R e locatio n for SH 121 T SECTION 02445
Settlement Monitoring
Page 6 of 7
Cross ing West of T he Un io n Pacific R a il roa d Dav id so n R a il Yard ,
Part 2 -Hulen Street Bridge
Water Main Ext ensio n Fro m H ul e n Street to Com o P u mp Stat io n , Pa rt 2
KHA No. 061018062
_March 2010
b. The subsurface monitoring po ints shall be installed as close as
pract icable to the locations shown on the Plans . The Engineer may
modify subsurface monitoring point locations depending on field
conditions , conflicting utilities , and monitoring objectives .
c . Locate and confirm all utilities and protect utilities or relocate monitoring
points as necessary to protect all utilities . Follow State laws and
accepted industry procedures for one -call notification and visual
confirmation of locations of all crossing or adjacent utilities.
d . Subsurface monitoring point installations shall be completed at least 14
days in advance of commencing shaft construction , or trenchless
construction .
e. Conduct drill ing operations using app ropriate methods that are consistent
with anticipated geologic cond itions . Use mud rotary wash methods or
provide casing as required to hold drill hole open .
f . Subsurface monitoring rods shall move freely with the soil at the tip and
shall be isolated from the so il surrounding the borehole by the casing.
g . Protection : Install protective hous ing with cap . Protective housing shall
be installed within a flush-mounted precast concrete box or vault if in
traffic lanes or paved areas , so as not to obstruct vehicle or foot traffic ,
and shall be in accordance w ith TxDOT standards and permit
requirements .
h . Surveying of subsurface monitoring points shall consist of determining
the elevation of each monitoring rod with respect to a benchmark
selected by the Engineer to a precision of 0.01 foot.
5. INSTRUMENT PROTECTION , MAINTENANCE , AND REPAIR
a . Protect the instruments and surface control points from damage .
Damaged installations shall be replaced or repaired prior to continu ing
excavation , or trenchless construction , un less permitted otherwise in
writing by the Engineer .
6. ABANDONMENT OF INSTRUMENTS
a. Surface Monitoring Points : All surface mon itoring points on public
property shall rema in in place at the comp letion of the Work. Remove all
surface monitoring points on private property during the cleanup and
restorat ion work , or as required by the Engineer.
Water and Sanitary Sewer R e locati o n fo r SH 12 1 T SECTION 02445
Settlement Monitoring
Page 7 of 7
Cros si ng West of T he U n io n P acific R a il road Dav id so n Ra il Ya rd ,
Pa rt 2 -Hul en Street Brid ge
Water Main Ext e nsion Fro m Hul e n Street to Co mo Pu mp Stat io n, Pa rt 2
KHA No. 061018062
March 2010
b . Subsurface mon itoring points : Properly abandon all mon itoring point
boreholes , by removing the rebar and then grouting the drilled holes with
neat cement grout. Subsurface monitoring points shall be abandoned at
the conclusion of the mon itoring phase (See Section C2c) as described in
03360 -Contact Grouting , or as required by the Engineer. Remove flush
mounted surface boxes and restore surface to original condition .
LAST PAGE OF THIS SECTION
Water and Sanita ry Sewer R e locati on fo r SH 12 lT SECTION 02610
Steel Casing Pipe
P age 1 of 4
Crossing West of The Union Pac ifi c Ra ilro a d D av ids on Ra il Y a rd ,
Part 2 -Hulen Street Brid ge
W ater Main Exte ns ion F rom Hul en Street to Co mo P u mp Stat io n, P art 2
KHA No. 061018062
March 2010
A. GENERAL
1. SCOPE OF WORK
2.
3.
a . The section provides the minimum requirements for manufacturing ,
furnishing , and transporting steel casing pipe to be installed by trenchless
methods . The Contractor shaff prov ide all labor, equipment and materials
to install steel cas ing pipe to host water line , and gravity sewer at the
locations shown on the Plans .
RELATED WORK SPECIFIED ELSEWHERE
a . 02341-Open-Shield Pipejacking
b . 02349 -Installation of Carrier Pipe in Casing
C. 03360 -Contact Grouting
a. 15640 -Joint Bonding and Electrical Isolation
b. 15641 -Corrosion Control Test Stations
C . 15642 -Magnes ium Anode Cathod ic Protection System
REFERENCE SPECIFICATIONS, CODES, AND STANDARDS
a. The publ ications listed below form a part of this Specification to the extent
referenced . Where conflicts between these Specifications and the
referenced specificat ion, code , or standard occur, the more restrictive
specification shall govern . The latest edit ion available on the date of
issue of Contract Documents shall be used .
b . ASTM A 139 -Specification for Electric Fus ion (Arc) Welded Steel Pipe
(Sizes 4 inches and Over)
c . "Geotechnical Investigation -Water and Sanitary Sewe r Relocations
Within UPRR Yard for SH121 T", Fort Worth , Texas , HVJ Associates ,
Inc., December 4, 2009
4 . DEFINITIONS -Not Used
5. DESIGN CRITERIA
a . The Contractor is fully responsible for the des ign of steel casing pipe that
meets or exceeds the des ign requ irements of this Specification and that is
specifically designed for installation by the intended trenchless method .
Water and Sanitary Sewer R e locatio n fo r SH 12 1 T SECTION 02610
Steel Casing Pipe
Page 2 of 4
Cross ing West of T he Uni on P acific R ai lroad Dav id so n Ra il Yard ,
Part 2 -Hul e n Stree t Brid ge
Water Mai n Exten s ion From Hulen Stree t to Co mo Pump St ati o n, Part 2
KHA No. 06101806 2
March 2010
b. Design of the casing pipe shall account for all installation and service
loads including : (1) j acking loads ; (2) external groundwater and earth
loads ; (3) traffic loads , (4) practical consideration for handling , shipping,
and other construct ion operations ; (5) any other live or dead loads
reasonably anticipated . Design shall be sealed and signed by a
registered Professional Eng ineer licensed in the State of Texas . The
Contractor shall submit certification that the design prepared by the
registered engineer was used.
c . The allowable jacking capacity shall not exceed 50 percent of the
min i mum steel yield stress .
d . Steel casing pipe shall have a minimum wall thickness of 0.750 inches .
e . Steel casing pipe shall be provided with inside diameter sufficient to
efficiently install the required carrier pipe with casing spacers as required
in 02349 -Installation of Carrier Pipe in Casing. Allowable casing
diameters are shown on the Plans for each crossing.
f . Steel casing pipe shall be furnished in lengths that are compatible with
Contractor's shaft sizes , allowable work areas and Contractor's approved
work plan .
g . Steel casing pipe connections shall be ach ieved by full penetration field
butt welding or an integral, machined , press-fit connection (Permalok or
equal) prior to installation of the pipe , depending on the type of carrier
pipe. Allowable joint types for each crossing are shown on the Plans.
Field butt welding a square end piece of steel pipe to a thirty-five (35)
degree beveled end of stee l pipe is acceptable . Integral , machined ,
press-fit connections shall be installed in accordance with the
manufacturer's installation procedures and recommendations.
h. Steel casing pipe shall be prov ided w ith grout/lubricant ports along the
pipe at intervals of ten (10) feet or less . Ports and fittings shall be
attached to the pipe in a manner that will not materially affect the strength
of the pipe nor interfere with installation of carrier pipe . Plugs for sealing
the fittings shall be provided by the Contractor and shall be capable of
withstand ing all external and internal pressures and loads without leaking .
6 . QUALITY ASSURANCE -Not Used
7 . SUBMITTALS
a. Submittals shall be made in accordance with DA-56 -Shop Drawings.
Review and acceptance of the Contractor's submittals by the Engineer
shall not be construed in any way as relieving the Contractor of its
responsibilities under this Contract.
Water and Sanitary Sewer Re lo cation for SH 121T SECTION 02610
Steel Casing Pipe
Page 3 of 4
Crossing West of The Union Pac ific Railroad Dav idson Rail Yard,
Part 2 -Hulen Street Bridge
Water Main Extension From Hul e n Street to Como Pump Station , Pa rt 2
KHA No . 061018062
March 2010
b. Shop Drawings : The Contractor shall furnish shop drawings illustrating
the details of the casing pipe , grout/lubrication ports , jo int details, and
miscellaneous items to be furnished and fabricated for the pipe .
Dimensions, tolerances, wall thickness , properties and strengths, and
other pertinent information shall be shown . These items shall be
submitted for review by the En_gineer prior to fabrication .
c . Calculations : Calculations shall be submitted in a neat, legible format.
Basis of calculations shall be consistent with information provided in the
geotechnical reports. All calculations shall be prepared by or under direct
supervision of a Professional Engineer licensed in State of Texas, who
shall stamp and sign calculations .
1) Provide calculations confirming that pipe jacking capacity is
adequate to resist the anticipated jacking loads for each crossing
with a minimum factor of safety of two (2).
2) Submit calculations confirming that pipe capacity is adequate to
safely support all other anticipated loads , including earth and
groundwater pressures, surcharge loads, and handling loads .
3) Submit calculations confirming that jointing method will support all
loading conditions.
B. PRODUCTS
1. MATERIALS
a. Steel casing pipe shall be new , smooth-wall , carbon steel pipe
conforming to ASTM Specification A 139, Grade B.
b . Dimensional Tolerances : Contractor shall bear sole responsibility for
furnishing and installing steel casing pipe with dimensional tolerances that
are compatible with performance requirements and proposed installation
methods that meet or exceed the specific requirements below:
1) The minimum wall thickness at any point shall be at least 87.5% of
the nominal wall thickness.
2) Steel pipe shall have an outside circumference that is within 1.0
percent or 3/4 " of the nominal circumference , whichever is less.
3) The outside diameter of the pipe shall be within 1 /8 " of the
nominal outside diameter.
4) Steel pipe shall have a roundness such that the difference
between the major and minor outside diameters shall not exceed
Water and Sanitary Sewer Re locat ion for SH 12 1 T SECTION 02610
Steel Casing Pipe
P a ge 4 of 4
Cross ing We st of T he Unio n Pacific Rai lroad D av id son Ra il Yard,
P art 2 -Hul en Street Bridge
Water Main Exten s ion Fro m H ul e n Street to Co m o Pu m p Stati o n, Pa rt 2
KHA No. 061018062
March 2010
0 .5 percent of the specified nominal outside diameter or 1/4",
whichever is less .
5) Steel pipe shall have a maximum allowable straightness deviation
of 1/8" in any 10-foot length .
6) All steel pipe shall have square ends. The ends of pipe sections
shall not vary by more than 1 /8 " at any point from a true plane
perpendicular to the axis of the pipe and passing through the
center of the pipe at the end .
7) When pipe ends have to be beveled for welding , the ends shall be
beveled on the outside to an angle of 35° with a tolerance of±
2%0 and with a width of root face 1/16" ± 1/32".
8) Inside and outside of steel casing pipe shall have a coal-tar
protective coating in accordance with the requirements of Section
2 .2 and related sections in AWWA C203 . Touch up after field
welds shall provide coating equal to those specified above.
c. Steel casing pipe shall be fabricated with longitudinal weld seams . All
girth weld seams shall be ground flush .
d. Prior to delivery of the pipe , end/internal bracing shall be furnished and
installed , as recommended by the manufacturer, for protection during
shipping , storage , and installation .
C. EXECUTION
1. INSTALLATION
a. Steel casing pipe shall be installed in accordance with 02341 -Open-
Shield Pipejacking .
b . Carrier pipe shall be installed inside steel casing pipe in accordance with
02349 -Installation of Carrier Pipe in Casing.
c . Contact grouting of the annulus outside the casing pipe shall be
performed in accordance with 03360 -Contact Grouting.
LAST PAGE OF THIS SECTION
Water and Sanitary Sewer R e location for SH 121 T
Crossing West of The Union P ac ifi c Railroad Davidson Rail Yard ,
Part 2 -Hulen Street Bridge
Water Main Extension From Hul e n Street to Como Pump Station, Part 2
KHA No. 061018062
March 2010
A. GENERAL
1.0 I SCOPE OF WORK
SECTION 02615
Ductile Iron Pipe and Fittings
Page I of7
Furnish all labor, material , tools , equipment and i!}cidentals required and install buried ductile
iron pipe and fittings complete as shown on the Drawings and as specified herein.
1.02 QUALITY ASSURANCE
A. Manufacturer: Finished pipe shall be the produ ct of one ( 1) manufacturer. Pipe
manufacturin g operations (pipe , fittings , lining, coating) s hall be performed at one ( 1)
location .
B. Reference Standards :
1) ANSJ/AWWA C 104/A21.4 -American National Standard for cement -Mortar Lining for
Ductile-Iron Pipe and Fittings for water.
2) ANSI/ A WWA CI 05 / A2 I .5 -American National Standard for Polyethylene Encasement.
3) ANSI/AWWA C 11 O/A21. JO -American National Standard for Ductile Iron and Grey Iron
Fittings, 3-inch through 48 inches for water and other liquids .
4) ANSJ/AWWA CJ J J/A 2 1.11 -American National Stand ard for Rubber-Gasket Joints for
Ductile-Iron Pre s sure Pipe and Fittings.
5) ANSI/AWWA CJ l 5/A21.15 ,7 American National Standard for Flanged Ductile-Iron Pipe
with Ductile-Iron or Gray-Iron Threaded Flanges.
6) ANSI/AWWA CJ 50 /A21 .50 ,8 American National Standard for the Thickness Design of
Ductile-Iron Pipe .
7) ANSJ/AWWA CJ 51 /A21 .5 J ,9 American National Standard for the Ductile-Iron Pipe,
Centrifugally Cast, for Water or Other Liquids.
8) ANSJ/AWWA Cl53/A21.53 , "Ductile-Iron Compact Fittings For Water Service"
9) ANSJ/AWWA C600,J l Installation of Ductile-Iron Water Mains and Their
Appurten a nces .
I 0) AWWA M-41 Ductile-Iro n Pipe and F ittin gs.
1.03 SUBMITTALS
Submittals shall be in accordance with the Special Specifications and shall include the following :
Water and Sanitary Sewer Relocation for SH 121 T
Crossing West of The Union Pacific Railroad Davidson Rail Yard,
Part 2 -Hulen Street Bridge
Water Main Extension From Hulen Street to Como Pump Station, Part 2
KHA No. 061018062
March 2010
SECTION 02615
Ductile Iron Pipe and Fittings
Page 2 of 7
A . Prior to the fabrication of the pipe, submit Reco rd 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 .
1.04 DELIVERY AND STORAGE
A . Delivery and Storage shall be in accordance with ANSI/AWWA C600 andAWWA M41.
B. PRODUCTS
2 .01 DUCTILE IRON PIPE:
A. Pipe shall be in accordance with NCTCOG 2.12.8 , AWWA Cl 10 , AWWA Cl 11, AWWA
Cl 15 , AWWA C150, and AWWA Cl 51. 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 C 104 .
D . All buried pipe shall be polyethylene encased in accordance with A WWA C 105.
E. As a minimum standard , the following pressure classes shall apply:
Diameter Pipe (inch)
3 " through 12"
14 " -20"
24 "
30" -64 "
Min. Pressure Class (PSI)
350 psi
250 psi
200 ps i
150 psi
Water and Sanitary Sewer Relocation for SH 121T
Crossing West of The Union Pacific Railroad Davidson Rail Yard,
Part 2 -Hulen Street Bridge
Water Main Extension From Hulen Street to Como Pump Station, Part 2
KHA No. 061018062
March 2010
SECTION 02615
Ductile Iron Pipe and Fittings
Page 3 of 7
F. Engineer shall verify that pressure class s pecifi ed meets the minimum de s ign 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 ANSUAWWA Cl 50/A2 l .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 plu s 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
Cl50/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 Cl 5 l /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%
2.02 DUCTILE IRON PIPE JOINTS:
A. General-Comply withANSI/AWWA CI l l/A21. l 1, latest revision.
1) Push-On Joints
2) Mechanical Joints
3) Restrained Joints
4) FlangedJoints -AWWAC115/A21.15, ANSIB16.l,Class 125
B. All rubber joint gaskets utilized on ductile-iron pipe shall be in conformance with
ANSI/AWWA Cl 11/A21 . l 1, 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 Cl 11 /A21.11, ANSI/AWWA
Cl 15/A21.15, and ASTM A307 , "Standard Specification for Carbon Steel Bolts and Nuts." For
Water and Sanitary Sewer Relocation for SH 121T
Crossing West of The Union Pacific Railroad Davidson Ra il Yard ,
Part 2 -Hulen Street Bridge
Water Main Extension From Hulen Street to Como Pump Station , Part 2
KHA No. 061018062
March 2010
SECTION 02615
Ductile Iron Pipe and Fittings
Page 4 of 7
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 B 117 , "Salt Spray Test" and shall include , if required, a certificate of conformance .
2.03 DUCTILE IRON PIPE COATINGS:
A. All ductile iron pipe shall have an asphaltic coating, minimum of I mil thick, on the pipe exterior,
unless otherwise specified .
B. Pipes shall have an interior cement mortar lining applied in accordance with ANSVAWWA
Cl04/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 ANSVNSF 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 Cl05/A21.5.
Polyethylene film must be marked as follows:
I) Manufacturer 's name or trademark
2) Year of manufacturer
3) ANSI/AWWA C105 /A2 l.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.
2.04 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
Water and Sanitary Sewer Relocation for SH 121 T
Crossing West of The Union Pacific Railroad Davidson Rail Yard,
Part 2 -Hulen Street Bridge
Water Main Extension From Hulen Street to Como Pump Station , Part 2
KHA No. 061018062
March 2010
SECTION 02615
Ductile Iron Pipe and Fittings
Page 5 of 7
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 Cl 53 /A21.53)
Nominal Size (in) Pressure Rating (PSI)
3"-24" 350PSI
30" -48" 250 PSI
54" -64" 250 PSI
Ductile-Iron Full Body Fittings (AWWA Cl lO /A21.10)
Nominal Size (in) Pressure Rating (PSI)
3"-24" 350PSI
30" -48" 250 PSI
C. Dimensions and Thickness: Fittings and joints shall conform to the thickness and dimensions
shown in the various standards referenced under Section 1.02 .B.
D. Flange: Unless specified otherwise, the bolt circle and the bolt-holes shall match those of ANSI
B 16.1 Class 125 . All screwed-on flanges shall be ductile iron. Field fabrication of flanges shall
be prohibited, unless approved otherwise .
E. Gland: Glands shall be manufactured of ductile iron conforming to ASTM A536. Restraining
devices shall be of ductile iron. Dimensions of the gland shall be such that it can be used with the
standardized joint bell and tee-head bolts conforming to ANSI/AWWA C153 /A21.53.
F. Bolts and Nuts: Bolts and nuts for mechanical joints or flanged ends shall be of a high strength
corrosion resistant low-alloy steel in accordance with ANSI/ AWWA C 111/ A21. l l 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 B 117, "Salt
Spray Test" and shall include, if required , a certificate of conformance.
G. Accessories: Unless otherwise specified, gaskets, glands, bolts, and nuts shall be furnished with
mechanical joints, and gaskets and lubricant shall be furnished with push-on joints; all in .
sufficient quantity for assembly of each joint.
H. Outside Coating: All ductile fittings shall have an asphaltic or fusion bonded epoxy coating.
Asphaltic coatings shall be a minimum of I mil thickness, on the pipe exterior, unless otherwise
specified . Fusion bonded exterior coatings shall comply with ANSI/AWWA Cl 16/A21.16, shall
have a minimum dry film thickness of 4 mils , and be certified in accordance with ANSI/NSF 61.
Water and Sanitary Sewer Relocation for SH 121 T
Crossing West of The Union Pacific Railroad Davidson Rail Yard ,
Part 2 -Hulen Street Bridge
Water Main Extension From Hulen Street to Como Pump Station, Part 2
KHA No. 061018062
March 2010
SECTION 02615
Ductile Iron Pipe and Fittings
Page 6 of7
I. Interior Lining: All ductile iron fittings are to be furnished with a cement-mortar lining of
standard thickness as defined in referenced ANSI/ AWWA C 104 / A21.4 and given a seal coat of
asphaltic material , unless otherwise specified. Fusion bonded interior coatings shall comply with
ANSI/AWWA Cl 16/A21.16, shall have a minimum dry film thickness 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-laminated (HDCL) polyethylene encasement conforming
to A WWA C 105 / A21.5. Polyethylene film must be marked as follows:
1) Manufacturer 's name or trademark
2) Year of manufacturer
3) ANSI/AWWAC105 /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 Cl 10/ A2 l. l O 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 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
3.01 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 A WWA C 105 and A WWA M41,
Method A or B. Method C will not be allowed.
D . Where indicated, paint shall be applied per manufacturer's recommendations.
Water and Sanitary Sewer Relocation for SH 121T
Crossing West of The Union Pacific Railroad Davidson Rail Yard,
Part 2 -Hulen Street Bridge
Water Main Extension From Hulen Street to Como Pump Station , Part 2
KHA No. 061018062
March 2010
SECTION 02615
Ductile Iron Pipe and Fittings
Page 7 of 7
E. Ductile iron pipe shall be manufactured in accordance with the late st revision of ANSVAWWA
C 151/ A2 l .5 l. Each pipe shall be s ubjected to a hy dro static test of not less than 500 psi for a
duration of at least IO seconds.
F. The manufacturer shall take adequate measures during pipe production to assure compliance with
ANSVAWWA Cl 5 l /A2 l.5 l 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 he rein 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 bee n performed in accordance with ANSI/AWWA Cl 51/A21.5 l.
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.
END OF SECTION
Water and Sanitary Sewer Relocation for SH 121T
Crossing West of The Union Pacific Railroad Davidson Rail Yard ,
Part 2 -Hulen Street Bridge
Water Main Extension From Hulen Street to Como Pump Station , Part 2
KHA No . 061018062
March 2010
A. GENERAL
I.OJ WORK INCLUDED
SECTION 02617
Steel Pipe
Page 1 of 25
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.
1.02 QUALITY ASSURANCE
A. Experience Requirements
I . 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
a. 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 Own er'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.
b. The inspection and testing by the independent te sting laboratory anticipates th at
production of pipe shall be done over a normal period of time and without "s low downs"
or other abnormal delays . In the event that an abnormal production time is required , and
the Owner is required to pay excessive co sts for inspection , then the Contractor shall be
required to reimburse the Owner for such laboratory costs over and abov e tho se which
Water and Sanitary Sewer Relocation for SH 121T SECTION 02617
Steel Pipe
Page 2 of25
Crossing West of The Union Pacific Railroad Davidson Rail Yard,
Part 2 -Hulen Street Bridge
Water Main Extension From Hulen Street to Como Pump Station, Part 2
KHA No. 061018062
March 2010
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 A WW A standards and as
listed herein.
I . Cement Mortar Lining
Shop-applied cement mortar linings shall be tested in accordance with A WWA C205.
2 . Polyurethane Coating
a . General: The polyurethane coating shall be tested in accordance with A WW A C222.
b. Thickness: The thickness of the coating shall be tested in accordance with SSPC
PA2. The coating system applied to the pipe shall be tested for holidays according to
the procedures outlined in NACE RPOl 88 using a wet sponge holiday tester or a high
voltage spark tester ( operating at 100 volts per mil), for the dry film thickness
specified of 35 mil.
c. Adhesion Testing:
1. Polyurethane coatings or linings shall have an adhesion to steel of 1,500 pounds
per square inch, minimum.
11. 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 D4541 and A WWA C222, except as modified in this section.
iii. 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.
1v . Dollies or adhesion testing shall be glued to the coating surface and allowed to
cure for a minimum of 12 hours. Because of high cohesive strength, polyurethane
coatings shall be scored around the dolly prior to conducting the adhesion test.
v. 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.
Water and Sanitary Sewer Relocation for SH 121 T
Crossing West of The Union Pacific Railroad Davidson Rail Yard,
Part 2 -Hulen Street Bridge
Water Main Extension From Hulen Street to Como Pump Station, Part 2
KHA No. 061018062
March 2010
SECTION 02617
Steel Pipe
Page 3 of25
v1. 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.
vii. Glue failures in excess of the minimum required tensile adhesion would be
accepted as meeting the specified adhesion requirements .
viii.Adhesion tests will be conducted on polyurethane pipe coating and lining
independently (where applicable) and will be accepted or rejected independently
of the other.
1x. Repair patches on the polyurethane coating shall be randomly selected for
adhesion testing in a manner as described herein and at the discretion of the
coating inspector conducting the adhesion tests . Adhesion of repairs shall be as
specified for the type of repair.
3 . Hydrostatic Pressure Testing
a. Each joint of pipe shall be hydrostatically tested prior to application of lining or
coating. The internal test pressure shall be that which results in a fiber stress equal to
75% of the minimum yield strength of the steel used . Each joint of pipe tested shall
be completely watertight under maximum test pressure . As a part of testing
equipment, the Pipe Manufacturer shall maintain a recording pressure gauge,
reference number of pipe tested , etc. The pipe shall be numbered in order that this
information can be recorded.
b. Fittings shall be fabricated from hydrostatically tested pipe. Fittings shall be tested by
hydrostatic test, air test, magnetic particle test, or dye penetrant test. Air test shall be
made by applying air to the welds under 10 pounds per square inch pressure and
checking for leaks around and through welds with a soap solution.
4. Charpy V-Notch Test-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 A WW A C-200, for all pipe, fittings , and specials.
6. Absorption Test for Mortar Coating-NOT USED
7 . Strength Test for Mortar Coating-NOT USED
D . Manufacturer 's Technician for Pipe Installation
Water and Sanitary Sewer Relocation for SH 121 T SECTION 02617
Steel Pipe
Page 4 of25
Crossing West of The Union Pacific Railroad Davidson Rail Yard ,
Part 2 -Hulen Street Bridge
Water Main Extension From Hulen Street to Como Pump Station, Part 2
KHA No. 061018062
March 2010
1. During the construction period , the Pipe Manufacturer shall furnish the services of a
factory trained , qualified, job experienced technician to advise and instruct as necessary in
pipe laying and pipe jointing. The technician shall assist and advise the Contractor in his
pipe laying operations and 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.
2. The pipe manufacturer shall provide services of polyurethane coating manufacturer's
representative and a representative from the heat shrink joint manufacturer for a period of
not less than I week at beginning of actual pipe laying operations to advise Contractor and
Owner regarding installation , including but not limited to , handling and storage, cleaning
and inspecting, coating repairs , field applied coating, heat shrink installation procedures
and general construction methods and how they may affect pipe coating. The
Manufacturer's Representative shall be required to return if, in the opinion of the
Engineer, the polyurethane coating or the Contractor's construction methods do not
comply with contract specifications at no additional cost to the Owner. Cost for the
Manufacturer 's Representatives to return to the site shall be at no additional cost to the
Owner.
1.03 SUBMITTALS
A. Submittals shall include :
I . Prior to the fabrication of the pipe, submit fabrication and laying shop drawings 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
s pecials and provisions for thrust restraint shall be included . Where welded joints are
required , drawings shall include proposed welding requirements and provisions for
thermal stress control.
2 . Prior to shipment of the pipe , the Pipe Manufacturer shall submit the following:
a. A Certificate of Adequacy of Design stating that the pipe to be furnished complies
with A WWA C200, A WWA C205 , A WW A C2 I 0, A WW A C222 , and these
s pecifications.
b. Copies of results of factory hydrostatic tests shall be provided to the Engineer.
Water and Sanitary Sewer Relocation for SH 121 T SECTION 02617
Steel Pipe
Page 5 of25
Crossing West of The Union Pacific Railroad Davidson Rail Yard ,
Part 2 -Hulen Street Bridge
Water Main Extension From Hulen Street to Como Pump Station, Part 2
KHA No. 061018062
March 2010
c. Mill certificates, including chemical and physical test results for each heat of steel.
d. Polyurethane coating manufacturer's and heat shrink sleeve catalog sheets and
technical information .
e. A Certified Test Report from the polyurethane coating manufacturer indicating that
the coatings were applied in accordance with manufacturer's requirements and in
accordance with this specification.
f. Certified test reports for welder certification for factory and field welds .
g. Certified test reports for cement mortar tests.
h. Certified test reports for steel cylinder tests and cement mortar tests.
1.04 STANDARDS
Except as modified or supplemented herein, the steel pipe, coatings, fittings, and specials shall
conform to the applicable requirements of the following standard specifications, latest edition:
ANSI/NSF
AWWA C200
AWWA C205
AWWA C206
AWWAC207
AWWA C208
AWWA C210
AWWA C216
AWWA C222
AWWAC602
AWWA Ml I
ASTM C33
ASTMC35
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"
Water and Sanitary Sewer Relocation for SH 121 T SECTION 02617
Steel Pipe
Page 6 of25
Crossing West of The Union Pacific Railroad Davidson Rail Yard ,
Part 2 -Hulen Street Bridge
Water Main Extension From Hulen Street to Como Pump Station , Part 2
KHA No. 061018062
March 2010
ASTM CI50
ASTM EI65
SSPC-SP-1
SSPC-SP-10
SSPC-PA2
"Specifications for Portland Cement"
"Practice for Liquid Penetrant Inspection Method"
Steel Structures Painting Council -Solvent Cleaning
Steel Structures Painting Council -Near-White Blast Cleaning
Steel Structures Painting Council -Measurement of Dry Paint Thickness
with Magnetic Gages
SSPC-PA Steel Structures Painting Council - A Guide to Safety /Guide 3 in Paint
Application
SSPC-PS
ASTM D16
ASTM 522
Steel Structures Painting Council - A Guide for /Guide 17 Selecting
Urethane Painting Systems
"Paint, Varnish, Lacquer, and Related Products"
"Mandrel Bend Test of Attached Organic Coatings"
1.05 DELIVERY AND STORAGE
A. Packing
1. The pipe shall be prepared for shipment to afford maximum protection from normal
hazard of transportation and allow pipe to reach project site in an undamaged condition.
Pipe damaged in shipment shall not be delivered to the project site unless such damaged
pipe is properly repaired.
2. After the completed pipe and fittings have been removed from the final cure at the
manufacturing plant, the pipe lining shall be protected from drying by means of plastic
end covers banded to the pipe ends . Covers shall be maintained over the pipe ends at all
times until ready to be installed. Moisture shall be maintained inside the pipe by periodic
addition of water as necessary .
3. Pipes shall be carefully supported during shipment and storage. Pipe , fittings , and specials
shall be separated so that they do not bear against each other, and the whole load shall be
securely fastened to prevent movement in transit. Ship pipe on padded bunks with tie-
down straps approximately over stulling. Store pipe on padded skids, sand or dirt berms ,
tires , or other suitable means to protect the pipe from damage. Each end of each length of
pipe, fitting , or special and the middle of each pipe joint shall be internally supported and
braced with stulls to maintain a true circular shape . Internal stulls shall consist of timber
or steel firmly wedged and secured so that stulls remain in place during storage , shipment,
and installation . Pipe shall be rotated so that one stull remains vertical during storage ,
shipment and installation . 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 adv ersely affect pipe insta llati o n . Once the first shipment of pipe
Water and Sanitary Sewer Relocation for SH 121T
Crossing West of The Union Pacific Railroad Davidson Rail Yard,
Part 2 -Hulen Street Bridge
Water Main Extension From Hulen Street to Como Pump Station, Part 2
KHA No. 061018062
March 2010
SECTION 02617
Steel Pipe
Page 7 of25
has been delivered to the site, the Engineer and the Contractor shall inspect the pipe's
interior coating for excessive cracking. If excessive cracking is found, the Contractor shall
modify shipping procedures to reduce or eliminate cracking.
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
Where allowed , it is desired that pipe be hauled direct from pipe manufacturer 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 for any damaged pipe at the
time of laying.
B. PRODUCTS
2.01 MATERIALS
A. Exterior Polyurethane Coating
Polyurethane Coating shall meet the requirements of A WWA C-222. Use a Coating Standard
ASTM D 16 , Type V system which is a 2-package poly isocyanate, po Iyo I-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., DURA SHIELD 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. Minimum Adhesion : 1500 ps i, when applied to steel pipe which has been blasted to
comply with SSPC-SPI 0 .
Water and Sanitary Sewer Relocation for SH 121 T SECTION 02617
Steel Pipe
Page 8 of25
Crossing West of The Union Pacific Railroad Davidson Rail Yard ,
Part 2 -Hulen Street Bridge
Water Main Extension From Hulen Street to Como Pump Station, Part 2
KHA No. 061018062
March 2010
4. Cure Time: For handling in 1 minute at 120 degrees F , and full cure within 7 days at 70
degrees F .
5 . Maximum Specific Gravities: Polyisocyanate resin , 1.20. Polyol resin, 1.15.
6. Minimum Impact Resistance: 80 inch-pounds using I-inch diameter steel ball.
7 . Minimum Tensile Strength: 2000 psi.
8. Hardness : 55 plus or minus 5 Shore D at 70 degrees F.
9. Flexibility Resistance : ASTM 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-II OMNI, and GP II (E)
Touch-Up, respectively, as manufactured by Madison Chemical Industries, or equal by
LifeLast, Inc., or Futura Coatings . The shop-applied and field-applied coating shall have the
properties specified in paragraph B . l .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 A WWA 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 A WWA C205.
D. Cement for Mortar Coating -NOT USED
E. Flange Nuts and Bolts
Nuts and bolts shall conform to A WWA C207.
F . Steel
Steel shall meet the requirements of A WW A 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 .
Water and Sanitary Sewer Relocation for SH 121 T SECTION 02617
Steel Pipe
Page 9 of25
Crossing West of The Union Pacific Railroad Davidson Rail Yard,
Part 2 -Hulen Street Bridge
Water Main Extension From Hulen Street to Como Pump Station, Part 2
KHA No. 061018062
March 2010
G . Bend Fittings
All bend fittings shall be long radius to permit easy passage of pipeline pigs .
H. Threaded Outlets
Where outlets or taps are threaded , furnish and install brass bushings for the outlet size
indicated .
I. Outlets for Weld Leads
The Contractor may use outlets for access for weld leads . Outlets shall be welded after use.
Outlet configuration shall be approved by the Engineer.
2.02 MIXES
A . Mortar for Interior Joints
Mortar shall be one part cement to two parts sand. Cement shall be ASTM Cl 50, 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.
2.03 MANUFACTURED PRODUCTS
A. Pipe
I . Pipe Desi gn
a . Steel pipe shall be designed , manufactured , and tested in conformance with A WW A
C200, A WW A Manual M 11 , and with the criteria s pecified herein . Sizes and
pressure classes (working pressure) shall be as s hown below. For th e purpose of pipe
design , the transient pressure plus working pressure shall as indicated below. Fittings,
specials, and connections shall be design ed for the same pressures as the adjacent
Water and Sanitary Sewer Relocation for SH 121 T SECTION 02617
Steel Pipe
Page 10 of25
Crossing West of The Union Pacific Railroad Davidson Rail Yard,
Part 2 -Hulen Street Bridge
Water Main Extension From Hulen Street to Como Pump Station , Part 2
KHA No. 061018062
March 2010
pipe. Pipe design shall be based on trench conditions and the design pressure in
accordance with A WW A Manual M-11 ; using the following parameters:
1. Unit Weight of Fill (W) = 130pcf
11. Live Load= AASHTO HS 20 at all locations except at railroads
111. Live Load = Cooper E80 at Railroads
1v . Trench Depth= As Indicated
v. Deflection Lag Factor -(D1) = 1.0
v1. Coefficient K = 0.10
vii. Maximum Calculated Deflection -Dx = 3%, or 2% if Rubber Gasket Joint is used
viii. Soil Reaction Modulus -(E') < 1,000
1x . Working Pressure= 150 psi
x. Test Pressure = 225 psi
x1. Surge Allowance = 100 psi minimum , where: Total Pressure (including surge) =
150 psi + 100 psi= 250 psi.
b . The fittings and specials shall be designed in accordance with A WW A C-208 and
A WW A Manual M-11 except that crotch plates shall be used for outlet reinforcement
for all Pressure Diameter Values, PDV , greater than 6 ,000.
c. Where the pipe requires additional external support to achieve the specified maximum
deflection, the Contractor and pipe supplier will be required to furnish alternate
methods for pipe embedment. No additional compensation will be made to the
Contractor by the Owner where this method is required.
d. Trench depths indicated shall be verified after existing utilities are located . Vertical
alignment changes required because of existing utility or other conflicts shall be
accommodated by an appropriate change in pipe design depth. In no case shall pipe
be installed deeper than its design allows .
2 . Provisions for Thrust
a. Thrust at bends, tees, or other fittings shall be resisted by restrained joints. Thrust at
bends adjacent to casing shall be restrained by welding joints through the casing and a
Water and Sanitary Sewer Relocation for SH 121 T SECTION 02617
Steel Pipe
Page 11 of25
Crossing West of The Union Pacific Railroad Davidson Rail Yard,
Part 2 -Hulen Street Bridge
Water Main Extension From Hulen Street to Como Pump Station, Part 2
KHA No. 061018062
March 2010
sufficient distance each side of the casing. No thrust restraint contribution shall be
allowed for pipe in casing unless the annular space in the casing is filled with grout.
b. Restrained joints shall be used a sufficient distance from each side of the bend, tee,
plug, or other fitting to resist thrust which develops at the design pressure of the pipe .
For the purposes of thrust restraint, design pressure shall be 1.5 times the working
pressure class. Restrained joints shall consist of welded joints.
c. Thrust restraint design shall be the complete responsibility of the pipe manufacturer.
The length of pipe with restrained joints to resist thrust forces shall be determined by
the Pipe Manufacturer in accordance with A WW A Manual M-11 and the following:
1. The Weight of Earth shall be calculated as the weight of the projected soil prism
above the pipe.
11. Soil Density= 110 pcf (maximum value to be used).
111. Coefficient of Friction= 0.20 (maximum value to be used for polyurethane coated
steel pipe).
1v. 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.
v. For horizontal bends, the length of pipe to be restrained shall be calculated as
follows :
Fort,,. less than 60°
L = P A sin (t,,./2)
f(We + Wp + Ww)
For t,,. greater than 60°
L = P A (1 -cos t,,.)
f(We + Wp + Ww)
L = Length of pipe to be restrained
P = 1.5 times working pressure
A = Cross sectional area of pipe steel cylinder I.D.
t,,. = Deflection angle
We= Weight of earth
Wp = Weight of pipe
Water and Sanitary Sewer Relocation for SH 121 T SECTION 02617
Steel Pipe
Page 12 of 25
Crossing West of The Union Pacific Railroad Davidson Rail Yard,
Part 2 -Hulen Street Bridge
Water Main Extension From Hulen Street to Como Pump Station, Part 2
KHA No. 061018062
March 2010
Ww = Weight of water
f = Coefficient of friction
3. Inside Diameter
The inside diameter, including the cement-mortar lining, shall be a minimum of the
nominal diameter of the pipe specified , unless otherwise indicated on the drawings.
4 . Wall Thickness
The minimum pipe wall steel thickness shall be as designed, but not less than 0.25" or
pipe D/240, whichever is greater for pipe and fittings, with no minus tolerance. Fe~ Line
A, Sta. 34+4o ''to 37·1-70, the miRimum pipe wall steel'thielqiess 'shaij_be 0.375". Where
indieated oe the plaes, pipe and fittings shall haY.e thieker steel pipe 1.¥all'. 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 .375 " or pipe 0.0./144 , whichever is greater.
Pipe, fittings, and specials shall be designed such that the maximum stresses in the pipe
due to thrust loading will not exceed 18 ,000 psi nor 50% of the steel yield strength at the
thrust design pressure (1 .5 times working pressure).
5 . Seams
Except for mill-type pipe, the piping shall be made from steel plates rolled into cylinders
or sections thereof with the longitudinal and girth seams butt welded or shall be spirally
formed and butt welded. There shall be not more than two (2) longitudinal seams. Girth
seams shall be butt welded and shall not be spaced closer than 6' except in specials and
fittings.
6. Joint Length
Maximum joint length shall not exceed 50'. Maximum joint length of steel pipe installed
in casing shall not exceed 25'. No randoms will be permitted for straight runs of pipe.
Water and Sanitary Sewer Relocation for SH 121 T SECTION 02617
Steel Pipe
Page 13 of25
Crossing West of The Union Pacific Railroad Davidson Rail Yard,
Part 2 -Hulen Street Bridge
Water Main Extension From Hulen Street to Como Pump Station, Part 2
KHA No. 061018062
March 2010
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 A WW A 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 gasketed joints will only be allowed for pipe sizes less than 42" diameter. Joints
shall conform to A WW A C-200 standard . The joints shall consist of a flared bell end
formed and sized by forcing the pipe or a plug die or by expanding on segmental dies . The
spigot end shall be a rolled spigot or camegie shaped steel joint ring in accordance with
A WW A C200 and as shown as Item F or H in Figure 8-1 on page 112 of the A WW A
Manual Ml I, 4th edition. The welded area of bell and spigot pipe ends shall be checked
after forming by the dye penetrant or magnetic particle method . The difference in
diameter between the I.D. of the bell and the O .D . of the spigot shoulder at point of full
engagement with an allowable deflection shall be no more than .00 " to .04 " as measured
on the circumference with a diameter tape. The gasket shall have sufficient volume to
approximately fill the area of the groove and shall conform to A WW A C200. The joint
shall be suitable for the specified pressure and a deflected joint with a pull of 3/4". Joints
shall be of clearances such that water tightness shall be provided under all operating and
test conditions with a pipe diameter deflection of 2 %. Joints shall be electrically
continuous .
2 . Lap Welded Slip Joint
Water and Sanitary Sewer Relocation for SH 121 T SECTION 02617
Steel Pipe
Page 14 of25
Crossing West of The Union Pacific Railroad Davidson Rail Yard,
Part 2 -Hulen Street Bridge
Water Main Extension From Hulen Street to Como Pump Station , Part 2
KHA No. 061018062
March 2010
a . Lap welded slip joint shall be provided in all locations for pipe larger than 60" and
where joints are welded for thrust restraint. Ends of pipe, fittings, and specials for
field welded joints shall be prepared with one (I) 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 l/8" at any point around the periphery.
b. In addition to the provisions for a minimum lap of 1-1 /2" as specified in A WW A C-
200, the depth of bell shall be such as to provide for a minimum distance of l"
between the weld and the nearest tangent of the bell radius when welds are to be
located on the inside of the pipe .
c . 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 ".
3. For Fittings with Flanges
Flanged joints shall be provided at connections to valves and where indicated. Ends to be
fitted with slip-on flanges shall have the longitudinal or spiral welds ground flush to
accommodate the type of flanges provided . Pipe flanges and welding of flanges to steel
pipe shall conform to the requirements of A WW A C207 and A WW A 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 A WWA C207 and in accordance with
ANSI/ ASME B 16.1 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 A WWA C200 . ln
addition , the welds on ends to be joined by couplings shall be ground flush to permit
slipping the coupling in at least one ( l) direction to clear the pipe joint. Harness bolts and
lugs shall comply with A WW A Manual M 11 .
5. Butt Strap Closure Joints
Where necessary to make closure to pipe previously laid, closure joints shall be installed
using butt strap joints in accordance with A WW A C206 and applicable provisions of this
specification .
G. Factory-Applied exterior Polyurethane Coatings
1. Applicator Qualifications:
Water and Sanitary Sewer Relocation for SH 121T
Crossing West of The Union Pacific Railroad Davidson Rail Yard,
Part 2 -Hulen Street Bridge
Water Main Extension From Hulen Street to Como Pump Station, Part 2
KHA No. 061018062
March 2010
SECTION 02617
Steel Pipe
Page 15 of 25
a. Equipment will be certified by the coating manufacturer to meet the requirements for
material mixing, temperature control, application rate, and ratio control for multi-part
coatings .
b . Equipment not meeting the written requirements of the coating manufacturer shall be
rejected for coating application until repairs or replacement of the equipment is made
to the satisfaction of the Engineer.
c. Personnel responsible for the application of the coating system shall have certification
of attendance at the coating manufacturer's training class within the last three years .
The certified applicator shall be present during all coating application work and shall
have responsibility for controlling all aspects of the coating application.
2. Surface Preparation
a. Visible oil, grease , dirt, and contamination shall be removed in accordance with
SSPC-SPI, solvent cleaning.
b. Surface imperfections such as metal slivers, burrs, weld splatter, gouges, or
delaminations in the metal shall be removed by filing or grinding prior to abrasive
surface preparation.
c. In cold weather or when moisture collects on the pipe and the temperature of the pipe
is Jess than 45 degrees, preheat pipe to a temperature between 45 and 90 degrees and 5
degrees above dew point.
d . Pipe shall be cleaned by abrasive blasting with a mixture of steel grit and shot to
produce the surface preparation cleanliness as specified. Recycled abrasive shall be
cleaned of debris and spent abrasive in an air wash separator.
e. Grit and shot abrasive mixture and gradation shall be adequate to achieve a sharp
angular surface profile of the minimum depth specified .
f. Protect prepared pipe from humidity, moisture, and rain . Keep pipe clean , dry , and
free of flash rust. All flash rust, imperfections, or contamination on cleaned pipe
surface shall be removed by reblasting prior to primer application.
g . Priming and coating of pipe shall be completed in a continuous operation the same
day as surface preparation .
h . Wire wheel or blast exterior surfaces in accordance with SSPC-SPI O; to a near-white
metal blast cleaning with a 3.0 MIL angular profile in bare steel.
3 . Equipment : Two-component, 1 :I mix ratio , heated airless spray unit.
Water and Sanitary Sewer Relocation for SH 121 T SECTION 02617
Steel Pipe
Page 16 of25
Crossing West of The Union Pacific Railroad Davidson Rail Yard,
Part 2 -Hulen Street Bridge
Water Main Extension From Hulen Street to Como Pump Station, Part 2
KHA No. 061018062
March 2010
4. Temperature: Minimum 5 degrees F above dew point temperature. The temperature of
the surface shall not be less than 60 degrees F during application.
5 . Humidity: Heating of pipe surfaces may be required to meet requirements of2.01A if
relative humidity exceeds 80 percent.
6. Resin: Do not thin or mix resins; use as received. Store resins at a temperature above 55
degrees F at all times.
7. Application: Applicator shall be approved by the coating manufacturer and conform to
coating manufacturer's recommendations . Apply directly to pipe to achieve a total (DFT)
dry film thickness of 35 mils. Multiple-pass, one coat application process is permitted
provided maximum allowable recoat time specified by coating manufacturer is not
exceeded . The main line pipe shall have a cutback at time of application so that there is
approximately 3-inches of bare steel on either side of the location of the future weld . The
cutback area shall be sandblasted in the shop to facilitate easier field surface preparation.
The exterior bare steel area of the pipe shall be adequately protected during pipe handling
and shipment.
8. Recoating: Recoat only when coating has cured Jess 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
3.01 INSTALLATION
A. General
l. 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 A WW A Manual M-11. Pipe
shall be laid to the lines and grade indicated. Just before each joint of polyurethane coated
steel pipe is lowered into the ditch it is to be inspected and tested for holidays. All
damaged areas and holidays are to be repaired before the pipe is lowered into the trench .
2. The requirements of the plans and specifications govern for the excavation and backfilling
of trenches for laying steel pipe, fittings , and specials. Place and consolidate ernbedment
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.
Water and Sanitary Sewer Relocation for SH 121 T SECTION 02617
Steel Pipe
Page 17 of25
Crossing West of The Union Pacific Railroad Davidson Rail Yard ,
Part 2 -Hulen Street Bridge
Water Main Extension From Hulen Street to Como Pump Station, Part 2
KHA No. 061018062
March 2010
3 . Keep the pipe clean during the laying operation and free of sticks, dirt, animals, and trash,
and at the close of each operating day, effectively seal the open end of the pipe against the
entrance of water using a gasketed night cap. Do not lay pipe in water.
4. Install bonds at all pipe joints, other than welded joints or insulated joints.
B . Pipe Handling
Pipe shall be handled at all times with a minimum of two wide non-abrasive slings, belts or
other equipment designed to prevent damage to the coating or lining. The equipment shall be
kept in such 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
I. Line up pipe for joining so as to prevent damage thereto. Thoroughly clean the bell and
spigot ends of each joint of pipe of foreign matter, rust and scale before placing spigot into
bell.
2. Where abrupt changes in grade and direction occur, the Contractor shall employ special
shop fabricated fittings for the purpose. Field cutting the ends of the steel pipe to
accomplish angular changes in grade or direction of the line shall not be permitted.
D. Pipe Laying -Rubber Gasket Joints
Join rubber gasket joints in accordance with the Manufacturer's recommendations. Clean bell
and spigot of foreign material. Lubricate gaskets and bell and relieve gasket tension around
the perimeter of the pipe. Engage spigot as far as possible in bell, allowing for I" gap for
inside joint grouting after any joint deflection . Joint deflection or pull shall not exceed the
manufacturer's recommendation . Check gasket with feeler gauge all around the pipe.
In areas of petroleum hydrocarbon soil contamination install special Neoprene gaskets or
approved equal.
E . Pipe Laying-Welding Joints
I . Weld joints in accordance with the A WWA 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.
2. Adequate provisions for reducing temperature stresses shall be the responsibility of the
Contractor .
Water and Sanitary Sewer Relocation for SH 121 T SECTION 02617
Steel Pipe
Page 18 of 25
Crossing West of The Union Pacific Railroad Davidson Rail Yard,
Part 2 -Hulen Street Bridge
Water Main Extension From Hulen Street to Como Pump Station, Part 2
KHA No . 061018062
March 2010
3. After the pipe have been joined and properly aligned and prior to the start of the welding
procedure, the spigot and bell shall be made essentially concentric by shimming or tacking
to obtain clearance tolerance around the periphery of the joint. In no case shall the
clearance tolerance be permitted to accumulate.
4 . Before welding, thoroughly clean pipe ends. Weld pipe by machine or by the manual
shielded electric arc process. Welding shall be performed so as not to damage lining or
coating. Cover the polyurethane coating as necessary to protect from welding.
5 . Furnish labor, equipment, tools and supplies, including shielded type welding rod. Protect
welding rod from any deterioration prior to its use. If any portion of a box or carton is
damaged , reject the entire box or carton.
6 . In all hand welding, the metal shall be deposited in successive layers . For hand welds, not
more than I /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 pipe from the line .
9. Furnish each welder employed with a steel stencil for marking the welds, so that the work
of each welder may be identified. Have each welder stencil the pipe adjacent to the weld
with the stencil assigned to him. In the event any welder leaves the job, his stencil shall be
voided and not duplicated if another welder is employed.
I 0 . 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
A WW A C206 before being allowed to weld on the line .
11 . After each welder has qualified in the preliminary te sts 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 E 165, or magn etic particle test in
accordance with A WW A C206 and set forth in ANSI/ A WS D .1.1. shall be performed by
the Contractor under the s upervi s ion and in s pection of the Owner 's Representative or an
independent te sti ng lab oratory , on all full we lded joints. Welds that are defective will be
Water and Sanitary Sewer Relocation for SH 121 T SECTION 02617
Steel Pipe
Page 19 of25
Crossing West of The Union Pacific Railroad Davidson Rail Yard,
Part 2 -Hulen Street Bridge
Water Main Extension From Hulen Street to Como Pump Station , Part 2
KHA No. 061018062
March 2010
replaced or repaired, whichever is deemed necessary by the Engineer, at the Contractor's
expense.
13 . If the Contractor disagrees with the Engineer's interpretation of welding tests, test sections
may be cut from the joint for physical testing. The Contractor shall bear the expense of
repairing the joint, regardless of the results of physical testing. The procedure for
repairing the joint shall be approved by the Engineer before proceeding.
F. Inside Joint Grouting for Pipe with Plant-Applied Mortar Lining
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
I . General
Buried pipe joints shall be field coated after pipe assembly in accordance with A WW A
C2 l 6, using Heat Shrink Sleeves. Width of heat shrink sleeve shall be sufficient to
overlap the polyurethane coating by a minimum of 3 -inches. Overlapping of two or more
heat shrink sleeves to achieve the necessary width will not be permitted .
2. Heat Shrink Sleeves
a . Primer: Provide as recommended by the sleeve manufacturer.
b . Filler Mastic: Mastic filler shall be provided for all bell and spigot and coupling type
joints. Size and type shall be as recommended by the sleeve manufacturer for type of
pipe and joint.
c . Joint Coating: Cross-linked polyolefin wrap or sleeve with a mastic sealant, 85-mils
total thickness, suitable for pipeline operating temperature , sleeve material recovery as
recommended by the manufacturer. High recovery sleeves shall be provided for bell
and spigot and coupling style joints with a minimum of SO-percent recovery . Sleeve
length shall provide a minimum of 3-inches overlap onto intact pipe coating on each
Water and Sanitary Sewer Relocation for SH 12IT SECTION 02617
Steel Pipe
Page 20 of25
Crossing West of The Union Pacific Railroad Davidson Rail Yard,
Part 2 -Hulen Street Bridge
Water Main Extension From Hulen Street to Como Pump Station, Part 2
KHA No. 061018062
March 2010
side of the joint. Width to take into consideration shrinkage of the sleeve due to
installation and joint profile.
d. Manufacturers: Canusa, or approved equal.
3 . Installation
a. Clean pipe surface and adjacent coating of all mud, oil, grease, rust, and other foreign
contaminates with a wire brush in accordance with SSPC-SP2, Hand Tool Cleaning,
or SSPC-SP3, Power Tool Cleaning. Remove oil or grease contamination by solvent
wiping the pipe and adjacent coating in accordance with SSPC-SPI, 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 I 00°F as recommended by the sleeve manufacturer.
f. Metal surface shall be free ofall dirt, dust, and flash rusting prior to sleeve
application.
g. Preheat pipe uniformly to l 40°F to I 60°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 .
1. Apply heat shrink sleeve when it is at a minimum temperature or 60oF 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.
Water and Sanitary Sewer Relocation for SH 121 T SECTION 02617
Steel Pipe
Page 21 of25
Crossing West of The Union Pacific Railroad Davidson Rail Yard,
Part 2 -Hulen Street Bridge
Water Main Extension From Hulen Street to Como Pump Station, Part 2
KHA No. 061018062
March 2010
J. Apply heat to the sleeve using either propane fire infrared heaters or wrap around
heaters. Hold flame a minimum of 6-inches from the sleeve surface. Periodically roll
the coating on the pipe surface. Heat from the center of the sleeve to the outer edge
until properly seated, then begin in the opposite direction. Monitor sleeve for color
change, where appropriate, or with appropriate temperature gauges.
k. Completed joint sleeve shall be fully bonded to the pipe and existing coating surface,
without voids, mastic beading shall be visible along the full circumference of the
sleeve, and there shall be no wrinkling or excessive bums on the sleeves. Sleeves
which do not meet these requirements shall be removed and the joint recoated as
directed by the Engineer. Minor repairs may be repaired using heat shrink sleeve
repair kits.
I. Allow the sleeve to cool before moving, handling, or backfilling. 1n 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
a. Application of protective coating at the pipe joints will be as follows: apply a three
layer joint coating system consisting of a factory applied 35 mil polyurethane coating,
a field applied 60 mil by 6-inch wide strip ofCANUSA 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 CANU SA Aqua Wrap high shrink heat shrinkable joint
sleeve. After the heat shrinkable joint sleeve is installed, the Contractor my backfill
the trench, and then weld the-joint.
b . The Contractor is responsible for his operations so that they do not damage the factory
applied coating system.
c. When applying the three layer joint coating system for post welding the joints, the
Contractor must show that his operation will not damage the joint coating system to
the Engineer's satisfaction. The Contractor will be required to fully uncover a
maximum of 10 joints, selected at random by the Engineer or Owner to visually
in s pect and test the joint after welding. Any damage must be repaired . If the
Contractor's welding procedure damages the three layer joint coating system , the
Contractor, at the direction of the Engineer, will be required to modify his welding
procedure.
2. Joint C o ating (3 Layer)
a . Apply three Layer Joint Coating System before Welding the Joint
Water and Sanitary Sewer Relocation for SH 121T SECTION 02617
Steel Pipe
Page 22 of25
Crossing West of The Union Pacific Railroad Davidson Rail Yard,
Part 2 -Hulen Street Bridge
Water Main Extension From Hulen Street to Como Pump Station , Part 2
KHA No. 061018062
March 2010
b . Pipe Manufacturing and Heat Tape - A 35 mil thickness polyurethane coating shall be
applied over entire length of pipe. The Contractor shall field apply 60 mil thick by 6-
inich wide strip of CANU SA HCO Wrapid Tape heat resistant tape to the exterior bell
end of the pipe, centered on the location of the welding, over a 35 mil factory applied
polyurethane coating.
c. Surface Preparation and Installation for Heat Shrinkable Joint Sleeve
1. Clean pipe surface and adjacent coating of all mud, oil , grease, rust, and other
foreign contaminates with a wire brush in accordance with SSPC-SP2, Hand Tool
Cleaning, or SSPC-SP3, Power Tool Cleaning. Remove oil or grease
contamination by solvent wiping the pipe and adjacent coating in accordance with
SSPC-SP I , Solvent cleaning. Clean the full circumference of the pipe and a
minimum of 6-inches onto the existing coating.
11 . 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.
111. Complete joint bonding of pipe joints before application of joint coating.
1v. Joint bonds shall be low profile bonds and all gaps and crevices around the bonds
shall be filled with mastic sealant.
v . 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 I 00°F as recommended by the sleeve
manufacturer. ·
v1. Metal surface shall be free of all dirt , dust, and flash rusting prior to sleeve
application .
vii . Preheat pipe uniformly to I 40°F to I 60°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.
viii. 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.
ix. Apply heat shrink sleeve when it is at a minimum temperature or 60°F and while
maintaining the pipe temperature above the preheat temperature specified. Apply
sleeve in accordance with the manufacturer 's instructions and center the sleeve
Water and Sanitary Sewer Relocation for SH 121T
Crossing West of The Union Pacific Railroad Davidson Rail Yard,
Part 2 -Hulen Street Bridge
Water Main Extension From Hulen Street to Como Pump Station, Part 2
KHA No. 061018062
March 2010
SECTION 02617
Steel Pipe
Page 23 of25
over the joint to provide a minimum of 3-inches overlay onto the existing pipe
coating.
x . 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 .
x1. 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 bums 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.
xii. Allow the sleeve to cool before moving, handling, or backfilling. In hot climates,
provide shading from direct sunlight. Water quenching will be allowed only
when permitted by the sleeve manufacturer.
d . Inspection , Testing, and Repairs
Holiday testing shall be performed using a wet sponge holiday tester at each joint after
field application of heat shrinkable joint sleeve . If any holidays or cuts are detected ,
the sleeve shall be repaired using CANUSA Repair Patch Kit (CRPK) or approved
equal. The damaged area shall be covered with a minimum of 50 mm overlap around
the damaged area.
I. Protection of Buried Metal
Buried ferrous metal such as bolts and flanges which cannot be protected with factory or field -
applied polyurethane coatings or heat shrink sleeves shall be coated with two wraps of wax
tape and encased in flowable fill.
J . Repair and Field Touchup of Polyurethane Coating
1. Apply Madison GP II (E) Touchup Polyurethane Coating or equal Lifelast or Futura
Coatings for repair and field touch-up of polyurethane coating.
2. Repair Procedure -Holidays:
a. Remove all traces of oil , grease , du st , dirt, etc .
b . Roughen area to be patched by sanding with rough grade sandpaper (40 grit).
Water and Sanitary Sewer Relocation for SH 121 T SECTION 02617
Steel Pipe
Page 24 of25
Crossing West of The Union Pacific Railroad Davidson Rail Yard,
Part 2 -Hulen Street Bridge
Water Main Extension From Hulen Street to Como Pump Station, Part 2
KHA No. 061018062
March 2010
c . Apply a 35 mil coat of repair material described above . Work repair material into
scratched surface by brushing or rolling in accordance with manufacturer's
recommendations.
d. Retest for Holiday.
3. Repair Procedure -Field Cuts or Large Damage:
a. 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 .
b. Remove burrs from field cut ends or handling damage and smooth out edge of
polyurethane coating.
c. Remove all traces of oil, grease, dust, dirt, etc .
d. 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 .
e . Apply a 35 mil coat ofrepair material described above, in accordance with
manufacturer's recommendations . Work repair material into scratched surface by
brushing. Feather edges ofrepair material into prepared surface. Cover at least I inch
of roughed area surrounding damage, or adjacent to field cut.
f. Test repairs for Holidays .
K. Exterior Joint Protection for Mortar Coated Steel Pipe -NOT USED
L. Patch of Mortar Coating-NOT USED
M . Patch of Lining (Plant or Field)
I . Repair cracks larger than l/16". Pipes with disbonded linings will be rejected . Excessive
patching of lining shall not be permitted. Apply bonding agent to patch area. Patching of
lining shall be allowed where area to be repaired does not exceed I 00 square inches and
has no dimension greater than 12". In general , there shall be not more than one ( l) patch
in the Jin ing 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
Water and Sanitary Sewer Relocation for SH 121 T SECTION 02617
Steel Pipe
Page 25 of25
Crossing West of The Union Pacific Railroad Davidson Rail Yard,
Part 2 -Hulen Street Bridge
Water Main Extension From Hulen Street to Como Pump Station , Part 2
KHA No. 061018062
March 2010
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 I joint per day:
a . Select area to test that has cured for at least 1 hour for fast setting coatings.
b. Make small "X" cut through the coating down to the steel with a sharp knife.
c. Each arm of the "X" should be approximately 1" Jong .
d . With the point of the knife , attempt to remove the coating at the center of the "X" by
sliding/poking the knife point under the coating.
e . Reject if coating is removed easily in large sections (>2 in2). Note that some
qualitative judgment is necessary and that the longer the coating has cured, the greater
the adhesion .
f . Repair area with GP II (E) Touchup (or similar material)
5. Holiday Testing: Holiday testing shall be performed using a wet sponge holiday tester at
each joint no sooner than one hour after field application of polyurethane coating.
6 . Inspection at Welding Joints: When applying the three layer joint coating system for post
welding the joints, the Contractor must show that his operation will not damage the joint
coating system to the Engineer's satisfaction . The Contractor will be required to fully
uncover a maximum of 1 0 joints, selected at random by the Engineer or Owner to visually
inspect and te st the joint after welding . Any damage must be repaired. If the Contractor's
welding procedure damages the three layer joint coating system, the Contractor, at the
direction of the Engineer, will be required to modify his welding procedure.
3 .02 HYDROSTATIC T E ST
A . Perform a hydrostatic test in accordance with City of Fort Worth Standards .
END OF SECTION
Water and Sanitary Sewer Relocation for SH 121 T
Crossing West of The Union Pacific Railroad Davidson Rail Yard ,
Part 2 -Hulen Street Bridge
Water Main Extension From Hulen Street to Como Pump Station, Part 2
KHA No . 061018062
March 2010
A. GENERAL
1.01 SCOPE OF WORK:
SECTION 02641
Resilient Seated Gate Valve
Page I of 3
A . Furnish all labor, material s, equipment and incidentals required to completely install and put into
operation resilient seated gate valves and actuator -as spec ified herein and shown on the drawings.
1.02 QUALITY ASSURANCE:
A. References:
1. American Water Works Association (AWWA)
AWWAC515 Resilient seated gate valve for water supply service.
2. American Society for Testing and Materials (ASTM)
ASTMA48
ASTM Al26
ASTMA436
ASTMA536
Gray Iron Castings
Gray Iron Castings for Valves , Flanges, and Pipe Fittings
Austenitic Gray Iron Castings
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.
1.03 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.
1.04 SUBMITTALS:
A. Submittals required after award of contract and prior to installation :
1. Technical bulletins and brochures on resilient seated gate valves .
B. Submittals required prior to final walk through:
Water and Sanitary Sewer Relocation for SH 121 T
Crossing West of The Union Pacific Railroad Davidson Rail Yard ,
Part 2 -Hulen Street Bridge
Water Main Extension From Hulen Street to Como Pump Station , Part 2
KHA No. 061018062
March 2010
1. Operation and Maintenance Manual.
1.05 SPARE PARTS AND TOOLS:
SECTION 02641
Resilient Seated Gate Valve
Page 2 of 3
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.
1.06 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.
1.07 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
2.01 RESILIENT SEATED GATE VALVES:
A. Resilient seated gate valves 4" through 36" shall meet or exceed the latest revisions of AWWA
CS 15 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.
B. Valve body shall be ductile iron per ASTM A536 . Flanged ends shall be furnished in accordance
with ANSVAWWA Cl 15/A21.15. Standard Flanged Drilling. Mechanical Joints shall be
furnished with outlets which conform to ANSVAWWA Cl 11/A21.l 1 mechanical joint
requirements .
Water and Sanitary Sewer Relocation for SH 121T
Crossing West of The Union Pacific Railroad Davidson Rail Yard ,
Part 2 -Hulen Street Bridge
Water Main Extension From Hulen Street to Como Pump Station, Part 2
KHA No. 061018062
March 2010
SECTION 02641
Resilient Seated Gate Valve
Page 3 of 3
C. The disc shall be constructed of ductile iron fully encapsulated m 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 B633, SC3
for non-buried service (4" through 12" valves). -He x 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 or equal for sizes 4" through
36" and Mueller or equal for size 16" through 24" 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
AWWAC105.
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. Resilient seated gate valves used as part of Air Release Valve assembly shall be non-rising stem
with enclosed miter gearing and a fusion bonded epoxy body ..
L. All resilient seated gate valves shall be provided to open in clockwise direction .
C. EXECUTION
3.01. INSTALLATION :
A. All resilient seated gate valves shall be installed m accordance with the instructions of the
manufacturer and as shown on the drawings.
B. At flanged connections to steel pipe materials, flange isolation kit shall be installed per
specification 15640.
END OF SECTION
Water and Sanitary Sewer Relocation for SH 121T SECTION 02642
AWWA Butterfly Valve
Page 1 of 7
Crossing West of The Union Pacific Railroad Dav idson Rail Yard,
Part 2 -Hulen Street Bridge
Water Main Extension From Hulen Street to Como Pump Station, Part 2
KHA No. 061018062
March 2010
A. GENERAL
1. SCOPE OF WORK:
a. Furnish all labor, materials, equipment and incidentals required to
completely install and put into operation , AWWA butterfly valves for buried
and plant applications as specified herein and shown on the drawings .
2 . REFERENCES :
a. American Water Works Association (AWWA).
AWWA A-C504 Rubber Seated Butterfly Valves
b . American Society for Testing and Materials (ASTM).
ASTMA48
ASTMA126
ASTMA436
ASTMA536
3. SYSTEM DESCRIPTION :
Gray Iron Castings.
Gray Iron Castings for Valves, Flanges, and Pipe
Fittings .
Authentic Gray Iron Casting .
Ductile Iron Casings .
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 of 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 calculations 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 and without leakage across the
street.
Min .
Valve Application
Description
Acceptable
Valve Class
Max. Non-
Shock Line
Pressure
Normal Flow
Range
Maximum
Flow
Test
Pressure Service
48 " Water Line 250 lb . 150 psi 4-32 MGD 56MGD 225 psi Vault
Water and San itary Sewer Re loc ation for SH 121T SECTION 02642
AWWA Butterfly Valve
Page 2 of7
Cross in g Wes t of Th e Union Pacific Railro ad Dav idson Rai l Y ard ,
Part 2 -Hul en Street Brid ge
Water Main Exten s ion From Hul en Street to Como Pump Station , Part 2
KHA No. 061018062
March 2 010
c . The Butterfly valves 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 for about 565
feet above sea level weather-protected structures and in buried service .
Outside ambient temperatures range between O and 110 degrees F, and
reported water temperatures vary between 50 and 105 degrees F.
Relative humidity is expected to range between 5 and 100 percent.
4 . QUALITY ASSURANCE:
a. The valve shall be the product of a manufacturer regularly engaged in the
manufacture of Butterfly valves having similar service and size . The
valves covered by the specifications are intended to be standard
equipment of that has proven ability. The following manufacturers and
mode ls are acceptable .
Manufacturer
Valmatic
Pratt
Dezurik
M&H
b. 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 responsible for any delays as a result of a substitution
request.
c . The listing above does not imply that the valve or the manufacturer 's
standard product is acceptable . The successful manufacturer will be
required to conform to all specifications .
d. 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 unit components includ ing but not
limited to the valve, actuator and extension stems .
Any component of each complete unit not provided by the valve
manufacturer shall be designed , fabr icated , tested , and installed by
Water and Sanitary Sewer Relocation for SH 121 T SECTION 02642
AWWA Butterfly Valve
Page 3 of 7
Crossing West of The Union Pacific Railroad Davidson Rail Yard ,
Part 2 -Hulen Street Bridge
Water Main Extension From Hulen Street to Como Pump Station, Part 2
KHA No. 061018062
March 2010
factory-authorized representatives experienced in the design and
manufacture of the equipment. This requirement, however, shall not be
construed as relieving the Contractor of the overall responsibility for this
portion of the work .
5. SUBMITTALS :
a. Submittals required after award of contract and prior to shipping.
1) Technical bulletins and brochures on butterfly valves .
2) Certification of compliance with the specifications .
b . Submittals required prior to final walk through:
1) Operation and Maintenance Manual.
6. SPARE PARTS AND TOOLS :
a. None Required.
7. 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 .
8 . WARRANTY:
a. The equipment shall be warranted to be free from defects in
workmanship, design and materials . If any part of the equipment should
Water and Sanitary Sewer Relocation for SH 121T SECTION 02642
AWWA Butterfly Valve
Page 4 of 7
Crossing West of The Union Pacific Railroad Davidson R a il Yard,
Part 2 -Hul e n Street Bridge
Water Main Extension From Hulen Street to Como Pump Station , Part 2
KHA N o . 0610180 62
Marc h 201 0
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 Final Acceptance .
B. PRODUCTS
1. 48 " BUTTERFLY VALVES :
a. Butterfly valves shall be in general conformance the latest revision of
AWWA Standard C504 butterfly valves and shall meet or exceed the
requirements of this specification as well as City of Fort Worth material
specification E1-30 . All valve components in contact with potable water
shall conform to the requirements of ANSI/NSF Standard 61 .
b. Valve bodies shall be of ductile iron per ASTM A536 Grade 65 -45-12 or
fabricated steel ASTM A36 . Flange end valves shall be of the short body
design with Class 125 Standard flanged ends faced and drilled per ANSI
B 16 .1 standard for cast iron flanges. Flanges shall be designed for the
test pressure of the valve. Mechanical joint end valves shall meet the
requirements of AWWA C111/ANSI 21 .11 . Flanged ends shall be
provided unless otherwise specifi ed .
c . Discs shall be ductile iron ASTM A536 Grade or fabricated steel ASTM
A36 . Disc and shaft connection shall be made with tapered pins of either
monel or stainless steel.
d. Valve shaft shall be type 304 stainless steel or equal. Valve shaft seals
shall be self-compensating V-type packing with a minimum of 4 sealing
rings .
e . The seat shall be a Buna-N for water and shall be molded in and bonded
to the valve or to the disc.
Seats on Disc:
1) Resilient seats shall be located on the valve disc and shall provide
a 360 degree continuous , uninterrupted seating surface . Seats
shall be mechanically retained with a stainless steel retaining ring
and stainless steel cap screws which shall pass through both the
resilient seat and the retaining ring . The resilient seat's mating
surface shall be to a 360 degree continuous uninterrupted stainless
steel body seat ring. Resilient seats shall be field adjustable and
replaceable .
Water and Sanitary Sewer Relocation for SH 121T SECTION 02642
AWWA Butterfly Valve
Page 5 of 7
Crossing West of The Union Pacific Railroad Davidson Rail Yard,
Part 2 -Hulen Street Bridge
Water Main Extension From Hulen Street to Como Pump Station, Part 2
KHA No. 061018062
March 2010
Seats on Body:
2) · All seats shall be constructed . of synthetic_ rubber compound such
as Buna :N or EPDM . and suitable. for . l:>idirectional shutoff . at . rated
p~essur~t~. seats: sha1uj~' retairfe~J n-th~;v~tvJ body by.'fnecti anica1
means:' S~ats .s_ball ~ b~" c{ ful _ti.3~0 ·~egr~~-without iQterruption .
V~lve·. seats sflall f>e .. field adjustable ' arpund the full :~3601; de·gree
circumference ' a.nd ·feph~_cea.oi¥ . Witho_ut ~l~~ati.fling · _the ·~.acf~ator,
disc or shaft withou't re.mo:yjng' ft:i§ v_alve frorn·tne line.
f. Valve shaft bearings shall be non-metallic and permanently lubricated .
g. Unless otherwise specified, exterior and interior metallic surfaces of each
valve shall be shop painted per the latest revision of AWWA C504.
h. Painting and Coatings: All surfaces of the valve shall be clean, dry and
free from grease before applying paint or coating . The valve interior and
exterior surfaces, except for the seating surfaces, shall be provided with
the manufacturer's standard coating or as specified by contract. All
internal exposed surfaces that are susceptible to corrosion shall be
coated with a Polymide cured, rust inhibiting epoxy. Surfaces to be
coated shall be prepared and sand-blasted per Steel Structures Painting
Council Specification SSPC-SP-10-638 No . 10 . Final coating thickness
shall be 16 mils minimum . All surfaces shall be inspected for proper dry
film thickness using a magnetic dry film thickness gauge . Tests for
invisible holidays shall be conducted using a low voltage, wet sponge
holiday or leak detector.
i. Testing: Each valve shall be shop tested for leaks in the closed position
with the valve horizontal. The upper surface of the valve disc shall be
visible and covered with a pool of water at O psi pressure. Air pressure,
equivalent to the design rating of the valve, shall be applied to the lower
face of the disc for at least five minutes with no indication of leakage (i.e .
bubbles in the water pool) during the test period .
The valve body shall be hydrostatically tested at twice the rated pressure
for ten minutes with the valve in the slightly open position . During this
test, there shall be no leakage or seeping through the valve body, weld or
valve trunnions .
2. MANUAL ACTUATORS :
a. Valves shall be provided with manual actuators unless otherwise specified
or indicated on the plans.
Water and Sanitary Sewer Relocation for SH 12 1T SECTION 02642
AWWA Butterfly Valve
Page 6 of 7
Crossing West of The Union Pacific Railroad Davidson Rail Yard ,
Part 2 -Hulen Street Bridge
Water Main Extension From Hulen Street to Como Pump Station , Part 2
KHA No . 061018062
March 2010
b. Valves shall be opened by turning the actuator clockwise and close
counter clockwise .
c. Manual actuators shall be fully greased, packed and have stops in the
open and closed position . The actuator shall have a mechanical stop
which will withstand an input torque of 450 ft . lbs. against the stop. The
actuator shall have a built in packing leak bypass to eliminate possible
packing leakage into the actuator housing .
d . Butterfly valves for buried service shall be furnished with a 2" operating
nut. The actuator shall be placed in a vault as indicated on the plans and
have extension to the top of the vault.
e . A position indicator shall be provided .
f. Actuator shall be worm-gear type, as follows:
1) Worm gear manual operator shall comply fully with AWWA C-504,
latest edition .
2) Worm gear drive sleeve and worm shaft shall be of solid, one-piece
design; bolted segments or pinned worms will not be acceptable .
Drive sleeve shall include an integral spline to accept a removable
bottom-entry spline bushing for valve shaft connection .
3) If required for torque purposes, spur gear reducers may be
provided for increased torque outputs and to reduce handwheel
diameter.
4) Worm gear operator shall include handwheel with maximum 80#
rim pull.
5) Materials of Construction :
Housing :
Drive sleeve :
Worm:
Bearings :
Finish :
Fasteners :
Ductile Iron
Bronze
Alloy steel with splined input drive connection
Heavy duty tapered roller bearings
Thermostatically
Powdercoat
Stainless steel
Applied Polyester
Water and Sa nitary Sewer Relo cat ion for SH 121T SECTION 02642
AWWA Butterfly Valve
P ag e 7 o f 7
Cross ing We st of The Union Paci fi c R a ilro ad Davidson R a il Y ard ,
Part 2 -Hul e n Street Brid ge
Water Main E xten s ion F rom Hul e n Street to Co mo Pump Stat ion , Part 2
KHA No . 061018062
March 2010
6) Manual gears shall be capable of being field retrofit with an electric
motor operator in the future without major modifications . With spur
gear removed , splined worm gear input shaft and motor adapter
flange shall be easily added to accept a multi-turn "torque-only "
electric valve actuator. Supplier shall include the Number of Turns
required to complete on Open-to-Close stroke in the Equipment
Submittal.
7) Worm gear operators shall be EIM Type WO for non-buried
applications or Type WB for direct-buried applications or Engineer
pre-Approved Equal.
C. EXECUTION
1. INSTALLATION
a. All butterfly valves shall be installed in accordance with the instruct ions of
the manufacturer and as shown on the drawings.
b. Installation and adjustment shall be checked and approved by a
manufacturer's factory representative . After acceptance , the
representative shall address a letter to the Engineer outlining all
installation and start up procedures . The letter shall include statement
that the valves are installed per the manufacturer's recommendations .
The manufacturer or h is qualified representative shall conduct training
sess ion for the Owner's personnel in the operation and ma intenance of
the valve.
END O F SECTION
Water and Sanitary Sewer Relocation for SH 121 T
Crossing West of The Union Pacific Railroad Davidson Rail Yard ,
Part 2 -Hulen Street Bridge
Water Main Extension From Hulen Street to Como Pump Station , Part 2
KHA No. 061018062
March 2010
A. GENERAL
1.01 SCOPE OF WORK :
SECTION 02643
Air ReleaseNacuum Valves
Page 1 of 3
A. Furnish all labor, materials, equipment and incide_!1tals required to completely install and put into
operation, air release/ air vacuum valves as specified herein and shown on the drawings.
1.02 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 calculations 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
JOO psi
OMGD-31 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 520-610 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 I 05 degrees F. Relative humidity is expected to range between 5 and 100 percent.
The valve shall be capable of being submerged periodically.
1.02 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 RBX Anti-shock
ARI D-060-C HF NS
B. 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.
Water and Sanitary Sewer Relocation for SH I 2 1 T
Crossing West of The Union Pacific Railroad David s on Rail Yard ,
Part 2 -Hulen Street Bridge
Water Main Extension From Hulen Street to Como Pump Station , Part 2
KHA No. 061018062
March 2010
SECTION 02643
Air ReleaseNacuum Valves
Page 2 of 3
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
responsible for any delays as a result of a substitution request.
C. 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 .
1.03 SUBMITTALS:
A. Submittals required after award of contract and prior to installation :
I . Technical bulletins and brochures on air release valves .
B. Submittals required prior to final walk through:
I. Operation and Maintenance Manual.
1.04 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. 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.
1.05 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
2.01 AIR RELEASE/AIR VACUUM VALVE
A. The air vacuum valve shall achieve the following functions :
1. High volume discharge during pipeline filling
Water and Sanitary Sewer Relocation for SH 121 T
Crossing West of The Union Pacific Railroad Davidson Rail Yard ,
Part 2 -Hulen Street Bridge
Water Main Extension From Hulen Street to Como Pump Station, Part 2
KHA No. 061018062
March 2010
2. High volume intake through the large orifice
3. Pressurized air discharge
4. Surge Dampening -Controlled discharge rates
SECTION 02643
Air ReleaseNacuum Valves
Page 3 of3
B . The valve shall have an integral surge alleviation mechanism which shall operate automatically to
limit transient pressure rise or shock induced by c losure 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 prior to valve closure .
C. Materials
I. All internal parts shall be a non-corroding material such as stainless steel or High density
polyethylene .
2. The valve body shall be constructed of stainless steel or ductile iron and equipped with intake
and discharge flanges. Intake/Discharge orifice area shall be equal to the nominal size of the
valve. The valve shall perform as intended with no deformation, leaking or damage of any
kind for the pressure ranges indicated.
C. EXECUTION
3.01. All air release valves shall be installed in accordance with the instructions of the manufacturer
and as shown on the drawings .
END OF SECTION
Water and Sanitary Sewer Relocation for SH 121 T
Crossing West of The Union Pacific Railroad Davidson Rail Yard ,
Part 2 -Hulen Street Bridge
Water Main Extension From Hulen Street to Como Pump Station , Part 2
KHA No. 061018062
March 2010
A. GENERAL
1.01 SUMMARY
SECTION 02660
Fiberglass Sewer Pipe
Page I of 7
A. This section provides the minimum requirements for manufacturing, furnishing, and transporting
fiberglass-reinforced polymer mortar pipe (fiberglass pipe) to be installed by open cut or by other
than open cut inside a casing in a second pass. The Contractor shall provide all labor, equipment
and materials to install the thirty (30)-inch nominal diameter fiberglass pipe to serve as gravity
flow sewer pipe as shown on the Plans.
1.02 RELATED WORK SPECIFIED ELSEWHERE
A. Section 02341 , Open-Shield Pipejacking
B. Section 02349 , Installation of Carrier Pipe in Casing
C. Section 03360 , Contact Grouting
1.03 REFERENCE ST AND ARDS , CODES , AND SPECIFICATIONS
A . The publications listed below form a part of this Specification to the extent referenced. Where
conflicts between these Specifications and the referenced specification, code, or standard occur, the
more restrictive specification shall govern . The publications are referenced in the text by basic
designation only. Where a date is given for referenced standards, that edition shall be used. Where
no date is given for referenced standards , the latest edition available on the date of issue of Contract
Documents shall be used .
B. Commercial Codes:
I. ASTM D 3262 -Standard Specification for Fiberglass (Glass-Fiber-Reinforced Thermosetting
Resin) Sewer Pipe
2 . ASTM D 4161 -Standard Specification for Fiberglass (Glass-Fiber-Reinforced Thermosetting
Resin) Pipe Joints using Flexible Elastometric Seals
C. Geotechnical Report :
a. "Geotechnical Engineering Study , Fort Worth Medical District Water Improvements,
Part 4 , SHWTP to Medical District", Fort Worth , TX, CMJ Engineering, Inc., March
2008.
b. "Additional Utility Borings , Fort Worth Medical District Water Improvements, Part 4,
SHWTP to Medical District", Fort Worth, TX , CMJ Engineering, Inc., January 2009 .
1.04 DEFINITIONS -Not Used
1.05 DESIGN CRITERIA
Water and Sanitary Sewer Relocation for SH 12 lT
Crossing West ofThe Union Pacific Railroad Davidson Rail Yard ,
Part 2 -Hulen Street Bridge
Water Main Extension From Hulen Street to Como Pump Station , Part 2
KHA No. 061018062
March 2010
SECTION 02660
Fiberglass Sewer Pipe
Page 2 of7
A. The Contractor is solely responsible for the design of fiberglass pipe that meets or exceeds the
design requirements of this Specification and is specifically designed for carrier pipe installation.
B. Design of the fiberglass pipe shall account for all installation and service loads including: (I)
jacking/pushing loads ; (2) external groundwater and earth loads; (3) traffic loads ; ( 4) practical
considerations for handling, shipping, and other construction operations. Design shall be
conducted by or under direct supervision of a Professional Engineer licensed in the State of
Texas, who shall seal and sign the design.
C. The allowable jacking/pushing capacity shall not exceed 40% of the ultimate compressive
strength , or the maximum allowable compressive strength recommended by the manufacturer,
whichever is less .
D . Fiberglass pipe shall be furnished in lengths , compatible with the Contractor's installation
requirements, available work and staging areas, and shaft dimensions, as well as the shop
practices of the pipe manufacturer.
E. Fiberglass pipe connections shall be achieved by FWC coupling, REKA coupling, or approved
equal with elastomeric seals and shall be in accordance with ASTM D 4161.
F. Ports and fittings shall be attached to the pipe in a manner that will not materially affect the strength
of the pipe. Plugs for sealing the fittings shall be provided by the Contractor and shall be capable of
withstanding all external and internal pressures and loads without leaking. All ports and plugs shall
be constructed from plastic, fiberglass, or stainless steel or otherwise be at least as corrosion
resistant as the pipe joint material.
1.06 QUALITY ASSURANCE
A. The Contractor shall furnish all labor necessary to assist the Engineer in inspecting pipe upon
delivery. Contractor shall remove rejected pipe immediately .
B. If any part of the fiberglass pipe becomes chipped , gouged , or otherwise damaged before or
during installation, it shall be rejected and removed from the site , or repaired, using methods and
materials approved by the Engineer, in writing, at no additional cost to the Owner. The decision
to repair or replace the damaged pipe shall be at the sole discretion of the Engineer.
C . The Owner or other designated representative shall be entitled to inspect pipes or witness the pipe
manufacturing. Should the Engineer request to see specific pipes during ariy phase of the
manufacturing process; .the manufacturer must provide the Engineer with adequate advance
notice of when and where the production of those pipes will take place.
Water and Sanitary Sewer Relocation for SH 121 T
Crossing West of The Union Pacific Railroad Davidson Rail Yard ,
Part 2 -Hulen Street Bridge
Water Main Extension From Hulen Street to Como Pump Station , Part 2
KHA No. 061018062
March 2010
D. Warranty:
SECTION 02660
Fiberglass Sewer Pipe
Page 3 of 7
1. The Contractor shall warrant and shall obtain from the manufacturer its warranty that the
fiberglass pipe conforms to these specifications and will be free from defects in materials
and workmanship for a period of one (I) year from the date of substantial completion of this
Contract. Said manufacturer 's warranty shall be in a form acceptable to , and for the benefit
of, the Owner, and shall be submitted by the Contractor as a condition of final payment. The
Contractor shall repair or replace, at the sole option of, and at no cost to the Owner, any
work found to be defective within said warranty period. Such repair or replacement shall
include the cost of removal and reinstallation , inspection, and acceptance testing. An
additional warranty period of one ( 1) year shall appl y to replacement pipe.
2. The Contractor shall also warrant to the Owner that the materials used on this Contract,
where covered by patents or license agreements , are furnished in accordance with such
agreements and that the prices included herein cover all applicable royalties and fees in
accordance with such license agreements. The Contractor shall defend, indemnify, and hold
the Owner harmless from and against any and all costs , loss , damage, or expense arising out
of, or in any way connected, with any claim of infringement or patent, trademark, or
violation of license agreement.
1.07 SUBMITT ALS
A. Submittals shall be made in accordance with DA-56 . Review and acceptance of the Contractor's
submittals by the Engineer shall not be construed in any way as relieving the Contractor of its
responsibilities under this Contract.
B . Shop Drawings: The Contractor shall furnish shop drawings illustrating the details of the
fiberglass pipe , lubrication ports , joint details , and miscellaneous items to be furnished and
fabricated for the pipe . Dimensions, tolerances, wall thickness, properties and strengths, and
other pertinent information shall be shown. These items shall be submitted for review by the
Engineer prior to fabrication .
C. Calculations : Calculations shall be submitted in a neat, legible format. Assumptions used in
calculations shall be consistent with information provided in the Geotechnical Reports. All
calculations shall be prepared by or under the direct supervision of a Professional Engineer
licensed in State of Texas, who shall stamp and sign calculations.
1. Submit calculations confirming that pipe capacity is adequate to safely support all
anticipated loads, including earth and groundwater pressures , surcharge loads, and handling
loads with an adequate factor of safety .
D . Pipe System : Joint testing procedure and equipment to be used .
B. PRODUCTS
a. MANUFACTURING
Water and Sanitary Sewer Relocation for SH 121T SECTION 02660
Fiberglass Sewer Pipe
Page 4 of 7
Crossing West of The Union Pacific Railroad David s on Rail Yard ,
Part 2 -Hulen Street Bridge
Water Main Extension From Hulen Street to Como Pump Station, Part 2
KHA No. 061018062
March 2010
1. Fiberglass pipe for trenchles s construction shall be manufactured in conformance
with ASTM D 3262 .
11. Acceptable Manufacturers: HOBAS Pipe USA , Inc., US Composite Pipe South,
LLC , or Engineer approved equal.
b . MATERIALS
1. Resin Systems: The manufacturer shall use only polyester resin systems with a
proven history of performance in this particular application .
11. Glass Reinforcement: The reinforcing glass fibers used to manufacture the
components shall be of highest quality commercial grade E-glass filaments with
binder and sizing compatible with impregnating resins.
m. Silica Sand : Sand shall be minimum 98 % silica with a maximum moisture content of
0.2%.
1v. Additives : Resin additives , such as curing agents , pigments, dyes, fillers, thixotropic
agents , etc., when used, shall not detrimentally affect the performance of the product.
v. Elastomeric Gaskets: Gaskets shall be supplied by qualified gasket manufacturers
and be suitable for the service intended .
C. JOINTS
i. The fiberglass pipe shall be connected by FWC coupling, REKA coupling, or
approved equal with elastomeric seals. The joints and gaskets shall meet the
requirements of ASTM D 416 l . Each joint shall be tested before and after
installation is completed between shafts and shall be leak-free under the following
conditions:
l. During grouting and lubrication injection , grouting operations, and under
actual , observed groundwater pressure .
2 . Gaps between the pipe ends up to two percent of the diameter (maximum one
inch).
d. DIMENSIONAL TOLERANCES
i. Inside Diameter: The inside diameter of the pipe shall not vary by more than 1/8"
from the nominal inside diameter .
11. Roundness: The difference between the major and minor outside diameters shall not
exceed 0.1 % of the nominal outside diameter or W', whichever is less.
Water and Sanitary Sewer Relocation for SH 12 lT SECTION 02660
Fiberglass Sewer Pipe
Page 5 of 7
Crossing West of The Union Pacific Railroad Davidson Rail Yard ,
Part 2 -Hulen Street Bridge
Water Main Extension From Hulen Street to Como Pump Station, Part 2
KHA No. 061018062
March 2010
111. Lengths : The maximum length of each pipe section shall be determined by the
Contractor, compatible with size restrictions of jacking shaft due to existing utilities
and maintenance of traffic requirements .
1v. Wall Thickness: The minimum wall thickness , measured at the bottom of the spigot
gasket groove where the wall cross-section has been reduced , shall be determined
from the maximum jacking load. Minimum factor of safety against jacking force
failure shall be 2.5 based on uniform distribution of jacking forces exerted on net end
bearing area of pipe .
v. End Squareness: Pipe ends shall be square to the pipe axis with maximum tolerance
of 1/16".
vi. Straightness: Pipe shall not deviate from straight by more than 0.00625 inches per
I in ear foot.
e. MARKING
1. Each pipe section shall be marked on both ends to identify the manufacturer,
manufacturer number (identifies factory location , date of manufacturer, shift, and
sequence), nominal diameter, beam load , DIN number, ASTM number and
designation, and lot number.
f. TESTING REQUIREMENTS
1. Acceptance testing shall be in accordance with ASTM C 1208, C 301, C 828, and the
requirements herein.
11. There shall be no fractures or cracks visible to the unaided eye. Chips, fractures or
blisters shall not exceed 2-inches laterally in any dimension, and shall not exceed 1/8
inch into or out of the pipe barrel.
111. Repairs, if any, shall be made only with approval of the Engineer. Prior to
installation, damaged pipe shall be rejected. For testing purposes, a production lot
shall consist of all pipe having the same lot marking number but shall not exceed a
total of 50 pipes. Pipe length, wall thickness, joint dimensions and beam load shall
be verified by an independent testing laboratory and approved by the Engineer.
1v. Causes for Rejection: The following imperfections in a pipe or special fitting shall
be considered injurious and cause for rejection without consideration of the test
results above. If any pipe is rejected for the listed reasons the Contractor shall, with
written approval from the Engineer, make temporary repairs to the pipe and shall jack
the pipe through to the next shaft for removal. Other methods of repairing the
damaged pipe may be used if approved in writing by the Engineer.
1. Any visible crack.
Water and Sanitary Sewer Relocation for SH 12 IT
Crossing West ofThe Union Pacific Railroad Davidson Rail Yard,
Part 2 -Hulen Street Bridge
Water Main Extension From Hulen Street to Como Pump Station , Part 2
KHA No. 061018062
March 2010
SECTION 02660
Fiberglass Sewer Pipe
Page 6 of 7
2 . Surface imperfections , such as lumps , blisters, pits , or flakes on the interior
surface of a pipe or fitting .
3 . When the bore of the pipe varies from a true circle by more than 2% of its
nominal diameter .
C. EXECUTION
3.01 DELIVERY, STORAGE, AND HANDLING
A. Packing and Shipping: The Contractor shall exercise extreme care during the transportation,
handling, storing, and installing the fiberglass pipe to ensure that the pipe is not chipped, gouged,
or otherwise damaged in any way. Adequate strutting shall be provided on all specials, fittings,
and straight pipe where required to avoid damage to the pipe and fittings during shipping, storage,
and handling .
B. Handling and Storage: The pipe shall be handled as a minimum at the 1/3 points by the use of
wide slings or other devices designed and construction to prevent damage to the pipe. The use of
steel cables, chains , hooks , or other equipment that might damage the pipe shall not be permitted.
Stockpiled pipe shall be supported on sand or earth berms free of rock exceeding 3 inches in
diameter. The pipe shall not be rolled and shall be secured to prevent accidental rolling.
C. If any part of the fiberglass pipe becomes damaged , it shall be rejected and removed from the site
and replaced at no cost to the Owner, or repaired using methods and materials approved by the
Engineer, in writing, at no cost to the Owner. The decision to replace or repair the pipe will be at
the sole discretion of the Engineer.
3.02 INSTALLATION
A. Installation: The installation of pipe and fittings shall be in accordance with the project Plans, this
Section, Section 02341 -Open-Shield Pipejacking, Section 02349 -Installation of Carrier Pipe in
Casing, and the manufacturer 's requirements .
B . Jointing:
1. Clean ends of pipe and joint components.
2. Apply joint lubricant to the bell interior surface and the elastomeric seals . Use only
lubricants approved by the pipe manufacturer.
3. Use suitable equipment and end protection to push the pipes together.
4. Do not exceed forces recommended by the manufacturer for joining or pushing pipe .
3.03 Field Tests :
A. All field testing shall be completed in accordance with the City of Fort Worth Standards.
Water and Sanitary Sewer Relocation for SH 121 T
Crossing West of The Union Pacific Railroad Davidson Rail Yard,
Part 2 -Hulen Street Bridge
Water Main Extension From Hulen Street to Como Pump Station, Part 2
KHA No. 061018062
March 2010
3.04 CLEANING
SECTION 02660
Fiberglass Sewer Pipe
Page 7 of 7
A. The fiberglass pipe shall be cleaned after in sta llation. All construction debris , tools, oil, grease,
slurry, and other materials shall be removed . Cleaning shall be incidental to the construction . No
separate payment shall be made for cleaning .
END OF SECTION
Wate r and Sanitary Sewer Re locati o n fo r SH 12 1 T SECTION 03360
Contact Grouting
Page 1 of 7
Crossing West of T he Un io n Pac ifi c Ra il roa d Dav idson Ra il Ya rd,
Part 2 -Hulen St reet Brid ge
Wate r Main Ext e n s ion Fro m Hul e n Street to Co mo Pump Stat ion , P art 2
KHA No. 06101806 2
M a rc h 2010
A. GENERAL
1. SCOPE OF WORK
a. This Section provides minimum requirements for contact grouting of all
voids caused or encountered during casing installation , the annular space
outside the jacking pipe after trenchless installations are complete ,
around shafts as necessary to prevent surface settlement, as necessary
to complete portal stabilization work , and for abandonment grouting of
boreholes for subsurface mon itoring points after trenchless construction
is complete .
2 . RELATED WORK SPECIFIED ELSEWHERE
a. 02261 -Shaft Excavation and Support
b . 02315 -Portal Stabilization
c. 02341 -Open-Shield Pipejacking
d. 02445 -Settlement Monitoring
e . 02610 -Steel Casing Pipe
3. REFERENCE SPECIFICATIONS , CODES , AND STANDARDS
a. The publicat ions listed below form a part of this Specification to the extent
referenced . Where conflicts between these Specifications and the
referenced specification, code, or standard occur, the more restrictive
specification shall govern . The latest edition available on the date of issue
of Contract Documents shall be used .
b . "Geotechnical Investigation -Water and Sanitary Sewer Relocations
Within UPRR Yard for SH121 T", Fort Worth , Texas , HVJ Associates ,
Inc ., December 4, 2009
c. ASTM C 31 -Standard Practice for Making and Curing Concrete Test
Specimens in the Field
d. ASTM C 39 -Standard Test Method for Compressive Strength of
Cylindrical Concrete Specimens
e . ASTM C 94 -Standard Specification for Ready-Mixed Concrete
f . ASTM C 109 -Standard Test Method for Compressive Strength of
Hydraul ic Cement Mortars (Using 2-i nch Cube Specimens)
Water and Sanitary Sewer Relocation for SH 121 T SECTION 03360
Contact Grouting
Page2of7
Crossing West of The Union Pacific Railroad Davidson Rail Yard ,
Part 2 -Hulen Street Bridge
Water Main Extension From Hulen Street to Como Pump Stat ion , Part 2
KHA No. 061018062
March 2010
g. ASTM C 144 -Standard Specification for Aggregate for Masonry Mortar
h . ASTM C 150 -Standard Specification for Portland Cement
i. ASTM C 937 -Standard Specification for Grout Fluidifier for Preplaced-
Aggregate Concrete
4. DEFINITIONS -Not Used
5. DESIGN CRITERIA
a. Contact grout shall be used to fill any voids caused or encountered
outside the casing pipe to fill the annular space created by the shield
overcut during trenchless construction , to fill any voids caused or
encountered outside of shafts , as necessary for portal stabilization, and
for abandonment of subsurface monitoring point boreholes.
b . Grout Mixes : Develop one or more grout mixes designed to completely fill
the voids outside the casing or shafts and to provide acceptable strength
to prevent settlement. Grout used outside shaft excavations shall be of a
strength that allows for efficient excavation by the tunneling equipment.
Determine 24-hour and 28-day strength of each grout mix in accordance
with ASTM C39 or C109 . All grout mix proportions shall be subject to
review and acceptance by the Engineer.
c . Grout Composition : Grout shall consist of Portland cement , bentonite ,
fluidifier as necessary , and water in the proportions specified herein or as
approved by the Engineer. Sand may be added to the grout mix in
instances of very high grout takes as approved by the Engineer. The
addition of sand may requ ire additional water or fluidifier to be added to
the grout mix .
d . Compressive Strength : The minimum compressive strength at 24 hours
shall be at least 10 psi. The minimum compressive strength at 28 days
shall be 50 psi. The grouting contractor shall coordinate with the
trenchless subcontractor to ensure that the grout strength for any grout
that will be excavated during trenchless construction can be efficiently
excavated by the tunneling equipment w ithout damaging the equipment
or causing excessive wear of cutting tools .
6 . QUALITY ASSURANCE
a. Grout Strength Tests :
Water and Sanitary Sewe r Re locatio n for S H 12 1 T SECTION 03360
Contact Grouting
Page 3 of 7
Cro ssing West of Th e Un io n Pac ific Ra il roa d Dav id so n Rai l Yard ,
Part 2 -Hulen Street Brid ge
Wate r Main Ext e ns ion Fro m H u len Street to Co mo Pump Stat io n, P a rt 2
KHA No. 06101806 2
March 2 010
1) Prepare samples for 24-hour and 28-day compressive strength
tests according to ASTM C31 for cylinders or ASTM C109 for
cubes . Test samples according to ASTM C39 or C109 as
applicable . Grout for the cylinders or cubes shall be taken from
the nozzle of the groutinjection line . Collect at least one set of
four (4) samples for each 500 cub ic feet of grout injected but not
less than one set for each grouting sh ift , unless directed in writing
otherwise by the Engineer.
7. SUBMITTALS
a. Submittals shall be made in accordance with DA-56 -Shop Drawings.
Rev iew and acceptance of the Contractor's submittals by the Engineer
shall not be construed in any way as relieving the Contractor of its
responsibilities under this Contract.
b . Work Plan and Methods :
1) Submit a work plan for each type of contact grouting required,
including : contact grouting methods and details of equipment ,
grouting procedures and sequences , injection pressures,
monitoring and recording equipment , pressure gauge calibration
data , methods of controlling grout pressure , and provisions to
protect pipe lining or shaft supports.
2) Subm it details of grout mix proport ions , admixtures , including
manufacturer's literature , MSD sheets , and laboratory test data
verifying the strength of the proposed grout mix.
c . Reports and Records : Ma inta in and submit daily logs of grouting
operations , including grouting locat ions , pressures , volumes, and grout
m ix pumped , and time of pump ing . Note any problems or unusual
observations on logs .
d . Grout Strength Tests : Submit test results for 24-hour and 28-day
compressive strength tests for the cylinder molds or grout cubes obtained
during grouting operations .
8. PRODUCTS
1. MATERIALS
a. Cement: Cement shall be Type II or Type V Portland cement conforming
to ASTM C 150 . Type II cement shall meet Table 4 false set
requirements of ASTM C 150 .
Water a nd Sanitary Sewer R e locati o n fo r SH 121 T SECTION 03360
Contact Grouting
Page 4 of 7
Crossing West of The U ni o n Pac ific R ai lroad Dav id so n R a il Y ard ,
Part 2 -Hulen Street Bridge
Water Main Ext en s io n From Hul e n St reet to Como Pump Stati o n , P a rt 2
KHA No . 061018062
March 2010
b. Bentonite : Bentonite shall be a commercially processed powdered
bentonite , Wyoming type , such as lmacco-gel , Black Hills, or equal.
c . Fluidifier: Fluidifiers shall hold the solid constituents of the grout in
colloidal suspension , be compatible with the cement and water used in
the grouting work , and comply with the requirements of ASTM C 937 .
d. Admixtures : Other admixtures may be used subject to the written
approval of the Engineer to improve the pumpability , to control set time ,
to hold sand in suspension , and to prevent segregation and bleeding .
2. EQUIPMENT
a . Equipment for mixing and injecting grout shall be adequate to
satisfactorily mix and agitate the grout and force it into the grout ports, in
a continuous flow at the desired pressure. Pumps shall be capable of
continuously developing a sustained pressure of 15 psi in excess of
existing groundwater pressures at the grout port connection .
b. Two pressure gauges shall be prov ided , one at the grout pump and one
at the collar of each port being grouted . The accuracy of the gauges
shall be periodically checked with an accurately calibrated pressure
gauge . A minimum of two spare pressure gauges shall be available on
s ite at ail times .
c. The grouting equipment shall be provided with a meter to determine the
volume of grout injected . The meter shall be calibrated in cubic feet to
the nearest one-tenth of a cubic foot.
d . The grout ing equipment shall be ma intained in satisfactory operating
condition throughout the course of the work to ensure continuous and
efficient performance during grouting operations .
e . Suitable stop valves shall be provided at the collar of each port for use in
maintaining pressure as required until the grout has set.
f. Grout hoses shall have an inside diameter not less than 1-1/2 inches and
shall be capable of withstanding the maximum water and grout pressures
to be used .
Wate r and Sanitary Sewe r Re locati on fo r S H 12 1 T SECTION 03360
Contact Grouting
Page 5 of 7
Crossing Wes t o f T he Un io n Pac ific Rai lroa d Davi d son Ra il Ya rd ,
Part 2 -Hulen Street Brid ge
Wate r Main E xte ns ion From H ul en Str eet to Co mo P ump St atio n, Pa ti 2
KHA No . 061018062
March 2 010
C. EXECUTION
1. GENERAL REQUIREMENTS
a. The Contractor shall use contc!ct grouting to fill any voids caused or
encountered during shaft construction that could lead to shaft movements
during trenchless operations , or that could lead to settlement and
damage of installed pipe , surface features , or subsurface utilities.
b. The Contractor shall use contact grout ing to completely fill the void space
outs ide the jacking pipe caused by the trenchless operations (including
the overcut), and any voids caused or encountered during the trenchless
construction .
c . The Contractor shall use contact grouting as necessary to compete portal
stabilization work in accordance with this Specification and 02315 -
Portal Stab ilization .
d . The Contracto r shall use contact grouting to fill and abandon boreholes
for subsurface monitoring points as noted in 02445 -Settlement
Monitoring .
e . All grouting operations are to be performed in the presence of the
Engineer. Notify the Engineer at least 24 hours in advance of starting
contact grouting operations .
f . The Contractor shall take care to prevent the sp ill or escape of grout to
the ground surface , into any water body , or into any sanitary or storm
sewer . The Contractor shall closely monitor grouting operations to detect
any spills or escape of grout to the surface or into any water body ,
sanitary sewer , or storm sewer. Any such sp ill shall be immediately
contained and cleaned up by the Contractor at no additional cost.
g . During grouting work , prov ide for adequate d isposal of all waste and
wastewater. Remove and properly dispose of all waste grout resulting
from grouting operations . The contents of grout lines shall not be
discharged into the pipe , san itary sewers , storm drains , or water bodies.
2. MIXING AND INJECTION OF GROUT
a . All materials shall be free of lumps when put into the mixer and the grout
mix shall be continuously agitated . Grout shall flow un impeded and shall
completely fill all voids . Grout not injected with in 90 minutes of mixing
shall be wasted .
Water and Sanitary Sew e r Re locati on fo r SH 12 1 T SECTION 03360
Contact Grouting
Page 6 of 7
Crossing We st of T he Uni on Pacific R a il road D av id so n Rai l Ya rd ,
Part 2 -Hul en Street Brid ge
Water Main Exte n s ion Fro m Hul e n Str ee t to Como Pump Stati on , Pa rt 2
KHA No . 06101806 2
March 2 010
b . The grouting process shall be operated and controlled so that the grout is
delivered uniformly and steadily .
c . Recirculate grout mixes when any new mix is batched or after adding
water, fluidifier , or sand to mix ~ Recirculate mix for at least 2 minutes
prior to pumping grout into grout port .
d . In general , grouting will be considered completed when less than one
cubic foot of grout of the accepted mix and consistency can be pumped
in 5 minutes under the specified maximum pressure . After the grouting is
finished , the valve shall be closed before the grout header is removed ,
and remain closed until grout has set. For any port ahead of the grouting
operation , with a valve attached , and the valve in the open position; the
current port shall be considered grouted if grout issues forth, from the
subsequent port, with the same color and consistency , and at the same
rate as that being pumped . Replace grout plugs in pipe at the completion
of grouting .
e . The maximum sustained grouting pressure shall be 15 psi in excess of
existing groundwater pressures at the grout port collar connection , unless
otherwise approved in writing by the Engineer.
3. CONTACT GROUTING OF SHAFTS
a. Commence contact grouting of shafts after completion of each shaft , and
before trenchless construction beg ins .
b . Inject grout through vertical or inclined holes drilled from the ground
surface to intersect the known or suspected void . Alternatively , drill grout
holes horizontally through shaft support elements into the soil to intersect
the known or suspected void . Holes shall be sufficiently close to ensure
all voids are completely filled .
c . Install check valve and grout nipple in each hole drilled .
d. Inject grout through each grout nipple until completion , as defined in
Paragraphs C 2 d and e .
e. Engineer may direct Contractor to drill and grout additional holes if the
grouting operat ion has not , in the judgment of the Engineer, achieved
satisfactory filling of all known or suspected voids.
W ater a nd Sa nita ry Sewer Re location fo r SH 12 1 T SECTION 03360
Contact Grouting
Page 7 of 7
Cros sin g West of Th e U n io n Pac ific R ai lroad Dav id so n Rai l Yard ,
Part 2 -Hulen Street Brid ge
W a ter Main Exten s ion Fro m H u le n Street to Como P ump Stati on , P art 2
KHA No. 06101806 2
M a rch 2010
4. CONTACT GROUTING OF STEEL CASING
a. Commence contact grouting outside of the casing pipe within 72 hours
following the completion of each drive .
-
b. Grout ports shall be provided in casing pipes at intervals not greater than
10 feet.
c. Contact grout ports shall be installed by the pipe manufacturer in the pipe
before pipe is jacked into place . Drilling grout ports through pipe shall not
be permitted . Grout ports shall be threaded to accept valve fittings and
plugs .
d. An attempt shall be made to hook-up and pump grout at every port or
coupling unless approval is granted by the Engineer in writing to omit
grout ing of selected ports .
e. Before attempting to grout a port the Contractor shall insert a long rod
through the port to clean the area outside the grout port of loose soil and
to prov ide a path for grout to travel.
f . Inject grout through the grout connect ions in such a manner as to
completely fill all voids outside the pipe resulting from, or encountered
during , trenchless operations . Grout pressure shall be controlled to avoid
damaging the pipe , and to avoid movement of the surrounding ground or
improvements .
g . Grouting shall generally progress sequentially in a constant upgradient
di rection from one grout port to the next grout port in the sequence
ind icated in the approved submittals .
h. At all times during the grouting operations , sufficient contact grout ports
ahead of the port to be grouted shall be cleaned and ready for grouting .
Valves or other suitable devices shall be attached and placed in the fully
open position on all ungrouted ports with in the maximum grout
commun ication distance , as determined by the Contractor and accepted
by the Engineer.
i. For any port ahead of the grout ing operat ion , w ith a valve attached , and
the valve in the open position , such port shall be considered grouted if
g rout issues forth of the same consistency and color, and at the same
rate as that being pumped . Replace grout plugs in pipe at the completion
of grout ing .
Water and Sanitary Sewer Relocation for SH 12 IT SECTION 03360
Contact Grouting
Page 8 of 7
Crossing West of The Uni o n Pacific Rail road Davidson Rail Yard ,
Part 2 -Hulen Street Brid ge
Water Main Extension From Hulen Street to Como Pump Station , Part 2
KHA No. 061018062
March 2010
j . Pipe grout fittings shall be sealed with screw type plugs upon completion
of grouting .
5. CONTACT GROUTING OF SUBSURFACE SETTLEMENT POINT
BOREHOLES
a. After all settlement monitoring measurements have been completed ,
monitoring point borehole casings shall be grouted .
b. Inject grout into each casing until filled . Grout may be injected by gravity
flow, through a tremie pipe, or by attaching a valve and nipple at the
casing collar .
6. CLEANUP
a. After completion of contact grouting , all related construction debris, grout,
oil , grease , and all other materials shall be removed from the jacking
pipe , jacking and receiving shafts , and all Contractor work areas.
LAST PAGE OF THIS SECTION
PARTF
•'
DESCRIPTIONS (Continued from Page 1)
if required by written contract.
i
' •
' • ,
I
I
I
I
I
I
I
-I \
....... ' i.,.
CERTiFICATE OF INSURANCE
TO: CITY Of FORT WORTH Date~
NAME OF PROJECT: Wat~r and Sanitary Se»:~r Reloc:ationdor SB1Z1T Cros.•dng West of the Hulen
Strffl Bridge within the Unlon Pacifk Raitrn.a.d Davidm.11 Rail Yard
Part 2 Hu len Street BridL>e
Water Main Extension. from H.ulen, Street to Como Pump Station Part 2
PROJECT NUMBER: Water-.P26.~317fJl33287, Se•er:fi75-703l70!332871 Water-,P:?6.~-603140024287
[S TO CERTIFY THAT : S,J. Louis Constnadlon ofTes:as, LTD
is, at the date of this certificate, Insured by this Company with respect to th.e business operations hereinafter described, for
the type of insurance and accordance with provisions of the standard policies used by this Company, and further hereinafter
described. Excepti ons to standard policy noted on reverse side hereof
J'YPEOFTNS
Policv Effective
Wori:er's Coinnensatioo
Comprehensive General
/S-C/!7C.t f(/1/ioor Liability Insw-ance (Public
Liability)
Blastiruz '-IR o 7 ':,-10 I { I I I !}Jl&Xf
Collapse of Building oc It/, I :J..OU'f structures adjacent to lf~o7s-,o
excavations
Damage to Underground 'f §)O 7 !.-(, 0 1, /, /:ie,Q"I Utilities
Buildc:r'S-Risk t., 17t,tJtJ.J,'lht.J f t/,/ ~OD"f
Comprehensive
Automobile Liability ts-o~, 21 I I /1 /:2001
Contractual Liability YRtJ7S-6o II /1 ~007
Other
Locations covered: Certain roads in tlle Ci!! QfFort Worth
Description of operations oo'I.U'ed_on:
1'11 AMf'l:i•
Exnires Limits ofLiability
11/1/.).0/(J
Bodily Injury:
/loo~ Ea. Occurrence: S
Property Damage:
Ea. Occurrence: $ / OQ(),
t I I I I ;)01 o Ea. Occurrmoc: $ /, t?tJ o ,
1,/,/201 0 F.a. Occurreooe: $ J 1 000,1
/ I /1 I :i. 0 I 0 Ea. Occurrence: s / .1~".
f t // /iDt() ~ID /J/J,/')
Bodily Injury: C.SL It/,/.;,. 0 /0
Ea . Person: $
Ea.Occurrence:$
Property Damage:
Ea. Occurrence : $ /, o o o
11/1/)010
Bodily Injury:
Ea. Occummce: $ /1 0tft71
Property Damage:
!<~. Oocurrence: s //()""
Water nnd Sanitary St~-er Relocad1nu fn.r Sll:UlI Crqsdns West oft.he Hulen
Stm!, Bridge within the Uoi!zn Pacific Railroad Duidson Rail Yard
flirt l Hulen Street Bridtt
Water; Main Extemion from Hulen Street tp Como Pump Staticm Part 2
The above policies either in the body thereof or by appropriate endorsement provided that they may not pe changed or
canceled by the insurer in less than. five (5) days after the insured has reoeivcd written notice of suclt change/or
canocllation .
f
,I' I • i..
CERTIFICA'IE OF INSURANCE
TO : CITY OF FORT WORTII Date~
NAME OF PROJECT:
PROJECT NUMBER:
IS TO CERTIFY TIIAT:
Water and Sanitary Sewer Relocations for SHI21T Crossing West of the Hulen
Street Bridge within the Union Pacific Railroad Davidson Rail Yard
Part 2 Hulen Street Bridge
Water Main Extension from Hulen Street to Como Pump Station Part 2
W ater-P265-603170133287, Sewer-P275-703170133287, Water-P265-603140024287
S.J. Louis Construction of Texas, LTD
is , at the date of this certificate, Insured by this Company with respect to the business operations hereinafter described, for
the type of insurance and accordance with provisions of the standard policies used by this Company , and further hereinafter
described. Exceptions to standard policy noted on reverse side hereof
TYPE OF INSURANCE
Policy Effective
Worker's Comoensation
Comprehensive General
Liability Insurance (Public
Liability)
Blasting
Collapse of Building or
structures adjacent to
excavations
Damage to Underground
Utilities
Builder's Risk
Comprehensive
Automobile Liability
Contractual Liability
Other
Locations covered : Certain roads in the City of Fort Worth
Description of operations covered_on:
Expires Limits ofLiability
Bodily Injury:
Ea. Occurrence: $
Property Damage:
Ea. Occurrence : $
Ea. Occurrence: $
Ea. Occurrence : $ ---
Ea. Occurrence: $
Bodily Injury :
Ea . Person: $
Ea. Occurrence: $
Property Damage:
Ea. Occurrence:$
Bodily Injury :
Ea. Occurrence: $
Property Damage:
Ea . Occurrence: $
Water and Sanitary Sewer Relocations for SH121T Crossing West of the Hulen
Street Bridge within the Union Pacific Railroad Davidson Rail Yard
Part 2 Hulen Street Bridge
Water Main Extension from Hulen Street to Como Pump Station Part 2
The above policies either in the body thereof or by appropriate endorsement provided that they may not be changed or
canceled by the insurer in less than five (5) days after the insured has received written notice of such change/or
cancellation.
.. \. . '
(
/
I
..
Where applicable local laws or regulations require more lliaa five (5) days. actual notice ofchange or cancellation to be
assured, the above policies contain such special requ.itemenis; either in the body thereof or by appropriate endoi:sement
.thereto attached
TheCity, its officers, employees and servants shall be endorsed as an addition.al insured on Contractor's inS\lfllnce policies
excepting employer's liability insurance coverage under Contractor's wodcm' compensation insurance policy.
-
Where applicable local laws or regulations require more than five (5) days actual notice of change or cancellation to be
assured, the above policies contain such special requirements, either in the body thereof or by appropriate endorsement
thereto attached .
The City, its officers, employees and servants shall be endorsed as an additional insured on Contractor's insurance policies
excepting employer's liability insurance coverage under Contractor's workers' compensation insurance policy.
~A_.,g""'e=n"'"cy...._ _____________ Insurance Co. __________________ _
~Fo=rt~W~o=rth~A--"'-g=en=t'--------------By __________________ _
Address _______________ ~ Title ________________ _
' { ,·
I,
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: 01332 and 00242.
STATE OF TEXAS §
COUNTY OFT ARRANT §
S-S-LC)\)\.S C(Y}:)t(oc:b cn t2f--~tCLS cro
CONTRACTOR
By 1):-//df~
C:JeoeroJ \'Ylai)Q 3e,e
Title
ll / !l5-/&Q/(l
I D~te
BEFORE ME, the uqdersigned authority , on this day personally appeared
L€.S V, W N. ~~ , known to me to be the person whose name is
subscribed to the foregoing instrument , and acknowlf dged Jo me that he/she executed the same
as the act and deed of .S .-~r. lc>~Ce,,JS~d.0~f7.)C for the purposes and
consideration therein expressed and in the capacity therein stated.
GIVEN UNDER MY HAND AND SEAL OF OFFICE this 2--~~ day of -:re..~~ , 20 10.
Notary Public in and for the State of Texas
MICHELLE S. BLAIR
MY COMMIS SION EXPIRES
Jan uary 2.7, 201 4
PERFORMANCE BOND Bond No . 190-018-818
THE STA TE OF TEXAS
COUNTY OF TARRANT
§
§
§
KNOW ALL BY THESE PRESENTS:
That we. (1) S.J. Louis Construction of Texas, LTD, as Principal herein, and (2) __
LIBERTY MUTUAL FIRE INSURANCE COMPANY a corporation organized under the
laws of the State of (3) _W_is_c_o_ns_i_n ___ ___, and who is authorized to issue surety bonds in the
State ofTexa!l, 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 _E!yg
MILLION NINE HUNDRED SIX THOUSAND SIX HUNDRED SEVENTY FOUR DOLLARS
ANO EIGHTY THREE CENTS ($5;906,674.83} for the payment of which sum we bind
ourselves, our heirs. executors, administrators, successors and assigns, jointly and severally,
firmly by these presents.
WHER.EAS,Jffi_nc·p has entered into a certain written contract with the Obligee dated
the _day of UL 2 O 1 Q 20 _ a copy of which is attached hereto and made a part
hereof for all purposes, for the construction of:
Water and Sanitary Sewer Relocations for SH12I Crossin2 West of the Hulen
Street Bridee within the Union Pacific Railroad Davidson Rail Yard,
Part 2 Hulen Street Bridee
Water Main Extension from Hulen Street to Como Pump Station Part 2
NOW, THEREFORE, the condition of this obligation is such, if the said Principal shall
faithfully perform the work in accordance with the plans, specifications, and contract documents
and shall fully indemnify and hold harmless the Obligee from all costs and damages which
Obligee may suffer by reason of Principal's default, and reimburse and repay Obligee for all
outlay and expense that Obligee may incur in making good such default, then this obligation
shall be void; otherwise, to remain in full force and effect.
PROVIDED, HOWEVER, that this bond is executed pursuant to Chapter 2253 of the
Texas Government Code, as amended. and all liabilities on this bond shall be determined in
ac.cordance 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 t he
Surety have executed this instrument .
JUL 2 0 2010J SIGNED and SEALED this ___ day of _________ __, 20_.
ATTEST:
S . J LOUIS CONSTRUCTION OF TEXAS , LTD
PRINCIPAL
~htfl~ (P"cipal) Secretary
By {>f!tf~
Name: Lt5 IL l 1 )h ;fm a rJ
Title: 6enecaJ tnanap=
(SEAL) Address : 520 South Sixth Avenue
Suite 100
Mansfield , TX 76063
Wrtness as torincipal ·
LIBERTY MUTUAL FIRE INSURANCE COMPANY
SURE,,
By : 'f:b!::::t ~ -
\ Name: ______ -,.-:=-:-,-..,.--,~
Attorney in Fact Amy M . Burns
(SEAL)
-ri.~
Address : 4300 MarketPointe Drive
Suite 600
Bloomington, MN 55435
Telephone Number: 952-830-3000
NOTE: (1)
(2)
(3)
Correct name of Principal (Contractor).
Correct name of Surety.
State of incorporation of Surety
Telephone number of surety must be stated. In addition, an o(iginal copy of
Power of Attorney shall be attached to Bond by the Attorney-in-Fact.
The date of bond shall not be prior to date of Contract.
LIMITED PARTNERSHIP AC KNOWLEDGMENT
STATE OF TEXAS
COUNTY OF TARRANT
On this day of , before me personally appeared Ut ~ tiJhd:{YJt!fl
to me known, who being by me duly sworn, that he/she is the 8 1necri:j,Jfrivn
of the s. J. LOUIS CONSTRUCTION OF TEXAS LTD. the Limited Partnership described in and
which executed the foregoing instrument; that he/she signed his/her name thereto by
order of the Board of Governors of said Limited Partnership .
Notary Publi ~ f;-· 6f2.,._:
Seal
MICHELLE S. BLA IR
MY COMMISSION EXPI RES
January 27, 2014
ACKNOWLEDGMENT OF CORPORATE SURETY
STATE OF MINNESOTA
COUNTY OF HENNEPIN
On this day of , before me appeared AMY M . BURNS to be known , who
being by me duly sworn , did say that s(he) is the aforesaid Attorney-in-Fact of the LIBERTY
MUTUAL FIRE INSURANCE COMPANY, a corporation; that the seal affixed to the foregoing
instrument is the corporate seal of said corporation, and that said instrument was signed
and sealed on behalf of said corporation by the aforesaid officer, by authority of its Board of
directors ; and the aforesaid officer acknowledged said instrument to be the free act and
deed of said corporation .
2878347
THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND.
This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the
extent herein stated.
LIBERTY MUTUAL FIRE INSURANCE COMPANY
WAUSAU, WISCONSIN
POWER OF ATTORNEY
KNOW ALL PERSONS BY THESE PRESENTS
That Liberty Mutual Fire Insurance Company (the "Company"), a Wisconsin stock insurance company, through its Assistant Secretary, pursuant to and by
authority of the Board of Directors hereinafter set forth, does hereby name, constitute and appoint KATHLEEN SORENSON, TODD A. KELSEY,
AMY M. BURNS, ALL OF THE CITY OF BLOOMINGTON, STATE OF MINNESOTA ....................................................................................... .
, each individually if there be more than one named , its true and lawful attorney-in-fact to make , execute, seal, acknowledge and deliver, for and on its behalf as
surety and as its act and deed , any and all undertakings , bonds, recognizances and other surety obligations in the penal sum not exceeding
FIFTY MILLION AND 00/100*********•••••••••••••••••••••• DOLLARS ($ 50,000,000.00************************ ) each , and the execution of such
undertakings , bonds, recognizances and other surety obligations, in pursuance of these presents , shall be as binding upon the Company as if they had been duly signed
by the president and attested by the secretary of the Company in their own proper persons.
That this power is made and executed pursuant to and by authority of the following Unanimous Consent and Vote of the Board of Directors dated June 28 , 2006
wherein , among other things, it was:
VOTED that the Secretary and each Assistant Secretary be, and each of them is, authorized to execute powers of attorney qualifying the attorney
named in the given power of attorney to execute on behalf of the Company surety undertakings, bonds, recognizances and other surety
obligations ; and that the Secretary and each Assistant Secretary be, and each or any of them hereby is , authorized to attest to the execution
of any such power of attorney, and to affix thereto the corporate seal of the Company.
That the Resolution set forth above is a true copy thereof and is now in full force and effect.
IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Company and the corporate seal of
Liberty Mutual Fire Insurance Company has been affixed thereto in Plymouth Meeting, Pennsylvania this 27th day of April
2010
LIBERTY MUTUAL FIRE INSURANCE COMPANY
By C4 v./-.ca~
Garnet W. Elliott , Assistant Secretary
COMMONWEALTH OF PENNSYLVANIA ss
COUNTY OF MONTGOMERY
On this_2.Z1b_ day of April 2010 , before me, a Notary Public, personally came Garnet W. Elliott , to me known, and
acknowledged that he is an Assistant Secretary of Liberty Mutual Fire Insurance Company ; that he knows the seal of said corporation ; and that he
executed the above Power of Attorney and affixed the corporate seal of Liberty Mutual Fire Insurance Company thereto with the authority and at the
direction of said corporation .
first above written.
Notartal Seai
OF T~resa Pa~i.ella , Notary Pilblif;
P!;;rnoutt _ Twp., Mi:nigomery County
My Co,rnmssioo Expires Ma:c.J; 28. 2013
COMMONWEALTH OF PENNSYLVANIA
By~~ ~ Teresa Pastella , Notary Public
CERTIFICATE \,.'>Jc...,..$[~ Mec1 ber,l'e'M sy!,anl,AssociationotNolarfes
I, the undersigned , an Ass is ~v ry of Liberty Mutual Fire Insurance Company, do hereby certify that the original power of attorney of which the
foregoing is a full , true and correct copy; is in full force and effect on the date .of this cert ificate ; and I do further certify that the officer or official who
executed the said power of attorney was one of the officers or officials specially authorized by the Board of Directors to appoint attorneys-in-fact as
provided in the Unanimous Consent and Vote of the Board of Directors of Liberty Mutual Fire Insurance Company dated June 28, 2006.
This certificate and the above power of attorney may be signed by facsimile or mechanically reproduced signatures under and by authority of the Board
of Directors of Liberty Mutual Fire Insurance Company evidenced by the Unanimous Consent and Vote of the Board of Directors dated June 28 , 2006
wherein it was
VOTED that the signatures of such officers and the seal of the Company may be affixed to any such power of attorney or to any certificate relating
thereto by facsimile, and any such power of attorney or certificate bearing such facsimile signature and facsimile seal shall be valid and binding
upon the Company when so affixed and in the future with respect to any surety undertakings, bonds, recognizances and other surety
obligations to which it is attached.
IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said company, this _______ day of
~ ... ~ /_,_.~;.....""' I ,t \..'.(t-t: ,t;;. f !1! P,::m .. m \}, 5~:~~1
PAYMENT BOND Bond No. 190-018-818
THE STATE OF TEXAS
COUNTY OF TARRANT
§
§
§
KNOW ALL BY THESE PRESENTS:
That we, (1), S.J. Louis Construction of Texas, LTD. as Principal herein, and (2) __
LIBERTY MUTUAL FIRE INSURANCE COMPANY
existing under the laws of the State of(3) Wisconsin
a corporation organized and
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 FIVE MILLION NINE HUNDRED SIX
THOUSAND SIX HUNDRED SEVENTY FOUR DOLLARS AND EIGHTY THREE CENTS
($5,906,67'4.83} for the payment wherco( 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 ~ t certain written contract with the
Obligee dated the __ day of _______ ~ 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:
Water and Sanitary Sewer Relo£ations for SH121T Crossing West of the Bulea
Street Bridge within the Union Pacific Railroad Davidson Rail Yant
Part Z Hulen Stred Bridae
Water Main Extension from Hulen St~et to Como Pump Station Part 2
NOW, TIIEREFORE, THE CONDITION OF TIIlS 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 2 25 3 of the
Tex.as Government Code, as amended. and all liabilities on this bond shall be determined in
accordance with the provisions of said statute, to the same extent as if it were . copied at length
herein.
IN WITNESS WHEREOF, the duly authorized representatives of the Principal and the
Surety have executed this instrument.
JUL 2 0 2010
SIGNED and SEALED this ___ day of _________ _, 20_.
ATTEST:
~'DtfL---(Printpal)Secretary
(SEAL)
Witness as to Principal
Se&etary -=====---
(S EAL)
~~·
S . J . LOUIS CONSTRUCTION OF TEXAS , LTD.
PRINCIPAL
:~e• {jf ~011
Title: t?it(IH(Jl mamg{lf'
Address : 520 South Sixth Avenue
Suite 100
-----.M.---a-n--.sfi.,_,e .. ld,....., =Tx=-=75=0=5=3 __ _
LIBERTY MUTUAL FIRE INSURANCE COMPANY SUR A
By 9 vvi-ts-----
Name: -------,-_..,,-a--:,...
Attorney in Fact Amy M . Burns
Address : 4300 MarketPointe Drive
Suite 600
Bloomington, MN 55435
Telephone Number: 952-830-3000
NOTE: (1)
(2}
(3)
Correct name of Principal (Contractor).
Correct name of Surety.
State of incorporation of Surety
Telephone number of surety must be stated. In addition, an original copy of
Power of Attorney shall be attached to Bond by the Attorney-in-Fact.
The date of bond shall not be prior to date of Contract.
LIMITED PARTNERSHIP ACKNOWLEDGMENT
STATE OF TEXAS
COUNTY OF TARRANT
On this day of , before me personally appeared L.l!.6 U . L<litznaa
to me known , who being by me duly sworn , that he/she is the &en e/'a l {YJ/lrJ OB,{)/'
of the S. J. LOUIS CONSTRUCTION OF TEXAS LTD. the Limited Partnership describedinand
which executed the foregoing instrument; that he/she signed his/her name thereto by
order of the Board of Governors of said Limited Partnership .
Notary Publi ~ f · ~'
r,. -I\
l<!l~~·;;.:·,~~' MICHELLE s. BLAIR t:. /) MY COMMISSION EXPIRES
··-7,,;, ... ; ,.~, January 27 2014 'i/,'ff.11, I
ACKNOWLEDGMENT OF CORPORATE SURETY
STATE OF MINNESOTA
COUNTY OF HENNEPIN
On this day of , before me appeared AMY M. BURNS to be known , who
being by me duly sworn , did say that s(he) is the aforesaid Attorney-in -Fact of the LIBERTY
MUTUAL FIRE INSURANCE COMPANY, a corporation ; that the seal affixed to the foregoing
instrument is the corporate seal of said corporation , and that said instrument was signed
and sealed on behalf of said corporation by the aforesaid officer, by authority of its Board of
directors ; and the aforesaid officer acknowledged said instrument to be the free act and
deed of said corporation .
rt=
"II
0
~
Q..
Ill
t: Q) ta! ~~a m ::::,
... Cl
" Q)
Th
o~
> -Q) ctl -::::, ~ 'tJ
C: ·-~ 2!
~ ...
Q) 0
6!
r:~~
G>-C) Ill
ctl Q)
C'I ... c:!
~
o.E~
! 0 ctl ;-...
O> ~=~ ... ...
z~
2878346
THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND.
This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the
extent herein stated.
LIBERTY MUTUAL FIRE INSURANCE COMPANY
WAUSAU, WISCONSIN
POWER OF ATTORNEY
KNOW ALL PERSONS BY THESE PRESENTS
That Liberty Mutual Fire Insurance Company (the "Company"), a Wisconsin stock insurance company, through its Assistant Secretary, pursuant to and by
authority of the Board of Directors hereinafter set forth, does hereby name , constitute and appoint KATHLEEN SORENSON, TODD A. KELSEY,
AMY M. BURNS, ALL OF THE CITY OF BLOOMINGTON, STATE OF MINNESOTA ....................................................................................... .
, each individually if there be more than one named , its true and lawful attorney-in-fact to make , execute , seal , acknowledge and deliver, for and on its behalf as
surety and as its act and deed , any and all undertakings , bonds , recognizances and other surety obligations in the penal sum not exceeding
FIFTY MILLION AND 00/100******************************* DOLLARS ($ 50,000,000.00************************ ) each , and the execution of such
undertakings , bonds , recogn izances and other surety obligations , in pursuance of these presents , shall be as binding upon the Company as if they had been duly signed
by the president and attested by the secretary of the Company in their own proper persons .
That this power is made and executed pursuant to and by authority of the following Unanimous Consent and Vote of the Board of Directors dated June 28 , 2006
wherein , among other things , it was :
VOTED that the Secretary and each Assistant Secretary be , and each of them is , authorized to execute powers of attorney qualifying the attorney
named in the given power of attorney to execute on beha lf of the Company surety undertakings, bonds, recognizances and other surety
obligations ; and that the Secretary and each Assistant Secretary be , and each or any of them hereby is, authorized to attest to the execution
of any such power of attorney, and to affix thereto the corporate seal of the Company.
That the Resolution set forth above is a true copy thereof and is now in full force and effect.
IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or offic ial of the Company and the corporate seal of
Liberty Mutual Fire Insurance Company has been affixed thereto in Plymouth Meeting , Pennsylvania this 27th day of April
2010
LIBERTY MUTUAL FIRE INSURANCE COMPANY
By~~/V-~
Garnet W. Elliott , Assistant Secretary
COMMONWEALTH OF PENNSYLVANIA ss
COUNTY OF MONTGOMERY
On this _...2Zlh_ day of April 201 O , before me , a Notary Public , personally came Garnet W. Elliott , to me known , and
acknowledged that he is an Assistant Secretary of Liberty Mutual Fire Insurance Company ; that he knows the seal of said corporation ; and that he
executed the above Power of Attorney and affi xed the corporate seal of Liberty Mutual Fire Insurance Company thereto with the authority and at the
direction of said corporation .
first above written .
CERTIFICATE
COMMONWEAIJH OF PENNSYLVANIA
Notarn:1 Sea !
Teresa PasfeUa , Notary PuhJic
Plymouth l'wp., MO!l!gomery Co.unty
~-MyComrrusskm Exp res Ma·r..h 28, 2013
14,...~,J'/>-;~"r', ~ Me01ber,Peer~ylvan11Asscc,atlooolNotanes
By~ 7Utk ~ Teresa Pastella , Notary Public
,_,:_v;,; ~
I, the undersigned , an Ass is
4 ~ ry of Liberty Mutual Fire Insurance Company, do hereby certify that the original power of attorney of wh ich the
forego ing is a full , true and correct copy, is in full force and effect on the date of th is certificate ; and I do furthe r cert ify that the officer or offic ial who
executed the said power of attorney was one of the officers or officials specially authorized by the Board of Directors to appoint attorneys-in-fact as
provided in the Unanimous Consent and Vote of the Board of Directors of Liberty Mutual Fire Insurance Company dated June 28 , 2006 .
This certificate and the above power of attorney may be signed by facs imile or mechanically reproduced signatures under and by authority of the Board
of Directors of Liberty Mutual Fire Insurance Company evidenced by the Unanimous Consent and Vote of the Board of Directors dated June 28 , 2006
wherein it was
VOTED that the signatures of such officers and the seal of the Company may be affixed to any such power of attorney or to any certificate relat ing
thereto by facsimile , and any such power of attorney or certificate bearing such facsimile signature and facsimile seal shall be valid and binding
upon the Company when so affixed and in the future with respect to any surety undertakings, bonds , recognizances and other surety
obligations to which it is attached .
IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said company, th is ____ _
JUL 2010) ~~ ~.~r~~\
( I! (''°'~~!:'"') I l '0'~1
day of
~
'tJ
Ill
Ill
Q)
C
"iii
::::, .c
> C
ctl
C _o
iu l-e.> Cl)
>W
~E ... C.
00
=C") <·· _o::t-
O'tJ
._ C
Q) ctl
3: E
~ctl
Ill 0
:2~ -o,
-0 C
Q)
~Q) :a!
:: Q)
ctl .c
>o
Q) o::t"
.CN -co
EN
.~C") c:t9 oo
(.) ,-
0 <9 F.-
THE STATE OF TEXAS
COUNTY OF TARRANT
KNOW ALL BY THESE PRESENTS:
§
§
§
MAINTENANCE BONO Bond No . 190-018-818
That S.J. Louis Construction of Texas, LTD. ("Contractor"), as principal,
and, LIBERTY MUTUAL FIRE INSURANCE COMPANY a corporation organized under the laws
of the State of Wiscons in , rsurety1, 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 tne State Of Texas, rcity") in Tarrant County, Texas, the sum of FIVE MILLION NINE HUNDRED
SlX THOUSAND SIX HUNDRED SEVENTY FOUR DOLLARS AND EIGHTY THREE CENTS
{$5,906,674.83] , lawful money of the United S1ates, for payment of which sum 'Nell and truly be made
unto said City and its successors, said Contractor and Surety do hereby bind themselves, their heirs,
exerutors, administrators, assigns and successors, jointly and severally.
This obligation is conditioned, however. that
WHEREAS. said Con~ h_z i l f Y entered into a written Contract with the City of Fort
Worth, dated the __ of , 20_. a copy of which is hereto attached and made a
part hereof, for the performance of the following described public improvements:
Water and Sanitary Sewer Relocations for SH121 TCrossirlg West of The Hulen
Street Bridge Within the Union Pacific Railroad Davidson Raif Yard,
Part 2 Hulen Street Bridge
Water Main Extension from Hulen Street to Como Pump Station Part 2
the same being referred to herein and in said contract as the Work and being designated as project
number(s) WATER-P265-6031701332871 SEWER P275-703170133287, P265-603140024287 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 binds itself to use such materials and to so construct
the work that it will remain in good repair and condition for and during a period of after the date of the
final acceptance of the work by the City; and
WHEREAS, said Contractor binds itself to maintain said work in good repair and
condition for said term of Two (2} years; and
••· -a· · AS said Contractor binds itself to repair or reconstruct the Work in whole or in . . ~ ,
\.~thin said period, if in the opinion of the Director of t he City of Fort Worth
!~n~neenu~ \t \)e t\~~~~'l'j·, o.\\~, ~~~~' ~a\~ c.\l~\t;i,tj,\l\ \i~~\ \\\~\\, ~~\)\\
receiving notice of the need therefore to repair or reconstruct said Work as herein provided.
NOW THEREFORE, if said Contractor shall keep and perform its said agreement to
maintain, repair or reconstruct said Work in accordance with all the terms and conditions of said
Contract, these presents shall be null and void , and have no force or effect. Otherwise, this
Bond shall be and remain in full force and effect, and the City shall have and recover from
Contractor and Surety damages in the premises as prescribed by said Contract.
This obligation shall be a continuing one and suocassive recoveries may be had hereon
for successive bread'tes until the full amount hereof is exhausted.
IN WITNESS WHEREOF, this instrument Is executed . ·,1--__,~t:i-i unterparts, each of
which shall be deemed an original , this_ day of ________ • A .O. 20 .
ATTEST:
(SEAL)
~~ s ry
ATTEST:
(SEAL}
S . J . LOUIS CONSTRUCTION OF TEXAS , LTD
Contractor
LIBERTY MUTUAL FIRE INSURANCE COMPANY
Surety
By Ai 111_-p---
Name: Amy M . Burns
Title: Attorney-in -Fact
4300 MarketPointe Drive, Suite 600
Bloomington , MN 55435
Address
LIMITED PARTNERSHIP ACKNOWLEDGMENT
STATE OF TEXAS
COUNTY OF TARRANT
On this day of , before me personally appeared / es U ll)h ~:trnaa
to me known , who being by me duly sworn , that he/she is the 6eaecal moa~tr
of the S. J. LOUIS CONSTRUCTION OF TEXAS LTD. the Limited Partnership described i and
which executed the foregoing instrument; that he/she signed his/her name thereto by
order of the Board of Governors of said Limited Partnership .
Notary Public ~J · /3.L .
(Notary Seal)
MICHELLE S. BLAIR
M" COMMJElSION EXPIRES
JahUl,Y 17, 2014
ACKNOWLEDGMENT OF CORPORATE SURETY
STATE OF MINNESOTA
COUNTY OF HENNEPIN
On this day of , before me appeared AMY M . BURNS to be known , who
being by me duly sworn , did say that s(he) is the aforesaid Attorney-in-Fact of the LIBERTY
MUTUAL FIRE INSURANCE COMPANY , a corporation ; that the seal affixed to the foregoing
instrument is the corporate seal of said corporation, and that said instrument was signed
and sealed on behalf of said corporation by the aforesaid officer, by authority of its Board of
directors; and the aforesaid officer acknowledged said instrument to be the free act and
deed of said corporation.
~~ 11,,
:>
l.
~~ a!
JC
rti
-, Cl)
5 .:! ~~
:i::-
CI! !
~ "'C : "iii ~~ I (1) o
>! : ca
~ .. ..
C,(/) ca CP .,, ..
• Cl) ... ~-~
2878345
THIS POWER OF ATIORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND.
This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the
extent herein stated.
KNOW ALL PERSONS BY THESE PRESENTS
LIBERTY MUTUAL FIRE INSURANCE COMPANY
WAUSAU, WISCONSIN
POWER OF ATIORNEY
That Liberty Mutual Fire Insurance Company (the "Company"), a Wisconsin stock insurance company, through its Assistant Secretary, pursuant to and by
authority of the Board of Directors hereinafter set forth, does hereby name, constitute and appoint KATHLEEN SORENSON, TODD A. KELSEY,
AMY M. BURNS, ALL OF THE CITY OF BLOOMINGTON, STATE OF MINNESOTA ....................................................................................... .
, each individually if there be more than one named , its true and lawful attorney-in-fact to make , execute , seal, acknowledge and deliver, for and on its behalf as
surety and as its act and deed , any and all undertakings, bonds, recognizances and other surety obligations in the penal sum not exceeding
FIFTY MILLION AND 00/100******************************* DOLLARS ($ 50;000,000-00************************ ) each , and the execution of such
undertakings, bonds , recognizances and other surety obligations , in pursuance of these presents , shall be as binding upon the Company as if they had been duly signed
by the president and attested by the secretary of the Company in their own proper persons .
That this power is made and executed pursuant to and by authority of the following Unanimous Consent and Vote of the Board of Directors dated June 28, 2006
wherein , among other things , it was:
VOTED that the Secretary and each Assistant Secretary be , and each of them is , authorized to execute powers of attorney qualifying the attorney
named in the given power of attorney to execute on behalf of the Company surety undertakings, bonds , recognizances and other surety
obligations ; and that the Secretary and each Assistant Secretary be, and each or any of them hereby is , authorized to attest to the execution
of any such power of attorney, and to affix thereto the corporate seal of the Company.
That the Resolution set forth above is a true copy thereof and is now in full force and effect.
IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Company and the corporate seal of
Liberty Mutual Fire Insurance Company has been affixed thereto in Plymouth Meeting , Pennsylvania this 27th day of April
2010
LIBERTY MUTUAL FIRE INSURANCE COMPANY
By C4 w'-.ca~
Garnet W. Elliott , Assistant Secretary
COMMONWEALTH OF PENNSYLVANIA ss
COUNTY OF MONTGOMERY
On this_2Zlh_ day of April 2010 , before me , a Notary Public , personally came Garnet W. Elliott , to me known , and
acknowledged that he is an Assistant Secretary of Liberty Mutual Fire Insurance Company ; that he knows the seal of said corporation ; and that he
executed the above Power of Attorney and affixed the corporate seal of Liberty Mutual Fire Insurance Company thereto with the authority and at the
direction of said corporation .
I§ ~ IN TESTIMONY WHEREOF,
, > first above written . Cf>~~..-:-c-""'""~ : u
~~ I~ :l . u
CERTIFICATE
COMMONWEALTH OF PENNSYLVANIA
No.larizl Sea!
Teresa. PaStftlla , Nola~ Puh!ic
Plymouth Twp ., Morttgomery CC>l.inty
~ _ r.,-ty Com:niss!on E.)(p res MwcJ1 28 2013
1',..~~~~ fj Memoe,.PemsylvanlaAssoct""°"ofNotanes
By~~ ~ Teresa Pastella , Notary Public
-.,:v;,, w
I, the undersigned, an Assis '! ~ ry of Liberty Mutual Fire Insurance Company, do hereby certify that the original power of attorney of which the
foregoing is a full, true and correct copy, is in full force and effect on the date of this certificate; and I do further certify that the officer or official who
executed the said power of attorney was one of the officers or officials specially authorized by the Board of Directors to appoint attorneys-in-fact as
provided in the Unanimous Consent and Vote of the Board of Directors of Liberty Mutual Fire Insurance Company dated June 28, 2006 .
This certificate and the above power of attorney may be signed by facsimile or mechanically reproduced signatures under and by authority of the Board
of Directors of Liberty Mutual Fire Insurance Company evidenced by the Unanimous Consent and Vote of the Board of Directors dated June 28 , 2006
wherein it was
VOTED that the signatures of such officers and the seal of the Company may be affixed to any such power of attorney or to any certificate relating
thereto by facsimile, and any such power of attorney or certificate bearing such facsimile signature and facsimile seal shall be valid and binding
upon the Company when so affixed and in the future with respect to any surety undertakings, bonds, recognizances and other surety
obligations to which it is attached .
IN TESTIMONY WHER ~Eo I,!] f ____ JLJ ........ l. £1 -hereunto subscribed my name and affixed the corporate seal of the said company, this ___ _
;#-~ ( f(,.•••••m~\\
;~ .... -</
day of
PARTG
THE STATE OF TEXAS
COUNTY OF TARRANT
CITY OF FORT WORTH, TEXAS
CONTRACT
KNOW ALL BY THESE PRESENTS
'JUL 2 0 2010
This Contract made and entered into this the __ day of A.D., N_, by and between
the CITY OF FORT WORTII, 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 S.J.
Louis Construction of Texas, LTD. Owner and Contractor may be referred to herein individally as a
"Party" or collectively as the "Parties."
WITNESSE1H: 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 :
Water and Sanitary Sewer Relocations for SH121 T Crossing West of the Hulen
Street Bridge within the Union Pacific Railroad Davidson Rail Yard
Part 2 Hulen Street Bridge
Water Main Extension from Hulen Street to Como Pump Station Part 2
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 410 Calender days .
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
lJ
I t
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 $840 .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 indemnify City's engineer and architect, and their personnel at the
project site for Contractor's sole negligence. In addition, Contractor covenants and agrees to indemnify,
hold harmless and defend, at its own expense, the Owner, its officers, servants and employees, from and
against any and all claims or suits for property loss , property damage, personal injury, including death,
arising out of, or alleged to arise out of, the work and services to be performed hereunder by Contractor,
its officers, agents, employees, subcontractors, licensees or invitees, whether or not any such iniury,
damage or death is caused, in whole or in part, by the negligence or alleged negligence of
Owner, its officers, servants, or employees. Contractor likewise covenants and agrees to indemnify
and hold harmless the Owner from and against any and all injuries to Owner's officers, servants and
employees and any damage, loss or destruction to property of the Owner arising from the performance of
any of the terms and conditions of this Contract, whether or not any such iniury or damage is
caused in whole or in part by the negligence or alleged negligence of Owner, its officers,
servants or employees ..
In the event Owner receives a written claim for damages against the Contractor or its subcontractors prior
to final payment, final payment shall not be made until Contractor either (a) submits to Owner
satisfactory evidence that the claim has been settled and/or a release from the claimant involved, or (b)
provides Owner with a letter from Contractor's liability insurance carrier that the claim has been referred
to the insurance carrier.
The Director may, if he deems it appropriate, refuse to accept bids on other City of Fort Worth public
work from a Contractor against whom a claim for damages is outstanding as a result of work performed
under a City Contract.
7 .
The Contractor agrees , 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 Government
Code, as Amended .
OFFICIAL RECORD
CITY SECRETARY
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 executed, 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 FIVE MILLION NINE HUNDRED SIX THOUSAND SIX HUNDRED SEVENTY FOUR
DOLLARS AND EIGHTY THREE CENTS ($5,906,674.83).
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 copy of which is attached hereto
and made a part hereof the same as if it were copied verbatim herein.
11.
It is mutually agreed and understood that this agreement is made and entered into by the parties
hereto with references to the existing Charter and Ordinances of the City of Fort Worth and the laws of
the State of Texas with references to and governing all matters affecting this Contract, and the Contractor
agrees to fully comply with all the provisions of the same .
IN WITNESS THEREOF, the City of Fort Worth has caused this instrument to be signed in ~
counterparts in its name and on its behalf by the City Manager and attested by its Secretary, with the
corporate seal of the City of Fort Worth attached . The Contractor has executed this instrument through its
duly authorized officers in ~ counterparts with its corporate seal attached.
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH , TX
, t,
JUL 2 0 2010
Done in Fort Worth, Texas , this the_ day of __ _....A.D .,20 .
DIRECTOR, DEPARTMENT OF
WATER
----
Dats
CONTRACTOR
BY: _(}_V/1 .....,.__~-
&ne,yoJ trla_rwj er
TITLE
6ao SlPh' fb?<. mow:dielti,1v J~ru3
ADDRESS
CITY OF FORT WORTH
FERNANDO COSTA , ASST CITY MANAGER
ATTEST:
APPROVED AS TO FORM AND
LEGALITY:
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
APPENDIX A
GEOTECHNICAL INVESTIGATION
WATER AND SANITARY SEWER RELOCATIONS
WITHIN UPRR YARD FOR SH121 T
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
DECEMBER 4, 2009
REPORT NO. DG0912440
HVJ
• • •
December 4, 2009
Mr. Carl T. DeZee, PE
Kimley-Horn and Associates, Inc.
801 Cherry Street, Unit 11, Suite 1025
Fort Worth, Texas 76102
Re: Geotechnical Investigation
Water and Sanitary Sewer Relocations within UPRR Yard
For SH 121 T
Owner: City of Fort Worth
HVJ Project No.: DG0912440
Dear Mr. DeZee:
Hou ston
Austin
Dallas
San An t o nio
9200 King Arthur Dr.
Dallas.TX 75247-3610
214.678 .0227 Ph
214.678.0228 Fax
www.hvj.com
Submitted herein is the report of our geotechnical investigation for the above referenced project.
The study was conducted in general accordance with our agreement dated March 30, 2009 and is
subject to the limitations presented in this report.
We appreciate the opportunity of working with you on this project. Please read the entire report
and notify us if there are questions concerning this report or if we may be of further assistance.
Sincerely,
HVJ ASSOCIATES, INC.
Texas · · · n No. F-000646
J,
Senior Project Manager
FF/DK/ZA
_ ........... ,,,,,,
---OF . I .:-~~······O:f~-· -~·· * .. ,. --.,.. . /', -· .. · .... ,..,. '• . . * 1. , ... · ...................... · ... ..,._
Z FADI N. FARAJ ¥t -,._ ................................ $
'l.'I. ~·. 96707 .. ~, 1,'Z2· / A\ ·cJ-i, ~·-~'CENS't.:':· ~-,:' •, .s's ........ '...d, .:
11 10NAL '-\"".;.-\1,,,,,, ...
12/04/2009
The seal appearing on this document was authorized by
Fadi N. Faraj, P.E. 96707 on December 4, 2009 .
Alteration of a sealed document without proper
notification to the responsible engineer is an offense under
the Texas Engineering Practice Act.
The following lists the pages which complete this report:
Ziad R. AIAawar, Ph.D.
Staff Engineer
• Main Text -11 pages • Appendix A -6 pages • Appendix C-5 pages
• Plates -22 pages • Appendix B -4 pages
11
CONTENTS
Page
1 EXECUTIVE SUMMARY ............................................................................................. IV
2 INTRODUCTION ............................................................................................................ 1
2.1 Project Description ............................................................................................................. I
2.2 Geotechnical Investigation Program ................................................................................... 1
3 FIELD INVESTIGATION ........................... -.................................................................... 1
3.1 Geotechnical Borings .......................................................................................................... I
3.2 Sampling Methods .............................................................................................................. I
3.3 Water Level Measurements ................................................................................................. 2
4 LABO RA TORY TESTING ............................................................................................... 2
5 SITE CHARACTERIZATION ......................................................................................... 3
5.1 General Geology ................................................................................................................. 3
5.2 Soil Stratigraphy .................................................................................................................. 3
5.3 Groundwater Conditions .................................................................................................... 5
6 LIMITATIONS .................................................................................................................. 5
ILL UST RA TIO NS
GEOLOGY MAP ............................................................................................................................................ ; 1
PLAN OF BORINGS ...................................................................................................................................... 2
BORING LOGS .......................................................................................................................................... 3-15
KEY TO TERMS AND SYMBOLS USED ON BORING LOGS ............................................ 16 & 17
APPENDICES
Appendix
SIEVE ANALYSIS TEST RESULTS .......................................................................................................... A
SUMMARY OF LABO RA TORY TEST RESULTS ................................................................................. B
SLAKE AND CERCHAR TEST RESULTS .............................................................................................. C
111
1 EXECUTIVE SUMMARY
HVJ Associate s, Inc. was retained by Kimley-Horn and Associates, Inc. to provide geotechnical
services for the proposed Water and Sanitary Sewer Relocatio ns within UPRR Yard for SH 121 Tin
Fort Worth, Texas. The project involve s installation of n ew water and sanitary sewer lines in Fort
Worth, Texas.
Subsurface conditions were evaluated by drilling and sampling a total of seventeen (17) borings . A
brief summary of the investigational findings are as follow :
Boring BH-1. The subsurface soils at the site generally consist of firm to hard low
plasticity clays to the maximum termination depth of 25 feet below the ground surface.
Boring BH-2. The subsurface soils at the site generally consist of soft to hard low
plasticity clays to the maximum termination depth of 25 feet below the ground surface.
Boring BH-3. The subsurface soils at the site generally consist of stiff to very stiff high
plasticity clays at the top 14 feet, followed b y soft low plasticity clays to a depth of
about 19 feet, and followed by medium dense claye y sands to the maximum termination
depth of 25 feet below the ground surface .
Boring BH-4. The subsurface soils at the site generally consist of stiff low plasticity
clays at the top 8 to 24 feet, followed by firm sandy clay to the maximum termination
depth of 30 feet below the ground surface. Fill material comprising of clay with sand
and gravel was encountered at the top 3 to 8 feet below the ground surface . Road base
comprising of sand and gravel was encountered at the top 3 feet below the ground
surface .
Boring BH-5 & BH -SA. The subsurface soils at the site generally consist of firm to stiff
low plasticity clays at the top 7 to 24 feet, followed by soft sandy clays to approximately
27 feet, followed by weathered limestone to approximately 29 feet , and followed by
limestone to the maximum termination depth of 30 feet below the ground surface . Fill
material comprising of clayey gravel with some sand was encountered at the top 3 to 7
feet below the ground surface. Road base comprising of sand and gravel was
encountered at the top 3 feet below the ground surface.
Boring BH -6 The subsurface soils at the site generally consist of firm sandy clays at
below 8 feet to the maximum termination depth of 25 feet below the ground surface .
Fill material comprising of lean clay with some sand and gravel was encountered at the
top 2 to 8 feet below the ground surface. Road base comprising of sand and gravel was
encountered at the top 2 feet below the ground surface .
Boring BH-7 The subsurface soils at the site generally consist of medium dense to very
dense clayey sands at the top 14 feet, followed by firm low plasticity clays, followed by
clayey sands to approximately 29 feet, and followed by limestone the maximum
termination depth of 30 feet below the ground surface .
Boring BH-8 & BH-SA The subsurface soils at the site generally consist of limestone
below 8 feet to the maximum termination depth of 60 feet below the ground surface .
Stiff to very stiff high plasticity clays were encountered at the top 2 to 8 feet below the
ground surface. Road base comprising of sand and gravel was encountered at the top 2
feet below the ground surface .
lV
Boring BH-9 & BH-9A. The subsurface soils at the site generally consist of limestone
below 12 feet to the maximum termination depth of 60 feet below the ground surface.
Very stiff high plasticity clays were encountered at the top 4 to 12 feet below the ground
surface . Road base comprising of weathered limestone with shale layers was
encountered at the top 4 feet below the ground surface.
Boring BH-11. The subsurface soils at the site generally consist of firm sandy clays at
the top 8 to 16 feet, followed by soft low plasticity clays to approximately 23 feet, and
followed by limestone to the maximum termination depth of 45 feet below the ground
surface . Fill material comprising of gravel, sand and clay was encountered at the top 4
to 8 feet below the ground surface. Road base comprising of sand and gravel was
encountered at the t feet below the ground surface.
Boring BH-12 & BH-12A. The subsurface soils at the site generally consist of firm to
very stiff low plasticity clay below 10 feet to the maximum termination depth of 35 feet
below the ground surface. Fill material comprising of clayey sand with some gravel was
encountered at the top 2 to 10 feet below the ground surface. Road base comprising of
sand and gravel was encountered at the top 2 feet below the ground surface.
Boring BH-13. The subsurface soils at the site generally consist of firm low plasticity
clay below 15 feet to the maximum termination depth of 30 feet below the ground
surface. Fill material comprising of clayey sand with little gravel was encountered at the
top 2 to 15 feet below the ground surface. Road base comprising of sand and gravel
was encountered at the top 2 feet below the ground surface.
Boring BH-14. The subsurface soils at the site generally consist of loose to medium
dense clayey sands at the top 19 feet, followed by weathered limestone, followed by
loose clayey sand w / trace gravel to about 34 feet, followed by soft to firm low plasticity
clay to approximately 44 feet, and followed by clayey sand the maximum termination
depth of 45 feet below the ground surface. Very stiff low plasticity clay was also
encountered at the top 2 feet below the ground surface .
Groundwater Conditions. Groundwater was encountered in borings BH-1 through
BH-6 at the depth ranging between 3 and 29 feet and in borings BH-11 through BH-14
at the depth ranging between 25 and 30 feet below the existing ground surface during
the drilling operations and between 7 and 15 feet immediately prior to borehole
backfilling in borings BH-4, BH-5 and BH-12 . However, it should be noted that
groundwater levels might fluctuate seasonally and with other climatic conditions .
Two borings were converted into piezometers BH-5A and BH-12A. The 24 hour water
readings were 22 .5 feet and 28 feet for borings BH-5A and BH-12A, respectively. The
readings taken on November 3rd, 2009 were 14 feet and 17.5 feet for borings BH-5A
and BH-12A, respectively.
Please note that this executive summary does not fully relate our findings and opinions. Those
findings and opinions are only presented through our full report.
V
2 INTRODUCTION
2.1 Project Description
HVJ Associates, Inc. was retained by Kimley -Horn and Associates, Inc. to provide geotechnical
services for the proposed Water and Sanitary Sewer Relocations within UPRR Yard for SH 121 Tin
Fort Worth, Texas . The project involves installation of new water and sanitary sewer lines at UPRR
Yard located south of West Vickery Boulevard and west of Hulen Road in Fort Forth, Texas.
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 seventeen borings to determine soil stratigraphy and to obtain samples for
laboratory testing;
2. Performing laboratory tests to determine physical and engineering 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 GeotecbaicaJ Borings
The field exploration program undertaken at the project site was performed between May 26 and
June 5, 2009 for all the borings excluding borings BH-SA, BH-8A, BH-9A and BH-12A. Borings
BH-SA, BH-8A, BH-9A and BH-12A were drilled between September 3 and September 9, 2009
immediately next to the borings BH-5, BH-8, BH-9 and BH-12. These borings were drilled to
obtain additional rock samples and to install piezometers .
The subsurface conditions were investigated by drilling a total of seventeen borings: four 25-foot
borings (BH-1 through BH-3 and BH-6), six 30-foot borings (BH-4, BH-5, BH-SA, BH-7, BH-12A
and BH-13), one 35-foot boring (BH-12), two 45-foot borings (BH-11 and BH-14), one SO-foot
borings (BH-8A), one 55-foot borings (BH-9A), and two 60-foot borings (BH-8 and BH-9) below
the existing grade . It should be noted that due to accessibility issues one of the borings (BH-10) was
not drilled. All boreholes were backfilled with soil cuttings except for borings BH-SA and BH-12A.
These two borings were converted to piezometers to obtain ground water level readings. A site plan
showing the approximate boring locations is presented on the Plan of Borings, Plate 2.
3.2 Sampling Methods
Soil samples were obtained continuously to 10 feet and at 5-foot intervals thereafter in all borings
except for BH-SA, BH-8A, BH-9A and BH-12A. BH-SA was augered to depth 15 feet, then
sampled continuously to depth 30 feet. BH-8A was augered to a depth of 35 feet, then sampled
continuously to depth 50 feet. BH-9A was augered to a depth of 40 feet, then sampled continuously
1
to depth 55 feet. BH-12A was auge red to a depth of 15 feet , then sampled continuously to depth 30
feet.
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 (S PT) 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 p ackaged for transportation to our laboratory.
Except for borings BH-8A and BH-9A, augering was -performed when rock was encountered and
TxDOT cone penetrometer 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 m aterials, the cone is driven with the resulting penetration in inches recorded for the
50 blows. The number of blows for each 6-inch increment and/ or the amount of penetration for
each 50 blows is presented on the boring logs presented on Plates 3 through 15. In borings BH-8A
and BH-9A, continuous coring was performed when rock was encountered.
Detailed descriptions of the soils encountered in the borings are given on the boring logs presented
on Plates 3 through 19 . A key to the soils classification and sy mbols used in the boring logs is also
presented on Plates 20 and 21.
3.3 Water Level Measurements
Groundwater levels in the borings were observed during and after completion of drilling. The water
levels measured during and after drilling are reported on the boring logs presented on Plates 3
through 19. Two borings were converted into piezometers BH-5A and BH-12A. The 24 hour
water re adings were 22.5 feet and 28 feet for borings BH-5A and BH-12A, respectively. The
readings taken on November 3<d, 2009 were 14 feet and 17 .5 feet for borings BH-5A and BH-12A,
re spectively.
4 LABORATORYTESTING
Selected soil samples were te sted in the laboratory to determine applicable physical and engineering
properties . All tests were performed ac cording to the relevant ASTM Standards . These tests
consisted of moisture content measurements, pocket penetrometer, percent passing No. 200 sieve,
sieve analysis, Atterberg Limits, unconfined compression and unit dry weight.
The Atterberg limits and percent passing No. 200 sieve tests were utilized to verify field
classification by the Unified Soils Classification System, and the unconfined compression tests were
performed to obtain the undrained shear strength of the soil. Slake, cerchar, and unconfined
compression tests were also conducted on rock samples . The type and number of tests performed
for this investigation are summarized below:
2
Type of Test Number of Tests
Moisture Content (A STM D2216) 90
Atterberg Limits (ASTM D4318) 21
Percent Passing No. 200 Sieve (ASTM D1140) 24
Hand Penetrometer 55
Unconfined Compression (Soil) (ASTM D 2166) 16
Unconfined Compression (Rock) (ASTM D 2166) 4
Cerchar Abrassiveness 2
Slake Durability (ASTM D 4644) 2
Unit Dry Weight (ASTM D 2166) 16
Sieve analysis test results are presented in Appendix B. The summary of laboratory test results is
presented in Appendix B . Slake durability and cerchar abrasiveness test results are presented in
Appendix C.
5 SITE CHARACTERIZATION
5.1 General Geology
According to the University of Texas at Austin, Bureau of Economic Geology "Geologic Atlas of
Texas Dallas Sheet," the project area lies within the surface expression of Alluvium (map symbol
Qal) and Fluviatile (map symbol Qt) deposits underlain by Kiamichi Formation (map symbol Kki)
and Duck Creek Formation (map symbol Kdc). The Alluvium and Fluviatile deposits mainly consist
of flood-plain deposits including gravel, sand, silt, silty clay, clay and organic matter. The Kiamichi
Formation is mainly represented by clay and limestone in alternating units 0 .1 - 5 feet thick and
some sandstone. Clay, calcareous, olive brown, weathers yellowish brown, constitutes about two-
third of formation. Limestone, mostly aphanitic and bioclastic, locally burrowed, medium gray to
yellowish gray. Sandstone, fine grained, moderately well sorted, calcareous, burrowed, beds 0.1 -2
foot thick, medium gray. The Duck Creek Formation consists of limestone, aphanitic and partially
bioclastic, locally burrowed, medium gray to yellowish gray and weathers, dark gray with yellowish-
brown patches, locally forms topographic benches. Geology map is presented on Plate 1.
5.2 Soil Stratigraphy
Our interpretation of soil and groundwater conditions at the project site is ·oased on information
obtained at the boring locations only. This information has been used as the basis for our
conclusions and recommendations. Significant variations at areas not explored by the project boring
may require reevaluation of our findings and conclusions .
Boring BH-1 The subsurface soils at the site generally consist of firm to hard low
plasticity clays to the maximum termination depth of 25 feet below the ground surface.
Boring BH-2 The subsurface soils at the site generally consist of soft to hard low
plasticity clays to the maximum termination depth of 25 feet below the ground surface.
Boring BH-3 The subsurface soils at the site generally consist of stiff to very stiff high
plasticity clays at the top 14 feet, followed by soft low plasticity clays to a depth of
about 19 feet, and followed by medium dense clayey sands to the maximum termination
depth of 25 feet below the ground surface.
Baring RH-4 The subsurface soils at the site generally consist of stiff low plasticity
clays at the top 8 to 24 feet, followed by firm sandy clay to the maximum termination
depth of 30 feet below the ground surface. Fill material comprising of clay with sand
3
and gravel was encountered at the top 3 to 8 feet below the ground surface . Road base
comprising of sand and gravel was encountered at the top 3 feet below the ground
surface .
Boring BH-5 & BH-5A. The subsurface soils at the site generally consist of firm to stiff
low plasticity clays at the top 7 to 24 feet, followed by soft sandy clays to approximately
27 feet, followed by weathered limestone to approximately 29 feet, and followed by
limestone to the maximum termination depth of 30 feet below the ground surface . Fill
material comprising of clayey gravel with some sand was encountered at the top 3 to 7
feet below the ground surface. Road base comprising of sand and gravel was
encountered at the top 3 feet below the ground surface.
Boring BH-6. The subsurface soils at the site generally consist of firm sandy clays at
below 8 feet to the maximum termination depth of 25 feet below the ground surface.
Fill material comprising of lean clay with some sand and gravel was encountered at the
top 2 to 8 feet below the ground surface. Road base comprising of sand and gravel was
encountered at the top 2 feet below the ground surface.
Boring BH-7 . The subsurface soils at the site generally consist of medium dense to very
dense clayey sands at the top 14 feet, followed by firm low plasticity clays, followed by
clayey sands to approximately 29 feet, and followed by limestone the maximum
termination depth of 30 feet below the ground surface .
Boring BH -8 & BH -8A. The subsurface soils at the site generally consist of limestone
below 8 feet to the maximum termination depth of 60 feet below the ground surface.
Stiff to very stiff high plasticity clays were encountered at the top 2 to 8 feet below the
ground surface . Road base comprising of sand and gravel was encountered at the top 2
feet below the ground surface .
Boring BH-9 & BH-9A The subsurface soils at the site generally consist of limestone
below 12 feet to the maximum termination depth of 60 feet below the ground surface.
Very stiff high plasticity clays were encountered at the top 4 to 12 feet below the ground
surface. Road base comprising of weathered limestone with shale layers was
encountered at the top 4 feet below the ground surface.
Boring BH-11 The subsurface soils at the site generally consist of firm sandy clays at
the top 8 to 16 feet, followed by soft low plasticity clays to approximately 23 feet, and
followed by limestone to the maximum termination depth of 45 feet below the ground
surface . Fill material comprising of gravel, sand and clay was encountered at the top 4
to 8 feet below the ground surface . Road base comprising of sand and gravel was
encountered at the t feet below the ground surface .
Boring BH-12 & BH-12A The subsurface soils at the site generally consist of firm to
very stiff low plasticity clay below 10 feet to the maximum termination depth of 35 feet
below the ground surface . Fill material comprising of clayey sand with some gravel was
encountered at the top 2 to 10 feet below the ground surface. Road base comprising of
sand and gravel was encountered at the top 2 feet below the ground surface.
Boring BH-13 The subsurface soils at the site generally consist of firm low plasticity
clay below 15 feet to the maximum termination depth of 30 feet below the ground
surface. Fill material comprising of clayey sand with little gravel was encountered at the
top 2 to 15 feet below the ground surface . Road base comprising of sand and gravel
was encountered at the top 2 feet below the ground surface .
4
Boring BH-14. The subsurface soils at the site generally consist of loose to medium
den se clayey sand s at the top 19 feet , followed by weathered limestone, followed by
loo se cl ay ey sand w / trace gravel to about 34 feet, followed by soft to firm low plasticity
clay to approximately 44 feet, and followed by clayey sand the maximum termination
depth of 45 feet below the ground surface. Very stiff low plasticity cla y was also
encountered at the top 2 feet below the ground surface.
Details of the subsurface stratigraphy encountered in the borings are shown on the boring logs
presented on the Plates 3 through 19.
5.3 Groundwater Conditions
Groundwater was encountered in borings BH-1 through BH-6 at the depth ranging between 3 and
29 feet and in borings BH-11 through BH-14 at the depth ranging between 25 and 29 feet below the
existing ground surface during the drilling operations and between 7 and 15 feet immediately prior
to borehole backfilling in borings BH-4, BH-5 and BH-12 . The measured values are summarized in
the table below:
Water Depth During Water Depth After
Borin2'No. Drillin2' (ft) Drillin2' (ft)
BH-1 14 -
BH-2 14 -
BH-3 15 -
BH-4 24 15
BH-5 3 7
BH-5A 24 24
BH-6 14 -
BH-11 25 -
BH-12 25 12
BH-12A 30 30
BH-13 29 -
BH-14 29 -
Two borings were converted into piezometers BH-5A and BH-12A . The 24 hour water readings
were 22.5 feet and 28 feet for borings BH-5A and BH-12A, respectively . The readings taken on
November 3r,1, 2009 were 14 feet and 17.5 feet for borings BH-SA and BH-12A, respectively.
It should be noted that groundwater levels determined during drilling may not accurately reflect the
true groundwater conditions, and therefore should only be considered as approximate. It should
also be noted that groundwater levels might fluctuate seasonally and with climatic.
6 LIMITATIONS
This investigation was performed for the exclusive use of Kimley-Horn and Associates, Inc. for the
proposed Water and Sanitary Sewer Relocations within UPRR Yard for SH 121 Tin 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
5
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
described in our boring logs be encountered, HVJ Associates, Inc. should be immediately notified so
that further investigation and supplemental recommendations can be provided.
6
PLATES
t
9200 Ki na Arthur Dr .
Dal la1,TX 7S247
2 14~78-0227
214 ~78-022 8 Fax
AS)OCl.'"1 1~ ----,--------,-----------
DA TE : 06/24/2009 APPROVED BY :
FF
PREPARED BY :
DK
GEOLOGY MAP
Water and Sanitary Sewer Relocations within UPRR Yard
PROJECT NO.: DRAWING NO .:
DG0912440 PLATE I
LEGEND:
~ APPROXIMATE BORING LOCATIONS
DATE: 12/04 /2009
9200 King Arthur Drive
Dall as , Tex.as 75247-36 10
214.67!.0227 Ph
21 4.671.0228 Fax
APPROVED BY :
FF
PLAN OF BORINGS
PREPARED BY :
FF
Water and Sanitary Sewer Relocations within UPRR Yard
PROJECT NO.: DRAWING NO.:
DG0912440 PLATE2
~
<l.
0
0 a::
~
a:: a::
<l. :::,
z r
I-
~
z
0
3
5 w a::
a::
~ w
VJ
>-a::
<(
1-z
<(
VJ
0 z
<(
a:: w
I-~
~
;!;
ij
8
~
ir
0 m
..J
6
VJ
u.
0
0
LOG OF BORING
Project: Water and Sanitary Sewer Relocations within UPRR Yard
Boring No .: BH-1 Date : 5/29/2009
Groundwater during drilling : 14 feet
Groundwater after drill ing : ---
Latitude : --
Longitude : --
ELEV.
DEPT H.
SOIL SYMBOLS
SAMPLER SYMBOLS
AND FIELD T EST DATA
SOIL/ROCK CLASSIFICATION
FEE T
w CJ> zw
cii<ii en o
<{O
(l.N
~
<ii
Z LL WU
OCl.
>-
Project No .: DG-09-12440
Elevation :
Station : --
Offset: --
SHEAR STR ENGTH, TSF
• • • )t(
0 .5 1.0 1 .5 2 .0
~ci z 0::
0 MOISTURE O CONTENT, %
1-------'---------+--------------------+---+-----1 PLASTIC LIM IT 1---1 LIQU ID LIMIT
-o . Hard tci riim ." dark brown to ·1ig"tii browri°i:EAN ·cl...Av ...... .
(CL)
-wl few sand and g ravel 0'-4 '
90 114
-5 -wl occasional limestone fragments 4'-10'
!
-1 5 -wl occasional gravel 14'-15'
10 20 30 40 50 E l 70 80 90
J
I
()
4 /
'
'\
'\
0 5
'
-20 I ID , ..
1 09 t--t--t----11----t----,t----,t----,>----,>----,--,
I
I
I • ~25
~35
~so
>-55
-50
Shear Types : • = Torvane • = Hand Penet. • = Unconf. Comp . * = UU Triaxial
See Plate 2 for boring location . PLATE 3
g .__ __________ _
-, a.
<.?
0
Q'.
~
Q'.
Q'. a. ::::,
z
'i: >--
3:
z
0
j
::i w
Q'.
Q'.
~ w
U)
>-"' ~ z
~
0 z
<(
Q'.
w >--~
~
~
~ g
<.? z
ii:
0 m
...J
0
U)
lL
0
8
LOG OF BORING
Project: Water and Sanitary Sewer Relocations within UPRR Yard
Boring No .: BH-2 Date : 5/29/2009
Groundwater during drilling : 14 feet
Groundwater after drilling : --
Latitude : --
Longitude : --
ELEV.
DEPTH .
SOIL SYMBOLS
SAMPLER SYMBOLS
AND FIELD TEST DATA
SOIUROCK CLASSIFICATION
FEET
w
CJ> zw
iii iii
Ulo
<(O
Q. N
~
iii zu.
W(.)
Cl Q.
>-et:
Project No.: DG-09-12440
Elevation:
Station : --
Offset: --
SHEAR STRENGTH , TSF
• • • *
0 .5 1.0 1.5 2 .0
~d z Cl MOISTURE O CONTENT. %
1------'---------+--------------------+---+-----l PLASTIC LIMIT 1------l LIQUID LIMIT
-o .. Hard to soft •. dark brown to ligtii brown LEAN cl.A Y ..... .
(CL)
1-5
1-10
! I -wl few sand 14'-15' (moist) 1-15
91
-20
-25 98
-30
1-35
1-45
-so
~eo
Shear Types : • = Hand Penet. •= Torvane .& = Unconf. Comp .
See Plate 2 for boring location .
110
10 20 30 -" 0 50 60 70 80 90
I
I
0
I
I
p ..... ' ..... , ,
I
* = UU Triaxial
PLATE 4
5.5
...,...._ __________ _
-, a.
{')
0
Q'.
~
Q'.
Q'. a. ::,
z
I' .... ;:
z
0 .=
c)
:5 w
Q'.
Q'.
~ w
U)
>-Q'.
< .... z < U)
0 z <
Q'. w ....
~
0
~
~
8
{') z
12
0
CD
..J
0
U)
u.
0
{')
LOG OF BORING
Project: Water and Sanitary Sewer Relocations within UPRR Yard
Boring No .: BH-3 Date : 6/1/2009
Groundwater during drilling : 15 feet
Groundwater after drilling : ---
ELEV. SOIL SYMBOLS
Latitude : --
Long it ude : --
DEPTH, SAMPLER SYMBOLS SOIL/ROCK CLASSIFICATION
FEET AND FIELD TEST DATA
LU C!>>
zLU
ui ui
(l)o
<(O
(l.N
~
ui
Zu..
LU()
On.
>-
Project No .: DG -09-12440
Elevation :
Station : --
Offset: -
SHEAR STRENGTH , TSF
• • • )K
Q5 1~ 1.5 20
#0 z 0::
0 MOISTURE O CONTENT, %
-------,>------------------------<>-------<-----< PLASTIC LIMIT 1---l LIQUID LIMIT
-o ~
-5
-10
-15
-20 2·8-12
0-25
~' ,_,,_,,
0-55
.. Very stiff to stiff, darld:irown to light brown FAT ..... .
CLAY(CH)
Soft, light brown LEAN CLA y (CL) w/ iittle sand .....
· · Medlu·m ·cierise : 1li111i ·browri ii"rid iari · ci..A vFi sANo" ·
(SC)
. wl occasional limestone fragments below 24'
76
19
~so
Shear Types : • = Hand Penet. • = Torvane A = Unconf. Comp.
See Plate 2 for boring location .
10 20 30 40 50 ~ l 70 80 90
:<~ ,.
0
~ ,..4.
"' / ,,.
109
,p ...
• t-i3-,
)
\
* = UU Triaxial
PLATE 5
g,.._ __________ _
b
(!)
~
I
~
(!)
0
0:
~
0:
0: c.. ::,
z
:i: ....
~ z
0
~ s w
0:
0:
~
(/)
~
<( .... z
~
0 z
<(
0: w ....
~
0
~
~
8
(!) z
~
<D
...J
5
(/)
LL
0 g
LOG OF BORING
Project: Water and Sanitary Sewer Relocations within UPRR Yard
Boring No .: BH-4 Date : 5/28/2009
Groundwater during drilling : 24 feet
Groundwater after drilling : 15 feet
Latitude : --
Longitude : --
ELEV.
DEPTH ,
FEET
SOIL SYMBOLS
SAMPLER SYMBOLS
AND FIELD TEST DATA
SOIUROCK CLASSIFICATION
w
<!l> zw
iii iii
<no
<(O
C..N
~
iii
ZLL
WU
Oc..
ft:
Project No .: DG-09-12440
Elevation :
Station : --
Offset: -
SHEAR STRENGTH, TSF • • * )I(
0 .5 1.0 1.5 2 .0
~d z 0 MOISTURE O CONTENT,%
1------'-----------+--------------------+---+---1 PLASTIC LIMIT 1----l LIQUID LIMIT
~o 10 20 30 40 50 60 70 80 90 -. "ROAD 'r~ASE: ·miX ·ot ·Siirid ·and ·g·r·avel .................. .
1-5 I) 1-4-7 g
.. F1LL:· ditf"k biOwii ·day Wi' S"arld and· OccaS.iOnaf Qravel .....
.. Stiff, dark brown LEAN CLAY (CL)·· ..... · · ·····
70
IJ
<;> c
I~ -11
I 99 f--+---H--.!--+--+--+--+~~l----1
I
I
( •
-wt Occasional sand 19'-20' 1--3---f.t
,,
-25 52 0
1-35
1-40
-so
Shear Types : • = Hand Penet. • = Torvane A= Unconf. Comp . * = UU Triaxial
See Plate 2 for boring location . PLATE 6
,__ __________ _
-, a.
<.?
0
Cl'.
,i;
Q'.
0:: a. => z
I'
I-
~
z
0
~ w
Cl'.
0::
!
(/)
i'i:
<( o-z ;:;
0 z
<(
0:: w
I-~
~
~
~
<.? z
ii:
0 a,
...J
i5
(/)
u.
0 g
LOG OF BORING
Project: Water and Sanitary Sewer Relocations within UPRR Yard
Boring No .: BH -5 Date : 5/26/2009
Groundwater during drilling : 3.5 feet
Groundwater after drilling : 7 feet
Latitude : --
Longitude : --
ELEV.
DEPTH ,
FEET
SOIL SYMBOLS
SAMPLER SYMBOLS
AND FIELD TEST DATA
SOIUROCK CLASSIFICATION
w e>> zw
ui ui
V)Q ~o n.N
~() z
>-f-
Project No .: DG-09-12440
Elevation :
Station : --
Offset: -
~ u. SHEAR STRENGTH , TSF
~~ • • • )K
>-0 .5 1.0 1.5 2 .0
Q'.
o MOISTURE O CONTENT, %
.__ ___ _._ _______ -+----------------------+-----+--~ PLASTIC LIMIT 1----1 LIQUID LIMIT
~o ~ ",.fr ~~~~ -I -5
v
-10
-15
1-55
2-3-1
I~ 3-6-6
l 12-50/1.375"
:.:Asr•ttALt'3··· . . . . . . . . . . . . . . . . . . : ............... .
RoAo ·BAsE:.riiix .otiiraiiei and sarid · · ·· ..... ·· ···· ·
.. siiff 'to 'fiim .. ciark brown ·an·ei. t>rowri' . LEAN . ci..A v
(CL)
-wt occasional sand below 14'
.. Tan WEATI-IERED LIMESTONE .. · · · · · ... · · · · · · ..... · ·
36
70
60
Shear Types : • = Hand Penet. • = Torvane • = Unconf. Comp .
See Plate 2 for boring location .
.__ __________ _
10 20 30 40 50 60 70 80 90
•
0
o_
\
\
\
\ It
..l
0
I
I
* = UU Triax ial
PLATE 7
~
la
b
(!)
:;:
I
~
(!)
0
0::
~
tr
tr
Q. :,
z r .... s: z
0
~
~ w
tr
tr
~
U)
ii:
~ z
~
0 z <
tr w ....
~
~
ij
8
(!) z
ii:
0 ro
....I
15
U)
u.
0
9
LOG OF BORING
Project: Water and Sanitary Sewer Relocations w ithin UPRR Yard
Bori ng No.: BH-6 Date : 5/29/2009
Groundwater during drilling : 14 feet
Groundwater after drilling : --
Latitude : --
Long itude : --
ELEV.
DEPTH,
FE ET
SOIL SYMBOLS
SAMPLER SYMBOLS
AND FIELD TEST DATA
SOIL/ROCK CLASSIFICATION
UJ Cl> z UJ
iii iii
Ulo <O
Q..N
~d
1::
iii zu.
UJ ()
00..
>-
Project No .: DG-09-12440
Elevation :
Station : --
Offset: --
SHEAR STRENGTH, TSF • • • *
05 1.0 1.5 ~o
z 0::
0 MOISTURE O CONTENT, %
1-~---'---------+--------------------+---+---l PLASTIC LI MIT 1-----l LIQUID LIMIT
-o 7 ~ IX 3-8-15
• -15
·.1x 11-3-4
-20
-25
-so
-so
....... ············ ................. ············· ·.ASPHALTS" ·--~oAiJ.°.s.A$f. i1i.1~·_q(~~h-~ ~~.cf.i:ir~v~r ·.·. · ... · · . ·.· · · · .. · · ...
FILL: dark brown clay w/ some sand and gravel
w/ limestone boulders 14'-15'
-wl limestone fragments and sand (weathered) at
18'-19.5'
-wl occasinal gravel below 24'
63
Shear Types : • = Hand Penet. • = Torvane .& = Unconf. Comp .
See Plate 2 for boring location .
.__ __________ _
129
119
10 20 30 40 50 60 70 80 90
•
)
I
I
I
, .
11
I
I
'.> I I
I
I
I
o, •
* = UU Triaxial
PLATE 8
..,
a.
<!)
0 a::
<(
>-a:: a:: a. ::,
z
:i:
I-;;
z
0
~
UJ a::
a::
~
UJ
(/)
~
~ z
<(
(/)
0 z
<(
a::
UJ
I-~
0
~
ij
8
<!) z a::
0
ID _,
5
(/)
u.
0 g
LOG OF BORING
Project: Water and Sanitary Sewer Relocations with in UPRR Yard
Boring No .: BH-7 Date : 6/5/2009
Groundwater during drilling : ---
Groundwater after drilling : ---
ELE V.
DEPTH ,
FEET
SOIL SYMB OLS
SAMPLER SY MB OLS
A ND FIELD TE ST DATA
Latitude : --
Longitude : --
SOIUROCK CLASSIFICATION
w
(!) > zw
ui ui
V) 0
<{O
a."'
~
ui
Zu..
W(.) oa.
>-
Project No .: DG-09-12440
Elevation :
Station: --
Offset: --
SHEAR STRENGTH , TSF • • • *
0 .5 1.0 1.5 2 .0
~cj z a::
0 MOISTURE O CONTENT, %
1-------'----------I---------------------+---+----< PLASTIC LI MI T 1---l LIQUID LIMIT
-o
>-5
>-1 0
>-1 5
>-20
>-25
>-35
>-55
· · Med luni dense · io very deiise. tirowii ·aiicfoiii · · · · · · · · · · · ·
CLAYEY SAND (SC) w/ little gravel (Possible Fill)
-gray limestone layer at 9.5'
. Firm , gray and t>rowrd.:EAiil cl.Av tcL)·,;,ii ..
occasional sand and limestone gravel
Gray LIMESTONE
31
46
39
~eo
Shear Types : • = Hand Penet. • = Torvane • = Unconf. Comp .
See Plate 2 for boring location.
'-------------
10 20 30 40 50 ! ~ 70 80 90
)
1,
129
i.. (
112 f--+--+---+--+--+--+---+--1----,f----1
0
* = UU Triaxial
PLATE 9
~
~
b
(.!)
;:
I
~
(.!)
Cl
"' ~
"' "' a.. :::,
z
:i: >--:;;
z
0
j
:'.5 w
"' "' ~ en
>-"' ~ z
<( en
Cl z
<(
"' w >--~
0
~
q
8
(.!) z
ii':
0 m
...J
~
u.
0
§
LOG OF BORING
Project: Water and Sanitary Sewer Relocations within UPRR Yard
Boring No .: BH-8 Date : 6/2 /2009
Groundwater du ri ng drilling : ---
Groundwater after drilling: ---
ELEV.
DEPTH ,
FEET
SO IL SYMBOLS
SAMPLER SYMBOLS
AND FIELD TEST DATA
Latitude : --
Longitude : --
SOIL/ROCK CLASSIFICATION
UJ C>> zw
ui ui
(f)o
<( 0
0. N
~
ui zu..
UJ (.)
Co.
>-
Project No.: DG-09-12440
Elevation :
Station : --
Offset: -
SHEAR ST RENGTH , TSF
• • ... *
0 .5 1.0 1.5 2.0
~ci z oc a MOISTURE O CONTENT, %
ja.------'---------+-------------------+--+-----l PLASTIC LIMIT 1---------1 LIQUID LIMIT
-o
,-5
~10
t-15
t-25
1-40
~so
Shear Types :
THO 50/0 .5",
50/0 .5"
THO 50/0 .5",
50/0.25"
THO
50/0.062",
50/0.062"
.. ROAD ·eASE: ·miX ·orsarid ·ancf g·r·ave1 ...................... .
··very ·siitt'tci ·siit( ·oii.ve · 9ray and iaii i=A r cLAv icHi · · · · ·
wt occasional sand seams
-wl tan limestone layers 6'-8.5'
.. LiQht ·tan LiMEStONE ................................ .
.. LiQ.ht ·g;.ay'UMESTONE ................. ···················· ..
THO 50/0 .5", -w/ shale seams at 25'
50/0 .25"
THO 50/0 .5",
50/0.25"
THO
50/0 .062",
50/0 .062"
THO
50/0 .062",
50/0 .062"
THO
50/0 .062",
50/0 .062"
THO
50/0 .062",
50/0 .062"
THO
50/0.062",
50/0 .062"
THO 50/0 .25",
50/0 .062"
-wt shale seams at 48'
• = Hand Penet. • = Torvane .A = Unconf. Comp.
See Plate 2 for boring location .
....._ __________ _
10 20 30 40 50 60 7 0 80 90
c; • I /
110
* = UU Triaxial
PLATE 10
-, a..
(!)
0 a:
~
a: a: a.. :,
z
I >--~ z
0 g
w a:
a:
~ w en
i.:
<{
t: z
;f,
0 z
<{
a: w >--~
1
~
8
(!) z
ii::
0 a, ...,
5 en
u.
0
§
LOG OF BORING
Project: Water and Sanitary Sewer Relocations within UPRR Yard
Boring No.: BH-9 Date : 6/1/2009
Groundwater during drilling : ---
Groundwater after drilling : ---
ELEV.
DEPTH ,
FEET
SOIL SYMBOLS
SAMPLER SYMBOLS
AND FIELD TEST DATA
Latitude : --
Longitude : --
SOIUROCK CLASSIFICATION
UJ C>> zw
ijjiii
<no
<(O
Q.N
i'.:
iii zu.
UJ (.) oa.
>-
Project No .: DG-09-12440
Elevation :
Station : --
Offset: --
SHEAR STRENGTH, TSF
• • • )I(
0.5 1.0 1.5 2.0
~d z 0::
0 MO ISTURE O CONTENT, %
~----'---------+---------------------1----1---; PLASTIC LIMIT 1----1 LIQUID LIM IT
10 20 30 40 50 60 70 60 90 ~o
t-5
t-10
t-15
-35
-50
-55
THD 50 /4 .5",
50/3"
THD 50/0.5",
50/0.062"
THD
50/0.062",
50/0.062"
THD
50/0.062",
50/0.062"
THD 50/2",
50/1 .75"
THD
50/0.062",
50/0.062"
THD 50/0.25 ',
50/0 .062"
THD
50/0.062",
50/0.062"
THD 50/0.5",
50/0.25"
THD
50 /0.062",
50 /0.062"
··ROAD ·BAsE: ·,19iit tan · ~·a111ered ·11mestone Wi tan · · · · · · ·
shale layers
· ·very Stif( ·gray ·an,r meCfiUrTI · brown · FAt· ct.A 'r" tCHi · · · · · ·
(shaley)
-layer of light tan weathered limestone at 6 '-7'
. i..ighi'gray LIMESTONE ................................. .
-wt dark gray shale seams 12'-20'
-50
Shear Types : • = Hand Penet. • = Torvane A = Unconf. Comp .
See Plate 2 for boring location .
L-------------
0
I/
j
r
• T
* = UU Triaxial
PLATE 11
~
~
b
CJ
~ :r
~
CJ
0
"' ~
"' "' a.. ::,
z
:i:
I-;:
z
0 .=
5
:5
lU
"' "' ~
(/J
~ z
;:i
0 z
<(
"' lU
I-~
0
~
~ g
CJ z
ii:
0
ID _,
i5
(/J
u.
0
§
LOG OF BORING
Project: Water and Sanitary Sewer Relocations within UPRR Yard
Boring No.: BH -11 Date : 5/27/2009
Groundwater during drilling : 25 feet Latitude : --
Groundwater after drilling : ---
ELEV.
DEPTH ,
FEET
SOIL SYMBOLS
SAMPLER SYMBOLS
AND FIELD TEST DATA
Longitude : --
SOIUROCK CLASSIFICATION
UJ "> z w
cii ci'i
<no
<( 0
0..N
i!O
i'.:
vi z u.
UJ (.)
DO..
>-
Project No .: DG-09-12440
Elevation :
Station : --
Offset: --
SHEAR STRENGTH , TSF
• • • )I(
0.5 1.0 1.5 2.0
z a::
0 MOISTURE O CONTENT, %
1-----~--------+--------------------+---+-----1 PLASTIC LIMIT 1---------l LIQUID LIMIT
-o
-5
-10
-15
,r I
-35
-50
'--55
-eo
~ 2-2-2
. IX 10-3-3
50/4"
THO 50 /0.5",
50 /0.062"
THO 50/0.5",
50/0.062"
THO 50/1",
50/0.25"
THO 50/0.5",
50/0.062"
-10 20 30 40 50 60 70 80 90 .. ROAD ·eASE: ·miX ·ot 'Siirid ·ar;cf g·raVel . . . ................. .
ALL:· rTliX ot grave( ·sa·nd aild ·day ··· · · · · · · · · · · · · · · · · · · · · · · ·
Firm·,· d3i-k biOwii 'tO '1iQ'hi ·t,;.own · 'S'ANDY 'LEAN ....... . C
CLAY (CL) w/ occasional gravel (Possible Fill) 66 10 5 ,__....,,_......,,.....r -+---+---+---+---+---+----+--1
82 •
. Gray iiMESTONE . . . . . . .............................. .
0 .
Shear Types : • = Hand Penet. • = Torvane • = Unconf. Comp . * = UU Triaxial
See Plate 2 for boring location . PLATE 12
.._ __________ _
a,
5l s;
b
(.'.)
> I
~
(.'.)
0
ll'.
~
ll'.
ll'. a. :,
z
:i: >--
3:
z
0
j
'.)
UJ
ll'.
ll'.
l en
>-0'.
~ z
<( en
0 z
<(
ll'.
UJ >--~
~
N
ij
8
(.'.) z
iE
0
al
...J
5 en
u.
0
§
LOG OF BORING
Project: Water and Sanitary Sewer Relocations within UPRR Yard
Boring No .: BH-12 Date : 5/26/2009
Groundwater during drilling : 25 feet
Groundwater after drilling : 12 feet
Latitude : --
Longitude : --
ELEV.
DEPTH.
SOIL SYMBOLS
SAMPLER SYMBOLS
ANO FIELD TEST DATA
SOIL/ROCK CLASSIFICATION
FEET
w
(!)> zw
ci.ici'.i
Vlo
<(O c..N
~
ci.i zu..
Wt.) oc..
>-
Project No .: DG-09-12440
Elevation :
Station : --
Offset: -
SHEAR STRENGTH , TSF
• • • )K
0 .5 1~ 1.5 20
~ci z a::
0 MOISTURE O CONTENT, %
!-----~--------+--------------------+---+---, PLASTIC LIMIT 1-------i LIQUID LIMIT
-o
-s
-10
-,s
-20
>---25
t-35
>---40
t-45
t-55
!
)
>
··ROAD 'e!ASE: · rTliX ot sand and ·grave1 · -~ · · · · · · · · · · · · · · · · ·
FILL : dark brown clayey sand w/ some· gravel
22
X 2-1-3
. Very ·siittfo iii-m :iigtiiira}' .. gra}' a·nd da·rk ·1:,i-owri · ....... .
LEAN CLAY w/ little sand
78
I
~oo
Shear Types : • = Torvane • = Unconf. Comp . • = Hand Penet.
See Plate 2 for boring location.
.__ __________ _
98
10 20 30 40 50 60 70 60 90
0
(
(
C
<1
I
I
t '.)
\
\
-'~
I
I
I
It
~
( ,.
/ 107r--+--+-rl--+--+--+--+--+-i----i
/
/
l~
* = UU Triaxial
PLATE 13
-,
a.
(!)
0
Q'.
~
Q'.
Q'. a. ::::,
z
:i: >--~ z
0
~ w
Q'.
Q'.
~ en
~
~ z
;Ji
0 z <
Q'. w >--~
~
ij
8
(!) z
ii:
0
ID
...J
5 en
lL
0
(!)
LOG OF BORING
Project: Wate r and Sanitary Sewer Relocations within UPRR Yard
Boring No .: BH-13 Date : 5/29/2009
Groundwater during drilling : 29 feet
Groundwater after drilling : 29 feet
Latitude : --
Longitude : --
ELEV.
DEPTH ,
FEET
SOIL SYMBOLS
SAMPLER SYMBOLS
A N D FIELD TEST DATA
SOIL/ROCK CLASSIFICATION
UJ (!)G'.i
~;;;
VJ 0 -,::o
0..N
i':
iii zu.
UJU cc..
>-
Project No .: DG-09-12440
Elevation :
Station : --
Offset: --
SHEAR STRENGTH , TSF
• • .. )K
0.5 1.0 1.5 2.0 ~o z 0::
0 MOISTURE O CONTENT, %
t-----~---~----;--------------------;---;---, PLASTIC LIMIT 1-----1 LIQUID LIMIT
-o ~
~~
X 11-11-8
' Asi>HAi.:.t:i·· .......................................... .
R6Ai:f eAs·e:· mix ·ot sand and gravel . . . ........ .
FILL: m'edium brOwn cla}'ey sand w/ litiie · Q'ravel .......... .
-5
IX 5-6-6
19
IX 2-2-2
-10 27
~ -wl boulders 11 '-13'
II,
IX 2-1-2 -w/ wood fragments 13'-14 .5'
-15 27 .. Firhl·, · dark biOwii {.EAN ·c"t:AY '{Clj ........................ .
"-20
!
-30 -wl sand seams
-35
-50
-55
-so
Shear Types : • = Hand Penet. • = Torvane A = Unconf. Comp.
See Plate 2 for boring location .
10 20 30 40 50 60 70 80 90
Q
(
I~
't-+-ttt----tt
I
I
I
•. ~6 98 l--+--+--+--+--+--l~+--+--+-----1
• 0
* = UU Triaxial
PLATE 14
':l.__ __________ _
...,
0..
(!)
0
"' ~
"' "' 0.. :::,
z
I .... ;:
z
0
g
w
"' "' ~
"' ~
<( .... z
~
0 z
<(
"' w .... ~
0
~
(!) z
iE
0
al
....I
5
"' u.
0 g
LOG OF BORING
Project: Water and Sanitary Sewer Relocat ions within UPRR Yard
Bor ing No .: BH-14 Date : 6/5/2009
Groundwater during drilling : 29 feet
Groundwater after drilling : ---
Lat itude : --
Longitude : --
ELEV.
DEPTH ,
FEET
SO IL SYMB OLS
SAMPLER SYMBOLS
A ND FIELD TEST DATA
SOIL/ROCK CLASSIFICATION
UJ
CJ > zW
ui ui
C/lo
<{O
n."'
~
ui
ZlL
UJ (.) on.
>-
Project No .: DG-09-12440
Elevation :
Station : --
Offset: --
SHEAR ST REN GTH . TSF
• • • *
0.5 1.0 1.5 2.0
~() z 0::
0 MOISTURE O CONTENT, %
1-----'---------+--------------------+--+---l PLASTIC LIMIT 1---1 LIQUID LIMIT
-o
-5
-,o
-15
-20
-25
-30
-35
>-40
-so
I ~) 10-1 1-1 5
~ I· 7-7-7
~·""
~-
~50/5"
THO 10/6",
50/4 .5"
~~ 2-2-7
~
I) 1-1 -2
}
•••
· · very Stiff: brown ·t.EAN ·cl.Av ·(·ct; ·w1 ii"tHe · sar1d · · · · · · · · · ·
· · rviec1 lurii ·c1 eiise · io iocise, tirowii ct:.A vE'i'· sANo ·(sci ··
w/ little gravel
32
22
.. Gra·y 'WE.Aiit'EREb {iMESi6'N'E'........... . ............... .
-wl clay seams below 24'
. Loose , dark brown CLAYEY SAND .(SC) wi irace· ........ ..
gravel 38
. soti to iirm, gray anci 1igtii brown LEAN ct.Av ict:.i .
w/ some sand
. . Brown ·an"ci" iighi ian cLAYEY SAND iscj wi gravei ...... . 39
Shear Types : • = Hand Penet. • = Torvane • = Unconf. Comp.
See Plate 2 for boring location .
'------------
10 20 30 40 50 I 70 80 90
le-L--
0
c
C
~v
1 04 1----H:...~--1-1----1-+--l---+---l---l
* = UU Triaxial
PLATE 15
b
(.!)
> I
-,
a.
(.!)
(/)
(.!) z
ii"
0
(D ...
~
0 .=
8
<( z
0 .=
15 g
w
0::
0::
0:: a. =>
0 ... ...
N
~
8
(.!) z
ii"
0
(D _,
5
(/)
u.
0
(.!)
0
LOG OF BORING
Project: Water and San itary Sewer Relocation within UPRR Yard
Boring No .: B-5A Date : 9/3/2009
Groundwater during drilling : 24 feet
Groundwater after drilling: 24 feet
North ing : --
Easting : --
ELEV.
DEPTH ,
FEET
SOIL SYMBOLS
SAMPLER SYMBOLS
AND FIELD TEST DATA
SOIUROCK CLASSIFICATION
UJ "> zw
ui ui
C/Jo
<( 0 n. N
>-I-
ui z u.
UJU on.
>-
Project No .: DG-09-12440
Elevation :
Station : --
Offset: --
SHEAR STRENGTH, TSF
• • • )j(
0 .5 1.0 1 .5 2 .0
~ci z 0::
0 MOISTURE O CONTENT, %
1-------'-----------+---------------------+----t----; PLASTIC LIMIT 1------1 LIQUID LIM IT
-o
-10
-20
y
-25 I
f-30
-35
Shear Types :
50/3 .0
· very siitt : gray tirown: ·moist." LEAti ci.A·dci:.i-·
-trace sand 90
-spotted white calcium nodulus
.. Stiff; OliVe . bf0Vir1,. niOfSt .· iliN. CLAY (CL) ( OdOUi-) ....... .
-trace sandy gravel
· · Fii-m io ·siitt: gray "tirown : ·damp : LEAN cG\v icLi · · · · · · · · ·
-w/sand lenses 67
-trace silt
-w/gravel @ 20ft
.........................................
Firm, grayish brown, very moist, SANDY SIL TY
LEAN CLAY
-w/sand lenses @ 25ft
-w/sandy gravel @ 26.5ft
''F1iiYl,.iiQtiQ'fclY','Ver;·mofSi ,'CLAYEY 'GRAVEL '(GC) .....
-w/sandy gravel lenses
-gravelly Limestone, w/sand lenses @ 28ft
58
• = Hand Penet. • = Torvane A = Unconf. Comp.
10 20 30 40 50 60 70 80 90
-
t++----+-H T •
108 C .. ' •
111
113
* = UU Triaxial
PLATE 16
_,.__ __________ _
-,
0..
(!)
<I)
(!) z
ii':
0
CD ..,
...J
:£
0 ;:::
i5
0
<(
z
0
5 g
w a:
a: a: a. ::,
~
~
q
8
(!) z
ii':
0
CD
...J
5
<I)
u..
0
§
LOG OF BORING
Proj ect: Water and Sanitary Sewer Relocation within UPRR Yard
Boring No .: B-8A Date : 9/9/2009
Groundwater during drilling: ---
Groundwater after drilling : ---
ELEV.
DEPTH ,
FEET
SOIL SYMBOLS
SAMPLER SYMBOLS
AND FIELD TEST DATA
Northing : --
Easting : --
SOIL/ROCK CLASSIFICATION
UJ
C) > zw
vi vi en o
<{O
0..N
>-1-
vi zu.
UJ (.)
Oo..
>-
Project No .: DG-09-12440
Elevation :
Station : --
Offset: -
SHEAR STRENGTH, TSF
• • • )I(
~5 ,~ ,~ 20
~o z er:
0 MOISTURE O CONTENT , %
1-------'-----------+----------------------+-----+---l PLASTIC LIMIT f---i LIQUID LIMIT
10 20 30 40 50 60 70 80 90 -o
-5
-10
-15
-20
-25
-30
>-35 REC = 56 .0"
RQD=45 .0"
REC= 60.0"
ROD= 54 .0"
REC= 60.0"
RQD=60.0"
. ·e3r~1y ·s·HALE .............................................. .
. Soft ; .gray : wea'ttiered· LIMESTONE ........................ .
Hard, gray, LIMESTONE
-55
Shear Types : • = Hand Penet. • = Torvane A = Unconf. Comp .
...._ __________ _
* = UU Triaxial
PLATE 17
-,
Cl.
(!)
V)
~
QC
~ ..,
...J
:2
0 .=
8
<( z
0
~ g
w a::
a:: a::
Cl. :::,
~
N
i
(!) z
QC
0 m
...J g
LL
0 g
LOG OF BORING
Project: Water and Sanitary Sewer Relocation within UPRR Yard
Boring No .: B-9A Date : 9/9/2009
Groundwater during drilling : ---
Groundwater after drilling : ---
ELEV.
DEPTH ,
FEET
SOIL SYMBOLS
SAMPLER SYMBOLS
AND FIELD TEST DATA
Northing : --
Easting : --
SOIUROCK CLASSIFICATION
UJ
C) > z UJ
iiicn
<no
<( 0
0..N
~o
i'.: en
Zu.
UJ (.)
00..
>-
Project No .: DG-09-12440
Elevation :
Station : --
Offset: --
SHEAR STRENGTH , TSF
• • • )K
0.5 1.0 1.5 2.0
z 0:: a MOISTURE O CONTENT, %
1-----~--------+--------------------+---+-----i PLASTIC LIMIT f---1 LIQUID LIMIT
-0
-5
-10
-15
-20
-25
>-40
-45
-so
-55
-so
-REC = 58 .2"
RQD= 51 .0"
REC= 60.0"
ROD= 55.0"
REC= 60 .0"
RQD=60.0"
.. Medit1ni ; gray : weaitierec1 · SHALL v LIMESTONE ........ .
-limestone fragments
.. cwlme.ch.,mical Jractu~es. . . . . . . . . . . . . . . . . . . . . . . ............... .
Hard , light gray , LIMESTONE
Shear Types : • = Hand Penet. • = Torvane .& = Unconf. Comp .
.._ __________ _
10 20 30 40 50 60 70 80 90
* = UU Triaxial
PLATE 18
-, a.
t?
fJ)
t? z
ii:
al ...
~
0 ;::
15
0
<(
z
0
~ g
w er
er er a. =>
1
~
t? z
ii:
0
ID
-' ~
u.
0 g
LOG OF BORING
Project: Water and Sanitary Sewer Relocation within UPRR Yard
Boring No .: B-12A Date : 9/3/2009
Groundwater during drill ing : 30 feet
Groundwater after drilling : 30 feet
Northing : --
Easting : --
ELEV.
DEPTH ,
FEET
SOIL SYMBO LS
SAMPLER SYMBOLS
AND FIELD TEST DATA
SOIL/ROCK CLASSIFICATION
LU CJ > zw
ciicii
(/)O
<(O o._N
>-I-
vi
ZLL W U
On.
>-
Project No .: DG-09-12440
Elevation :
Station : --
Offset: --
SHEAR STRENGTH , TSF
• • • *
05 ,~ 1.5 20
~ci z 0'.
0 MOISTURE O CONTENT,%
1-------'-----------+--------------------+---+---l PLASTIC LIMIT 1-----i LIQUID LIMIT
10 20 30 40 50 60 70 80 90 -0
-5
-10
-20
!
-35
Very ·stit( dark ·reddish br()~, mo is{. LEAN TO FAT ...
CLAY (CL-CH) 85
-spotted calcium nodulus
-w/sand lenses
-few gravel
.. Stiff, olive b°rown , moist." SANDY sii..'i"YLEAN ·cuff .... 93
(CL)
-w/sand lenses @ 23 ft
-w/gravel @ 24 ft
83
111
109
Firm to stiff, grayish olive brown , very moist, SANDY
LEAN CLAY (CL) 107
-w/silt
-w/sandy gravel @ 26 ft
-w/Limestone fragments @ 27 ft 83
-1 ft clayey sand (sc) @ 28 ft
-w/sand lenses @ 29 ft
-w/gravel @ 30 ft
111
Shea r Types : • = Hand Penet. • = Torvane • = Unconf. Comp.
.__ __________ _
<
::
-c-. T
' ..
I ) A
* = UU Triaxial
PLATE 19
SOIL SYMBOLS SAMPLER TYPES
Soil Types I Thin Walled l2J No Recovery
r2J [illil] [D]] ~ Shelby Tube
Clay Slit Sand Gravel [8J Split Barrel [I Auger
Modifiers
~ • CJ ere:~: I] Liner Tube 8 Jar Sample
0 s
o'l.
Clayey Silty Sandy Cemented
Construction Materials WATER LEVEL SYMBOLS
llij I .. , -[ill ~ -"'> I l .g... Groundwater level determined during ;')/i drilling operations "-'..:--,
Asphaltic Stabil ized Fill or Portland Groundwater level after drilling in ~ Concrete Base Debris Cement open borehole or piezometer
Concrete
SOIL GRAIN SIZE
Part icle 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
Me d ium Dense
Dense
Very Dense
Penetration
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 co nsecutive 6-inch increments per ASTM 0-1586 *
If more than 50 blows are required, driving is discontinued and penetration at 50 blows is noted
Sampler penetrated full depth un der weight of drill rods and hammer
Undrained Shear
Strength (tsf)
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 pe netrate the final 12 inches
Slickensided
Fissured
Inclusion
Parting
Seam
Layer
Laminated
Stratified
TERMS DESCRIBING SOIL STRUCTURE
Fracture p lanes appear polished or
glossy, sometimes striated
Breaks along defin ite planes of fracture
with little resistance t o fracturing
Small pockets of d ifferent soils, such
as small lenses of sand scattered
through a mass of clay
Inclusion less than 1/4 inch th ick
extending through the sample
Inclusion 1/4 inch to 3 inches thick
extending through the sample
Inclusion greater than 3 inches thick
extending through the sample
So il sample composed of alternating
partings of different so il 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 appr eciable quantities of iron
A small mass of irregula r shape
9200 Kina: Arthur Dr.
Dallas , TX 752 47
214 -678-0227
214-678-0228 Fax
KEY TO TER MS AND SYMBOLS
USED ON BORING LOGS
PROJECT NO .: I DRAWING NO .:
DG0912440 PLATE 20
ROCK TYPES
g Limestone m Shale CJ Sandstone
e Weathered @ Weathered ~ Weathered
Limestone Shale Sandstone
II Highly II Dolomite ~ Granite
Weathered
Limestone
SOLUTION AND VOID CONDITIONS
Void
Cavities
Interstice; a general term for pore space
or other open i ngs in rock .
Small solutional concavities.
Friable
Low Hardness
Moderately Hard
Very Hard
SAMPLER TYPES
I Thin-Walled [TI 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 knife
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 Cll
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 materia l 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 C2 l
Very Thick
Thick
Thin
Very Thin
Laminated
Thinly Laminated
9200 Kina Arthur Dr.
Dallas, TX 75247
2 14 -678-0227
214--678-0228 Fix
>4'
2'-4'
2"-2'
1/2"0 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 class ifications 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 .: l DRAWING NO .:
DG0912440 PLATE 21
APPENDIX A
SIEVE ANALYSIS TEST RESULTS
10 0
90
80
70
60
50
4 0
30
20
10
0
100
U.S . Stan dard Sieve O peni ngs in inches
2 1 1/2 1 3/4 1/2 3 /8 1/4 4 -
' ~
Project No.
DG0912440
\
\
'
10
'\
' '\
I\
"\~
U.S . Stand ard Sieve Numbe rs
8 10 16 20 30 40 5060 80100 140 200
"r--..
I"---...
r-.~.
r--....
Boring No.
BH-5
'-.,,.
-...... r-,._
0 .1
Grain Size in Millimeters
Depth, Ft.
5-7
I-I ydro met er
'
0 .01 0 .001 0.0001
C lass ification
Olive hr.own Clayey Gravel (GC) w / some sand
PLATE A1
100
90
80
70
60
50
4 0
30
2 0
10
0
100
U.S. Standard Sieve Openings in Inches
2 1 1/2 1 3/4 1/2 3/8 1/4 4 -
' '--
P roject No.
D G0912440
""' ... ~,rs.
.................
10
U.S. Standard Sieve N umbers
8 10 16 20 30 40 5060 80 100 140 200
'-.. I'-..
-........
.... ,
Boring No.
BH -7
1 ~
I"-.
' ........
0 .1
Grain Size in Millimeters
D epth Ft.
4-5.5
H ydrometer
I
0 .01 0 .001 0.0001
Classification
Brown and gray Clayey Sand (SC) w / little gravel
PLATEA2
100
90
80
70
60
50
40
30
20
10
0
100
U.S. Stan dard Sieve Openings in Inches
2 1 1/2 1 3/4 1/2 3/8 1/4 4
r\
Project No.
DG0912440
\
\
~
10
' \
\
I\
\
[\_
U.S. Standard Sieve N umbers
8 10 16 20 30 40 50 60 80100 140 200
I'-.
"" 'e..,
"r'--..
[\
Boring No.
BH-12
'\l
" '--•
0 .1
Grain Size in Millimeters
Depth, Ft.
2-3.5
H ydrometer
'
0.01 0.001 0.0001
Cla ss ification
Dark brown Cla yey Sand (SC) w / some gravel
PLATE A 3
100
90
80
70
60
50
40
30
20
10
0
100
U.S. Standard Sieve Openings in Inches
2 I 1/2 I 3/4 1/2 3/8 1/4 4
"
Proj ect No.
DG091 2440
',
10
'r-..
~
\
U.S . Standa rd Sieve Numbers
8 10 16 20 30 40 5060 80 100 14 0 200
\.
'\
"" " I'",._
Boring No.
BH-13
'-r-..
"~
' '\.
' "re
0.1
Grain Size in Millimeters
Depth, Ft.
8-9.5
Hydrometer
'
0.01 0.001 0.0001
Classification
Light brown Clayey Sand (SC) w/ little gravel
PLATE A4
100
90
80
70
60
50
40
30
20
10
0
100
U.S. Standard Sieve Opening< in Inches
2 1 1/2 1 3/4 1/2 3/8 1/4 4
I\
Project No.
DG0912440
\
\
~
10
' ' I'\
''9-.
\
\
U.S. Stan dard Sie ve N wnb ers
8 10 16 20 30 40 5060 80 100 140 200
\
'\_
"..
' 1 a._
'
Boring N o.
BH-14
'\.._
""' I'-..... ---•
0 .1
Grain Size in Millimeters
Depth. Ft.
14-15.5
Hydrometer
,
0 .01 0.001 0 .0001
Classification
Brown Clayey Sand (SC) w / little gravel
PLATEA5
Project: Water and Sanitary Sewer Relocations within UPRR Yard
Location: Fort Worth, Texas
Number: DG -09-12440
Liquid Plastic % Pass
Borehole No. Depth (ft) Limit Limit Pl #200 Sieve
BH -01 0
BH -01 1 -
BH-01 2
BH -01 3 46 17 29 90
BH -01 4
BH-01 5
BH-01 6
BH-01 7
BH-01 8
BH-01 9
BH-01 14
BH-01 19
BH-01 24
BH-02 0
BH -02 1
BH-02 2
BH-02 3
BH -02 4
BH-02 5 45 18 27
BH-02 6
BH -02 7
BH-02 8
BH -02 9
BH-02 13 91
BH-02 14 31 15 16
BH-02 19
BH -02 24 98
BH-03 0
BH-03 1 55 22 33
BH-03 2
BH-03 3
BH-03 4
BH-03 5
BH-03 6
BH-03 7
BH-03 8
BH-03 9
BH -03 14 29 13 16 76
BH -03 19 19
BH-03 24
BH-04 3
BH-04 4 70
BH-04 6
BH-04 8
BH-04 9 38 16 22
Shear Water Wet
Strength Content Density Pocket
(tsf) (%) (pcf) Pen. (tsf)
1.5
18 .3
1.5
5 15 .6 131 .7
1.5
11.2
1.5
14 .9
1.5
15 .6
0 .25
1.07 20.4 131.8 0.83
0.58
0.92
22 .8
1.5
16 .9
1.5
5.5 16.4 127 .5
1.5
16.3
1.33
21
26.4
0.17
27 .6 0 .25
1.5
21 .3
1.5
12.6
1.5
19 .1
1.5
14 .7
1
0 .9 19.6 129 .8
22 .2 0 .17
11 .1
17 .3
1.5
16.4
17 .9
0 .75
0.5 22 .9 121 .6
PLATE B-1
Shear Water Wet Liquid Plastic %Pass Strength Content Density Pocket Borehole No. Depth (ft) Limit Limit Pl #200 Sieve (tsf) (%) (pcf) Pen. (tsf) BH-04 14 18.7 0.67 BH-04 19 32 13 19 21.6 BH-04 24 52 24.8 BH-05 6 36 25.2 BH-05 8 -24.4 BH-05 9 40 16 24 22.3 0.67 BH-05 14 21 1 !3H-05 19 34 12 22 0.4 18.6 130.3 0.67 BH-05 24 70 21.6 0.17 BH-06 2 0.67 BH-06 3 37 13 24 13.4 BH-06 6 11.8 BH-06 8 0.25 BH-06 9 38 13 25 0.4 13.2 146.2 BH-06 14 0.5 BH-06 19 63 17 BH-06 24 0.5 15.5 137.2 0.67 BH-07 0 1.5 BH-07 1 31 7.3 BH-07 2 1.5 BH-07 3 7 BH-07 5 46 7.3 BH-07 7 2.4 9.3 141.2 1.5 BH-07 9 12.5 BH-07 14 41 15 26 17.1 0.33 BH-07 19 0.3 18.9 133.1 0.33 BH-07 24 39 16.9 BH-08 2 1.33 BH-08 3 16.8 BH-08 4 1.17 BH-08 5 61 20 41 1 21.3 133.4 BH-08 8 21.8 0.5 BH-08 15 6.2 BH-08 25 9.1 BH-08 37 6.6 BH-08 48 7.2 BH-09 1 6.6 BH-09 3.5 1.5 BH-09 4 57 25 32 26.5 BH-09 5 1.5 BH-09 9 14.6 BH-09 15 15.2 BH-09 24 5.6 BH-09 35 6.1 BH-09 45 6.6 BH-09 55 7.4 BH-11 8 19 BH-11 9 35 13 22 66 0.4 22.8 129.1 0.33 BH-11 15 19.3 PLATE 8-2
Shear Water Wet Liquid Plastic % Pass Strength Content Density Pocket Borehole No. Depth (ft) Limit Limit Pl #200 Sieve (tsf) (%) (pcf) Pen. (tsf) BH-11 19 42 15 27 82 23.9 0.17 BH-11 24.5 16.4 BH-12 1 6.9 BH-12 3 22 9.4 BH-12 6 9.2 BH-12 9 -8.5 BH-12 14 44 16 28 78 21.8 1.08 BH-12 19 0.7 23.5 120.5 0.67 BH-12 24 26.1 0.58 BH-12 29 0.8 20.2 128.3 0.83 BH-12 34 0.25 BH-13 3 5.9 BH-13 6 19 7.8 BH-13 9 27 10 BH-13 14 27 40 BH-13 19 42 16 26 26.5 0.33 BH-13 24 0.5 23.9 121.2 0.33 BH-13 29 24.7 0.33 BH-14 0 1.5 BH-14 1 30 12 18 14.1 BH-14 2 1.5 BH-14 3 6.2 BH-14 5 32 7.1 BH-14 9 6.3 BH-14 15 23 12 11 22 10.5 BH-14 19 7.6 BH-14 30 38 21.8 BH-14 35 25.5 BH-14 39 33 13 20 0.3 21 125.5 BH-14 40 0.33 BH-14 44 39 Total 21 21 21 24 16 90 16 55 PLATE 8-3
Slake Durability Test Data Sheet
ASTM D4644-04
Project Name Harris Branch
Wastewater Interceptor
Client Project No. DG 09 12440
GEC reference 2010_ HVJ_001_02
Sample received 10/28/2009
Test Date 10/31/2009 -11/03/2009
Boring no. BH-8A
Depth 43 .0-44.0 ft
Sample ID GR09_14_BH-8A@43 .50
Performer/checker Ran Chen / Seung Han Kim
Photo before test
•',
'
·,,.
'-·. , .. '
301 East Dean Keaton building EO B220
1 University Station C1792, Austin TX 78712 USA
The University of Texas at Austin
Geotechnical Engineering
Department of Civil, Architectural
and Environmental Engineering
Rock Type Shale
Formation Not available
Water Content of the original sample 8.76 %
Water Temperature before test 73.04 °F 22.8o ·c
Water Temperature after test 73.13 °F 22.85 'C
Oven Dried Mass before test 438.87 g
Oven Dried Mass after 1st cyde 384.01 g
Oven Dried Mass after 2nd cyde 309.04 g
Slake Durability Index 70 .42 %
Classification Medium
Photo after 2 cycle
Dr. Fulvio Tonon
Phone: +1-512-471-4929
Fax : +1-512-471-6548
CERCHAR Abrasiveness test
Test procedure: G.West (1989)
and R.Plinninger et al (2003)
Project Name Harris Branch Wastewater Interceptor
Client Project No . DG 09 12440
UT reference 2010 -HVJ_001_02
Test Date 11/02/2009
Test Performer Xiaomin You
Checked by Seung Han Kim
Location Austin, TX
Sample ID GR09_14_BH·8A 43 .5
Rock Type Shale
Formation Not available
Drill hole and depth BH·8A@43 .0·44.0
Pin Rockwell Hardness 55/56
Note:
The University of Texas at Austin
Geotechnical Engineering Center
Department of Civil, Architectural
and Environmental Engineering
Surface condition Cut by slab saw
Direction of scratch Perpendicular to core axis
Pin Wear Max width (mm) Min width (mm)
0 .063 0 .058
0 .058 0 .036
0.027 0 .018
0 .072 0 .036
0 .058 0 .045
Average (mm) 0.047
CAI 0.47
Equipment Ergo Tech CERCHAR Test Apparatus
No.100225
Reference : G.West (1989) Rock Abrasiveness testing for tunneling International Journal of Rock Mechanics and Mining Sciences &
Geomechanics Abstracts, Volume 26, Issue 2, March 1989, 151 -160.
R.Plinninger, H.K .asling, K.Thuro, G.Spaun (2003) Testing conditions and geomechanical properties in influencing the
CERCHAR abrasiveness index (CAI) value. Journal of Rock Mechanics and Mining Sciences, 40(2003) 159-263.
Photo after test
301 East Dean Keaton building EO B220
1 University Station C1792, Austin TX 78712 USA
Dr. Fulvio Tonon
Phone : +1-512-471-4929
Fax: + 1-512-471-6548
Slake Durability Test Data Sheet
ASTM 04644-04
Project Name Harris Branch
Wastewater Interceptor
Client Project No. DG 09 12440
GEC reference 2010 -HVJ_001_02
Sample received 10/28/2009
Test Date 10/31/2009 -11/03/2009
Boring no. BH -9A
Depth 50.0-51.0 ft
Sample ID GR09 _14_BH-9A@50.50
Performer/checker Ran Chen / Seung Han Kim
Photo before test
301 East Dean Keaton building EO 8220
1 University Station C1792, Austin TX 78712 USA
The University of Texas at Austin
Geotechnical Engineering
Department of Civil, Architectural
and Environmental Engineering
Rock Type Shale
Formation Not available
Water Content of the original sample 5.08 %
Water Temperature before test 73.04 °F 22.8o ·c
Water Temperature after test 73.B°F 22.85 ·c
Oven Dried Mass before test 450.20 g
Oven Dried Mass after 1st cyde 433.49 g
Oven Dr ied Mass after 2nd cyde 425.01 g
Slake Durability Index 94.40 %
Classification Very high
Photo after 2n cycle
Dr. Fulvio Tonon
Phone : +1-512-471-4929
Fax: +1-512-471-6548
CERCHAR Abrasiveness test
Test procedure: G.West (1989)
and R.Plinninger et al (2003)
Project Name Harris Branch Wastewater Interceptor
Client Project No . DG 09 12440
UT reference 2010_ HVJ_001_02
Test Date 11/02/2009
Test Performer Xiaomin You
Checked by Seung Han Kim
Location Austin, TX
Sample ID GR09_14_BH-9A 50 .5
Rock Type Shale
Formation Not available
Drill hole and depth BH-9A@S0 .0-51.0
Pin Rockwell Hardness S5/56
Note:
The University of Texas at Austin
Geotechnical Engineering Center
Department of Civil, Architectural
and Environmental Engineering
Surface conditi on Cut by slab saw
Di rection of scratch Perpendicular to core axis
Pin Wear Max width (mm) Min w idth (mm)
0 .072 0.054
0.081 0.067
0.054 0.036
0 .045 0 .031
0.03 1 0.027
Average (mm) o.oso
CAI 0.50
Equip ment Ergo Tech CERCHAR Test Apparatus
No .100225
Reference : G.West (1989) Rock Abrasiveness testing for tunneling International Journal of Rock Mechanics and Mining Sc iences &
Geomechanics Abstracts, Volume 26, Issue 2, March 1989, 151-160.
R.Plinn inger, H.K .as ling, K.Thuro, G.Spaun (2003) Testing conditions and geomechanical properties in influencing the
CERCHAR abrasiveness index (CAI) value. Journal of Rock Mechanics and Mining Sc iences, 40(2003) 159-263.
Photo after test
301 East Dean Keaton building EO 8220
1 University Station C1792, Austin TX 78712 USA
Dr. Fulvio Tenon
Phone: +1-512-471-4929
Fax: +1-512-471-6548
CITY OF FORT WORTH
CONSTRUCTION SERVICES
LABORATORY RESULTS FOR
TEST HOLE AND PLASTICITY INDEX
Project: Water & San. Sewer Relocations for SH121T
DOE No: 6338
Fund Code: 01,02
HOLE# 1
LOCATION: 20'E of Eldridge St. @
2.50" HMAC
8.75" Brown Stabilizer
9.75" Brown Sandy Clay, w/rocks
ATTERBURG LIMITS: LL: PL: PI:
MUNSELL COLOR CHART: 10 Yr.
UNIT WEIGHT: N/A #/CFT
HOLE# 2
LOCATION: 4128 Driskell Blvd. S/4
2.50" HMAC
9.00" Brown Stabilizer
9.25" Brown Sandy Clay, w/rocks
ATTERBURG LIMITS: LL: PL:
MUNSELL COLOR CHART: 10 Yr.
UNIT WEIGHT: N/A #/CFT
Approval:
Ryan Jeri
Routing:
Date Tested: 2/16/10
Requested by: Aaron Rader
Tested by: Soil Lab
PI:
LAB NO : 108730
Driskell Blvd N/4
& gravel
SHRKG: o~ • 0
LAB NO: 108731
& gravel
SHRKG: o~ • 0
Superintendent
Inspector
File
APPENDIXB
Pipeline Crossing 07 /25/08
Form Approved, AVP-Law
Folder No. 0000-00
PIPELINE CROSSING EASEMENT AGREEMENT
Mile Post 000 .00, Subdivision/Branch
Location : Davidson Yard, City of Fort Worth, Tarrant County, Texas
THIS AGREEMENT ("Agreement") is made and entered into as of the_. __
day of , 2009 ("Effective Date'), by and between UNION PACIFIC
RAILROAD COMPANY, a Delaware corporation, ("Granter") and CITY OF FORT
WORTH, TEXAS, a home-rule municipal corporation, to be addressed at 1000
Throckmorton Street, Fort Worth, Texas 76102 ("Grantee").
WHEREAS the Grantor, the Grantee, the North Texas Tollway Authority, a
regional tollway authority and political subdivision of the State of Texas ("NTTA"), and
the Texas Department of Transportation, an agency of the State of Texas ("TxDOT"
and , together with the Grantee and the NTTA, the "Project Partners"), have entered into
that certain Southwest Parkway/SH 121 Union Pacific Railroad/Project Partners Formal
Agreement executed as of January 8, 2009 , as amended by a First Amendment to
Formal Agreement dated as of May 19, 2009, a Second Amendment to Formal
Agreement dated as of June 17, 2009, a Third Amendment to Formal Agreement dated
as of August 20, 2009, a Fourth Amendment to Formal Agreement dated as of
September 1, 2009 and a Fifth Amendment to Formal Agreement dated as of
September_, 2009 (as heretofore or hereafter amended, the "Formal Agreement").
IT 15 MUTUALLY AGREED BY AND BETWEEN THE PARTIES HERETO AS
FOLLOWS:
Article I. GRANTOR GRANTS RIGHT.
In consideration of the covenants and agreements herein contained to be by the
Grantee kept, observed and performed, the Granter hereby grants to the Grantee the
right to construct and thereafter, during the term hereof, to maintain and operate one
[domestic water][sanitary sewer water][storm water] pipeline for transporting and
conveying such type of water only across Grantor's track(s) and property (the
"Pipeline"), within easement area ("Easement Area") legally described on Exhibit A-1
attached hereto and made a part hereof and in the location shown and in conformity
with the dimensions and specifications for the Pipeline indicated on the print dated
Month Day, Year and marked Exhibit A-2, attached hereto and hereby made a part
hereof. Under no circumstances shall Grantee modify the use of the Pipeline for a
purpose other than transporting and conveying such type of water and the Pipeline shall
not be used to convey any other substance, any fiber optic cable, or for any other use,
Collaboration. Publi c Projects . Davidson Yd. City of Ft.Worth 6 .22.09
14807877\V-5
Pipel ine Crossing 07/25/08
Form Approved , AVP-Law
whether such use is currently technologically possible , or whether such use may come
into existence during the life of this Agreement.
Article II. FEE.
The Grantor has waived its customary fee for the rights granted to the Grantee
herein .
Article Ill CONSTRUCTION, MAINTENANCE AND OPERATION.
The grant of right herein made to the Grantee is made in connection with the
Formal Agreement and the initial construction and installation of the Pipeline shall be
performed , access through the Grantor's Property shall be obtained and coordination of
such work with the concurrent work of the Granter and the NTIA shall be arranged, in
accordance with the terms and conditions set forth in that certain Construction
Coordination Agreement dated as of September _, 2009 made by and among the
Grantor, the Grantee and the NTTA ("Construction Coordination Agreement"). The grant
of right herein made to the Grantee is also subject to each and all of the terms ,
provisions, conditions, limitations and covenants set forth herein and in Exhibit B,
attached hereto and hereby made a part hereof. In the event of any conflict between the
Construction Coordination Agreement and Exhibit B with respect to the construction
and installation of the Pipeline, the terms and conditions of the Construction
Coordination Agreement shall govern .
Article IV. DEFINITION OF GRANTEE.
For purposes of this Agreement, all references in this Agreement to the
Grantee shall include the Grantee's contractors, subcontractors , officers, agents and
employees, and others acting under its or their authority. If a contractor is hired by
the Grantee for any work performed on the Pipeline (including initial construction and
subsequent relocation or maintenance and repair work), then the Grantee shall
provide a copy of this Agreement to its contractor, require its contractor to comply
with all the terms and provisions hereof relating to the work to be performed, and
require its contractor to execute the Contractor's Right of Entry Agreement attached
to the Construction Coordination Agreement as Exhibit D thereto. A copy of the
executed Contractor's Right of Entry Agreement shall be provided to Grantor prior to
the commencement of any work (including initial construction and subsequent
relocation or maintenance work).
Article V. INSURANCE
A. Before commencement of the term of this Agreement and prior to any
Pipeline construction , the Grantee or Grantee's contractor, at its sole expense, shall
obtaih the required Railroad Protective Liability insurance, at its sole expense, as
specified in Section E on Exhibit C attached hereto and hereby made a part hereof.
The Grantee, at its sole expense, shall also provide to the Grantor the other insurance
2
Coll abo ration . Publi c Proj ects. Davidson Yd. City of Ft. Worth 6,22.09
146076 77\V-5
--
WATER AND SANITARY SEWER RELOCATIONS
WITHIN UPRR YARD FOR SH 121T
CITY PROJECT No. 01332
PROPOSED 48" WATERLINE
5701 W. VICKERY BL VD., FORT WORTH
S.C. INMAN SURVEY, ABSTRACT No. 824
EXHIBIT "A"
Being a centerline description of a proposed 48" waterline situated in the S.C. Inman Survey,
Abstract No . 824 , City of Fort Worth , Tarrant County, Texas, said centerline description across a
tract of land deeded to Texas & Pacific Railroad Company as recorded in Volume 705, Page 29,
Volume 963, Page 273 and Volume 4558, Page 276 of the Deed Records of Tarrant County, Texas,
said centerline description being more particularly described by metes and bounds as follows:
COMMENCING at a 5/8 inch iron rod with cap stamped "GORRONDONA" found for the
intersection of the proposed northerly right-of-way line of State Highway 121 with a west line of
said tract of land deeded to Texas and Pacific Railroad Company, from which a 5/8 inch iron rod
with cap stamped "GORRONDONA" found for an exterior ell corner in a northerly right-of-way
line of said State Highway 121 bears North 12 degrees 56 minutes 00 seconds West, a distance of
92 .93 feet; THENCE South 12 degrees 56 minutes 00 seconds East, with the west line of satd tract
of land deeded to the Texas and Pacific Railroad Company, and with an easterly right.-of-way line
of said State Highway 121, a distance of 205 .39 feet to a 5/8 inch iron ro:d with cap stamped
"GORRONDONA" found for an exterior ell comer in the southerly right-of-way line of said State
Highway 121; THENCE North 63 degrees 33 minutes 18 seconds East, with the proposed southerly
right-of-way line of said State Highway 121, a distance of 11.01 feet to the POINT OF
BEGINNING;
THENCE South 21 degrees 44 minutes 14 seconds East, a distance of 93.42 feet to a point for
comer;
THENCE South 09 degrees 42 minutes 31 seconds East, a distance of 174 .94 feet to a point for
comer;
THENCE North 89 degrees 40 minutes 11 seconds East, a distance of 354.34 feet to a point for
corner;
THENCE North 29 degrees 56 minutes 58 seconds East, a distance of 161.15 feet to a point for
comer;
THENCE North 07 degrees 26 minutes 58 seconds East, a distance of 63.90 feet to a point for
comer ;
THENCE North 29 degrees 56 minutes 58 seconds East, a distance of 124.49 feet to a point for
corner;
Page 1 of2
WATER AND SANITARY SEWER RELOCATIONS
WITHIN UPRR YARD FOR SH 121T
CITY PROJECT No. 01332
PROPOSED 48" WATERLINE
5701 W. VICKERY BLVD., FORT WORTH
S.C. INMAN SURVEY, ABSTRACT No. 824
THENCE North 41 degrees 11 minutes 58 seconds East, a distance of 213.43 feet to a point for
comer;
THENCE North 52 degrees 26 minutes 58 seconds East, a distance of 170.17 feet to a point for
comer ;
THENCE North 18 degrees 27 minutes 14 seconds East, a distance of 122.65 feet to a point for
comer;
THENCE North 63 degrees 29 minutes 25 seconds East, a distance of 764 .63 feet to a point for
comer;
THENCE South 71 degrees 30 minutes 35 seconds Bast, a distance of 26.00 feet to a point for
comer;
THENCE South 26 degrees 31 minutes 15 seconds East, a distance of 56 .18 feet to the POINT
OF TERMINATION .
NOTE : All bearings are based on the Texas Coordinate System , NAD-83 , North Central Zone,
utilizing a TxDoT Surface Factor of 1.00012 for this project. All bearings referenced to the
project control for State Highway 12 L All bearings and distances are surface .
Date: September 18 , 2009
Richard Kennedy
Registered Professional Land
No. 5527
Page 2 of2
FN D 5/8" IR W/CAP
"GORROND ONA "
NOTE: ALL BEARINGS ARE BASED ON THE TEXAS
COORDINATE SYSTEM, NA0-83, NORTH CENllW.
ZONE. UTILIZING A TXOOT SURFACE FACTOR Of
1.00012 FOR llilS PROJECT. AU. BEARINGS
REFERENCED TO THE PROJECT CONTROL FOR
STATE HIGHWAY 121. AU. BEARINGS AND
DISTANCES ARE SURFACE.
EXHIBIT "B"
I
I
TEXAS & PACIFIC
RAILROAD COMPANY
VOLUME 705, PAGE 29
VOLUME 963, PAGE 273
VOLUME 4558, PAGE 276
D.R.T.C.T .
TARRANT COUNTY WATER CONTRO L AND
IMPROVEMENT DISTRICT No . ONE
100.0' BUILD ING RESTR ICTI ON EASEMEN T
VOLUME 4'556. PAGE 9
D.R.T .C.T. --~
250 125 0 250
I : __ ,
' SCALE IN FEET
LINE
L-1
L-2
L-3
L-4
L-5
L-6
L-7
L-8
L-9
L-10
L-11
L-12
L-13
L-14
L-15
City or Fort Worth
1000 THROCKMORTON STREET FORT WORTH, TEXAS 76102
EXHIBIT SHOWING
A
PROPOSED 48" WATERLINE
OUT OF A TRACT OF LAND
SITUATED IN THE
S.C. INMAN SURVEY, . .ABSTRACT No. 824
AS RECORDED IN
VOLUME 705, PAGE 29, VOLUME 963, PAGE 273, & VOLUME 4558, PAGE 276
Of THE .
DEED RECORDS OF TARRANT COUNTY, TEXAS
PRO..ECT: WATER AND SANITARY SE'l€R RaOCATIONS 'MllilN UPRR
YARD FDR SH 121T.
CITY PRO.JECT No.: 01332
__ ""'"P"""'R=O,_PO=S=E=D__;.;48"--=WA:..:.TE=R=U._..NE=-r---------------------1RJCHARD KENNEDY
JOB NO. 0505-1628 DRAWN BY: T.T.W. CADO Fll.E: 1628EG-EMT.DWG REGISTERED PROFESSIONAL LAND su=~l'llft•
DATE: SEPT!MBER 18 2009 PAGE 1 Of 1 SCALE: 1• • 250' NO . 5527
GORRONDONA & ASSOCIATES, INC. • 6707 BRENlWOOD STAIR ROAD, SUITE 50 FORT WORTH, TX. 76112 • 817-496-1424 FAX 817-496-1768
WATER AND SANITARY SEWER RELOCATIONS
WITHIN UPRR YARD FOR SH 121T
CITY PROJECT No. 01332
PARCEL No. 23-PE2
PROPOSED 48" WATERLINE
5701 W. VICKERY BLVD., FORT WORTH
S.C. INMAN SURVEY, ABSTRACT No . 824
EXHIBIT "A"
Being a centerline description of a proposed 48" waterfine situated in the S .C. Inman Survey,
Abstract No . 824, City of Fort Worth, Tarrant County, Texas, said centerline description being
across a tract of land deeded to Texas & Pacific Railroad Company as r ecorded in Volume K , Page
589, Volume 785 , Page 96 and Volume 8643, Page 1153 of the Deed Records of Tarrant County,
Texas , said centerline description being more particularly described by metes and bounds as
follows :
COMMENCING at a 5/8 inch iron rod with cap stamped "GORRONDONA" found for corner in a
west line of said tract of land deeded to the Texas and Pacific Railroad Company, said 5/8 inch iron
rod with cap stamped "GORRONDONA" being the northeast corner of a tract of land deeded to
T.E .S.CO. as recorded in Volume 2588, Page 562 of said Deed Records of Tarrant County, Texas,
said 5/8 inch iron rod with cap stamped "GORRONDONA" also being in the existing southerly
right-of-way line of said State Highway 121; THENCE North 12 degrees 56 minutes 00 seconds
West, with the west line of said tract of land deeded to the Texas and Pacific Railroad Company,
passing at a distance of 205.39 feet a 5 /8 inch iron rod with cap stamped "GORRONDONA" found
for the inters ection of the proposed northerly right-of-way line of said State Highway 121 with the
west line of said tract of land deeded to Texas and Pacific Railroad Company, in all , a distance of
298 .32 feet to a 5/8 inch iron rod with cap stamped "GORRONDONA" found for corner in the
existing northerly right-of-way line of said State Highway 121; THENCE South 66 degrees 17
minutes 00 seconds West, with the existing northerly right-of-way line of said State Highway 121, a
distance of 34.71 feet to the POINT OF BEGINNING;
THENCE North 21 degrees 44 minutes 14 seconds West, a distance of 554.71 feet to the POINT
OF TERMINATION, said point being in the southeast right-of-way line of West
Vickery Blvd. in the northwest line of said Texas and Pacific Railroad Company tract of
land.
Page 1 of2
WATER AND SANITARY SEWER RELOCATIONS
WITHIN UPRR YARD FOR SH 121T
CITY PROJECT No. 01332
PARCEL No. 23-PE2
PROPOSED 48" WATERLINE
5701 W. VICKERY BL VD., FORT WORTH
S.C. INMAN SURVEY, ABSTRACT No. 824
NOTE : All bearings a re based on the Texas Coordinate System, NAD-83, North Central Zone,
utilizing a TxDoT Surface Factor of 1.00012 for this project. All bearings referenced to the
project control for State Highway 121 . All bearings and distances are surface .
Date: September 18, 2009
Page 2 of 2
250 125 0 250
VICINllY MAP
TEXAS & PACIFIC RAILROAD COMPANY
VOLUME K, PAGE 589
VOLUME 875, PAGE 96
VOLUME 8643, PAGE 11 53
D.R .T.C.T.
ENTERLINE
PROP OSED
48 " WATER LIN E
I I I I
SCALE IN FEET
I
NOTE: ALL BEARINGS ARE BASED ON THE TEXAS COORDINATE
SYSTEM , NAD-83, NORlli CENTRAL ZONE, UTILIZING A
TXOOT SURFACE FACTOR Of' 1.00012 FOR THIS PROJECT.
ALL BEARINGS REFERENCED TO THE PROJECT CONTROL
FOR STATE HIGHWAY 121 . ALL BEARINGS AND DISTANCES
ARE SURFACE.
FND 5/8" IR W/CAP I
\ "GORRONDONA" I , I
\ I f
I ~ '-------~ 1,,~~
'-. /~ o~~
'~~of
I: :it' <l.._ .
.:ll,.... !t,'(J' :;,,; r-""f .... : ~ ,t;f:>Qo/ ~ a'ffj' b~p ,,~
City or Fort Worth
1000 THROCK~ORTON STREET FORT WORll-t, TEXAS 76102
VOLUME K,
EXHIBIT SHOWING
A
PROPOSED 48" WATERLINE
OUT Of' A TRACT Of' LAND
SITUATED IN THF.; .
S.C. INMAN SURVEY, ABSTRACT No. 824
AS RECORDED IN
PAGE 589, VOLUME 875 PAGE 96, & VOLUME 8643,
Of' THE
DEED RECORDS OF TARRANT COUNlY, TEXAS
PAGE 1153
PROJECT: WATER ANO SANITARY SEWER RELOCATIONS WITHIN UPRR
YARD FOR SH 121T.
CITY PROJECT No.: 01332
PROPOSED 48• WATERLINE
JOB NO . 0505-1628 DRAWN BY: T.T.W. CADD FILE: 1628EG-EMT.DWG
DATE: SEPTEMBER 18 2009 PAGE 1 Of' 1 SCALE: 1" -250'
GORRONOONA & ASSOCIATES, INC . • 8707 BRENTWOOD STAIR ROAD , SUITE 50 FORT WORTH, TX. 78112
WATER AND SANITARY SEWER RELOCATIONS
WITHIN UPRR YARD FOR SH 121T
CITY PROJECT No. 01332
PARCEL No. 23-PE3
PROPOSED SANITARY SEWER LINE
5701 W. VICKERY BL VD., FORT WORTH
S.C. INMAN SURVEY, ABSTRACT No. 824
EXHIBIT "A"
Being a centerline description of a proposed sanitary sewer line situated in the S.C. Inman Survey , Abstract
No. 824, City of Fort Worth, Tarrant County, Texas, said centerline description being across a tract of land
deeded to Texas & Pacific Railroad Company as recorded in Volume K, Page 589, in Volume 677 , Page 405
and in Volume 963, Page 273 of the D eed Records of Tarrant County, Texas, said centerline description
being more particularly described by metes and bounds as follows:
COMMENCING at a 5/8 inch iron rod found for comer in the southeast line of said Texas & Pacific
Railroad Company tract of land, said 5/8 inch iron being in the northwest line of a tract of land deeded to
Tarrant County Water Control and Improvement District No. One as recorded in Volume 4528, Page 623 of
said Deed Records of Tarrant County, Texas, from which a 5/8 inch iron rod found for comer in the
southeast line of said Texas & Pacific Railroad Company tract of land bears South 44 degrees 42 minutes 42
seconds West, a distance of 178.20 feet; THENCE North 49 degrees 09 minutes 42 seconds East, with the
southeast line of said Texas & Pacific Railroad Company tract of land and with the northwest line of said
Tarrant County Water Control and Improvement District No. 1 tract of land, a distance of 281.10 feet to a
point for comer; THENCE a radial bearing of North 52 degrees 45 minutes 37 seconds East, a radial
distance of 191.54 feet to the POINT OF BEGINNING ;
THENCE North 25 degrees 41 minutes 59 seconds West ; a distance of 891.67 feet to the POINT OF
TERMINATION, said point being in the southerly right-of-way line of West Vickery
Boulevard.
NOTE: All bearings are based on the Texas Coordinate System, NAD-83, North Central Zone,
utilizing a TxDoT Surface Factor of 1.00012 for this project. All bearings referenced to the project control
for State Highway 121. All bearings and distances are surface.
Date: September 18 , 2009
Richard Kl':nnedy
Registered Professional Land '''"-i,p,"r.n-
No. 5527
1 of 1
VICINITY MAP
........................ /
EXHIBIT
TEXAS & PACIFIC
RAILROAD COMPANY
VOLUME K, PAGE 589
VOLUME 677, PAGE 405
VO LUME 963, PAGE 273
D.R.T.C.T .
CENTERLIN E
PROPOSED
SANI TA RY SEWER
"B" ,, ,,
TAR RANT COUN TY WATER CONTR OL AND \
IMPR OVEM EN T DIST RICT No . ON E
100 .0 ' BU ILDING RESTR ICTION EASEMENT .,.
VOLU ME 45 56, PAGE 9 ,,. ,,.
D.R.T.C.T . .,.
//,,. if
/ ~'<,¥
// ~ P.O.B.
/ ..,,'<,'<-/ qJ',,,
/ "Cj ~
// ~,f?-_"'/,"'1, / ~/.J'._o / r:,""~ ... / ~~,,, ~ '1,'b
/ ~P.O.C.
// r,.,.~~ ~ FND 5/8.I R
RADIAL
BEARING
N 52'+5'37"E
191.54'
/ ..fa" ·". I r..,'<-v I'. "'1, ,fl 1J'[gl~IN)~1i1f' [glj~~[gl
I <?k~ 'b· I c., ~ TARRANT COUNTY WATER CONTROL AND
I "'Ato IMPROVEMENT DISTRICT No . ONE r.====================~ s/. VOLUME '4528 , PAGE 623 8 )1? D.R.T.c .r .
NOTE : ALL BEAR INGS AAE BASED ON THE TEXAS COORDINATE
SYSlEM, NAD-83, NORTH CENTRAL ZONE. UTILIZING A
TXDOT SURFACE FACTOR OF 1.00012 FOR THIS PROJECT.
ALL BEARINGS REFERENCED TO THE PROJECT CONTROL
FOR STATE HIGHWAY 121. ALL BEARINGS AND DISTANCES
AAE SURFACE.
250
I
125
I
0
'
SCALE IN FEET
FoRTWoRTH City of' Fort Worth ~ 1000 THROCKMORTON STREET FORT WORTH , TEXAS 76102
EXHIBIT SHOWING
A
PROPOSED SANITARY SEWER LINE
OUT OF A TRACT OF LANO
SITIJATEO IN THE
S.C. INMAN SURVEY, ABSTRACT No . 824
AS RECORDED IN
VOLUME K, PAGE 589, VOLUME 677, PAGE 405, & VOLUME 963, PAGE 273
OF THE
DEED RECORDS OF TARRANT COUNTY, TEXAS
PRo..ECT: WATER ANO SANITARY SEVt£R RELOCATIONS 'MTHIN UPRR CITY PROJECT No .: 01332
YARD FOR SH 121T.
250
I
__ -'-P"'"'R"'"O'-PO=S=E=D'-""M---'-13"""4.:......=S-'--'A ...... NI ...... T ..... A-;.RY ____ S=E .... WE=R........cU=N=E~----,------------1RICHARD KENNEDY
JOB NO . 0505-1628 DRAWN BY: T.T.W. CADD FILE: 1628EG-EMT.DWG REGISTERED PROFESSIONAL LAND SURVBlCOOI•
Date : SEPTEMBER 18, 2009 PAGE 1 OF 1 SCALE: 1' • 250' NO. 5527
GORRONDONA & ASSOCIATES, INC . • 6707 BROOWOOO STAIR ROAD, SUITE 50 FORT WORTH , TX. 76112 • 817-496-1424 F;.;;t. 817-496-1768
WATER AND SANITARY SEWER RELOCATIONS
WITHIN UPRR YARD FOR SH 121T
CITY PROJECT No. 01332
PARCEL No. 23PE-4
CENTERLINE SANITARY SEWER DESCRIPTION
5701 W. VICKERY BL VD., FORT WORTH
S.C. INMAN SURVEY, ABSTRACT No. 824
EXHIBIT "A"
Being a centerline description of a sanitary sewer line situated in the S.C. Inman Survey, Abstract No. 824,
City of Fort Worth, Tarrant County, Texas, said centerline description being out of a tract of land deeded to
Texas & Pacific Railroad Company as recorded in Volume 875, Page 96, of the Deed Records of Tarrant
County, Texas, said centerline description being more particularly described by metes and bounds as
follows :
BEGINNING at a point in the proposed southeast right-of-way line of State Highway 121, from which a
5/8 inch iron rod with cap stamped ''GORRONDONA" found for comer in the proposed southeast right-of-
way line of said State Highway 121 bears North 47 degrees 48 minutes 28 seconds East, a distance of 81.23
feet, and from which a 5/8 inch iron rod with cap stamped "GORRONDONA" found for comer in the
proposed southeast right-of-way line of said State Highway 121 bears South 47 degrees 48 minutes 28
seconds West, a distance of 670.52 feet;
THENCE South 38 degrees 52 minutes 03 seconds East, a distance of 16.18 feet to a point for corner;
THENCE North 53 degrees 33 minutes 55 seconds East, a distance of 175.55 feet to a point for corner;
THENCE North 62 degrees 02 minutes 54 seconds East, a distance of 13.85 feet to a point for corner;
THENCE South 57 degrees 55 minutes 54 seconds East, a distance of 62.67 feet to the POINT OF
TERMINATION ;
NOTE: All bearings are based on the Texas Coordinate System, NAD-83, North Central Zone,
utilizing a TxDoT Surface Factor of 1.00012 for this project. All bearings referenced to the project control
for State Highway 121. All bearings and distances are surface.
Richard Kennedy
Registered Professional
No . 5527
Page 1 of2
LOT 1-.4°-Rt It 1-.A-R2
BLOCK 7
FACTORY PLACE
CABINET A, SUD£ 5597
P.R .T.C.T.
~·
\)· "'
~. <J'l, /'.,/
~~ ,'l,'b (i~...,"" CENTERLINE
200 100 0 200 " PROPOSED
'
_,
' SCALE IN FEET
NOlE : ALL BEARINGS ARE BASED ON Tl-IE TEXAS COORDINAlE
SYSTEM, NAD-83, NORTH CENTRAL ZONE. l/TlUZING A
TXDOT SURF!.CE FACTOR OF 1.00012 FOR Tl-llS PROJECT.
AU. BEARINGS REFERENCED TO Tl-IE PROJECT CONTROL
FOR STATE HIGHWAY 121 . All BEARINGS AND DISTANCES
ARE SURFACE.
SANITARY SEWER
FND 5 /8" IR W/CAP
0 GORRONDONA •
TEXAS & PACIFIC
RAILROAD COMPANY
VOLUME 875, PAGE 96
D.R.T.C.T.
LINE TABLE
LINE BEARING DISTANCE
L-1 S 38.52'03"E 16 18'
L-2 N "i1"33'55"E 175.55'
L-3 N 62'n?'54"E 1.3.H'-
L-4 S 57"i"i'01"E 62.67'
L-5 N 4748'28"E 81.23'
City oF Fort Worth
EXHIBIT SHOWING
A
1000 THROCKMORTON STREET FORT WORTI-1, TEXAS 76102
PROPOSED SANITARY SEWER LINE
OUT OF A TRACT Of LAND
SITUATED IN Tl-IE
S.C. INMAN SURVEY, ABSTRACT No. 824
AS RECORDED IN
VOLUME 875, PAGE 96, VOLUME 963, PAGE 273, & VOLUME 4558, PAGE 276
OF Tl-IE
DEED RECORDS OF TARRANT COUNTY, TEXAS
PRO.£CT: WAlER AND SANITARY SEv.t:R RELOCATIONS WITHIN UPRR CITY PROJECT No.: 01332
YARD FOR SH 121T.
__ ...,_P...:..R:..::O"-P=O=SE=Da......:.:.Ma...-....:.1=56;:;.....::S"'"A;;..:N..:...;IT .... A..;R...:..Y __ S=E .... Wf.'""""'R"""L=IN~E=-----------------1RICHARD KENNEDY
JOB NO. 0505-1628 DRAWN BY: T.T.W . CADO Fll.E: 1628EG-EMT.DWG REGISTERED PROFESSIONAL I.AND SURVEY
Date: SEP1EMBER 18, 2009 PAGE 1 OF 1 SCAL£: 1" . '!' 200' NO. 527
GORRONOONA &: ASSOCIATES. INC. • 6707 BRENTWOOD. STAI~ ROAD, SUITE 50 FORT WORTH, TX. 76112 • 817-496-1424 FAX 817-+96-1768
WATER AND SA1'11TARY SEWER RELOCATIONS
WITHIN UPRR YARD FOR SH l2 l T
CITY PCRO.JECT No. 01332
TEMPORARY CONSTRUCTION EASEMENT
5701 W. VlC.KERY BLVD., .FORT WORTH
S.C. INMAN SURVEY, ABSTRACT No. 824
EXIDBIT ''A"
Being a temporary construction easement situated in the S.C. Inman SLlrVey , Abstract No .
824, City of Fort Worth, Tarrant County, Texas,-said temporary construction easement
being out of a tract of land deeded to Texas & Pacific Railroad Company as recorded in
Vulmne 875; Page 96 of the Deed Records of Tar.rant County, Texas, said temporary
construction easement being more pa11icularly described by metes and bounds as follows:
BEGTNNING at a poi.n1 in the proposed southeast right-of-way line of State Highway 12 i,
from vvhich a 5/8 inch iron rod with cap stamped "GORRONDONA" found for corner in
the proposed southeast right-of-way line of said State Hjghway 12 l bears South 47 degrees
48 minutes 28 seconds West, a distance of 552.64 feet;
THENCE North 47 degrees 48 minutes 28 seconds East; with the proposed southeasr
right-of-way line of said State Highway 121, a distance of 117 .89 feet to a 5/8
inch iron rod with cap stamped "GORRONDONA'" found for corner;
THENCE Nort11 48 degrees 40 minutes 20 seconds East, with the proposed southeast
right-of-way .1:ineof said State Highway 121, a distance of 150.92 feet to a 5/8
inch iro n rod ,vith cap stamped "GORRONDONA" found for comer;
THENCE North 49 degrees 24 minutes 45 seconds East, with the proposed south.east
right-of-way line of said State Hlghway 121, a distance of 18.15 feet to a point
for comer, from which a 5/8 jach iron rod with cap stamped "GORRONDONA"
found for corner bears North 49 degrees 24 minutes 45 seconds East, a distance
of 129.83 feet;
THENCE South 40 degrees 3 5 minutes 15 seconds East, a distance of 83 .62 feet to a point
for comer;
THENCE South 56 degrees 02 minutes 36 seconds West, a distance of 69.16 feet to a
point for comer;
THENCE South 54 degrees 34 minutes m seconds West, a distance of 53.66 feet to a
pofot for corner;
THENCE South 52 degrees 49 minutes 36 seconds West, a distance of 66.85 feet to a
pojn1 for corner;
THENCE South 51 degrees 00 minutes 00 seconds West, a distance of 46.42 feet to a
po int for corner;
Page 1 of2
WATER AND SANITARY SE'WER RELOCATIONS
WITHIN UPRR YARD FOR SH 121T
CITY PROJECT No. 01332
TEMPORARY CONSTR UCTION EASEMENT
5701 W. VICKERY BLVD., FORT WORTH
S.C. INMAN SURVEY, ABSTRACT No. 824
THENCE South 49 degrees 30 m1n·utes 21 second s W est, a di s an.ce of 49.94 feet to a
point for comer;
THENCE North 42 degrees 11 minutes 32 seconds West, a distance of 60 .23 feet to the
POJNT OF BEGINNING , and containing 19,806 square feet or 0.455 acres of
land , more or less.
NOTE: All bearings are based on the Texas Coordinate System, NAD-83 North
Central Zone, utili zing a TxDoT Surface Factor of 1.00012 for this project. All
bcari ngs referenced to the pr~ject control for State Highway 121 . Al l bearings
and djstances are sm-face.
Date: September 23, 2009
Richard Kennedy
Registered Professional Land
No . 5527
Page2 of2
• ,n '1411'-
f~O f>O~f'\
L-9 TEMPORARY
UNCTASLE
CONSTRUCTION EASEMENT
19,806 SQ. fT. OR 0 .455 A'C .
LINE BEARING DISTANCE
L-1 N '4-J<4.S '28"E 117.89'
L-2 N 48'40'20"E 150.112.'
L-3 N +9'2+',45"E li'i.1'5
t -4 _S +o'35' 1 S"E: 83.62
L-5 S 56'02'J6'W 69.16
L-6 S 54'J4'of"W 53.66
L-7 S ST 49 'J6"W 66.85 '
L-8 s 5 i ·oo ·ocrw 46.42'
L-9 S 49'J0'2t"w '4-9 .9~
L-10 N 42"11'J2'"W 60.2.J
NOTE: AU. 8€ARINGS ARE 84SEO ON THE TEXAS COORDINATE
SYSTEM, NAl:>-83, NORTH CENTRAL ZONE, UTIUZIH(; A ncoor SURfllCE F,t,CTOR OF 1.00012 FOR n;1s PROJECT.
ALL 8EARING-S REF£RENCEO TO THE PROJECT COffrROL
FOR STATE HICHW"'I' ·121 . Ml. BEARINGS AND OISTA.NCE,S
ME SURF'ACE.
100 50 0
I l~1
SCALE IN FEET
City of Fort Worth
EXHIBIT SHOWING
A
1000 THROCi<f.lOfffi)N SlREET fORT WORTt\ TE:XAS 76102
TEMPORARY CONSTRUCTION EASEMENT
OUT OF A TAAC1' OF !»ID
SITUATED IN THE
S.C . INMAN SURVEY, ABSTRACT No. 824
Afi RE.CORDED IN
VOLUME 875, PAGE 96
Of THE
DEED RECORDS OF TARRANT COUN1Y, TEXAS
PRO..ECT: SANITARY ·S£\1/ER EXTENSJ(;fllS fOR STOOECATE 8lYD, J., No.: 00107
(CL£ARFORI< MAIN Si.)
100
I
. EASEMENT AC UIS1110N AREA 19 806 S ARE FEET OR 0.455 ACR S RJCHARD KENNEDY
JOO' NO. ~1628 OAAWN. 8Y: T.T .W. . CAOO FU: UPRR TEMP 'CONST ESMTS.d AtCISTERED Pl'tOF[SSIONA,L L»IO SUiR'vFf!:AI•
DATE: SEPTEMBER 23, 200~ P~ 1 OF 1 SCALE: I." • 100' NO ~27
WATER AND SANITARY SEWER RELOCATIONS
WITHIN UPRR YARD FOR SH 121T
CITY PROJECT No. 01332
TEMPORARY CONSTRUCTION EASEMENT
5701 W. VICKERY BLVD., FORT WORTH
S.C. INMAN SURVEY, ABSTRACT No. 824
EXHIBIT "A"
Being a temporary construction easement situated ir:t the S.C. Inman Survey, Abstract No.
824, City of Fort Worth, Tan-ant County, Texas, said temporary construction easement
being out of a tract of land deeded to Texas & Pacific Railroad Company as recorded in
Volume 705, Page 29, Volwne 963, Page 273 and Volume 4558, Page 276 of the Deed
Records of Tarrant County, Texas, said temporary construction easement being more
particularly described by metes and bounds as follows:
BEGINNTNG at a 5/8 inch iron rod with cap stamped "GORRONDONA" found for the
intersection of the proposed southerly right-of-way line of State Highway 121 with a west
line of said tract of land deeded to Texas and Pacific Railroad Company;
THENCE North 63 degrees 33 minutes 18 seconds East, with the proposed southerly
right-of-way line of said State Highway 121, a distance of71.99 feet lo a point
for corner;
THENCE S0utJ1 12 degrees 56 minutes 00 seconds East, a distance of 237.38 feet to a
point for corner;
THENCE North 89 degrees 37 minutes JI seconds East , a distance of 301.98 feet to a
point for comer;
THENCE North 29 degrees 56 minutes 58 seconds East, a distance of 110.93 feet to a
point for comer;
THENCE North 07 degrees 26 minutes 58 seconds East, a distance of 63.90 feet to a
point for comer;
THENCE North 29 degrees 56 minutes 58 seconds East, a distance of 134.90 feet to a
point for corner;
THENCE North 41 degrees 11 minutes 58 seconds East, a distance of 220.33 feet to a
point for comer;
THENCE North 52 degrees 26 minutes 58 seconds East, a distance of 162 .92 feet to a
point for corner ;
THENCE North 18 degrees 27 minutes 14 seconds East, a distance of 126.46 feet to a
point for corner;
Page I of 4
WATER AND SANITARY SEWER RELOCATIONS
WITHIN UPRR VARD FOR SH 121T
CITY PROJECT No. 01332
TEMPORARY CONSTRUCTION EASEMENT
5701 W. VICKERY BLVD., FORT WORTH
S.C. INMAN SURVEY, ABSTRACT No. 824
THENCE North 63 degrees 29 minutes 25 seconds East, a distance of 241.39 feet to a
point for corner;
THENCE North 25 degrees 43 minutes 49 seconds West, a distance of 140.27 feet to a
point for comer; -
THENCE North 64 degrees 16 minutes 10 seconds East, a distance of I 25.00 feet to a
point for comer;
THENCE South 25 degrees 43 minutes 50 seconds East, a distance of 138.57 feet to a
point for corner;
THENCE North 63 degrees 29 minutes 25 seconds East, a distance of 427.24 feet to a
point for comer;
THENCE South 80 degrees 37 minutes 31 seconds East, a distance of 66.23 feet to a
point for comer;
THENCE South 26 degrees 45 minutes 02 seconds East, a d.istance of 140.93 feet to a
point for corner;
THENCE South 63 degrees 28 minutes 45 seconds West, a distance of I 00.00 feet to a
point for comer;
THENCE North 26 degrees 45 minutes 02 seconds West, a distance of l 09. 7 l feet to a
point for corner;
THENCE South 63 degrees 29 minutes 59 seconds West, a distance of 381 .98 feet to a
point for comer;
THENCE South 25 degrees 43 minutes 50 seconds East, a distance of 58.50 feet to a
point for corner;
THENCE South 64 degrees 40 minutes l 6 seconds West, a distance of J 25.00 feet to a
point for corner;
THENCE North 25 degrees 43 minutes 49 seconds West, a distance of 55.92 feetto a
point for corner;
THENCE South 63 degrees 29 minutes 25 seconds West, a distance of 211.42 feet to a
point for comer;
Page 2 of 4
WATER AND SANITARY SEWER RELOCATIONS
WlTHIN UPRR YARD FOR SH 121T
CITY PRO.TE.CT No. 01332
TEMPORARY CONSTRUCTION F.ASEMENT
5701 W. VICKERY BLVD., FORT WORTH
S.C. lNMAN SURVEY, ABSTRACT No. 824
THENCE South 18 degrees 27 minutes 14 seconds West , a distance of 118.84 feet to a
point for comer ;
THENCE South 52 degrees 26 minutes 58 seconds West, a distance of 177 .42 feet to a
point for comer; -
THENCE South 41 degrees 11 minutes 58 seconds West, a d i stance of 206 .54 feet to a
point for comer;
THENCE South 29 degrees 56 minutes 58 seconds East, a distance of 114.08 feet to a
point for comer;
THENCE South 07 degrees 26 minutes 58 seconds West, a distance of 63 .90 feet to a
point for comer;
THENCE South 29 degrees 56 minutes 58 seconds West, a distance of201 .70 feet to a
5/8 inch iron rod found for comer in a southwest line of said tract of land
deeded to Texas and Pacific Railroad Company;
THENCE North 32 degrees 44 mi .nutes 04 seconds West, with a southwest line of said
tract of land deeded to Union Pacific Railroad Company, a distance of 37 .49
feet to a fence post found for corner;
THENCE South 89 degrees 37 minutes 31 seconds Wes~ with a southwest line of said
tract of land deeded to Texas & Pacific Railroad Company, a distance of
359 .66 feet to a fence post found for corner ;
THENCE North 12 degrees 56 minutes 00 seconds West, with a southwest line of said
tract of land deeded to Texas & Pacific Railroad Company , a distance of
276 .68 feet to the POINT OF BEGINNING, and containing 194,216 square
feet or 4.459 acres of land, more or less .
Page 3 of 4
WATER AND SANITARY SEWER RELOCATIONS
WlTHIN UPRR YARD FOR SH 121T
CITY PRO.JECT No. 01332
TEMPORARY CONSTRUCTrON EASEMENT
5701 W. VICKERY BLVD., FORT WORTH
S.C. JNMAN SURVEY, ABSTRACT No. 824
NOTE: All bearings are based on the Texas Coordinate Syst e m , NAD-83 , North
Central Zone , utilizing a TxDoT Surface Factor of 1.00012 for this project.
All bearings refe renced to the project control for State Highway 121. All
bearings and di stanc es are surface.
Date : September 23, 2009
Richard Kennedy
Registered Professional Land
No . 5527
Pag e 4 of 4
VICIN ITY MAP
EXISTIN G RO W
EXHIBIT
FN D 5 8" IR W CAP
'G ORRON DONA
,,,,,,. .. -. p . O. B. PROPO SED ROW
N•6,9~5,096 .36
E=2,309 ,848 .80
FNI) 5/8 " IR W/CAP
"GORRONDONA "
"B"
FN D 8" I R W CAP
"GORRONDONA"
A TEMPORARY
CONSTRUCTION EASEMENT
194,216 SQ . FT . OR 4.459 AC .
::
... <C ...
w z
_J
I u
~
2
200 100 0 200
NOT£: All BEARINGS ARE BASED ON THE TEXAS COORO!NATE
SYSTEM, NA0-83, l+ORTH CENTRAL ZONE, UTILIZING A
TXOOT SURFACE FACTOR OF 1.00012 FOR THIS PROJECT .
AU. 0£AR JNGS REF'ERENCED TO n-tE PROJECT CONTROL
FOR STATE HIGHWAY 121. All. BEARINGS AND DISTANCES
ARE SURFACE.
SCALE IN FEET
City or Fort Worth
EX HIBIT SHOWING
A
1000 THROCKMORTON STRE£T
TEMPORARY CONSTRUCTION EASEMENT
OUT OF A TRACT OF I.IIND
SITUATED IN THE
S.C. INMAN SURVEY, ABSTRACT No. 824
AS RECORDED IN
FORT WORTH, TEXAS 76102
VOLUME 705 , PAGE 29 , VOLUME 963, PAGE 273, VOLUME 4558, PAGE 276
OF THE
DEED RECORDS OF TARRANT COUNTY, TE XAS
PROJECT: SANITARY SEWER EXTENSIONS FOR STONE'.CA TE 8 1. \oO .
{Cl.fARFORK MAIN ST .)
PRJ. No .: 00107
a--=E:..:..;A""S""M""'E""N.:...Tc-:.;A:..:C.:0.=.U.:.::I S"-ITI""O:.:N..:......:.A.:.:..R:.;:£"-'Ac......:....:1 9:...4:..1.2:..1:...::6c....=S.::1.U:;.;A'""R..;.:E::....:..F..,E:..E .:...T """O,.,_R:.....-,.4.a... 4:..:5""9-'A'""C:.:R.:.:E=-=S=-------t RICHARD KENN EDY
JOB NO . 0505-1628 DRAWN 6Y : T.T.W. CADO Fll£: UPRR TEMP CONST ESllTS .dw REG ISTERED PROFESSIONAL L»IO SURVEYO
DATE : SEPTEMBER 23. 2009 PAGE 1 OF 2 SCA!.£: I" • 200' NO . 5527
GORRONDONA & ASSOCIATI:S, INC . • 6707 BRENTWOOD STAIR ROAD , SUITE 50 FORT WOR'TH, TX . 76 112 • 817-•96-1.24 FAX 817-496-1768
.. ..
.. <t:. ..
w z
_J
I
0
~
2
VICINITY MAP
l-12
<r.:-:':.'":"'."'.":··.-,> .............
:: 1:::::::: ::::::::::: :::: ::f ::?
. . . . . . . . . . ' . .
EXHIBIT
TEMPORARY
CONSTRUCTION EASEMENT
194,216 SQ. FT . OR 4.4-59 AC .
I :::::::::::::. I
...J1·:.·::::::::::1....J ............ -l-10 ·:::::::::::: L 14 I.,
::::/:.:::::::::::7:f:'.:::::::::::::::::::::::S:::::::::::::::::::::::::::::::::<:<:::::::::::::>::::.:::::::::::::::7\!i
.·.·.·.·.:~:-:~:-:-:-:-:•:-:-:-:-:-:-:~-·-·0..:._:.·=····=····=.-;~:.·~:-:-:-:-:-:•:•:•:•:1
l-23 N r::::::::::::,:J O L-19 !O ,·:::::::::. <D ~ i /·:-:-:::::-:-:-:-::6 ~ , .::::::::::::::::::::·I~
...J L-21 ....1 ....1 \)~:::_--6 ::.
6--~
LINE
L-1
L-2
L-3
L-4
L-5
L-6
L-7
L-8
L-9
L-10
L-11
L-12
L-13
L-14
l-15
L-16
L-17
L-18
L-19
L-20
L-21
L-22
L-23
L-24
L-25
L-26
L-27
l-28
L-29
L-30
L-31
L-32
LINE TABLE
BEARING DISTANCE
N 63'33 '18"E 71.99
s 12"56'00"[ 237 .38
N 89"37'31 "E 301.98
N 29·55'58"£ 110.93
N 07'26'58"£ 63.90
N 29"56'58"E 134.90
N 41 '11'58"[ 220.33
N 52"26'58"E 162.92
N 18"27'14 "[ 126.46
N 63'29'25"E 241 .39
N 25"43'49"W 140.27
N 64'16' 1 O"E 125.00
s 25'43'50"£ 138.57
N 63'29'25"£ 427 .24
s 80'37'31 "E 66 .23
s 26'45'02 "£ 140.93
S 6.3'28 ' 45 "W 100.00
N 26'45'02"W 109.71
S 53·29•59'W 381.98
S 25' 43 '50"[ 58 .50
S 64"40'16"W 125.00
N 25·43•49•w 55.92
S 63"29'25 ''W 211 .42
s 1a·27'14-'W 118 .84
S 52"26'58"W 177.42
S 41 · 1 I' 58 'W 206 .54
S 29'56'58"W 114.08
S D7'26 158"w 63.90
S 29'56'58'W 201 .70
N 32"44'04"W 37 .49
S 89'37'31"W 359 .66
N 12'56'00"W 276.68
200 100 0 200
NOT£: ALL SEARINGS ARE BASED ON THE IDAS COOROINATE
SYSTEM, NAO-BJ, NORTH CENTRAL ZONE. UTILIZING A
TXOOT SURF'ACE FACTOR Of l.00012 FOR THIS PROJECT .
~ BEAIUNGS REFERENCED TO lliE PROJECT CONTROL
FOR STAl£ HIGHWAY 121. All. BEARINGS AND DISTANCES
ARE SURFACE.
SCALE IN FEET
City or Fort Worth
EXHl81T SHOWING
A
1000 THROCKMORTON smm FORT WOfmt, TEXAS 76102
TEMPORARY CONSTRUCTION EASEMENT
OUT Of A TRACT Of LANO
SITUATED IN n-lE
S.C . INMAN SURVEY, ABSTRACT No. 824
AS RECOROEO IN
VOLUME 705, PAGE 29, VOLUME 963, PAGE 273, VOLUME 4558, PAGE 276
Of THE
DEED RECORDS OF TARRANT COUNTY, TEXAS
PROJECT: SANITARY ~~ EXTENSIONS FOR STONEGATE BLl;t>. PRJ . No.: 00107
(ClfARFORI< MA.IN ST.)
EASEMENT AC UISITION AREA 194 216 S UARE FEET OR 4.459 ACRES
J09 NO . OSOS-1628 DAAWN BY: T.T.W. CADO nlf:: UPRR TEMP CONST ESMTS .dw
Oi.TE: SEPTEMBER 23, 200II PAGE 1 Of 2 SCA!.£: 1 • = 200'
GORRONDONA & ASSOCIATES, INC:. • 6707 BRENTWOOD STAJR ROAD. SUITE 50 FORT WORTH. TlC . 76112 • 817-496-1424 f/\X 817-~6-1768
APPENDIXD
CORROSIVITY STUDY AND
CORROSION PROTECTION DESIGN
COMBINED HULEN TO COMO WATER LINE PROJECT
CITY OF FORT WO_RTH, TEXAS
PREPARED FOR
KIMLEY HORN AND ASSOCIATES
FORT WORTH, TEXAS
PREPARED BY
CORRPRO COMPANIES, INC.
HOUSTON, TEXAS
FEBRUARY, 2010
G :\jobs\2010\306630/Cornbin ed\ER 1-270 I .doc
TABLE OF CONTENTS
1.0 Introduction
2.0 Executive Summary
3.0 Corrosivity Evaluation
3.1 Summary
3.2 Results and Analysis
3.3 Corrosion Protection Requirements
4.0 Design Report
4.1
4.2
4.3
4.4
4.5
4.6
4.7
Appendix A
Appendix B
Appendix C
Appendix D
Appendix E
Appendix F
Summary
Protective Coating
Pipe Bedding and Backfill
Cathodic Protection
Joint Bonding and Electrical Isolation
Test Stations
Conclusions and Recommendations
Appendices
Field Data
Laboratory Data
Specification Sectionl5640 -Joint Bonding and Electrical
Isolation
Specification Section 15641 -Corrosion Control Test Stations
Specification Section 15642 -Magnesium Anode Cathodic
Protection System
Project Drawings
CORROSIVITY STUDY AND
CORROSION PROTECTION DESIGN
COMBINED HULEN TO COMO WATER LINE PROJECT
CITY OF FORT WORTH, TEXAS
1.0 INTRODUCTION
Corrpro Companies Inc. has been retained by Kimley-Horn and Associates to provide
corrosivity evaluation and corrosion protection design services for the combined 48", 42"
and 36" Diameter Hulen to Como Water Line Project lines W-lA, W-1B , W-lC and W-
lE located in Fort Worth , Texas. The proposed combined 48 " pipelines have an
approximate length of 1,870 linear feet. The proposed combined 42" pipeline has an
approximate length of 1,432 linear feet. The proposed combined 36" pipelines have an
approximate length of 1,399 linear feet. The selected pipe material is dielectrically
coated carbon steel.
Upon completion of the corros1v1ty evaluation, a corrosion protection design was
prepared including the requirements for joint bonding, electrical isolation, stray current
control, corrosion monitoring test stations and cathodic protection for the combined water
pipeline systems .
This report presents the results of the corrosivity evaluation and corrosion protection
design.
2.0 EXECUTIVE SUMMARY
2.1 Soil characteristics were found to be heterogeneous in the vicinity of the proposed
water line alignments . Variations in soil resistivity can promote the formation of
concentration cells that lead to corrosion.
2.2 The dielectric bonded coating on the steel pipe is the primary corrosion control
mechanism. However, corrosion will occur at those areas where there are coating
defects (holidays). The installation of a cathodic protection system is therefore
recommended for the dielectrically coated steel pipe to mitigate corrosion at
coating defects .
2.3 Joint bonding at all mechanical connections is required for cathodic protection.
2.4 The evaluation indi cates that stray direct currents may be a concern for the
pipeline integrity .
2.5 Test stations should be installed at all cathodically protected foreign pipeline
crossings , cased crossings , cathodic protection magnesium anode ground bed
locations , and at the location of all in-line underground electrical isolators to
monitor the effectiveness of the proposed corrosion protection system and to
allow for AC and DC interference testing .
3.0 CORROSIVITY EVALUATION
3.1 SUMMARY
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 integrity of the proposed
water pipeline.
The evaluation performed is the basis for determining the corrosion protection
requirements for the City of Fort Worth 48 ", 42", and 36" Diameter Water Line
Extensions for the Hulen to Como waterline project pipeline sections W-lA, W-
1B, W-lC and W-lE located in Fort Worth, Texas.
3.2 RESULTS AND ANALYSIS
Soil resistivity measurements were recorded at a total of twelve (12) locations,
from grade to depths of five feet , five to ten feet and ten to fifteen feet along the
proposed right-of-way for the combined 48 ", 42 ", and 36" diameter Hulen to
Como Water Lines. This data is recorded in Appendix A.
Using the Barnes Layer procedure , soil resistivity was calculated for the 5 to 10
feet and 10 to 15 feet layers for the proposed route. Statistical distribution of the
soil resistivity for the layers of interest , where the pipeline is to be installed, is
summarized as follows:
Minimum
Maximum
Average
Percent < 1,000
Percent < 2,000
Percent< 3,000
City of Fort Worth, Texas
48", 42" & 36" Diameter
Hulen to Como Water Line Proiect
Sections A, C, D, and E
Soil Resistivity
5-10 Feet
1,992 ohm-cm
13,271 ohm-cm
5,666 ohm-cm
0.0%
16 .7%
33.3%
10-15 Feet
3 ,047 ohm-cm
32,103 ohm-cm
9,353 ohm-cm
0.0%
0.0%
0.0%
Percent~ 3 ,000
Percent > 5 ,000
67.3 %
33 .3%
City of Fort Worth
100.0%
33 .3%
48" & 36" Diameter Stonegate (Clearfork Main Street)
Waterline Project
Soil Resistivity
5-10 Feet 10-15 Feet
Minimum 2 ,000 ohm-cm 3 ,447 ohm-cm
Maximum 10 ,067 ohm-cm 15,464 ohm-cm
Average 5 ,515 ohm-cm 10 ,729 ohm-cm
Percent < 1,000 0.0 % 0.0%
Percent < 2 ,000 0 .0 % 0 .0%
Percent < 3 ,000 16 .7% 0 .0%
Percent~ 3 ,000 3 3 .3% 50.0%
Percent > 5 ,000 16 .7 % 33.3%
A total of six (6) soil sampl es were coll ecte d by a geo-technical firm along the
pipeline right-of-w ay and w ere t e sted in the laboratory for moisture content, pH,
chloride ion concentration, sulfid e ion concentration, conductivity and resistivity.
Laboratory test results ar e tabulated in Appendix B .
With respect to the chemical properties of the soil , the test results of the samples
indicate the following :
• Moisture content: 4.7%-13.0%
• pH: 8.0 -8.4
• Chloride ion concentration (ppm): 8 .0-18.0
• Sulfide ion concentration (ppm): 0.0
• Conductivity (microhmos): 310 -1,000
• Resistivity (ohm-cm .): 1,000-3,200
Considering each of the chemical and electrical soil properties that are tested in the
field and the laboratory , gene ral g uidelines for interpreting the results are as follows:
• Soil Moisture -The higher the soil moisture content, the greater the
anticipated rate of corrosion . Moisture contents typically range from 1 %
(very dry sands) to 40 % (clays holding a great deal of moisture). Typical
3.3
values are 10 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.
• Chloride Concentrations -Chloride . ions are cathode depolarizers, which
enhance the rate of corro sion . 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.
• 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.
• Conductivity -For a given corrosion cell with 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
of 2850 ohm-cm) are con sidered high.
• 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.
The field survey revealed that overhead high voltage power transmission lines do
not parallel the proposed pipeline alignment. Therefore , induced AC voltages
from high voltage power transmis sion lines installed near the proposed pipeline
alignment are not a concern . However , foreign cathodic protection systems are
present in the area and could affect the pipeline integrity .
CORROSION PROTECTION REQUIREMENTS
An analysis of the field data obtained during the survey and of the type of
proposed pipe material ( dielectrically coated steel) was considered in determining
the requirements for and types of corrosion protection that could be considered for
the combined 48 ", 42 " and 36 " Hulen to Como Water Line Projects.
Fluctuations in soil resistivity in the area indicate that ferrous materials will be
subject to electrochemical corrosion.
The dielectric coating on the steel pipe is the pnmary corros10n control
mechanism. Corrosion will occur, however, at those areas where there are
coating defects. Therefore , the coating must be supplemented with cathodic
protection.
Electrical continuity along the pipe is required to apply cathodic protection.
Therefore , joint bonding is required to maintain electrical continuity at all non-
welded pipeline joints.
It is necessary to electrically isolate the pipeline at all tie-ins to existing metallic
pipelines regardless of the type of metallic pipe material. In addition, where the
pipe passes through casings, the carrier pipe in the casings must be electrically·
isolated from the casing.
Monitoring test stations should be installed for the pipeline at cathodically
protected foreign pipeline crossings, cased crossings, and major road crossings,
galvanic anode ground beds and at the location of in-line underground pipeline
isolators.
4.0 CORROSION PROTECTION DESIGN REPORT
4.1 SUMMARY
A corrosion control system consisting of galvanic magnesium anode cathodic
protection, joint continuity bonds for all non-welded joints, monitoring test
stations, joint isolation at connections to existing pipelines and electrical isolation
at cased crossings is recommended for these water lines.
4.2 PROTECTIVE COATINGS
A polyurethane coating system is recommended to prevent corrosion of the
external surfaces of the carbon steel pipeline. The polyurethane coating shall be in
accordance with the ANSI/ A WWA 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.
4.3 PIPE BEDDING & BACKFILL
There may be places along the pipeline right-of-way where the pipe may be
installed in rocky areas. It is essential that the pipe be provided with proper
bedding to prevent physical damage to the pipe and 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 recommend ed galvanic mag ne si um anode cathodic protection system for the
combined City of Fort Worth water line projects are as follows:
48", 42 " and 36 " diameter Hulen to Como Water Line Project cathodic protection
system shall consist of a total of eight (8) galvanic magnesium anode ground
beds . Each ground bed consisting of 20-pound elongated prepackaged
magnesium anodes. Anode ground bed s shall be connected to the pipelines
through test stations at pipeline stations as follows:
Line W-lA: Pipeline Station 3+30. _
Line W-lB: Pipeline Stations 5+50 , 8+10 , and 12 +9 5.
Line W-IC : Pipeline Stations 2+13 and 8+00 .
Line W-1 E: Pipeline Stations 1 +9 7 and 15 +60 .
Refer to Appendix E for Specifications on Galvanic Anode Cathodic Protection
System components and the number of anodes per ground bed.
4.5 JOINT BONDING AND ELECTRICAL ISOLATION
The 48 ", 42 " and 36" diameter Hulen to Como water pipelines should be
electrically isolated from existing metallic water mains and laterals. However, the
three projects shall be electrically continuous with each other.
All of the pipelines also require two bonding wires across each non-welded
mechanical joint.
Refer to Appendix C , Joint Bonding and E lectrical Isolation.
4.6 TEST STA TIO NS
Test stations will allow p eriodic monitoring of the effectiveness of the cathodic
protection system .
Refer to Appendix D for Specifications on Corrosion Control Test Stations
Test stations are required for the pipeline at cathodically protected foreign
pipeline crossings , cased crossings , major highway crossings, and electrically
isolated tie -ins from laterals and spur lines.
Test Station types are as follows:
1.
2.
TS -Standard pipe-to-soil potential measurement test station at
grounded locations (see TS ty pe test station on the cathodic
protection drawings).
CC -Test station installed at the ends of metallic pipeline
casings with 2 lead wires to the pipeline and 2 lead wires to the
cas in g (see CC type tes t stati on on th e cathodic protection
d rawings). CC tes t stati ons sha ll be in sta ll ed at both ends of all
meta ll ic cas ings.
3. FL -Test statio n in sta ll ed at crossin g of underground ,
cathodi ca ll y protecte d p iping syste ms own ed by others (foreign
pip elin es), (see FL type tes t stat io n on th e cathodic protection
draw ings).
4. IF -Test stati on insta ll ed acros s und er ground ele ctrical isolation
JO mt s. (see IF ty pe tes t stati on on th e cathodic protection
drawi ngs).
Note: Lead wires and bond wires are to be install ed on the foreign pipelines
by the foreign pip eline owners . The City of Fort Worth will make
arrangements with the foreign pipeline owners (if any) for installation
of lead wire s and bond wires on the foreign pipelines. Contractor
SHALL NOT inst all test lead wires or bond wires on foreign
pipelines .
4.7 CONCLUSIONS AND RECOMMENDATIONS
4. 7 .1. The installation of galvanic anodes along the pipeline alignments
will provide the means for external corrosion control for the 48",
42 " and 36 " Diameter Hulen to Como Water Line Project.
4 .7 .2 The proposed water pipelines should be electrically isolated from
existing metallic transmission mains , laterals and plant facilities,
but shall be electrically continuous among the combined three
projects.
4 .7.3 Joint bonding at non-welded mechanical connections 1s also
required .
4.7.4 Proper monitoring of the cathodic protection system will be
achieved through test stations installed at cathodically protected
foreign pipeline crossings , cased crossings, galvanic anode ground
beds and buried isolation fittings. In addition, permanent reference
cells will allow monitoring at ground bed locations and at buried
isolation fittings .
APPENDIX A
FIELD DATA
CORRPRO COMPANIES, INC. -HOUSTON, TEXAS
SOIL RESISTIVITY MEASUREMENT INFORMATION
CLIENT: Kimley-Horn and Associates JOB NO.: 305368
LOCATION: LINED 0+50
INSTRUMENT USED: NILSSON SOIL RESISTIVITY METER , M400 DATA BY: KB DATE: 9/15 /06
4-PIN SOIL RESISTIVITY DAT A BARNES PROCEDURE FOR SOIL RESISTIVITIES BY LAYERS
SOIL LAYER DEPTH MEASURED TOTAL DEPTH CALCULATED CONDUCTIVITY RE SISTANCE LAYER THICKNESS LAYER
FROM SURFACE (FT) OR RESISTANCE FACTOR RESISTIVITY CONDUCTIV ITY CHANGE CHANGE FACTOR RESISTIVITY SOIL LAYER RANGE
ACTUAL PIN SPAC ING (FT) (OHMS) (191.5 X DEPTH) (OHM-CM) (MHOS) (MHOS) (OHMS) (191.5 X FEET) (OHM-CM) FROM SURFACE (FT )
5.0 4 .88 957 .5 4 ,673 0.205 0.205 4 .880 957 .5 4 ,673 0 .0 TO 5
10.0 3.25 1,915 .0 6 ,224 0.308 0.103 9.730 957.5 9,317 5 TO 10
15 .0 1.61 2,872 .5 4,619 0.622 0.314 3.183 957 .5 3,047 10 TO 15
CORRPRO COMPANIES, INC. -HOUSTON, TEXAS
SOIL RESISTIVITY MEASUREMENT INFORMATION
CLIENT: Kimley-Horn and Associates JOB NO.: 305368
LOCATION : LINE E 2+00
INSTRUMENT USED: NILSSON SOIL RESISTIVITY METER , M400 DATA BY: KB DATE: 9/15/06
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 SO IL 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 3.96 957 .5 3 ,792 0 .253 0.253 3.960 957 .5 3,792 0.0 TO 5
10 .0 3.08 1,915.0 5,898 0.325 0 .072 13.860 957 .5 13 ,271 5 TO 10
15 .0 2.26 2,872 .5 6 ,492 0.442 0 .118 8.489 957.5 8,128 10 TO 1 5
CORRPRO COMPANIES, INC. -HOUSTON, TEXAS
SOIL RESISTIVITY MEASUREMENT INFORMATION
CLIENT: Kimley-Horn and Associates JOB NO .: 305 368
LOCATION : LINE C 14+00
INSTRUMENT USED: NILSSON SOIL RESISTIVI TY METER , M400 DATA BY : KB DATE : 9/15/06
4-PIN SOIL RESISTIVITY DATA BARNES PROCEDURE FOR SOIL RESISTIVITIES BY LAYERS
SO IL LAYER DEPTH MEAS URE D TOTAL DEPTH CALC ULATED CONDUCTIVITY RE SISTANCE LAYER THICKN ESS LA YER
FROM SURFACE (FT ) OR RESISTA NCE FACTOR RESIST IVITY CONDUCT IVITY CHANG E C HANGE FACTOR RESIST IVITY SOIL LAYER RANGE
ACTUAL PIN SPACING (FT) (O HMS) (191 .5 X DEPTH) (OHM-CM) (M HOS) (MHOS) (O HMS) (191 .5 X FEET) (O HM-CM) FROM SURFACE (FT )
5.0 3.6 1 957 .5 3,457 0.277 0 .2 77 3.610 957 .5 3,457 0.0 TO 5
10 .0 1.32 1,915 .0 2.528 0.758 0.481 2 .08 1 957 .5 1,992 5 TO 10
15 .0 1.27 2,872 .5 3,648 0.787 0 .03 0 33 .528 95 7.5 32,103 10 TO 1 5
CORRPRO COMPANIES , I NC. -HOUSTON , TEXAS
SOIL RESISTIVITY MEASUREMENT INFORMATION
CLIENT: Kimley -Horn and Associates JOB NO .: 305368
LOCATION: LINE A 0+30
INSTRUM ENT USED : NILSSON SO IL RES ISTIVITY METER , M400 DATA BY : KB DATE : 9/15/06
4-PIN SOIL RES ISTIVITY DAT A BARNES PROCEDUR E FOR SOI L.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 3.20 957.5 3,064 0.313 0.313 3.200 957 .5 3,064 0.0 TO 5
10.0 1.51 1,915.0 2 ,886 0.664 0.351 2.848 957 .5 2 ,727 5 TO 10
15 .0 1.16 2 ,872 .5 3 ,335 0 .861 0.198 5.057 957 .5 4 ,842 10 TO 1 5
CORRPRO COMPANIES, INC.· HOUSTON, TEXAS
SOIL RESISTIVITY MEASUREMENT INFORMATION
CLIENT: Kimley-Horn and Associates JOB NO.: 305368
LOCATION: LINE A 10 +00
INSTRUMENT USED: NILSS ON SOIL R ESISTIVITY M ET ER , M4 00 DATA BY: KB DATE : 9/15/06
4-PIN SOIL RESISTIVITY DA T A BARNES PROCEDURE FOR SOIL RESISTIVITIES BY LAYERS
SO IL LAYER DEPTH MEAS URED TOTAL DE PTH CALCULATED CONDUCTIVITY RES ISTANCE LAYER TH ICKNESS LAYER
FROM SU RFACE (FT) OR RES ISTANCE FACTOR RESISTIV ITY COND UCTIVITY CHANGE CHANGE FACTOR RESISTIV ITY SOIL LAYER RANGE
AC TU AL PIN SPAC ING (FT) (OHMS) (191.5 X DE PTH) (OHM -CM) (MHOS) (MHOS) (OHMS) (191.5 X i=EET) (OHM-CM ) FROM SURFACE (FT)
5.0 7 .66 957 .5 7,33 4 0 .131 0.131 7 .660 957 .5 7,334 0.0 TO 5
10 .0 2 .4 4 1,915 .0 4 ,665 0 .41 1 0 .28 0 3.572 957 .5 3,420 5 TO 10
15 .0 1.32 2,872.5 3,795 0.757 0 .346 -957 .5 NIA 10 TO 1 5
CORRPRO COMPANIES, INC. • HOUSTON, TEXAS
SOIL RESISTIVITY MEASUREMENT INFORMATION
CLIENT: Kimley-Horn and Associates JOB NO .: 306630
LOCATION:
INSTRUMENT USED : NILSSON SOIL RESISTIVITY METER , M400 DATA BY : cs DATE : 06 /09 /09
4-PIN SOIL RESISTIVITY DATA BARNES PROCEDURE FOR SOIL RESISTIVITIES BY LAYERS
SO IL LA YER DE PTH MEASURED TOTAL DEPTH CALCULATED CONDUCTIVITY RES ISTANCE LAYER TH ICKNE$S LAYER
FROM SURFACE (FT) OR RESISTANCE FACTOR RESISTIVITY CONDUCTIVITY CHANGE CHANGE FACTOR RESISTIVITY SO IL LAYER RANGE
ACTUAL PIN SPACING (FT) (OHMS) (191.5 X DEPTH ) (O HM -CM) (MHOS) (M HO S) (OHMS) (191.5 X FEET) (OHM-CM) FROM SURFACE (FT)
5.0 13.0 957 .5 12,448 0.077 0 .077 13 .000 957 .5 12,448 0.0 TO 5
10 .0 1.8 1,915.0 3,447 0.556 0.479 2.089 957 .5 2,000 5 TO 10
15.0 1.2 2 ,872.5 3,447 0.8 33 0.278 3.6 00 957.5 3,447 10 TO 1 5
CORRPRO COMPANIES, INC. -HOUSTON, TEXAS
SOIL RESISTIVITY MEASUREMENT INFORMATION
CLIENT : Kimley-Horn and Associates JOB NO.: 306630
LOCATION : 4
INSTRUMENT USED : NILSSON SOIL RESISTIVITY METER , M400 DATA BY: cs DATE : 06/09/09
4-PIN SOIL RESISTIVITY DAT A BARNES PROCEDURE FOR SOIL RESISTIVITIES BY LAYERS
SO IL LAYER DEPTH MEASURED T OTAL DEPTH CALC ULATED COND UCTIVITY RESISTANCE LA YER TH ICKNESS LAY ER
FROM SURFACE (FT) OR RESISTANCE FACTOR RES ISTIVITY CONDUCTIVITY CHANGE CHANGE FACTOR RESISTIVITY SO IL LAYER RANG E
ACTUAL PIN S PACING (FT) (OHMS) (191.5 X DEPTH} (O HM-CM} (MHOS } (MHOS) (OHMS} (191 .5 X FEET) (OHM-CM) FROM SURFACE (FT)
5.0 3.2 957 .5 3,064 0 .3 13 0 .313 3 .200 957 .5 3,064 0.0 TO 5
10.0 1.9 1,915 .0 3,639 0.526 0.214 4 .677 957.5 4,478 5 TO 10
15 .0 1.7 2,872 .5 4 ,883 0.588 0.062 16 .1 50 957 .5 15 ,464 10 TO 1 5
CORRPRO COMPANIES, INC. -HOUSTON, TEXAS
SOIL RESISTIVITY MEASUREMENT INFORMATION
CLIENT: Kimley-Horn and Associates JOB NO.: 306630
LOCATION: 5
INSTRUMENT USED: NILSSON SOIL RESISTIVITY METER , M400 DATA BY : cs DATE : 06/0 9/0 9
4-PIN SOIL RESISTIVITY DATA BARNES PROCEDURE FOR SOIL RESISTIVITIES BY LAYERS
SO IL 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 RA NGE
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 1.8 957 .5 1,724 0.556 0 .556 1.800 957 .5 1,724 0.0 TO 5
10.0 0 .9 1,915 .0 1,628 1.176 0.621 1.611 957 .5 1,542 5 TO 10
15 .0 0.5 2,872 .5 1,350 2.128 0.951 1.051 957 .5 1,007 10 TO 1 5
CORRPRO COMPANIES , INC. -HOUSTON , TEXAS
SOIL RESISTIVITY MEASUREMENT INFORMATION
CLIENT: Kimley-Horn and Associates JOB NO.: 30663 0
LOCATION : 6
INSTRUMENT USED : NI LS SON SO IL RES ISTIVI TY M ETER , M400 DATA BY : c s DATE : 06/0 91 09
4-PIN SOIL RESISTIVITY DAT A BARNES PROCEDURE FOR SOIL RESISTIVITIES BY LAYERS
SO IL LAYER DEPTH MEASURED TOTAL DEPTH CALCULATED CONDUCTIVITY RESISTANCE LAYER THICKNESS LAYER
FROM SU RFAC E (FT ) OR R ES IST ANCE FAC T OR RES IST IVI TY COND UCT IV ITY C HAN GE CHANGE FACTOR RES ISTIV ITY SOIL LAY ER RANGE
ACT UA L PI N SPACING (FT) (OHMS) (191 .5 X DEPTH) (OHM-CM) (MHOS) (MHOS) (OHMS) (191 .5 X FEET ) (OHM-CM) FROM SURFAC E (FT)
5.0 2 .8 957 .5 2,681 0 .357 0.357 2.800 957 .5 2,681 00 TO 5
10 .0 1.5 1.915 .0 2,873 0 .667 0.310 3.231 957 .5 3,093 5 TO 10
15 .0 1.0 2,872 .5 2,873 1.000 0 .333 3.000 957 .5 2,873 10 TO 1 5
CORRPRO COMPANIES, INC. -HOUSTON, TEXAS
SOIL RESISTIVITY MEASUREMENT INFORMATION
CLIENT: Kimley-Horn and Associates JOB NO.: 306630
LOCATION: 7
INSTRUMENT USED: NILSSON SOIL RESISTIVITY METER , M400 DATA BY: cs DATE : 06/09/09
4-PIN SOIL RESISTIVITY DAT A BARNES PROCEDURE FOR SOIL RESISTIVITIES BY LAYERS
SOIL LAYER DEPTH MEASURED TOTAL DEPTH CALCULATED CONDUCTIVITY RES ISTANCE LAYER THICKNESS LAYER
FROM SURFACE (FT) OR RESISTANCE FACTOR RESISTIVITY CONDUCTIVITY CHANGE CHANGE FACTOR RESISTIVITY SOIL LAYER RA NGE
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 1.8 957 .5 1,724 0.556 0.556 1.800 957 .5 1,724 0.0 TO 5
10 .0 0.6 1,915.0 1,149 1.667 1.111 0.900 957.5 862 5 TO 10
15 .0 0 .5 2 ,872.5 1,293 2 .222 0.556 1.800 957 .5 1,724 10 TO 1 5
CORRPRO COMPANIES, INC. -HOUSTON, TEXAS
SOIL RESISTIVITY MEASUREMENT INFORMATION
CLIENT: Kimley -Horn and Associates JOB NO.: 306630
LOCATION: 8
INSTRUMENT USED: NILSSON SOIL RESISTIVITY METER , M400 DATA BY: cs DATE : 06/09/09
4-PIN SOIL RESISTIVITY DATA BARNES PROCEDURE FOR SOIL RESISTIVITIES BY LAYERS
SOIL LAYER DEPTH MEASURED TOTAL DEPTH CALCULATED CONDUCTIVITY RESISTANCE LAY ER THICKN ESS LAYER
FROM SURFACE (FT) OR RESISTANCE FACTOR RESISTIVITY CONDUCTIVITY CHANGE CHANGE FACTOR RESISTIVITY SOIL LAY ER RA NGE
ACTUAL PIN SPACING (FT) (OHMS) (191 .5 X DEPTH) (OHM-CM) (MHOS) (MHOS) (OHMS) (191 .5 X FEET) (OHM-CM ) FROM SURF ACE (FT )
5.0 1.6 957 .5 1,532 0.625 0.625 1.600 957 .5 1,532 0 .0 TO 5
10 .0 0 .7 1.915 .0 1,321 1.449 0.824 1.213 957 .5 1,162 5 TO 10
15.0 1.0 2,872 .5 2 ,873 1.000 -0.449 (2 .226) 957 .5 (2 ,131) 10 TO 1 5
CORRPRO COMPANIES , INC. • HOUSTON , TEXAS
SOIL RESISTIVITY MEASUREMENT INFORMATION
CLIENT: Kimley-Horn and Assoc iates JOB NO.: 305368
LOCATION : LINE A 8+50
INSTRUMENT USED : NI LSS O N SOI L RESISTIVITY METER , M400 DATA BY : KB DA T E: 9/15/06
4 -PIN SOIL RESISTIVITY DAT A BARNES PROCEDURE FOR SOIL RESISTIVITIES BY LAYERS
SOIL LAYER DEPTH MEAS URED TOTAL DEPTH CALCULATED CONDUCTIVITY RESISTAN C E LAY E R THI C KNE SS LAYER
FROM SURFACE (FT) OR RESISTANCE FACTOR RESISTIVITY CONDUCTIV ITY CHANGE CHANGE FA CTOR RESISTIVITY SOIL LA Y ER RAN GE
A CTUAL PIN SPAC ING (FT) (OHMS) (19 1.5 X DEPTH ) (O HM -C M) (MHO S) (MHO S) (O HM S) (19 1.5 X FEET ) (OHM -C M) FRO M SU RFACE (F T )
5 .0 4 .37 957.5 4 ,184 0.229 0 .229 4 .3 70 957.5 4 ,184 0.0 TO 5
10 .0 1.92 1,915.0 3,671 0.522 0 .293 3.415 957.5 3 ,270 5 TO 10
15 .0 1.21 2 ,872.5 3 ,48 1 0.825 0 .303 3.296 957 .5 3,156 10 T O 1 5
APPENDIX B
LABORATORY DATA
LABORATORY DATA SUMMARY
CLIENT: Kimley-Horn DATE SAMPLES RECEIVED: 07/21/2006
PROJECT/JOB NO: HVJ-DG-06-15240 / #305368 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 4 5 6
STATION NO.:
BORING NO : 8-2 8 --5 8-7 8-12 B --9 B --10
MILES
SOIL SAMPLE DEPTH -FEET 6-8' 6-8' 6-8' 6-8' 6-8' 6-8'
DATE
TIME I
I I
SOIL TYPE f lay loam j Silty clay Silty clay I Clay & · S ilty clay I I . I Clay loam & organ ics ' organics i I
I
. ~--I
1--
Light gray I
-----+----t-----G : Light Gray &
I I SOIL COLOR ray 1 & vellow I brown Gray Light gray
I . i brown
STANDARD DDM MEASUREMENTS: I I I !
Lab Conductivity (conducti vi ty meter) -Micromho-cm·1 350 ! 31 0 770 t~ot 370 600
+--·---·-----·-
i I
~:t~~;:~sii:~t;-~~g~~~-~~~
9
-u~:i~r::!r~-6~::~~1 -~~~~~ .
j 3 ,2 00 .. ___ !,}.Q~--1 1,000 .. j 2 ,700 1,700 I-···-r -. -··· . --·-·
I 3,200 1,600 j 3 ,000 I 2 ,200 3 ,300 I
Lab Resistivity -Quad Bo x -As -Re ce ived -Ohm-cm 68 ,000 760 ,000 21 ,000 I 240 ,000 80 ,000 __ -~-~gpo o '
·· Aquamate LPR-Corrosion rate mpy-as is 0 .00
----·• ---------1---------··--• ---... -. .. . ··--·-----,. ·-... .. ------
0.00 0.46 0.06 0 .15 0.01
Aquamate LPR-Corrosion rate mpy-saturated 1.59 2 .53 7.28 5 .03 4 .28 5.45 :
'
Aquamate LPR-lmbalance-as is 0 .02 0.01 0.9 0 .01 0.05 0 .02 !
Aquamate LPR-lmbalance-saturated 1.55 0 .91 5 .76 1.29 0 .05 6.05
Moisture Content -% Or W(et), M(oist) or D(ry) 13 .0 4.7 10 .0 12 .0 11 .0 5 .6
Lab pH 8 .1 8.4 8 .0 8 .2 8.1 8 .1 i
Chlorides -ppm OR P(os.}, T(race) or N(eg .) 12 18 8 16 18 5 i
Sulfides -ppm OR P(os .), T(race) or N(eg.) 0 0 0 0 0 0 i
Lab Redox Potential -Millivolts 350 320 300 250 230 300
ADDITIONAL NOTES -REFERENCE SAMPLE NO. AS APPROPRIATE -USE ADDITIONAL SHEETS IF NEEDED:
CORRPRO COMPANIES, INC.
DUCTILE IRON PIPE DOM TM ANALYSIS Page 1 of 2
Lab Data Table
Kimley-Horn-HV J-DG-03-15240-#305368-7 .21 .06
2/11/2010
LABORATORY DATA SUMMARY
CLIENT: Kimley-Horn
PROJECT/JOB NO: HVJ-DG-06-15240 / #305368
CORRPRO CONTACT/PHONE: Rafael Rodriguez/ 713-460-6086
SOIL SAMPLE NO . (Same as Field) 1 2
STATION NO .:
BORING NO : B-2 B --5
MILES
SOIL SAMPLE DEPTH -FEET 6-8' 6-8'
DATE
TIME
CORRPRO COMPANIES, INC.
DUCTILE IRON PIPE DOM TM ANALYSIS
OFFICE: Houston
3 4 5
B-7 B --12 B --9
6-8' 6-8' 6-8'
Page 2 of 2
DATE SAMPLES RECEIVED: 07/21/2006
LAB ANALYSIS BY: Nancy Jacob
REVIEWED BY:
6
B --10
6-8'
"
I
I I
I
I
Lab Data Table
Kimley-Horn-HVJ-DG-03-15240-#305368-7 .21.06
2/11/2010
APPENDIX C
SPECIFICATION SECTION 15640
JOINT BONDING AND ELECTRICAL ISOLATION
CITY OF FORT WORTH
HULEN TO COMO WATERLINE PROJECT
JOINT BONDING AND
ELECTRICAL ISOLATION
SECTION 15640
JOINT BONDING AND ELECTRICAL ISOLATION
PARTl GENERAL
1.01 SECTION INCLUDES
A. Joint bonding requirements for electrical continuity along the City of Fort Worth 48", 42"
and 36" diameter Hulen to Como Water Line Project.
B. Electrical isolation devices for installation at connections to existing piping, laterals,
cased crossings and at tunnels.
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 WW A C207 -Steel Pipe Flange for Waterworks Service.
C. ANSI B 16.1 -Cast Iron Pipe Flanges and Flanged Fittings.
D. ANSI B16.5 -Pipe Flange and Flanged Fittings.
1.04 SUBMITT ALS
A. Submittals: Submittals shall conform to the requirements of the City of Fort Worth Hulen
to Como Waterline Project.
B. Catalogue Cuts: Manufacturer's catalog cuts shall be submitted for each item. The catalog
cuts shall include the manufacturer's name and shall provide sufficient information to
show that the materials meet the requirements of the drawings and specifications. Where
more than one item or catalog number appears on a catalog cut, clearly identify the item
proposed.
C. Test Results: Electrical continuity and flange isolation test results shall be submitted to
the owner or its designated representative .
February, 2010 15640
Page 1 of7
CITY OF FORT WORTH
HULEN TO COMO WATERLINE PROJECT
1.05 QUALITY CONTROL
JOINT BONDING AND
ELECTRICAL ISOLATION.
A. Provide manufacturer's certification that a ll electrical continuity bonding meets the
requirements of the drawin gs and specifications. Reference certification to applicable
section of specifications and applicable standard detail.
B. Provide manufacturer's certification that all iso lation 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 Steel Pipe for Bonding: Bonding wires are not required for welded steel
pipe. Mechanical joints, however, require the installation of bond wires across the joint as
shown on the project drawings.
C. Electrical Bond Wires: Electrical bond wires are to be a minimum No. 2 A WG seven
strand 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. Provide the.
minimum number of bond wires as shown on drawings for the non-welded joints on the
dielectrically coated steel pipeline .
2.03 FLANGE ISOLATION
A. Applications: Required applications of dielectric flange isolation assemblies include but
are not limited to the following:
1. At selected locations where new piping is mechanically connected to existing piping.
February, 2010 15640
Page 2 of7
CITY OF FORT WORTH
HULEN TO COMO WATERLINE PROJECT
JOINT BONDING AND
ELECTRICAL ISOLATION
2. At selected below-grade to abov e ground piping transitions .
3. At locations shown on the drawings.
B. For Dielectrically Coated Steel Pipe provide electrical isolation through installation of the
following materials:
1. Insulating Gasket:
a) For piping 30 inches diameter and greater, provide Pyrox G-10 with nitrile seal,
Type "E" LineBacker gasket as manufactured by Pipeline Seal and Insulator, Inc.,
or approved equal.
b) For piping between 12 inches and 24 inches diameter, provide Phenolic PSI with
nitrile seal, Type "E" LineBacker gasket as manufactured by Pipeline Seal and
Insulator , Inc., or approved equal.
c) Alternately, provide a plain-faced phenolic gasket , as manufactured by Pipeline
Seal and Insulator, Inc., or approved equal. Place phenolic gasket between two
full-faced gaskets. Provide cloth-inserted rubber gasket material, 1/8 inch thick in
accordance with AWWA C207. Use factory cut gaskets of proper dimensions.
2. Sleeves and Washers:
a) For piping 30 inches diameter and greater, provide full length mylar sleeves with
Pyrox G-10 washers, double washer sets as manufactured by Pipeline Seal and
Insulator, Inc., or approved equal.
b) For piping between 12 inches and 24 inches diameter, provide full length mylar
sleeves with Phenolic washers , double washer sets as manufactured by Pipeline
Seal and Insulator, Inc ., or approved equal.
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 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 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.
February, 2010 15640
Page 3 of7
CITY OF FORT WORTH
HULEN TO COMO WATERLINE PROJECT
JOINT BONDING AND
ELECTRICAL ISOLATION
2.05 CASING END SEALS
A. For all piping less than 24 inch diameter, use h ard rubber seals, Model PL Link Seal as
manufactured by the Thunderline Corporation or approved equal
B . For all piping 24 inch diam eter 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 plans for the City of Fort Worth 48" & 36"
Diameter Clearfork Main Street Waterline project.
PART 3 -EXECUTION
3.01 INSTALLATION OF ELECTRICAL CONTINUITY BONDS
A. Inspection: Use continuous bond wires with no cuts or tears in the insulation covering
the conductor.
B. General: Attach bond wires or bond straps at required locations by thermite welding
process.
C. Thermite Welding Methods : Perform thermite welding of bond wires and bond straps to
piping in the following manner:
1. Clean and dry pipe to which wires or straps are to be attached.
2. Use grinding wheel to remove all coating, mill scale, oxide, grease, and dirt from
an area approximately 3 inches square. Grind surface to bright metal.
3. Remove approximately 1 inch of insulation from each end of wire to be thermite
welded to pipe , exposing clean, oxide-free copper for welding.
4. Select proper size thermite weld mold as recommended by manufacturer. Place
wire or strap between graphite mold and the prepared metal surface.
5. Place metal disk in bottom of mold .
6. Pour thermite weld charge into the mold . Squeeze bottom of cartridge to spread
ignition powder over charge.
7. Close mold cover and ignite starting powder with flint gun.
8. After exothermic reaction, remove thermite weld mold and gently strike weld
with a hammer to remove weld slag . Pull on wire or strap to assure a secure
connection . If weld is not secure or the bond breaks, repeat procedure with new
wire or strap.
9. If weld is secure, coat all bare metal and weld metal with Kop-Coat. Cover
coated weld with a plastic weld cap .
February, 2010 15640
Page 4 of7
CITY OF FORT WORTH
HULEN TO COMO WATERLINE PROJECT
JOINT BONDING AND
ELECTRICAL ISOLATION
D. Post-Installation Inspection: Post-installation inspection of all electrical continuity bonds
shall be made through a visual examination of each thermite weld connection for strength
and suitable coating prior to backfilling . In addition, perform one or more of the
following tests :
1. Circulate current through pipe using DC power supply. Calculate resistance
through known le ngth of pipe. Re sistance must not exceed 150% of theoretical
resistance for pipe and bonds.
2. Measure resistance throu gh se lect bonded joints with a digital low resistance
ohmmeter (DLRO). Resistance of 0.00 I ohms or less is acceptable.
3. Position a copper sulfate reference electrode (CSE) at a stationary location
adjacent to bonded pipeline. Impress a temporary current on pipe. Record the
static , current-applied and instant off pipe-to-soil potential readings 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 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 a 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 p1pmg in manner that prevents damage to the
bonds and all connections to the metallic structures .
a. Use appropriate backfill materia l 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 .
February , 2010 15640
Page 5 of7
CITY OF FORT WORTH
HULEN TO COMO WATERLINE PROJECT
JOINT BONDING AND
ELECTRICAL ISOLATION
3.02 INSTALLATION OF FLANGE ISOLATION DEVICES
A. Placement: Install isolation joints at all locations where pipe option is tied into other
existing metallic piping of different piping material.
B. Assembly: Place gasket , sleeves, and washers as recommended by the manufacturer.
Follow manufacturer's recommendations for even tightening to proper torque.
C. Testing: Immediately after an insulating fitting has been installed , test electrical isolation
with a Gas Electronics model 601 meter , or approved equal. Fully document test results.
D. Painting: Do not use metal base paints on insulating fittings.
E. Encapsulation: Encapsulate below-grade isolation joints with the Carboline Densyl tape
system, or approved equal , after the isolation joint has been tested for effectiveness .
3.03 TESTING OF ELECTRICALLY ISOLA TED PIPELINE JOINTS
A. General: After the completion of the installation of the flange electrical isolation kits at
designated joints, but before the pipe is backfilled, each isolation 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 ~
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 isolated if the pipe-to-soil potential is not the same when measured on each
side of the joint when the test current is "on".
3.04 INSTALLATION OF CASING SPACERS
A. Assemble and securely fasten casing spacers to the pipeline to be installed in casings or:
tunnels .
B. Avoid inadvertent metallic contact between casing and carrier pipe. Place spacers close
enough to ensure that the pipe is adequately supported throughout its length, particularly
at the ends, to offset settling and possible electrical shorting. The end spacer must be
within 6 inches of the end of the casing pipe , regardless of size of casing and pipe or type
of spacer used.
February, 2010 15640
Page 6 of7
CITY OF FORT WORTH
HULEN TO COMO WATERLINE PROJECT
JOINT BONDING AND
ELECTRICAL ISOLATION
C. Grade the bottom o f the tre nch adjacent to each end o f the casing to provide a firm,
uniform and continuous supp ort for th e pip e . If th e tr ench requires some backfill to
establish the final trench bottom grade , place th e backfill material in 6-inch lifts and
compact each layer.
D. After the casing or tunn el liner has been pl aced , pump dry and maintain dry until the
casing spacers and end seal s are inst all ed .
E . Install casing spacers in accordance w ith the manufa cturer's instructions. Correctly
assemble, evenly tighten , and prevent damage during tighte ning of the insulators and pipe
insertion.
F. Insulator Spacing:
1. Maximum distance between spacers to be 10 fe et for pipe sizes 6 inches and smaller,
and 6 feet for pipe si ze s greater th a n 6 inches.
2. For ductile-iron pipe , flanged pipe , o r be ll and spi g ot pipe , install spacers within one
foot on each side of the bell or fl ange , and on e 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 sp acing .
. 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 cas ing. Evenly ti ghte n the bolts to provide a positive seal.
B. Place pull-on synthetic rubber end seals on th e pipe and pull o ver the end of the casing.
Securely fasten stainless steel bands .
3.06 CASED CROSSING ISOLATION TESTS
A. Immediately after the pipe has been insta ll ed in the casing, but prior to connecting the
line, perform an electrical continuity te st to d etermine that the casing is electrically
isolated from the pipeline. The continuity check shall be fully documented and approved
by the owner or its designated repres entati ve prior to backfilling .
B. If the electrical isolation between 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 SE CTION
February, 2010 15640
Page 7 of7
APPENDIXD
SPECIFICATION SECTION 15641
CORROSION CONTROL TEST STATIONS
CITY OF FORT WORTH
HULEN TO COMO WATERLINE PROJECT
CORROSION CONTROL
TEST STATIONS
PARTl
SECTION 15641
CORROSION CONTROL TEST STATIONS
GENERAL
1.01 SECTION INCLUDES
A. Test station materials and installation requirements .
B. Locations requiring test stations are adjacent to manhole s, galvanic anode ground beds,
cathodically protected foreign pipeline crossings , cased crossings , tunnels and in-line
below-grade electrical isolation joints.
1.02 RELATED SECTIONS
A. Section 15640 -Joint Bonding and Electrical I so lation .
B. Section 15642 -Specification for Magnesium Anode Cathodic Protection Systems.
1.03 REFERENCES
A. ASTM D1242 -Polyethylene Plastic Molding and Ex trusion 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 SUBMITT ALS
A. Submittals shall conform to the requirement s of the City of Fort Worth 48" Diameter
Hulen to Como Phase I , II and Stonegate Blvd . Waterline Project.
B. Catalogue Cuts: Manufacturer's catalog cuts shall be submitted for each item. The
catalog cuts shall include the manufacturer's name and shall provide sufficient
information to show that the materials meet the requirements of the drawings and
specifications. Where more than one item or catalog number appears on a catalog cut,
clearly identify the item proposed.
C . Drawings : As-built drawings of the corrosion control test stations shall be maintained by
the Contractor during installation and construction . Drawings shall be revised to show
exact locations of all wiring, connections , anodes and test stations . 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.
February, 2010 15641
Page 1 of6
CITY OF FORT WORTH
HULEN TO COMO WATERLINE PROJECT
1.06 QUALITY CONTROL
CORROSION CONTROL
TEST STATIONS
A. Provide manufacturer's certification s 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 ST A TIO NS
A. Test stations shall consist of test wires, a terminal box and a traffic box as shown on the
project drawings.
B. The terminal box shall be a seven-(7) 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.
E. Install a marker sign adjacent to all flush-mounted test stations . As shown on the project
drawings.
2.02 GALVANIC ANODE GROUND BED TEST ST A TIO NS
A. Test stations shall be seven-(7) terminal , flush-to-grade, type "NM-7" with cast iron
lockable lid as manufactured by C.P .Test Services or approved equal.
B. The test station shall be installed in a 24" x 24" x 6" concrete pad as shown on project
drawings.
2.03 ABOVE-GRADE TEST ST A TIO NS
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. Terminal boxes shall have a corrosion-proof plastic cover and shall be mounted on a 5-
foot length of 3-inch diameter concrete filled galvanized steel conduit.
February, 20 I 0 15641
Page 2 of6
CITY OF FORT WORTH
HULEN TO COMO WATERLINE PROJECT
CATHODIC PROTECTION
MAGNESIUM ANODES
D. The test station shall be installed adjacent to a permanent structure, if available, for
physical protection.
E. The interior of the test station conduit shall be filled with Portland cement concrete after
the installation of the test and bond wires.
F. The test station shall be installed in a 24" x 24" x 6" concrete pad.
2.04 PERMANENT REFERENCE ELECTRODES
A. The permanent reference electrode shall be a copper/copper sulfate Permacell Plus,
double membrane ceramic cell in a geome mbrane package as manufactured by Corrpro
Companies, Inc. or approved equal.
B. 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.
2.05 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. 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 solder less ring terminals .
C. All terminal boards shall be wired by the installer as shown on the drawings.
2.06 THERMITE WELD EQUIPMENT
A. Charges and Molds: Weld charges and mold size shall be specified by the manufacturer
for the specific surface configuration. Use only the correct charges for the specific
application. Welding charges and molds shall be Erico , Cadweld or Continental
Industries, Thermoweld.
B. Weld Coating: Coating for all welds shall be Kop-Coat as manufactured by Carboline or
approved equal. Cover coated weld with a plastic weld cap.
February, 2010 15641
Page 4 of6
CITY OF FORT WORTH
HULEN TO COMO WATERLINE PROJECT
CATHODIC PROTECTION
MAGNESIUM ANODES
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 system
and to allow for startup adjustments. -
2. Testing to determine interference effects from and on adjacent or crossing
cathodically protected foreign underground structures.
3. Testing to determine sources and magnitude of stray AC or 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 following locations:
1. At all cathodically protected foreign pipeline crossings.
2. At all cased crossings and tunnels (both ends).
3. At all underground isolation flanges .
4. At all galvanic anode ground bed locations.
3.02 GENERAL
A. Install test stations at locations indicated in specifications. If a flush mounted test station
is not feasible in a particular location , then an above-grade test station may be used,
subject to approval by the owner or its designated representative.
B. Use continuous test station lead wires without cuts or tears in the insulation.
C. Locate test stations as indicated on drawings, as close to the pipe as possible. If the pipe
is installed under a road, place the test station at the curb for easy access.
D. Attach test lead wires to the pipe by thermite welding.
E. Attach test wires to the pipe prior to backfilling.
F. Use color coded test wires as indicated on the drawings .
G. Wire test station terminal board configurations as shown on the drawings.
February, 2010 15641
Page 4 of6
·cITY OF FORT WORTH
HULEN TO COMO WATERLINE PROJECT
CORROSION CONTROL
TEST STATIONS
H. At foreign pipeline crossing test stations , the owners of the foreign 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.
3.03 FLUSH-MOUNT TEST STATIONS
A. Install flush-mount test stations all locations.
B. Sufficient slack shall be coiled beneath the test station to allow for soil settlement and to
prevent damage to the leads during backfilling. Additional slack shall be left to allow for
withdrawal of the terminal board a minimum of 18 inches above the top of the precast
concrete traffic box for test purposes .
C. Install flush-mount test stations with permanent copper/copper sulfate reference
electrodes where indicated in the specifications.
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
less than 6 inches thick.
E. Install a marker sign adjacent to all flush mounted test stations as shown on the project
drawings.
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 sett lement 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 steel pipe material by thermite welding directly to the pipe. See
the cathodic protection drawings.
February, 2010 15641
Page 5 of6
CITY OF FORT WORTH
HULEN TO COMO WATERLINE PROJECT
CORROSION CONTROL
TEST STA TIO NS
B. The pipe to which the wires are to be at t ac hed shall be clean and dry .
C. When connecting directly to the stee l option use a grinding wheel to remove all coating,
mill scale , oxide , grease and dirt from an area approximately 3 inches square. Grind the
surface to bright metal.
D. The wires to be thermite welded to the pipe shall have approximately 1 inch of insulation
removed from each end exposing clean oxide-free copper for welding.
E. Using the proper size th ermit e weld mold as recommended by the manufacturer, place the
wire between the graphite mold and th e pr~pared metal surface. Use a copper sleeve
crimped over the wire for all No . 12 A WG wires.
F . Place the metal disk in the bottom of th e 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 th ermite 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 bre aks repeat the procedure.
J. If the weld is secure, coat all bare met a l and weld metal with Kop-Coat. Cover the
coated weld with a plastic weld cap .
Note: Lead wires and bond wires are to be installed on the foreign pipelines by the
foreign pipeline owners. The City of Fort Worth will make arrangements with the
foreign pipeline owners (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 without foreign pipeline owners' permission.
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
February, 2010 15641
Page 6 of6
APPENDIXE
SPECIFICATION SECTION 15642
MAGNESIUM ANODE CATHODIC PROTECTION SYSTEM
CITY OF FORT WORTH
HULEN TO COMO WATERLINE PROJECT
SECTION 15642
CATHODIC PROTECTION
MAGNESIUM ANODES
MAGNESIUM ANODE CATHODIC PROTECTION SYSTEM
PARTl GENERAL
1.01 SECTION INCLUDES
A. Requirements for a cathodic protection system for the combined 48", 42", and 36"
diameter Hulen to Como Phase I, Phase II and Stonegate Blvd. waterline project using
galvanic 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 City
of Fort Worth water line 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
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 thermite 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.
February, 2010 15643
Page I of8
CITY OF FORT WORTH
HULEN TO COMO WATERLINE PROJECT
CATHODIC PROTECTION
MAGNESIUM ANODES
E. The drawings for the cathodic protection system are diagrammatic and shall not be scaled
for exact locations unl ess sca les are explicitly stated on the spec ific drawing. Field
conditions , non-interfere nce with other utilities or mechanical and structural features
shall determine exact locatio ns. Contracto r shall note other existing utilities in the area.
Care shall be taken during excavation not to da mage these utilities . Any damaged
utilities shall be repaired to the sat isfacti on of the owner at the Contractor's expense.
PART2 ANODES
2.01 GALVANIC ANODES -MAGNESIUM
A. Magnesium Anodes: For the City of Fort Worth 48", 42", 36" Diameter Hulen to Como
Phase I , Phase II and Stonegate Blvd . Water Line Project use 2" x 2" x 60", 20-pound
high potential prepackaged anodes. The metallurgical composition of the magnesium
anodes conform to the following:
Element
Al
Mn
Cu
Ni
Fe
Other
Magnesium
Content%
0.010
0.50 to 1.3 0
0.02 Maximum
0.001 Maximum
0 .03 Maximum
0 .05 eac h 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 m ag nesium.
C . Anode Backfill Material : Use chemical backfill material around all galvanic magnesium
anodes. Backfill provides a reduced contact resistance to earth , provides a uniform
environment surrounding the anode , ret a in s moisture around the anode , and prevents
passivation of the anode.
1. All galvanic magnesium anodes shall come prepackaged in a backfill material
conforming to the following composition :
a) Ground hydrated gypsum: 75 percent
b) Powdered bentonite: 20 percent
c) Anhydrous sodium sulfate: 5 percent.
2. 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 follows:
February , 2010
Anode Weight
(Pounds)
20
Backfill Weight
(Pounds)
50
Total Weight
(Pounds)
70
15643
Page 2 of8
CITY OF FORT WORTH
HULEN TO COMO WATERLINE PROJECT
CATHODIC PROTECTION
MAGNESIUM ANODES
D. Anode Lead Wires: The lead wire for all of the magnesium anodes, use a 20-foot length
of No. 12 A WG solid copper wire equipped with TW of THW insulation (black).
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 taping anode lead wire to anode header cable connections shall be Scotch
88 vinyl electrical tape and Scotch l 30C rubber splicing tape, as manufactured by Scotch,
3M, 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
compress10n crimpit Catalog No. YCIOCIO as manufactured by Bumdy or approved
equal.
2.04 ANODE HEADER CABLE
Anode header cables routed between the anode ground bed and the test stations shall be
#10 A WG stranded copper conductors with type HMWPE insulation (Black).
2.05 TEST STATIONS
A. Anode ground bed test stations shall be seven-(7) terminal , flush-to-grade type "NM-7"
with cast iron lockable lid as manufactured by C.P.Test Services or approved equal.
B. The test station shall be install ed in a 6 " x 24 " x 24 " square concrete pad as per project
drawings.
C. Install a marker sign adjacent to a ll flush-mounted test stations.
2.06 SHUNT
A. Monitoring shunt shall be a 0.01-ohm Type RS wire type shunt as manufactured by
Holloway or approved equal.
B. There shall be two (2) shunts in each magnesium anode test station.
2.07 PIPELINE TEST LEAD WIRE
A. Pipeline test station lead wires shall be #12 A WG stranded copper cable with type TW or
THW insulation white in color.
February, 2010 15643
Page 3 of&
CITY OF FORT WORTH
HULEN TO COMO WATERLINE PROJECT
CATHODIC PROTECTION
MAGNESIUM ANODES
2.08 PERMANENT REFERENCE ELECTRODE
A. The permanent reference electrode shall be a copper/copper sulfate Permacell Plus as
manufactured by Corrpro Companies or approved equal.
B. The permanent reference electrode sh all be equipped with No. 14 AWG stranded copper
wire with blue HMWPE insulation of s uitabl e length to attach to the terminal board of the
test station.
C. The permanent reference electrode shall have a minimum design life of 15 years and a
stability of 5 millivolts under a 3.0 microamp -load .
2.09 THERMITE WELD EQUIPMENT
Materials required for thermite welding and coating of the welds are described in the
following sections.
A. Charges and Molds: Weld charges and mold size shall be as specified by the
manufacturer for the specific surface configuration. Care shall be taken during
installation to be sure correct charges are u se d. Welding charges and molds shall be the
product of a manufacturer regularly engaged in the production of such materials .
B. Weld Coating: Coating for all welds shall be Kop-Coat as manufactured by Carboline or
approved equal. The coated weld shall be covered with a plastic weld cap.
PART3 CATHODIC PROTECTION SYSTEM INSTALLATION
3.01 INSTALLATION OF GALVANIC MAGNESIUM ANODES
A . The recommended magnesium anode cathodic protection system for the combined City
of Fort Worth 48 ", 42", 36" diameter Hulen to Como Phase I, Phase II and Stonegate
Blvd. Water Line Project consists the following:
1. Hulen to Como 48 ", 42 ", and 36" diameter water lines A, C, D and E.
Eight (8) ground beds , each with ten ( 10) 20-pound elongated magnesium anodes.
2. Hulen to Como 48 " diameter Phase II -W-1 E water lines.
Two (2) ground beds , each with eight (8) 20-pound elongated magnesium anodes.
4. Stonegate Blvd . W-1 & W-lA water line s.
Two (2) ground beds , each with twelve ( 12) 20-pound elongated magnesium
anodes.
The galvanic ground beds shall be installed at pipeline stations as noted on the test station
schedule.
February, 2010 15643
Page 4 of8
CITY OF FORT WORTH
HULEN TO COMO WATERLINE PROJECT
CATHODIC PROTECTION
MAGNESIUM ANODES
B. Placement: Each anode shall be installed vertically in a 12 inch diameter by 10 foot deep
hole as shown on the project drawings. Anodes shall be installed within the pipeline
right-of-way.
C. Anodes shall be installed at a spac ing of 10-feet center-to-center and at a minimum of 1 O
feet from the pipeline .
D. Augured Hole: The anode hole diameter shall easily accommodate the anode.
E. Backfilling: After the hole is augured, the packaged anode shall be lowered into the hole
and the soil shall be firmly tamped around the package so that it is in intimate contact
with the package. 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.
F. Anode Lead Wire: Lead wires from the anodes shall be run underground at a minimum
depth of 24 inches . Each anode lead wire shall be connected to an anode header cable as
indicated on the project drawings.
G. Handling: Anodes shall be handled in a manner that will avoid damaging anode materials
and wire connections.
3.02 INSTALLATION OF PERMANENT REFERENCE ELECTRODE
A. Location: One permanent copper sulfate reference electrode shall be installed at each
galvanic anode ground bed test station for the pipeline. 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 manufacturer's
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.
February, 2010 15643
Page 5 of8
CITY OF FORT WORTH
HULEN TO COMO WATERLINE PROJECT
CATHODIC PROTECTION
MAGNESIUM ANODES
D. Anode Connection-To-Pipeline: Each group of anodes shall be connected to the pipeline
through a test station as shown on the project drawings. Each anode ground bed will be
equally divided into two groups of a nodes. Each group having its own header cable
routed to the test station. A 0.01 ohm wire shunt shall be used to connect each anode
header cable to the pipeline as shown on the project drawings.
E. A 3" wide, yellow, non-detectable warning tape labeled "Cathodic Protection Cable
Buried Below" shall be buried at a depth of 18" below the surface and along the length of
all cathodic protection cable trenches .
3.04 TEST LEAD WIRE ATTACHMENT
A. Test lead cables shall be attached to the pipe by thermite welding .
B. The pipe to which the wires are to be attached shall be clean and dry.
C. A grinding wheel shall be used to remove all coating, mill scale, oxide, grease and dirt
from the pipeline surface 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 A WG 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 Kap-Coat. The coated weld
shall be covered with a plastic weld cap.
3.05 FLUSH-TO-GRADE TEST STATIONS
A. Flush-to-grade test stations shall be installed as shown on the drawings. Test stations
shall be installed in a 6" x 24" x 24" square concrete pad.
February, 20!0 15643
Page 6 of8
CITY OF FORT WORTH
HULEN TO COMO WATERLINE PROJECT
CATHODIC PROTECTION
MAGNESIUM ANODES
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" above the top of the concrete pad for
test purposes.
3.06 POST INSTALLATION BACKFILLING OF CABLES
A. General: During the backfilling operation , cables shall be protected to prevent damage to
the wire insulation and conductor integrity.
3.07 POST INSTALLATION TESTING OF THE CATHODIC PROTECTION
SYSTEMS
A. General: As soon as possible after the cathodic protection equipment has been installed,
the system shall be inspected , energized and adjusted ( 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 test station prior to energizing the cathodic
protection system.
2. Energize the cathodic protection system by connecting each magnesium anode
ground bed to the pipeline leads in the test station junction box . Record each anode
ground bed current using the 0.01-ohm shunt.
3. Allow 2 weeks for the pipeline to polarize.
4. Adjust, if necessary , the cathodic protection current output in each anode test station
to satisfy the criteria of a minimum of 100 millivolts of polarization or an "Instant
Off' potential at least as negative as -850 millivolts CSE.
5. Measure and record all final pipe-to-soil potentials measurements and current
outputs at each test station.
6. Verify that all electrical isolation devices, isolators and casing spacers, are operating
properly .
7. Verify if any interference does exist with foreign structures. Perform joint tests with
owners of the foreign structures and mitigate any interference detected. Foreign line
test stations have been provided to facilitate the interference testing and installation
February, 2010 15643
Page 7 of8
CITY OF FORT WORTH
HULEN TO COMO WATERLINE PROJECT
CATHODIC PROTECTION
MAGNESIUM ANODES
of any necessary resistance bonds. It is the corrosion engineer 's responsibility to
coordinate the interference testing with the owners of foreign structures .
D. Verification and Responsibilities:
1. Contractor shall correct , at his ex pen se , an y deficiencies in materials or installation
procedures discovered during the post-installation inspection.
2. Corrosion Engineer shall provide written documentation of any deficiencies
discovered during the post installation inspection .
E. Equipment: All cathodic protection testing instruments shall be in proper working order
and calibrated according to factory specifications .
F. Report: The results of all commissioning procedures along with documentation of anode
ground bed current outputs , pipe-to-soil potentials , results of interference testing, results
of isolation joint testing, casing tests and as built drawings shall be compiled in a final
report and furnished to the owner along with operating and maintenance instructions.
END OF SECTION
February, 2010 15643
Page 8 of8
APPENDIXE
/
ORDINANCE NO. -----
AN ORDINANCE AMENDING THE COMPREHENSIVE ZONING
ORDINANCE OF THE CITY OF FORT WORTH, BEING ORDINANCE NO.
13896, AS AMENDED, CODIFIED AS APPENDIX "A" OF THE CODE OF
THE CITY OF FORT WORTH BY AMENDING SUBSECTION K
"PRESERVATION OF TREES" OF SECTION 6.301 "LANDSCAPING" OF
ARTICLE 3, "LANDSCAPING AND BUFFERS" TO ADD REGULATIONS
ON THE REMOVAL OF PROTECTED TREES EQUAL TO OR GREATER
THAN SIX INCHES IN DIAMETER ON A PARCEL OF LAND GREATER
THAN ONE ACRE; TO AMEND CHAPTER 9 "DEFINITIONS" TO ADD
DEFINITIONS RELATED TO TREE PRESERVATION; PROVIDING A
SA VIN GS CLAUSE; PROVIDING A PENALTY CLAUSE; PROVIDING FOR
PUBLICATION IN THE OFFICIAL NEWSPAPER; AND PROVIDING AN
EFFECTIVE DATE.
WHEREAS, in order to maintain and enhance a positive image and a livable city it is
important to promote site planning which furthers the preservation of mature trees and to protect
trees during construction, to facilitate site design and construction which contribute to the long term
viability of existing trees and to control the removal of trees when necessary
WHEREAS, at the November 2, and 9, 2004 City Council meetings, citizens spoke about
concerns of clear cutting in their community, provided numerous pictures and testimony about actual
ex amples of clear cutting that has happened in areas surrounding their homes and neighborhoods ,
and requested the City Council to put an immediate moratorium on clear cutting ;
WHEREAS, on November 16, 2004 , the City Council approved Ordinance Number 16208
(Mayor and Council Communication PZ-2556) establishing a thirty day moratorium on the removal
of protected trees equal to or greater than six inches in diameter on an acre or larger parcel of land
without a permit from the City Forester;
WHEREAS, the moratorium was enacted and continued in order to maintain the status quo
while the Citizen Advisory Committee continued to the study of the adoption of a tree preservation
ordinance ;
WHEREAS , the Government and Neighborhood Relations Committee established a
committee consisting of two City Council members , a Zoning Commission member, representatives
from neighborhood and builder associations , Scenic Fort Worth, the Fort Worth Garden Club, utility
companies , real estate investors, urban forestry and other interested parties to study the practices in
other cities and advise the Council Committee on possible regulations related to tree preservation;
WHEREAS, it is anticipated that the Citizen Advisory Committee will be prepared to make
a recommendation on regulations related to tree preservation to the Council Committee in February
2005 ;
WHEREAS, the Citizen Advisory Committee recommended the adoption of interim
regulations to regulate the removal of protected trees during the time the committee compares and
analyzes other tree preservation ordinances in order to make a recommendation on regulations to the
Council Committee and the full City Council;
WHEREAS, on December 14 , 2004 , the City Council approved Ordinance Number 16232
(Mayor and Council Communication G-14617) extending the moratorium until January 28, 2005 to
allow time for the Zoning Commission and City Council to consider interim regulations ;
WHEREAS , on January 18, 2005 , the City Council approved Ordinance Number 16270
establishing interim regulations in order to allow the City to complete the public process for
consideration of amendments to the Zoning Ordinance to provide regulations for the protection and
replacement of trees as recommended by the citizen advisory committee ;
WHEREAS, the Citizens Advisory Committee recommended to the City Council provisions
that would better meet the needs of the city and those recommendations were reviewed by the public
2
through citizen information meetings and Zoning Commission hearings;
NOW, THEREFORE, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY
OF FORT WORTH, TEXAS
SECTION 1.
Subsection K "Preservation of Trees" of Section 6.301 "Landscaping" of Article 3,
"Landscaping and Buffers" is hereby amended to add new language related to tree coverage,
preservation, planting and maintenance to read as follows:
K. Tree coverage, preservation, planting and maintenance
1. Intent
a. It is recognized that there is a need to establish regulations addressing the
protection of healthy and significant trees and to provide for the replacement and
replanting of trees that are necessarily removed during construction, development
or redevelopment.
b. It is the intent of these regulations to limit the removal of tree canopy, promote a
multi-aged urban forest, to promote the orderly development of the City of Fort
Worth, and to protect the public health, safety and general welfare of the citizens
of the City of Fort Worth. It is not the intent of these regulations to deny
development rights protected by law.
c. Further, it is the intent of the City to address the removal, replacement,
maintenance and replanting of trees that are necessarily removed during
construction, development or redevelopment in an expeditious manner and with
due regard for the legal rights of property owners in Fort Worth.
d. The process of development with its alteration of natural topography, vegetation
and creation of impervious cover can have a negative effect on the ecological
balance on an area by causing increases in air temperature and accelerating the
processes of runoff, erosion and sedimentation. Recognizing that the general
objectives of this section are to promote and protect the health, safety and welfare
of the public, it is declared that this section is adopted with the following
objectives:
1. Eliminate the process of clear cutting;
2. Promote the preservation/ conservation of trees throughout the city;
3
3. Recognize the benefits of trees in the urban environment;
4. Encourage planting and preservation of quality trees that are suitable to
an area;
5. Promote a safe environment that includes trees;
6. Aid in stabilizing the environment's ecological balance by contributing to
the processes of air purification, oxygen regeneration, ground-water
recharge and storm water runoff retardation, while at the same time
aiding in noise, glare, wind and heat abatement ;
7. To provide visual buffering within and between land uses of differing
character to alleviate the harshness of urban life;
8. Enhance the beautification of the city;
9. To safeguard and enhance property values and to protect public and
private investment ;
10. To conserve energy;
11. To provide habitat for wildlife; and
12. To encourage the preservation oflarge trees which, once removed , can be
replaced only after generations.
2. Tree coverage
a. The municipal urban forestry strategy is to achieve citywide tree canopy coverage
of 30%. To achieve the citywide 30% tree canopy coverage goal, these tree
regulations are directed toward preservation, planting and maintenance.
b. The citywide 30% canopy coverage goal will be achieved through residential land
uses ( one and two family dwelling units) having 40% canopy coverage, commercial
land uses having 30% canopy coverage and industrial land uses having 20% canopy
coverage. The 40% canopy coverage for one and two family developments will be
reduced by 15% canopy coverage if one tree per residential lot is placed on all lots up
to 5000 square feet in area and one additional tree for each additional 5000 square
feet or faction thereof up to a maximum of nine (9) trees per residential lot. The
remaining 25% canopy coverage to be provided in public right of ways , parks,
Homeowner Association lots or boundary street parkways. For other residential uses
and mixed used areas , 50% of the required open space will have canopy coverage
through planting or preservation.
c. To achieve the 30% citywide canopy coverage goal, all parking areas for all
developments other than one or two family developments shall have a 40% canopy
coverage achieved through preservation of existing or tree planting within the
parking field and drives. Planting within the parkway will be credited to the coverage
requirements.
d. Public projects such as city water, sewer or street projects shall have a 30%
canopy coverage if the project can not be classified as residential or industrial. City
4
projects that are residential or industrial in nature will be required to meet the canopy
coverage for those land uses.
3. Tree preservation / retention of existing canopy
a. Preservation of existing canopy coverage regardless of tree type
1. On all properties of land greater than one acre, a minimum retention of existing
canopy shall be 25%. The existing canopy can be determined via recent air
photo, on the ground survey or other approved method by the City Forester.
2 . Property located in floodplains or located in areas that will be dedicated to public
spaces will be counted toward the required 25% minimum retention.
3 . Calculation of all canopy coverage and retention areas will not include utility
right of ways or easements covered under the rules and regulation of the Public
Utility Commission
4. To remove more than the minimum retention will require a waiver from the
Urban Forestry Board.
b . Preservation of existing canopy coverage for protected trees only
1. Retention of quality trees (protected trees) only will be allowed if an additional
5% is preserved (a total preservation of 30% of the existing canopy of protected
trees) and planting/preservation will ensure an additional 5% coverage
(residential coverage would be a minimum of 45%, commercial coverage would
be a minimum of 3 5% and industrial would be a minimum of 25%)
2 . To determine the existing tree canopy coverage for protected trees only will
require an onsite tree survey noting the location, size( diameter of trees 6 inches or
greater) and canopy coverage of each tree.
3. Protected trees include the following species:
Redbud
Mexi can plum
C herry laur e l
Eve's neckl ace
C rab appl e
Brad fo rd pear
Golden Ra intree
Caddo Maple
Red Maple
Bigtooth maple
Bur oak
Chinqu apin oak
Ce rcis Canadensis
Prunus m exicana
Prunus caroliniana
Sophora affin is
Ma tus ang ustifolia
Py rus calleryana var. Bradford
Ko elr ueteria paniculata
Acer saccharum
Acer rubrum
Acer grandidenlalum
Qu ercus macrocarpa
Querc us muhlenberg ii
5
Live oak
Shum ard red oak
Texas red oa k
Pos t oak
Blackjack oa k
Pecan
Lace bark elm
Cedar e lm
Ame ri can elm
Bald cy press
Black walnu t
Green as h
Texas as h
Southern magnolia
Quercus virginiana
Quercus shumardii
Quercus texana
Quercus s tallata
Quercus marilandica
Carya Illinoensis
Ulmas parvifolia
Ulmas crassifolia
Ulmas americana
Taxodium d istichum
Carya nigra
Frax inus pennsylvanica
Fraxinus
Magno lia granliiflora
4. Tree preservation / significant or large trees
a . Significant or large trees 30 inches in diameter (94.25 inches in ci'rcumference)
for the entire city or 20 inch diameter (6 2 .83 inches in circumference) for Post Oaks
and Blackjack Oaks east of Interstate Highway 35 West can only be removed by
permit of the City Forester . The reduced diameter for Post Oaks and Blackjack Oaks
east ofl 35 Wis in recognition of the naturally occurring Post Oak Savannahs w ithin
the Cross Timbers Zone . Preservation of a significant or large tree will be credited to
the required canopy cover 1.5 times the actual canopy size.
b . Criteria for granting the permit will be one of the following conditions ;
1. Removal will be granted if an area 1 Yi times the area of the specific
tree 's canopy is retained on the same site . The 1 Yi retention of ex isting
trees shall be in excess of the required tree coverage on the site/tract, or
2. Removal will be granted if planting of new trees at five (5) times
greater in canopy area than the removed specific tree canopy . The
additional planting of 5 to 1 w ill be in ex cess of the required tree
coverage on the site , or
3. Payment into the tree fund based upon the total diameter of the specific
tree times $200 per diameter inch, or
4. Urban Forestry Board approved plan that mitigates the removal of the
large tree
c. Replacement any tree preserved and that dies within five years due to
construction or development activities will be the responsibility of the original
applicant. Replacement will be new trees with a minimum of 3 inches each in
diameter and equal to five times the lost canopy. Tree replacement wiLl _ be guarantee
for a period of two years.
5. Tree Planting to achieve the goal of canopy coverage
6
a . Trees planting to provide canopy coverage shall be a minimum of 3 inches each in
diameter and will be credited its canopy coverage at normal maturity. These credits
are as follows:
1. Large canopy tree with typical crown width of 50 feet in diameter -
2000 square feet (minimum spacing of 40 feet on center)
2. Medium canopy tree with typical crown width of30 feet in diameter-
700 square feet (minimum spacing of 24 feet on center)
3. Small canopy tree with typical crown width of 10 feet in diameter-100
square feet (minimum spacing of 8 feet on center)
6. Tree Protections and Maintenance
a. All trees being preserved for canopy coverage or a significant tree covered under
section 4 due to size will be protected during any development activities.
Development activities will include vegetation removal, grading, installation of
utilities and/or construction of structures and site amenities.
b. Protective measures must occur on all trees located within 50 feet of development
activities
c. Protective measures are required at the critical root zone (the critical root zone
radius is defined as one (1) foot per inch diameter measured at breast height (four
and Yi feet) of the tree.
d. The following activities within the critical root zone are prohibited:
1. No material intended for use in construction or waste material accumulated
due to excavation or demolition shall be place within the limits of the critical root
zone of any preserved tree;
2. No equipment shall be cleaned or other liquids deposited or allowed to flow
overland with the limits of the critical root zone of a preserved tree . This
includes, without limitations, paint, oil, solvents, asphalt, concrete, mortar or
similar materials;
3. No signs, wires or other attachments, other than those of a protective nature,
shall be attached to any preserved tree;
4. No vehicular and/or construction equipment traffic or parking shall take place
within the limits of the critical root zone of any protected tree other than on
existing street pavement; or
7
5. No heavy equipment, including but not limited to trucks , tractors , trailers ,
bulldozers , bobcat tractors , trenchers , compressors and hoists shall be allow
inside the critical root zone of any preserved tree on any construction site without
the specific approval of the City Forester.
6. No grade change within the critical root zone without submission of a
certified arborist/forester report dealing with protections and the report
acceptance by the City Forester.
e. Procedures required prior to development activities
1. Protective fencing: Prior to development activities, the contractor or
subcontractor shall construct and maintain , for each preserved tree or tree cluster
on a tract, a protective fence which encircles the outer limits of the critical root
zone of the tree to protect it from de velopment activities. All protective fencing
shall be in place prior to commencement of any site work and remain in place
until all exterior work has been completed. (add minimum requirements on size
and material of protective fencing)
2. Bark Protection: In situation where a preserved tree remains in immediate
area of intended construction and the City Forester determines the tree bark to be
in danger of damage by development activities , the contractor or subcontractor
shall protect the tree by enclosing the entire circumference of the tree with 2" x
4" lumber encircled with wire or other means that does not damage the tree. The
intent is to protect the bark of the tree against incidental contract by large
construction equipment.
f. Construction methods
1. Boring: Boring of utilities under preserved trees shall be required in those
circumstances where it is not possible to trench around the critical root zone of
the preserved tree. When required, the length of the bore shall be the width of the
critical root zone at a minimum and shall be a minimum depth of 48 inches.
2. Grade Change : In situation in which the City Forester approves a grade
change within the critical root zone of a preserved tree , procedures and special
conditions shall be approved by the City Forester in advance of any work.
3. Trenching: All trenching shall be designed to avoid trenching across the
critical root zone of any preserved tree, unless otherwise approved by the City
Forester. All work within the critical root zone requires advance approval by the
City Forester. The placement of underground utility lines such as electric , phone ,
gas , etc., is encouraged to be located outside the critical root zone of preserved
trees. Trenching for an irrigation system shall be place outside the critical root
8
zone, except into the critical root zone perpendicular to the tree trunk and in the
manner that has the least possible encroachment into the critical root zone.
Boring is required for all underground utility lines that cross the critical root
zone.
4 . Root Pruning: All roots two inches or larger in diameter which are exposed as
a result of trenching or other excavation shall be cut off square with a sharp
medium tooth saw and covered with pruning compound within two hours of
initial exposure.
5. Underground utilities: All onsite underground utilities with backfill other
than onsite material shall have a clay dam every 200 feet for the entire length of
the utility placement.
6. Paving: No paving is allowed within the critical root zone of any preserved
tree unless otherwise approved by the City Forester. Approvals will be based
upon best management practices for tree preservation.
g. Warranty / Replacement
1. Any preserved tree that dies or becomes hazardous due to the construction
activities within 5 years following the completion of the development activities
shall be replaced following the criteria outlined above for tree preservation and
significant tree replacement by the original applicant or assigned party.
7. Urban Forestry Plan/ Permits
a . Except as otherwise provided herein, no tree removal (6 inches in diameter or
larger, all species) will be allowed within the City of Fort Worth without the approval
of an Urban Forestry Plan by the City Forester on and after the effective date of this
ordinance.
b . An approved Urban Forestry Plan/ Permit will run with the land and can only be
amended by the Urban Forestry Board.
c. Notice of Application -The City shall post on the City's Website a notice of
application within seven calendar days of receipt. The website posting shall include
the location, applicant's name and address, and general description of the requested
forestry activities . The City shall not approve an Urban Forestry Plan/ Permit until
21 calendar days have past since the website posting.
d. Credit for preserved or planted trees shall be given for trees located outside the
subject property within the parkway of adjacent streets or on property designated for
public use in the immediate area.
9
e . Submittal requirements : Prior to any development, disruptive activities (
including clearing and grading) or tree removal , the following information must
be submitted to the City Forester:
Phase One Documents
1. A scaled diagram of the subject property in which development, disruption or
tree removal is proposed. The scaled diagram may be an engineered drawing,
survey, air photo or other City Forester approved illustration. The first sheet will
reflect the existing condition by including the following information:
i.Boundaries of the property and its calculated area i.e . acres, square feet.
ii.Location map showing the proximately of the property to the nearest streets.
iii.Outline of the existing tree canopy area on the property and the calculated
area (square feet or acres) of existing canopy coverage.
iv.Scaled existing or proposed utilities regulated by the Public Utility
Commission. Indicate the calculated area (square footage or acres) for these
rights of ways or easements.
v.Location of each large or significant tree as defined in Section 4, its type and
canopy area.
vi.The following tables:
Square Feet Acres
Gross area of property
Utility Right of Ways --
or Easements regulated
by the Public Utility
Commission
Net Urban Forestry
Area
Required Tree Canoov Area Square feet Acres
Net Urban Forestry Area
Land Use/ Canopy Coverage ratio X
One or two family ( 40% coverage)
One or two family with trees planted
on individual lots (25% coverage)
Commercial (3 0% coverage)
Industrial (20% coverage)
10
Preservation / Square feet
Retention of Existing
Cano
Exi sting tree canopy
area
Preservation
Minimum retention
X 0.25
Acres
X0.25
vn. Upon completion and approval of phase one documentation , removals will
be granted if a minimum of 50% of the existing tree canopy is retained. The
documentation pre-development canopy coverage will run with the property
until development occurs. The required retention noted in phase one
documentation will have to be achieved within the area remaining after the
initial clearing.
Phase Two Documents
The second sheet will overlay the proposed improvements and
removals/preservations/plantings. The sheet should include the following
information:
i. Scaled site plan depicting the location of proposed structures,
parking areas, drives and amenities;
11. Outline the canopy areas that are desired to be removed;
m. Depiction of trees (large, medium or small canopy crown) that
will be planted;
iv. The following charts:
Square feet Acres
Area of existing
tree canopy retained
11
Planting
-large canopy
trees @ 2000
square feet per tree
medium -
canopy trees @ 700
square feet per tree
--small canopy
trees @ 100 square -
feet per tree
Total preservation
and planting
Parking Areas for Square feet Acres
Commercial or
Industrial Uses
Area of parking and
drives
Required canopy X 0.4 X 0.4
coverage of parking
areas
Required canopy
coverage
Area of canopy
coverage being
provided
8. Tree Planting Requirements
a. The following list of trees is considered desirable and adapted trees for the Fort
Worth area. Planting of trees from this list is acceptable. Other trees will be
considered by the City Forester and granted on a case-by-case basis. The approval of
additional species will be judged on adaptability, long-term health and growing
characteristic of the tree type.
Large Canoov Trees
Pecan# Carya illinoensis
Deodar Cedar Cedrus deodara
Green Ash Fraximus oennsvlvanica
Southern Magnolia# Maznolia ~randiflora
Bur Oak* Ouercus macrocarpa
Chinquapin Oak Ouercus muhlenberzii
Shumard Oak # Ouercus shumardii
12
Texas Red Oak Quercus buckleyi
Live Oak* Quercus virginiana
American Elm Ulmus Americana
Cedar Elm* Ulmus crassifolia
Lacebark Elm Ulmus parvifolia
Medium Canopy Trees
Caddo Maple * Acer barbatum var. Caddo
Bigtooth Maple * -Acer wandidentatum
Common Persimmon Diosvvros vir!(iniana
Texas Ash Fraxinus texensis
Ginkgo Ginkgo biloba
Kentockv Coffeetree Gymnocladus dioicus
Eastern Red-Cedar* Juniperus vir!(iniana
Golden Raintree Koelreuteria paniculata
Eldarica (Afghan) Pine * Pinus eldarica
Italian Stone Pine Pinuspinea
Chinese Pistache * Pistacia chinensis
Honey Mesquite * Prosopis !(landulosa
Blackjack Oak* Quercus marilandica
Monterrey (Mex white) Oak * Quercus polymorpha
Western Soapberry * Sapindus drummondii
Pond Cypress Taxodium ascenders
Bald Cypress * Taxodium distichum
Small Canopy Trees
Japanese Maple # Acer palmatum
Common button-bush Cephalanthus occidentalis
Redbud* Cercis Canadensis
Desert Willow* Chilopsis linearis
Rough-leaf Dogwood # Cornus drummondii
Texas Persimmon* Diospyros texana
Carolina buckthorn # Franf!U,la caroliniana
Y aupon Holly * flex vomitoria
Deciduous Holly flex deciduas
Crepe Myrtle* Lagerstroemia incica
Mexican Plum * Prunus mexicana
White Sin Oak * Quercus sinuate var. breviloba
Flameleaf Sumac * Rhus lanceolata
Eve's Necklace* Sophora a[finis
Mexican buckeye * U!(nadia speciosa
Rusty Blackhaw Viburnum ru/idulum
13
* Drought tolerant species
# Not recommended for parking lots or high heat areas
b. The minimum size of tree planted will be 3 inches in diameter measured one foot
above ground level. If the tree is multi trunk , the main stem will be given full credit
for its diameter and all other stems will receive Yi credit. The total of all must be 3
inches or greater.
c. All trees that die within two years of the date of project completion will be
replaced by another replacement tree. The replacement tree carries the same two-year
replacement requirement. The requirement to replace the trees shall run with the land.
d. A minimum of 16 square feet of permeable surfaces must be provided for all
tree plantings.
9. Exceptions to the tree coverage, preservation, planting and maintenance
provisions
a. Any existing residential lot one acre or less in size either zoned or used as
residential with a residential structure upon it is exempted from these regulations.
All other uses e.g. commercial, institutional , industrial must comply with these
regulations regardless of lot size.
b . The removal of any tree in the case of an emergency, such as due to storm
damage or utilities, shall not be subject to these regulations or require an Urban
Forestry Plan/ Permit.
c. Any tree that is deemed to be in unsafe condition, or is injurious to
common good, or to electrical , gas or water utilities , or sewer pipes , pavement or
improvements , or is infested and dangerous to other trees or conflicts with other
ordinances or regulations.
d. Any permits or projects vested per Chapter 245 of the Local Government
Code.
e. Agriculture development will require documentation of the existing
canopy coverage and detailed tree survey of the property. The tree survey will
include the location, size and type of tree. At the time of development a payment
of $200 per diameter inch will be required for 25% of the removed trees. The
documented canopy coverage and total diameter inch total will run with the land.
f. Areas within mixed used zoning districts or within the boundaries of the
Downtown Urban Design District are exempted from the preservation/ retention
provisions. Mixed used zoned properties must provide through either preservation
or planting 50% canopy coverage of required open space. Downtown Urban
Design District projects require a minimum 40% provision of canopy coverage on
14
surface parking lots, in addition to any other landscape regulation required under
the adopted Downtown Urban Design Standards.
g. Special districts with tree or landscape requirements -Should other special
districts be established other than the Downtown Design District, the special district
guidelines will apply if the requirements are more restrictive than those outlined
within this section.
h . Gas Well Sites -Only urban and high impact wells will require tree
preservation and/or planting measures. Well classifications are established
through there proximity to protected uses. A 30% tree canopy requirement
through preservation and/or planting will apply to urban classified wells. A 40%
tree canopy requirement through preservation and/or planting will apply to high
impact classified wells. The following requirements apply to both urban and high
impact wells;
10. Appeals.
1. A minimum retention of25% of the existing trees will be
required as with other land uses unless removal necessary
for location of equipment as determined by the Gas
Inspector.
11. No more than 25% of the same species may be planted at
one site.
m. A minimum of 25% of the planted trees must be
evergreen species.
1v. A minimum of 75% of the planted trees must be located
between the gas well site and protected uses or public
way. An administrative waiver of the 75% placement can
be approved by the City Forester with proof that the
proposed planting will screen the negative views into the
well site from the protected uses.
v. All planted trees that die within two years of the date for
project completion will be replaced by another
replacement tree. The replacement tree carries the same
two-year replacement requirement. A replacement of any
tree that dies within two-years of planting will be replaced
by the Gas Well Operator or agent and a new two-year
guarantee will begin at the time of replacement.
a . If the City Forrester, or other city official refuses to accept or issue an Urban
Forestry Plan / Permit, or the applicant disagrees with the decision of the City
Forester, the applicant may appeal the decision to the Urban Forestry Board. The
15
appeal shall be in writing and shall be transmitted to the Executive Secretary of the
Urban Forestry Board within ten days after receipt of notification that the City
Forester will not accept the Urban Forestry plan / permit.
b. The Urban Forestry Board shall consider the appeal within 30 days after the
appeal is received by the Board's Executive Secretary, unless the applicant requests a
later hearing. The Urban Forestry Board shall not release the applicant from the
requirements of this ordinance, unless the applicant first presents credible evidence
from which the Board can reasonably conclude application of this ordinance to the
applicant would be likely to deprive the applicant of rights protected by law.
c. The Board may take the following actions on an appeal :
1. Deny the appeal , in which case the Urban Forestry Plan/ Permit shall not
be accepted or granted; or,
2. Grant the appeal, and direct the City Forester to accept and approve the
Urban Forestry Plan/ Permit; or,
3. Grant the appeal subject to such provisions, conditions, or limitations as
deemed appropriate by the Board.
d. In no event shall acceptance of an application guarantee that the City will issue
the Urban Forestry Plan/ Permit, unless the permit application is in compliance
with all applicable codes, laws and regulations .
e. Appeals of the Urban Forestry Board will be handled by the City's Board of
Adjustmetn
11. Penalty
Any person, firm, or corporation who violates, disobeys , omits, neglects or refuses to
comply with or who resists the enforcement of any of the provisions of this ordinance
shall be assessed a penalty of Two Hundred Dollars ($200.00) per diameter inch of
trees removed or damaged without a valid Urban Forestry Plan / Permit, Four
Hundred Dollars ($400.00) per diameter inch of significant tree removed or damaged
without a valid Urban Forestry Plan/ Permit and be guilty of a misdemeanor and
upon conviction shall be fined not more than Five Hundred Dollars ($500 .00) for the
removal or damage of each tree.
12. Enforcement
Any Code Enforcement officer, City Forester or designee shall have the authority to
enforce the provisions of this ordinance.
SECTION 2.
16
Ordinance No. 13896, the zoning ordinance of the City of Fort Worth, Section 9.101 ,
"Defined Terms," is hereby amended by adding new definitions related to tree preservation as
follows :
(1) CITY FORESTER: For the purpose of tree preservation, that person or persons
designated by the Parks and Community Services Director to provide administrative
review of Urban Forestry Plans/ Permits .
(2) DIAMETER OF AN EXISTING TREE: That measurement of the size/diameter of a
tree as determined by measuring at four and one-half feet (4.5 ') above ground. For a
multi-trunk tree, the diameter shall be the total diameter of the largest trunk plus half
(1 /2) the diameter of each additional trunk.
(3) URBAN FORESTRY PLAN: A plan showing the location of existing canopy coverage
and any trees that are classified as large or significant as per Section 4 on the site , the
location of all easements, the location of all proposed buildings, a grading plan, if
applicable; the trees desired to be removed, the trees that shall remain on the site, and
an accompanying document indicating the reason for the proposed removal of any
tree, and if applicable, a description on how the existing healthy trees proposed to be
retained will be protected from damage from construction.
(4) TREE REMOVAL: The cutting, destroying, removing, moving, poisoning, banding,
marking, or effectively destroying through damaging, any tree 6 inches or greater in
diameter situated on property regulated by the Zoning Ordinance without first obtaining a
Urban Forestry Plan/ Permit from the City Forester.
(5) CRITICAL ROOT ZONE: Area next to the trunk of the tree that is equal to radius of
one foot per inch diameter measured at breast height (four feet six inches) of the tree.
SECTION 3.
This ordinance shall be cumulative of all provisions of ordinances and of the Code of the City
of Fort Worth, Texas (1986), as amended, except where the provisions of this ordinance are in direct
conflict with the provisions of such ordinances and such Code, in which event conflicting provisions of
such ordinances and such Code are hereby repealed.
17
SECTION 4.
It is hereby declared to be the intention of the City Council that the sections, paragraphs,
sentences, clauses and phrases of this ordinance are severable, and, if any phrase, clause, sentence,
paragraph or section of this ordinance shall be declared unconstitutional by the valid judgment or
decree of any court of competent jurisdiction, such unconstitutionality shall not affect any of the
remaining phrases, clauses, sentences, paragraphs and sections of this ordinance, since the same would
have been enacted by the City Council without the incorporation in this ordinance of any such
unconstitutional phrase, clause, sentence, paragraph or section.
SECTION 5.
Any person, firm, or corporation who violates, disobeys, omits, neglects or refuses to comply
with or who resists the enforcement of any of the provisions of this ordinance shall be assessed a
penalty of Two Hundred Dollars ($200. 00) per diameter inch of the protected trees that is greater than 6
inches and less than 30 inches in diameter or Four Hundred Dollars ($400.00) per diameter inch of any
tree that is 30 inches or greater in diameter removed or damaged without a valid Tree Removal Permit
and be guilty of a misdemeanor and upon conviction shall be fined not more than Five Hundred Dollars
($500.00) for removal or damage of each tree.
SECTION 6.
All rights and remedies of the City of Fort Worth, Texas, are expressly saved as to any and all
violations of the provisions of Ordinance No. 13896 which have accrued at the time of the effective
date of this ordinance and, as to such accrued violations and all pending litigation, both civil and
criminal, whether pending in court or not, under such ordinances, same shall not be affected by this
ordinance but may be prosecuted until final disposition by the courts.
18
SECTION 7.
The City Secretary of the City of Fort Worth, Texas , is hereby directed to publish the caption,
penalty clause and effective date of this ordinance for two (2) days in the official newspaper of the City
of Fort Worth , Texas, as authorized by Section 52 .013, Texas Local Government Code.
SECTIONS.
This ordinance shall take effect on January 30, 2007 after adoption and publication as required
by law.
APPROVED AS TO FORM AND LEGALITY:
Assistant City Attorney
ADOPTED: ------------
EFFECTIVE: ________ _
19
~ L-=:::-
Form ROW-U-JUAB
Rev . 2/2007
GSD-EPC
Page 1 of 2
UTILITY JOINT USE ACKNOWLEDGEMENT
UTILITY ADJUSTMENT
District: Fort Worth
ROW CSJ : 050402018
Construction CSJ : 0504-02-008
Projected Highway Letting Date : 12/31/2010
U-Number: U / 3-Z tf (,
County : Tarrant
Highway : SH 121T (Southwest Parkway)
From : IH 30
To : Altamesa/Dirks Road
WHEREAS , the State of Texas ("State"), acting by and through the Texas Department of Transportation
("TxDOT"), proposes to make certain highway improvements on that section of the above-indicated highway; and
WHEREAS , the City of Fort Worth , ("Utility"), proposes to retain, locate, or relocate , if appl icable , certain of its
facilities along or across , and within or over such limits of the highway right of way as indicated on the plans
attached hereto except as provided herein below;
NOW, THEREFORE , it is hereby mutually agreed that joint usage for both highway and utility purposes will be
made of the area within the highway right of way limits as such area is defined and to the extent indicated on the
aforementioned plans . If the facilities shown in the aforementioned plans need to be altered or modified or new
facilities constructed to either accommodate the proposed highway improvements or as part of Utility's future
proposed changes to its own facilities , Utility agrees to notify TxDOT at least 30 days prior thereto , and to furnish
necessary plans showing locat ion and type of construction , unless an emergency situation occurs and immediate
act ion is required . If an emergency situation occurs and immediate action is required , Utility agrees to notify
TxDOT promptly . If such alteration , modification or new construction is in conflict with the current highway or
planned future highway improvements , or could endanger the traveling public using said highway, TxDOT shall
have the right , after receipt of such notice , to prescribe such regulations as necessary for the protection of the
highway facility and the traveling public using said highway . Such regulations shall not extend , however, to
requiring the placement of intended overhead lines underground or the routing of any lines outside of the area of
joint usage above described.
If Utility's facilities are located along a controlled access highway , Utility understands and agrees that ingress
and egress for servicing the installation will be limited to (a) frontage roads where provided, (b) nearby or adjacent
public roads or streets , or (c) trails along or near the highway right of way lines , connecting only to an intersecting
road; from any one or all of which entry may be made to the outer portion of the highway right of way for normal
service and maintenance operations . The Utility's rights of access to the through-traffic roadways and ramps
shall be subject to the same rules and regulations as apply to the general public except, however, if an
emergency situation occurs and usual means of access for normal service operations will not permit the
immediate action required by Utility in making emergency repa irs as required for the safety and welfare of the
public , Utility shall have a temporary right of access to and from the through-traffic roadways and ramps as
necessary to accomplish the required emergency repairs , provided that TxDOT is immediately notified by Utility
when such repairs are initiated and adequate provis ion is made by Utility for convenience and safety of highway
traffic .
If Utility's facilities are located along a non-controlled access highway, the Utility's rights of access to the
through-traffic roadways and/or ramps are subject to the same rules and regulations as apply to the general
public.
By executing this Acknowledgement , TxDOT does not purport to grant any right , claim , title , or easement in or
upon this highway . TxDOT may require the Utility to relocate this facility to the extent set forth in state law.
All work on the highway right of way shall be performed in accordance with TxDOT instructions as authorized by
state law. P} cPJ 11-/w
~ Date
Form ROW-U -JUAB
Rev. 2/2007
Page 2 of 2
Utility and TxDOT, by execution of this Acknowledgement, do not waive or relinquish any right which they may
have under the law , and nothing herein shall be interpreted to be an agreement by Utility to an expansion or
addition to TxDOT's authority under state law .
Utility will , by written notice , advise TxDOT of the beginning and completion dates of the adjustment , removal, or
relocation , and, thereafter, agrees to perform such work diligently, and to conclude said adjustment , removal, or
relocation by the stated completion date . The completion date shall be extended for delays caused by events
outside Utility's control , including an event of Force Majeure, which shall include a strike , war or act of war
(whether an actual declaration of war is made or not), insurrection , riot , act of public enemy , accident , fire , flood or
other act of God, sabotage , or other events, interference by the State or any other party with Utility's ability to
proceed with the relocation , or any other event in which Utility has exercised all due care in the prevention
thereof so that the causes or other events are beyond the control and without the fault or negligence of Utility .
It is expressly understood that Utility conducts the new installation, adjustment, removal , and/or relocation at its
own risk, and that TxDOT makes no warranties or representations regarding the existence or location of utilities
currently within its right of way .
The signatories to this Acknowledgement warrant that each has the authority to enter into this Acknowledgement
on behalf of the party represented .
IN WITNESS WHEREOF , the parties hereto have affixed their signatures .
UTILITY
Utility :
By :
Liam Conlon
Print or Type Name
Title : Project Manager
Date :
THE STATE OF TEXAS
Executed and approved for the Texas
Transportation Commission for the purpose
and effect of activating and/or carrying out the
orders, established policies or work programs
heretofore approved and authorized by the ::xas Trans~o~~M
Signature
N/c:Jribe/ P. eh:!1~2. P.6.
Print or Type Name '
Title :
Date :
• For locally-executed agreements , District Engineer (or designee) approves and executes ; otherwise ROW Division Director.
i0li1/,11
~