Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Contract 41806
' ..... fORTWORTH CITY SECRETARY! / ~ () 1~ CONTRACT NO._~__i..:.-12~-~-'='-" :z:COlffMC10R'I ION 0·' Cf1'Y IECMTARV --CITY IIANAGER'S Of rlCE --ENGINHRING DIV. ) •• l --'"~FICATIONS AND CONTRACT DOCUMENTS FOR 2007 CRITICAL CAPITAL PROJECT COUNCIL DISTRICT 5 CONTRACT5C CAPERS AVENUE, OSBORNE LANE, RANSOM TERRACE AND PLANT AVENUE Michael J. Moncrief Mayor DOE 5878 CITY PROJECT NO. 00950 TPW No. C295-541200-205400095083 Water No. P253-541200-605170095083 Sewer No. P258-541200-705170095083 JANUARY 2011 T.M . Higgins Acting City Manager William A. Verkest, P.E. Director, Transportation and Public Works Department r---------. S. Frank Crumb, P.E. Director, Water Department Richard Zavala · Director, Parks and Community Services Department PREPARED FOR: The City of Fort Worth DANNENBAUM ENGINEERING CORPORATION T.B.P.E. FIRM REGISTRATION #392 6421 CAMP BOWIE BLVD , STE 400 FT. WORTH , TX 76116 (817) 763,8883 OFFICIAL RECORD CITY SECRETARY FT. WO RTH, TX ( M&C Review Page 1 of 3 Official site of the City of Fort Worth, Texas CITY COUNC IL AGENDA FORT WORTH --...,.--- COUNCIL ACTION: Approved on 5/3/2011 -Ord. No. 19676-05-2011 DATE: CODE: 5/3/2011 REFERENCE C-24898 LOG NO.: NAME: NON-PUBLIC CONSENT HEARING: TYPE: C 202007COCONTRACT5CD1ST500950 NO SUBJECT: Authorize Execution of a Contract in the Amount of $1 ,389 ,313 .75 with Conatser Construction TX , LP , for Pavement Reconstruction and Water and Sanitary Sewer Main Replacement on Portions of Capers Avenue , Osborne Lane , Ransom Terrace and Plant Avenue and Adopt Appropriation Ordinance (COUNCIL DISTRICT 5) RECOMMENDATION: It is recommended that the City Council : 1. Authorize the transfer of $410,570.47 from the Water and Sewer Fund to the Capital Projects Fund in the amount of $221,799.55 and Sewer Capital Projects Fund in the amount of $188 ,770 .92 ; 2. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Water Capital Projects Fund by the amount of $221,799.55 and the Sewer Capital Projects Fund by the amount of $188 ,770.92 , from available funds ; and 3. Authorize the City Manager to execute a contract with Conatser Construction TX, LP , in the amount of $1,389,313 .75 for pavement reconstruction and water and sanitary sewer main replacement for streets listed below : DISCUSSION: On September 16, 2008 , (M&C C-23050) the City Council authorized the City Manager to execute an Engineering Agreement with Dannenbaum Engineering Corporation , for the redesign of the streets listed below. The 2007 Critical Capital Projects Fund includes funds for pavement reconstruction for the listed streets in Contract 5C. The Water Department has determined that deteriorated water and sewer lines should be replaced prior to street reconstruction . Contract 5C, Dist No. 5: Capers Avenue Osborne Lane Ransom Terrace Plant Avenue Stalcup Road to Farrell lane . South Hampshire Boulevard to Old Handley Road Maceo lane to Truman Drive Craig Street to Cravens Road This contract was advertised on January 13 , 2011 and January 20 , 2011, in the Fort Worth Star- Telegram . On Feburary 17 , 2011, the following bids were received : Bidders Base Bid Alternate Bid Base + Alternate Bid http://apps .cfwnet.org/council _packet/me _re view.asp ?ID= 15086&councildate=5/3/2011 5/4/2011 M&C Review Conatser Construction TX, LP McClendon Construction Company Stabile and Winn, Inc. JLB Contracting, LP CPS CIVIL $1,307,987.75 $1,389 ,077.65 $1,420,105.98 $1,525,988.94 $1,559,090 .50 $81,326.00 $139,526.00 $147126.00 $183,392 .00 $166,776 .00 Page 2 of 3 $1,389,313.75 $1 ,528,603 .65 $1,567,231.98 $1,709,380.94 $1,725,866.50 Time of completion: 360 Calendar days . The new pavement will consist of 7.5 inches of concrete over six inches of lime stabilized sub grade with a seven inch curb. The alternate bid will allow the construction of sidewalks. Funding in the amount of $38,052 .00 is included for associated water and sewer construction survey , project management , material testing , field inspection and project close out (water $20,041 .00; and sewer $18,011.00). The contingency funds to cover change orders total $17,738 .97 (water $9,607.55; and sewer $8,131.42). Funding in the amount of $96,731 .00 is included for associated Transportation and Public Works Department costs for: construction survey, project management, material testing, field inspection and project close out. The contingency funds to cover change orders total $31 ,036.02 . Staff recommends that the base bid plus the alternate option submitted by Conatser Construction TX, LP , be selected and a contract be awarded to Conatser Construction TX, LP . M/WBE -Conatser Construction TX, LP , is in compliance with the City's M/WBE Ordinance by committing to 24 percent M/WBE participation . The City's M/WBE goal on this project is 24 percent. This project is located in COUNCIL DISTRICT 5, Mapsco 79L , 79M , 79Q and 79R. FISCAL INFORMATION/CERTIFICATION: The Financial Management Services Director certifies that funds are available in the current operating budget, as appropriated, of the Water and Sewer Fund and in the capital budget appropriated, of the 2007 Critical Capital Projects Fund and upon approval of the above recommendations and adoption of the attach appropriation ordinance , funds will be available in the current capital budgets , as appropriated , of the \/\tater Capital Projects Fund and the Capital Projects Fund. TO Fund/Account/Centers 1&2) P253 476045 6051700950ZZ 1&2) P258 476045 7051700950ZZ 2)P253 531350 605170095052 2)P253 531350 605170095080 2)P253 531350 605170095082 2)P253 541200 605170095083 2)P253 531200 605170095084 2)P253 531350 605170095084 2)P253 531350 605170095085 2)P253 531350 605170095091 2)P258 531350 705170095052 2)P258 531350 705170095080 2)P258 531350 7Q5170095082 2)P258 541200 705170095083 $221,799.55 $188 ,770 .92 $4,035 .00 $300 .00 $300 .00 $201,758 .55 $1 ,500.00 $1 ,500 .00 $12,106 .00 $300.00 $3,415 .00 $750 .00 $300 .00 $170 ,759 .92 FROM Fund/Account/Centers 1) PE45 538040 0609020 $221,799 .55 1)PE45 538040 0709020 .fil P253 541200 605170095083 .fil C295 541200 205400095083 .fil P258 541200 705170095083 $188,770.92 $192,151 .00 $1 ,034,534.25 $162 ,628 .50 http ://apps.cfwnet.org/council _packet/me _review.asp?ID= 15086&councildate=5/3/2011 5/4/2011 M&C Review Page 3 of 3 2) P258 531200 705170095084 $1.500 .00 2) P258 531350 705170095084 $1.500 .00 2) P258 531350 705170095085 $10.246 .00 2) P258 531350 705170095091 $300 .00 Submitted for City Manager's Office by: Originating Department Head: Additional Information Contact: ATTACHMENTS Fernando Costa (84 76) Greg Simmons (7862) Khal Jaafari (7872) Najib Fares (7802) 20 2007COCONTRACT5CD1ST500950 A011.doc Map 202007COContract 5C Dist5 00950.pdf http ://apps.cfwnet.org/council__packet/mc _review.asp?ID= l 5086&councildate=5/3/2011 5/4/2011 Friday,April15,2011 Conatser Construction TX, LP 2007 Critical Capital Project Council District 5 Contract 5C It has been recommended that the City Council award your firm a contract on the above project. 3 The eight(~ attached ·contract documents are to be executed by completing the following : 1. Certificate of Insurance Form 2. Contractor's Compliance with Workers' Compensation Law 3. Performance Bond (*) 4. Payment Bond (*) 5. Maintenance Bond (*) 6. Sign Contract and affix Corporate Seal 7. Vendor Compliance to State Law Please return the executed contract documents to Tara Fishback at the address below . Your firm will receive two fully executed contract documents for your files after the City Secretary 's number is established . NOTE: Bonds must not be dated prior to date of contract. (*Power of Attorney must be dated the same date as the bonds .) If you have any questions please call me at 817 -392-2021 . Thanks , Tara Fishback Administration, TPW cc : Project Manager TRANSPORTATION AND PUBLIC WORKS DEPARTMENT THE CITY OF FORT WORTH * 1000 T HROCKMORTON STREET * FoRT WORTH, TEXAS 76102 817-392-79 13 * FAX 8 17-392-8092 0 Printed on recycled paper I CITY OF FORT WORTH, TEXAS TRANSPORTATION & PUBLIC WORKS DEPARTMENT ADDENDUM NO. 1 to the Specifications & Contract Documents for 2007 CRITICAL CAPITAL PROJECT COUNCIL DISTRICT 5 CONTRACT5C CAPERS AVENUE , OSBORNE LANE, RANSOM TERRACE AND PLANT AVENUE DOE 5878 Bid Submittal Due Date : February 11th, 2011 Addendum No. 1 Issued: February 7th, 2011 The Specifications , Contract Documents and Drawings for t~e above mentioned project are rev ised and amend ed as follows : The Contract Documents for the subject project are hereby amended as follows : A Remove Proposal Section Sheets 6-(1) through 6-(4), and replace with attached Sheets 6-(1) through 6-(5) marked "Addendum #1 ". Note the following revisions: 1. Bid Item 00126 Fence -Install has been divided into fences of various construction . 2. Bid Item 00127 Fence -Remove has been divided into fences of various construction. 3 . Bid Item 00137 Sod has been removed. Bid Item 00247 Topsoil has been g iven a unit price. 4 . Bid Item 00185 Tree Removal has been replaced with Bid Item 01321 M iscellaneous -Tree Removal. The quantity of removal has changed from "lump sum " to "each." 5 . Bid Item 411 - Note , "Special Retaining Wall Detail " has been called for and quantity has been updated to reflect the use of this detail. Also note that Bid Item 411 -has been added under "Alternate Bid " as a deduct for using "Reta in ing Wall With Sidewalk Detail " with the s idewalks that are included in the alternate bid. A-1 G:\ 12 10\439 7-32\Project\Specifications\Contract 5Ci100% Set -SC\00950 Addendum No l.docx 6. Bid Item 428 -Note "3,500 PSI " has been added to the Bid Item Description . Concrete used on all streets is to be 3,500 PSI. 7. B id Item 00457 Pavement-5" Concrete -Remove has been added. 8. Bid Item 00471 Pavement-Transition -Min 6 Inch HMAC -Install has been added. 9. Bid Item 00442 Pavement Pavement-2 Inch Type D HMAC on 6 Inch Flex Base-Temporary -Install has been replaced with Bid Item 01302 Pavement-2 Inch Type D HMAC on 6 Inch Flex Base-Temporary -Install. The quantity has changed from "square foot" to "linear foot." B. Mayor and Council Communications -Subj ect: Adopt 2008 Prevailing Wage Rates for City Awarded Contracts . Contractor shall utilize prevailing wage rates in the table titled "Heavy & Highway Construction Prevailing Wage Rates 2008." C . Remove "Special Pro v isions for Street and Sto rm Dra in Improve m e nts " S h~~ts 19 , 28, and 29 , and replace with attached 19 , 28 , and 29 marked "Addendum #1 ". Note the following revisions: 1. Item 42 has been modified to reflect that all concrete is to have a minimum 28 day compressive strength of 3,500 psi with Number 3 steel rebar placed on 18" centers . 2. Item 62 , Item 65 , Item 66 , and Item 67 reflect that the contractor is to supply a un it price for each bid item . D . Remove Plan Sheet 6 and Plan Sheet 7 and replace w ith Plan Sheet 6 and Plan Sheet 7 marked "Addendum #1 ." Note the following revisions: 1. Concrete Compressive Strength has been added to each typical section . 2. Steel requirements on Contraction Joint and Expansion Joint have been modified. This Addendum No . 1, forms part of the Specifications & Contract Documents for the above referenced project and modifies the original Specifications & Contract Documents of the same . Acknowledge your receipt of this Addendum No . 1 by completing the requested information at the following locations : (1) In the space provide on the signature page of the Proposal (2) Indicate in upper case letters on the outside of your sealed bid envelop : A -2 G;\12 10\439 7-32\Project\S pec ifications\Contract SC\100% Set -SC\00950 Add endum No l.docx "RECEIVED & ACKNOWLEDGED ADDENDUM No.1" (3) Execute acknowledgement below and submit signed copy with your proposal at the time of bid submittal Failure to acknowledge receipt of the Addendum No. 1 may subject bidder to be considered "NONRESPONSIVE", resulting in disqualification. RECEIPT ACKNOWLEDGED By: ___________ _ Company:------------- William A. Verkest, P.E. DIRECTOR TRANSPORTATION & PUBLIC WORKS DEPT. By IS/ ili...LJ~ ~ '- A-3 Khal Jaafari, P .E. Project Manager City of Fort Worth Project Manager: _Khal Jaafari, P.E. Project 2007 Critical Capita l Project Council Distr ict 5; Contract SC Capers Avenue , Osborne Lane , Ra nsom Te rrace and Plants Avenue Date 2/7/201 1 City Project# 00950 DOE# 5878 Your venaor Number :Tour 1,.;ompany Name PAVING IMPROVEMENTS BID ITEMS: CPMS Record Unit of Sub Group Number Material Description Measure Quant ity Your Unit Price Your Bid Major BID -00100 Serv ice CS Storm W at er Pollu ti on Preventi on Pain > Than 1 A c SWPPP -LS 1 Fence BIO -00126A Other Fence -4' Chain Link Fence -Install LF 529 Fence BID -001268 Other Fence - 3' Wood Fence -Install LF 197 Fence BIO -00126C Other Fence -5' Chain Link -Install LF 63 Fence BIO -001260 Other Fence -4' Wood Picket -Install LF 50 Fe nce BID -00126E Other Fence -6' Wood Picket -Install LF 197 Fence BIO -00127A Service CS Fence -4' Chain Link Fence -Remove LF 529 Fence BIO -001278 Service CS Fence -3' Wood Fence -Remove LF 197 Fence BIO -00127C Servi ce CS Fence - 5' Chain Link -Remove LF 63 Fence BID -001270 Servic e CS Fence -4' Wood Picket -Remove LF 50 Fence BIO -00127E Service CS Fence -6' Wood Picket -Remove LF 197 BID -00 137 REMOVED FROM BID PROPOSAL So il BID -00147 Soil Toosoil -Install CY 962 $ 16.00 S ite BID -00 181 Service CS Tra ffi c Control LS 1 Common BID -01321 Service CS Miscellaneous -Tree Removal EA 27 Parkwav BID -00402 Service CS Driveway -Remove SF 10399 Parkwav BID -00404 Concrete Dr ivewav-6 In ch -In stall SF 10 399 Parkw ay BID -00407 Assembly Ma ilbox -Install EA 1 Parkw ay BID -00408 Service cs Ma ilbox -Remove EA 1 ADDENDUM #1 G:I 12 1014397-32\Project\S pecifica tio ns\Contract SCI 100% Set - SC\add enda . 1. 04 . O SC Proposal .xi s 6-(1) City of Fort Worth Project Manager: Khal Jaafari, P .E. Project 2007 Critical Capital Project Council District 5 ; Contract 5C C apers Avenue, Osborne Lane, Ransom Terrace and Plants Avenue PAVING IMPROVEMENTS BID ITEMS CONTINUED: CPMS Record Unit of Sub Group Number Material Descriotion Measure Quantity Your Unit Price Your Bid Parkway BID -00411 Other Retaining Wa ll -per Special Retaining Wall Detail -Install CY 362 Parkway BID -00414 Service CS UU ity Adiustment -Reoair LS 1 $10 ,000 $10 000 Pavino BID -00424 Service CS Curb & Gutter -Remove LF 5134 Pavino BID -00443 Asohalt Pavement -2" /m in} HMAC on 2/27 Concrete Base SF 312 Pavino BID -00429 Concrete Pavement-7.5 Inch 3,500 PSI -Install SY 14 ,137 Paving BID -00457 Service CS Pavement -5" Concrete -Remove SY 2,380 Paving BID -00471 Asphalt Pavement-Trans ition-Min 6 Inch HMAC -Type B Install TON 28 Pavinq BID -00472 Service CS Pavement-Unclassified Street Exca vation CY 4 420 Pavinq BID -00479 Service CS Soeed Hume -Remove EA 1 Pavinq BID -00480 Asohalt Seeed Hume -Install EA 1 Pavinq BID -00484 Lime Subarade-6 Inch-Lime Stabilized-27 lbs/sy -Install SY 14 990 Pavinq BID -00496 Lime Subgrade -Lime for Stabilization -Install TONS 202 Siqn BID -00504 Steel SiQn-Proiect DesiQnation -Install EA 8 Sidewalk BID -00529 Service CS Walk -Remove SF 245 Sidewalk BID -00530 Concrete Walk-4 Ft -Install SF 330 Sidewalk BID -00532 Concrete Walk-ADA Wheelchair Ramp -Install SF 2 699 Sidewalk BID -00533 Service CS Walk-ADA Wheelchair Ramp -Remove SF 179 Sidewalk BID -00536 Concrete Walk -Stees -Install SF 32 Sidewalk BID -00537 Concrete Walk -Stees -Remove SF 32 Pavino BID -00843 Concrete Curb -7 Inch -Install LF 7 473 - Distribution BID -00848 Service CS Meter Bo x-Adiustment -Services EA 204 Collection BID -00849 Service CS Manhole-Adiustment EA 9 Liqhtinq BID -00973 Assemblv Liaht -Salvaae Existing Street Light Equ ipment -Remove EA 1 Liohtinci BID -00967 Assemblv Licht-Concrete Foundation Type 1, 2, & 4 -Install EA 1 Liqhtinq BID -00975 Assembly Light-Type 11 , 8, D-2 5, D-30 Pole & Arm-Item purchased from City -Instal l EA 1 TOTAL PAVING IMPROVEMENTS: $ ADDENDUM#1 G:1121014397 -32\Project\Specifications\Contract SC\100 % Set. SC\addenda .1. 04.0 SC Proposal .xis 6-(2) City of Fort Worth Project Manager: Khal Jaafari , P.E. Project 2007 Critical Capital Project Council District 5 ; Contract 5C Capers Avenue , Osborne Lane , Ransom Terrace and Pla nts Ave nue DRAINAGE IMPROVEMENTS BID ITEMS: CPMS Record Unit of Sub Group Number Material Description Measure Quantity Your Unit Price You r Bid Majo r BID -00080 Service CS Pipe -Remov e LF 91 Major BID -00081 Concrete Pioe-21 Inch-CL Il l -Install LF 85 Ma jor BID -00085 Concrete Pioe-36 Inch-C L Il l -Inst all LF 113 Major BID -00087 Concrete Pioe-48 Inch-CL Ill -In sta ll LF 102 M a ier BID -00088 Concrete Pioe-54 Inch-CL Il l -In sta ll LF 521 Maier BID -00101 Service CS Unclassified Tren ch Exc avati on & Back fi ll -Install CY 1 04 7 Minor BID -00102 Service CS Inl et -Remove EA 7 Minor BID -00106 Concrete lnl et-lnline-10 Ft -In stall EA 8 M inor BID -00107 Concrete lnlet-lnl ine-15 Ft -In stall EA 1 Minor BID -00108 Conc rete ln let-ln li ne-20 Ft -In st all EA 2 Minor BID -00109 Concrete lnl et-lnline-5 Fl -Insta ll EA 0 Minor BID -00118 Concrete Std 4'x4' Storm Drain Manhole EA 1 M inor BID -00115 Concrete Std 6'x6' Storm Drain Manhole EA 1 Collection BID -00948 Concrete Std 6'x6' Storm Dra in Man hole EA 1 TOTAL DRAINAGE IMPROVEMENTS: $ I ADDENDUM#1 G:\12 10\4397-32\Project\Specificatio ns\Contract SC \100% Set -5C\adden da .1. 04 .0 SC Proposa l .xi s 6-(3 ) City of Fort Worth Projt1ct Manager: Khal Jaafari, P .E . Project 2007 Critical Capital Project Council District 5 ; Contract 5C Capers Avenue, Osborne Lane , Ransom Terrace and Plants Avenue WATER IMPROVEMENTS BID ITEMS: CPMS Record Unit of Sub Grouo Number Material Descriotion Measure Quantity Your Unit Price Your Bid Pavina BID -01302 Asohalt Pavement-2 Inch Type D HMAC on 6 Inch Flex Base -Temporarv -Install LF 2,878 Distribution BID -00546 Iron Fire Hydrant -Install EA 4 Distribution BID -00547 Service CS Fire Hydrant -Remove EA 1 Distribution BID -00548 Iron Fire Hydrant-B arrel & Stem Extension -Install VF 12 Distribution BID -00550 Polvethvlene Meter Box-Class A -Install EA 56 Distribution BID -00567 Service CS Pipe Remove LF 2 715 .. Distribution BID -00568 Iron Pipe Fittings-< Than 16 Inch DI Pipe -Insta ll TONS 3 .3 Distribution BID -00605 PVC Pipe -Pressure -4 Inch -Install LF 6 .0 Distribution BID -00616 PVC Pipe-Pressure-6 Inch -Install LF 44 D istribution BID -00618 PVC Pipe-Pressure-8 Inch -Install LF 2 862 Distribution BID -00745 Iron Valve-6 Inch-Gate-wNalve Box -Install EA 4 Distribution BID -00749 Iron Valve-8 Inch-Gate-wNalve Box -Install EA 9 Distribution BID -00751 Service CS Valve-Gate -Remove EA 4 Distribution BID -00758 Copper Water Se rvice-1 Inch -Install LF 983 Distribution BID -00762 Assembly Water Service-1 Inch-Tap to Main -Install EA 56 Distribution BID -00769 Steel Water Service-2 Inch -Temporary-Install LF 2 872 TOTAL WATER IMPROVEMENTS : $ ADDENDUM#1 G :\1210\4397-32\Project\Specifications\Contract SC\100% Set-SC\addenda.1. 04 .0 SC Proposal .xis 6-(4) City of Fort Worth Project Manager: Khal Jaafari , P.E. Project 2007 Critical Capital Project Council District 5; Contract 5C Capers Avenue, Osborne Lane, Ransom Terrace and Plants Avenue SEWER IMPROVEMENTS BID ITEMS: CPMS Record Unit of Sub Group Number Material Description Measure Quantity Your Unit Price Your Bid Collectio n BID 00198 Concrete Collar-Manhole-32 In ch-Frame & Cover -Install EA 9 - Collection BID -00201 Service CS Inspection-Post Construction Cleaning & TV -Study LF 1,858 Collection BID -00202 Service CS lnspection-Preconstruction Cleaning & TV -Study LF 1,858 Collection BID -00206 Service CS Manhole -Remove EA 5 Col lection BID -00213 Concrete Manhole-S td 4 Ft Diam-(to 6 Ft Depth) -Install EA 9 Collection BID -00214 Concrete Manhole-Std 4 Ft Diam-Added Depth (over 6 Ft Depth) -Install VF 8 Collection BID -00217 Service CS Manhole-Vacuum Test -Services EA 9 Collection BID -00954 Steel Manhole-Watertight Insert-Locking Stainless Steel -Install EA 9 Collection BID -00332 Iron Pipe-Sewer-8 Inch (All Depths) -Install D.I.P. w/protecto 401 EA 168 Collection BID -00350 PVC Pipe-Sewer-8 lnch-SDR26 (All Depths) -Install w/CSBF LF 70 Collection BID -00351 PVC Pipe-Sewer-8 lnch-SDR35 (All Depths) -Install LF 1 630 Collection BID . 00354 PVC Sewer Service-4 Inch -Install LF 1 236 Collection BID -00355 Other Sewer Service-4 Inch Service Tap -Install EA 38 Collection BID . 00356 PVC Sewer Service-4 lnch-2 Way Clean Out -Install EA 38 Collection BID -00372 Service CS Trench Safety System 5 Foot Depth -Install LF 1 853 Paving BID . 01302 Asphalt Paveme nt-2 Inch Type D HMAC on 6 Inch Flex Base-Te mporary -Install LF 1,873 TOTAL SEWER IMPROVEMENTS: $ ALTERNATE BID -PAVING IMPROVEMENTS· ADDITIONAL SIDEWALK: BID .11 00137 REMOVED FROM BID PROPOSAL Soil BID -00147 Soil T oosci l -Install (Deduct Item) CY -439 $ 16 .00 Parkway BID . 00411 Other Reta i ning Wall "Retaining Wall with Sidewalk Detail"-Deduct CY 222 Sidewalk BID . 00530 Concrete Walk-4 Ft -Install SF 23,965 TOT AL AL TERNA TE BIO : $ ADDENOUM#1 G :I 121014397-32\Project\Specifications\Contract SCI 100% Set -SC\addenda . 1. 04 . 0 SC Proposal .xis 6-(5) SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS CONSTRUCTION 41. PAY ITEM -PAVEMENT -UNCLASSIF IED STREET EXCAVATION -REMOVE (810- 00472): See Standard Spec ifications Item No. 106 , "Unclassif ied Street Excavat ion " for spec ifications governing this item . Remova l of existing penetrat ion or asphalt pavement sha ll be included in th is item . Removal of exist ing concrete pavement shall be inc luded in th is item . Operations necessary to w indrow existing gravel base in order to lower or raise subgrade shal l be cons idered as subsidiary to th is item and no addit ional compensation shall be g iven as such . Duri ng the construction of th is project , it is requ ired that all parkways be excavated and shaped at the same t ime the roadway is excavated. Excess excavation will be disposed of at locations approved by the ENGINEER . The intention of the C ity is to pay only the plan quantity without measu reme nt Shou ld e it her contractin g part y be able to show an erro r in the q uanti t ies exceed i ng 10 pe rcent, then actual quantities wil l be paid for at the un it prices bid . The party request ing the payment of actual rather than plan quantit ies is responsible for bear ing any survey and/or measurement costs necessary to ver ify the actual quantities . 42 . PAY ITEM -PAVEMENT 7.5 " -3,500 PSI -INSTALL (NON GREEN CEMENT) (8 10 - 00429): NOTE THE FOLLOWING FOR THIS CONTRACT: In accordance with the geotechnical engineering report , all concrete shall be a minimum of 3,500 psi. Number 3 steel rebar shall be placed on 18 " centers. (a) All applicable provisions of standard Specifications Item 314 "Concrete Pavement ," shall apply . The Contractor shall use a s ix (6) sack concrete m ix for all hand p lacement in the intersections . The un it pr ice bid per square yard shal l be ful l payment for all labor, material , equ ipment and incidentals necessary to complete the work . (b) Concrete pavement acceptance shall be as set forth in "Concrete Pavement Acceptance " within these Special Provis ions. (c) All concrete pavement not p laced by hand shal l be placed us ing a fully automated paving mach ine as approved by the ENGINEER . Screeds will not be allowed except if approved by the ENGINEER. 43 . PAY ITEM -CURB - 7 INCH -INSTALL (810 -00843): The Contracto r may , at his opt ion , construct either integral or superimposed curb . Standard Spec ification Item 502 shall apply except as fol lows : 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 s lab . The conc rete for the cu rb shall be deposited not m ore than thirty (30 ) m inutes after the concrete in the slab. City of Fort Worth, Texas Speci al Provisions For Street and Storm Dra in Impro vements PMO Release Da te: 07/28/2010 Page SP ,19 of 45 addenda .1.05 .6 . wh ite double sided -Speci al P rovisi ons paving ·drainage (PMO_Release_20100728).doc ADDENDA #1 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS It will be the responsibil ity of the Contractor to have the indiv idual project s igns lettered and pa inted in accordance with the enclosed deta il. The qual ity of the pa int , painting and letter ing on the signs shall be approved by the ENGINEER . The he ight and arrangement of the letter ing shal l be in accordance with the enclosed detail. The sign shall be constructed of %" fir plywood , grade A-C (exterior) or better . These signs shall be insta ll ed on bar ri cades or as di rected by the ENGINEER and in place at the pro ject site upon commencement of construction . The work , wh ich includes the pa inting of the signs , installing and remov ing the signs , furn ish ing the materials , supports and connections to the support and ma intenance shall be to the sat isfact ion of the ENGINEER. PAYMENT: Payment for this item shall be at the contract unit price per each construction sign installed and maintained through the course of the project. The unit price for each sign will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the work. 63 . PRE BID ITEM -UTILITY ADJUSTMENT -REPAIR (BID -00414): Th is item is inc luded for the basic purpose of establish ing a contract price wh ich will be . compa rable to the final cost of mak ing necessary ad j ustments requ ir ed due to street im pro vem ents to wa ter, san it ary sewe r and-natura l gas service line s and app urt e na nces where such serv ice li nes and appurtenances are the property owner 's responsibil ity to maintain . An arb itrary figure has been placed in the Proposal ;. however, this does not guarantee any payment for util ity adjustments , ne ither does it conf ine ut ili ty adjustments to the amount shown in the Proposal. It shall be the "Contractor" responsibil ity to prov ide the serv ices of a licensed plumbe r to make the util ity adjustments determ ined necessary by the ENGINEER . No payment will be made for util ity adjustments except those adjustments determ ined necessary by the ENGINEER . Should the Contractor damage service lines due to his neg li gence , whe re such li nes wou ld not have requ ired adjustment or repai r otherwise , the lines shall be repaired and adjusted by the Contractor at the Contractor 's expense. The payme nt to the Contractor for util ity adjustments shall be the actual cost of the adjustments plus ten pe rcent (10%) to cover the cost of bond and overhead incurred by the Contracto r in hand li ng the ut ili ty adjustments . 64. TOP SOIL -INSTALL {BID-00147): The proposed quantit ies shown are calcu lated to provide topso il 4 to 6 inches in depth (compacted) over the parkway area and do not include deeper than design depth behind the curb . The pay item is intended to pay for topso il that must be imported where su itable mater ial is eithe r not ava ilable on the job or cannot reasonably be stored on -sit e. Payment will be made on the basis of loose truck volume (full t ruck with s ideboards up) tickets and material must meet C ity of Fort Worth standards for topso il. Only the vo lume imported wi ll be pa id for and may be substantially less than the proposa l quantit ies li sted . 65 . VALVE BOX -ADJUSTMENT -SERVICES (BID -00847): Contractor will be responsible for adjusting water valve boxes to match new pavement grade. T he water valves themselves will be adjusted by City of Fort Worth Water Department forces . PAYMENT: Payment for this item shall be at the contract unit price per each valve box adjustment. The unit price for each adjustment will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the work. City of Fo rt W orth , T ex as Speci al Pro visions For Street and Sto rm Dra in Improvements PMO Re lease Date : 07128/201 0 Pag e SP-28 of 45 addenda. t .05 .6 . white dou ble sided -Special Provisions pavi ng-dra inage (PMO_Re lease_2 0 t 00728).doc ADDENDA #1 · SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS 66 . MANHOLE -ADJUSTMENT -SERVICES (BID-00849): Th is item shall include adjust ing the tops of existing and /or proposed manholes to match proposed grade as shown on the plans or as directed by the ENGINEER. Standard Spec ificat ion Item No. 450 shall apply except as follows: Inc luded as part of this pay item shall be the application of a cold-app li ed preformed flex ible butyl rubber or plastic sea li ng compound for sea li ng interior and /or exterior joints on concrete manhole sect ions as per current City Water Department Spec ial Cond itions . PAYMENT: Payment for this item shall be at the contract unit price per each manhole adjustment. The unit price for each adjustment will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the work. 67 . METER BOX -ADJUSTMENT -SERVICES (BID-00848): Th is item shall include ra ising or lower ing an exist ing meter box to the parkway grade specif ied. No payment will be made for existing boxes , wh ich are with in 0 .1' of spec ified parkway grade . PAYMENT : Payment for this item sha ll be at th e c o .itr~.:;t unit pric ~ per each mater box --= adjusted. The unit price for each adjustment will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the work. 68. NON PAY ITEM -PAVEMENT -SILICONE JOINT SEALANT 1. SCOPE CITY OF FORT WORTH , TEXAS TRANSPORTAT ION AND PUBLIC WORKS DEPARTMENT SPECIFICATION for SILICONE JOINT SEALING (Rev is ion 1, October 18 , 1989) (Revision 2, May 12 , 1994) Th is specif icat ion for silicone joint sea li ng Port land Cement Concrete pavement and cu rbs shall supersede Item 314 .2. (11) "Jo int Sealing Materials " of STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCT ION -CITY OF FORT WORTH , and Item 2.210 "Jo int Seal ing" of STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION -NORTH TEXAS COUNCIL OF GOVERNMENTS . 2. MATERIALS 2.1 The s ili cone joint sealant shall meet Federal Spec ificat ion TT-S-001543A fo r Class A sealant except as mod if ied by the test requirements of th is specif icat ion . Before the installat ion of the joint sea lant , the Contractor sha ll furn ish the ENGINEER ce rtification by an independent test in g laboratory that the silicone jo int sealant meet these requ iremen ts. City of Fort Wort h, Texas ADDENDA #1 Special Provisions For St reet and Storm Drain Im p rovem ents PMO Re lease Date : 07/28/20 10 Page SP -29 of 45 addenda .1.05.6 -white double sided -Special Provisions paving -drai nage (PMO_Release _20 100728).doc ,.,·COICIIC'fl:'-'loo(lfllt#'tll$Mi.) J)'co .. a1r11-lffOSIIOl90C.._) ,,.COOICllm: ___ tt•J U"CDIQPI Ml(r,«1111 l'I.MIMi.J --------------------------------------··L..:~-J· (Ki ll&lroi•uc •l.....-.l TRANSVERSE TYPICAL ROADWAY SECTION CCNCl'ttTtSKAll.K•.OOOPSI --CQIIPll(SSn,C:SJM'.NCIH SPECIAL RETAINING WALL DETAIL NOT TO SCALE 3 !iOO PSI tofr'Cllnl'. PAYIJIICNT ON e• U MI STAIIUUD 1ASt AR(A WCI..UDCD IN MEA~lilENTO' ....... NO. J Al 12· OC8W ··-a- NOT[: COMPACT SU8CRAOC TO 9!111 S10. PROCTOR. PA'f P(R CIJBIC TARO. RETAINING WALL WITH SIDEWALK NOT TO SCALE " .JOINT (OPT) ADDENDUM 61 & AOOCNOUW I I CSC 01/215/11 R[Y.lot(I. O[SCJltPnON CttK. 8Y OAT[ CITY OF FORT WORTH, TEXAS DEPARTMENT OF ENGINEERING 2007 CRITICAL CAP ITAL PROJEC T COUNC IL DISTR IC T 5 CON TRACT SC CAPERS AVENUE, OSBORNE LAN E, RANSOM TERRACE. PLANT AVENUE, CITY PROJECT NO. 00950. DOE NO. 5878 CONSTRUCTION DETAILS I DANNENBAUM ENGINEERING CORPORATION .. .. -~·!~."!:!~~~.~ .... - OCSICHCO BT: R(P OATE: OI/O!l/11 f'ftO..:Cl NO: <11 .)97-31 G:\1 2IO \•J97-J2\D•g\f'lon1\PART C\O•toill\ ra.£: HMAC Oclo).d"'9 SHEET NO: II oJ l •U o J .11.· o.ca.~ HOTC -S(( SHCCT 7A MOMO..llHIC CUA8 OCTAll rOA CURB HCICHf TYPICAL REINFORCED CONCRETE ROADWAY <------------0,Sl .,,C[ H lio,!(Ml~,.,.t,v, .(;,.-.IS VA,c,(~ (..W" "'-~·-)------------l <----------w:c ··--·~S!:CO,,llUCll!IN .c ... r l,l>..a.1;{1•1~( Jl-------------< LONGITUDINAL PAVING SECTION "'~"°';(0 v · .IJIC~ \TA-'"t1;U1 ~ ... 11:.i.,oc • ,._ llt~/S• TRANSVERSE EXPANSION CONSTRUCTION JOINT (USED ONLY AT END OF RADIUS P.C. OR P.T. STATIONS BETWEEN EXIST. AND PROP. PAVEMEND r~~uc,o :a.~, .. ,,. , ___ -1--__ ··_·--,~-c1-/_:;i:f.:.,'_~_· ~-"·_',_!_-;;;_·_,,~ ~ 1"111.[.; _,:.,;.+~--=::.1;.;.;. ........ ..,.....,...~::u LONGITUDINAL CONSTRUCTION JOINT TRANSVERSE CONSTRUCTION JOINT TRAN SVERSE CONSTRUCTION JOINT (BETWEEN EXIST. ANO PROP. PAVEMENT) ~-------+-""""'---.-1---------. -,+; TAi l( l ,i-;,..'-'--;.....,;...-4...,_.._;,;...;;....,._....,.....,.,,;,.:.·~,-,1.· ::u SAWED DUMMY JOINT l)•,11·•-..c;!Tt, ..O~l11~1n·o..c. CONTRACTION JOINT & TRANSVERSE EXPANSION JOINT JOINT DETAIL NO . 1 JOINT DETAIL NO . 2 ~ /-?-1 ADDENDU M #1 LEGEND (U:C 'Y •'l'•'"ll ----[i,Q U',.i-•;(\ ----~~!i~'';-!J~s·~ .... ,re ~!, CONSTRUcnON NOTES , rv oc•tNt"o e, ....... ,n. ,,.;. ,~•s o:.. t .~MCTt ~~ ~..o 1or l .... l ,..,Ml .,_...,H .. 1"4 ~l"[(I S1-nll 6{ ~ Sal(• • •u 91..CU:OJTS ~..,._. ill 9· t o...., 11'1C" 'Y CtJ:l'i. [~;:(Pl r()III "'l.CI: !. ;~\!~a, ~/1,1':f::»' :.,-~u 8£ t,j•:-.tf0l1l .. 1C•tl ¥ l'C.\.lfflC """ CO,,Ol[I[ h>Jl.[ I T.<lt\.[1 ( ........ ..._.,'""'IM'"') tt•·~••on "' ... ..,,..r-..: '"" r,.,..::,,,..,, ~~ l ;;:,'{;,~ ,,M ~~I ·---~,) I .~~~~,:) ,, , .. i-..r, ,,,..,,,...,1 .. ~,<«c ... ,..~,-,., .. ,....,lol'•...cJ ~, ,it w 0 Cl en ...J ~ w Cl z 0 ~ :) 0::: ~ z 0 (.) 1- •DII !.'j~;:';'.r'::r~r;:;:;,f.':.J\i!;:;~~(~,;~~,. Z 1-,,_-,--,------,,--------,--,--.,m,-,-, -i~ i....===-l---------1--+---lw 1--'---------...__...__---ti (,X t AII_ W ~~~F~Jcf ~~~J~~--:--~~~---tij i..::::l:::''.:::'":...'.:::""::"::':...' :...'A<.::::..:·.:.·"'=""::-_;··:.:-.:."'::-=::':.:-.:.--:_ ___ ~~ CITY OF FORT WORTH 5 fQ!T_!YO.fil!J TRANSPORTATION & g "'T'" PUBLIC WORKS DEPARTMENT ~ 1--R-E-IN_F_O_R_C_E_D_C_O_N_C_R_E_T_E_P_A_V_E_M_E_N_T--t~ 1---.::.C:.:;O_;_N.:;S_;_TR:..:.U=.C:,T:...l.::.0:...N...:D:..:.E:.;T_A:..:.IL:..:.S,-----t~ !)All. 0::: /-•.Pf<IL :i'Ul • . lo· __ C: 121 0\U 97-J2 0.9 Plonli\PARf C\o.to~• u,_c-•• ,. O.to;!_l.6w9 CITY OF FORT WORTH, TEXAS TRANSPORTATION & PUBLIC WORKS DEPARTMENT ADDENDUM NO. 2 to the Specifications & Contract Documents for 2007 CRITICAL CAPITAL PROJECT COUNCIL DISTRICT 5 CONTRACT5C CAPERS AVENUE, OSBORNE LANE, RANSOM TERRACE AND PLANT AVENUE DOE 5878 Bid Submittal Due Date: February 17th, 2011 Addendum No. 2 Issued: February 14th, 2011 The Specifications, Contract Documents and Drawings for the above mentioned project are revised and amended as follows : Remove Proposal Section Sheets 6-(1) through 6-(5), and replace with attached Sheets 6-(1) through 6-(5) marked "Addendum #2". Note the following revisions: -- A. Bid item 00109 lnlet-lnline-5 Ft -Install has been removed from the proje ct. Replace Sheet 6-(3) of the bid proposal with Sheet 6-(3) attached. B. Bid Items 00118, 00119, and 00948 under Drainage Improvements have been modified as follows: · 00118 Std 4' X 4' Storm Drain Manhole has a quantity of 2 Each 00119 Std 6' X 6' Storm Drain Manhole has a quantity of 1 Each 00948 Std 6' X 6 ' Storm Drain Manhole has been removed. C. Bid Item 00332 Under Sewer Improvements -the Unit of Measure has been modified to "Linear Foot." D. Bid Item 00411 B has been added specifically for "Retaining Wall with Sidewalk Detail." E. Bid Item 005308 has been added to the Alternate Bid for sidewalk constructed in accordance with "Retaining Wall with Sidewalk Detail " as shown on Construction Plan Sheet No. 6. This detail shows steel placement as "No. 3 at 12" OCBW ." The quantity for Bid Item 00530 has been adjusted for standard sidewalk "No. 3 AT 12" OCBW." F. Bid Items 00085, 00087, and 00088 have been modified to Class V pipe. This is cons istent with the plans . A -1 G:\12 10\4397-32\Project\addenda -note individua l piec es may be in spec folder\5C -00950 -addenda 2\00950 Addendum No 2.docx This Addendum No . 2, forms part of the Specifications & Contract Documents for the above referenced project and modifies the original Specifications & Contract Documents of the same . Acknowledge your receipt of this Addendum No. 2 by comp leting the requested information at the following locations: (1) In the space provide on the signature page of the Proposal (2) Indicate in upper case letters on the outside of your sealed bid enve lop : "RECEIVED & ACKNOWLEDGED ADDENDUM No.2" (3) Execute acknowledgement below and submit signed copy with your proposal at the time of b id submittal Failure to acknowledge receipt of the Addendum No . 2 may subject bidder to be considered UNONRESPONSIVE", resulting in disqualification . RECEIPT ACKNOWLEDGED By : ___________ _ Company : __________ _ W ill iam A. Verkest, P.E. D IRECTOR TRANSPORTAT ION & PUBLIC WORKS DEPT. 1 ~ 0 -'V 1 k'...h,J ~ \~ By : _____ ~/S=/ ______ ___., Khal Jaatari , P.E. Project Manager A-2 City of Fort Worth Project 2007 Critical Capital Project Council District 5 ; Contract SC Capers Avenue , Osborne Lane, Ransom Terrace and Plants Avenue Date 2 /14/2011 City Project # 00950 ,our venaor Number ,our "'ompany Name PAVING IMPROVEMENTS BID ITEMS: CPMS Record Sub Group Number Material Major BID -00100 Service CS Fence BID -00126A Other Fence BID -001269 Other Fence BID -00126C Other Fence BID -00126D Other Fence BID . 00126E Other Fence BID -00127A Service CS Fence BID . 001279 Service CS Fence BID . 00127C Service CS Fence BID -00127D Service CS Fence BID . 00127E Service CS .• BID . 00137 Soil BID -00147 Soil Site BID -00181 Service CS Common BID -01321 Service CS Parkwav BID -00402 Service CS Parkwav BID . 00404 Concrete Parkway BID -00407 Assembly Parkway BID . 00408 Service CS Description Storm Water Polluti on Prevention Pain> Than 1 Ac SWPPP - Fence -4' Chain Link Fence -Install (ADDENDUM #1) Fence -3' Wood Fence -Install (ADDENDUM #1) Fence -5' Chain Link -Install (ADDENDUM #1) Fence· 4' Wood Picket -Install (ADDENDUM #1) Fence -6' Wood Picket -Install (ADDENDUM #1) Fence· 4' Chain Link Fence -Remove (ADDENDUM #1) Fence· 3' Wood Fence -Remove (ADDENDUM #1) Fence • 5' Chain Link -Remove (ADDENDUM #1) Fence· 4' Wood Picket -Remove (ADDENDUM #1) Fence· 6' Wood Picket -Remove (ADDENDUM #1) REMOVED FROM BID PROPOSAL !ADDENDUM #11 Topsoil -Install Traffic Control Miscellaneous -Tree Removal (ADDENDUM #1) Drivewav -Remove Driveway-6 Inc h -Install Mailbox -Install Mailbox -Re move G :\1210\4397-32\Project\Specifications\Contract SC \100% Set -5C \addenda .2. 04 .0 SC Proposal .xis 6-(1) Project Manager: Khal Jaafari , P .E . DOE# 5878 Unit of Measure Quantity Your Unit Price Your Bid LS 1 LF 529 LF 197 LF 63 LF 50 LF 197 LF 529 LF 197 LF 63 LF 50 LF 197 CY 962 $ 16.00 LS 1 EA 27 SF 10,399 SF 10,399 EA 1 EA 1 ADDENDUM#2 City of Fort Worth Project Manager: Khal Jaafari , P.E. Project 2007 Critical Capital Project Council District 5 ; Contract 5C I Capers Avenue, Osborne Lane, Ransom Terrace and Pants Avenue PAVING IMPROVEMENTS BID ITEMS CONTINUED: CPMS Record Unit of Sub Group Number Material Description Measure Quantitv Your Unit Price Your Bid Parkway BID -00411 Other Retaining Wall -per Special Retaining Wall Detail -Install (ADDENDUM #1) CY 362 Parkway BID -00414 Service CS Utlity Adjustment -Repair LS 1 $10 ,000 $10 ,000 Pavina BID -00424 Service CS Cu rb & Gutter -Remove LF 5 ,134 Pavina BID -00443 Asohalt Pavement -2" (min) HMAC on 2/27 Concrete Base SF 312 Pavina BID -00429 Concrete Pavement-7 .5 Inch 3,500 PSI -In stall (ADDENDUM #1) SY 14 ,137 Paving BID -00457 Service CS Pavement -5" Concrete -Remove (ADDENDUM #1) SY 2,380 Paving BID -00471 Asphalt Pavement-Transition-Min 6 Inch HMAC -Type B Install (ADDENDUM #1) TON 28 Pavina BID -00472 Service CS Pavement-Unclassified Street Excavation CY 4 ,420 Pavina BID -00479 Service CS Soeed Humo -Remove EA 1 Pavina BID -00480 Asphalt Speed Hump -Install EA 1 Pavina BID -00484 Lime Subgrade-6 Inch-Lime Stabilized-27 lbs/sy -Install SY 14 ,990 Paving BID -00496 Lime Subgrade-Lime for Stabilization -Install TONS 202 S ign BID -00504 Steel Sign -Project Designation -Inst all EA 8 Sidewalk BID -00529 Service CS Walk -Remove SF 245 Sidewalk BID -00530 Concrete Walk-4 Ft -Install SF 330 Sidewalk BID -00532 Concrete Walk-ADA Wh eelchair Ramp -Install SF 2,699 Sidewalk BID -00533 Service CS Walk-ADA Wheelchair Ramo -Remove SF 179 Sidewalk BID -00536 Concrete Walk -Steos -Install SF 32 . Sidewalk BID -00537 Concrete Walk -Step s -Remove SF 32 Pavino BID -00843 Concrete Curb - 7 Inch -In stall LF 7,473 Distribution BID -00848 Service CS Meter Bo x-Ad justment -Services EA 204 Collection BID -00849 Service CS Manhole -Adju stment EA 9 Liahtina BID -00973 Assembly Liaht-Salvaa e Existina Str eet Liaht Eauioment -Remove EA 1 - Liahtina BID -00967 Assembly Liaht-Concrete Foundation Tyoe 1, 2. & 4 -Install EA 1 LiQhtinQ BID -00975 Assembly Light-Type 11 , 8, D-25, D-30 Pole & Arm -Item purchased from City -ln ~tall EA 1 TOTAL PAVING IMPROVEMENTS: $ ADDENDUM#2 G :\1210\4397-32\Projecl\Spe cifi cat ions \Contract 5C \100% Set-5C \addenda .2. 04.0 5C Proposal .xis 6-(2) City of Fort Worth Project Manager: Khal Jaafari , P.E. Project 2007 Critical Capital Project Council District 5 ; Contract 5C Capers Avenue, Osborne Lane, Ransom Terrace and Plants Avenue DRAINAGE IMPROVEMENTS BID ITEMS: CPMS Record Unit of Sub Grouo Number Material Descrlotlon Measure Quantity Your Unit Price Your Bid Maior BID -00080 Service CS Pipe -Remov e LF 91 Ma jor BID -00081 Conc ret e Pioe-2 1 In ch-CL Ill -In stall LF 85 Maior BID -00085 Concrete Pioe-36 In ch-CL V -In sta ll (ADDENDUM #2) LF 113 Maior BID -00087 Concrete Pioe-48 In ch-CL V -Install (ADDENDUM #2) LF 102 Maior BID -00088 Concrete Pioe-54 In ch-CL V -In sta ll (ADDENDUM #2) LF 52 1 Maior BID -00101 Service CS Uncl ass ifi ed Trenc h Excavation & Backfi ll -Ins tall CY 1 ,047 Minor BID -00102 Service CS Inl et -Remov e EA 7 Minor BID -00106 Concrete lnl et-lnli ne-1 o Ft -Ins tall EA 8 M inor BID -00107 Concrete lnl et-lnlin e-15 Ft -Ins tall EA 1 Minor BID -00108 Conc rete lnlet-lnline-2 0 Ft -Install EA 2 - BID -00109 REMOVE FROM BID PROPOSAL (ADDENDUM #2) Minor BID -00118 Concrete Std 4'x 4' Storm Drain Manhole (ADDENDUM #2) EA 2 M i nor BID -00115 Concrete Std 6'x 6' Storm Drai n Manhole (ADDENDUM #2) EA 1 BID -00948 REMOVE FROM BID PROPOSAL (ADDENDUM #2) TOTAL DRAINAGE IMPROVEMENTS: $ ADDENDUM#2 G :\1210\4397-32\Proj ec t\Speci fi cations \Contra ct 5C\100% Set -5C\addenda .2. 04.0 5C Propo sal .xis 6-(3) City of Fort Worth Project Manager: Khal Jaafari, P .E. Project 2007 Critical Capital Project Council D istrict 5 ; Contract 5C C A O b L R T d Pl t A apers venue , s orne ane, ansom errace an ans venue WATER IMPROVEMENTS BID ITEMS: CPMS Record Unit of Sub GrouD Number Material DescrlDtlon Measure Quantity Your Unit Price Your Bid Paving BID . 01302 Asphalt Pave ment -2 Inch Type D HMAC on 6 inch Flex Base-Temporary -In stall (ADDENDUM #1) LF 2,878 Distribution BID . 00546 Iron Fire Hydrant -In sta ll EA 4 Distri bution BID . 00547 Service CS Fire Hydrant -Remove EA 1 Distribution BID . 00548 Iron Fire Hydrant-Barrel & Stem Extension -.Install VF 12 Di stribution BID . 00550 Polvethvlene Meter Box-Class A -In stall EA 56 Distribution BID . 00567 Service CS Pipe Remove LF 2 ,715 Distribution BID . 00568 Iron Pipe Fittings-< Than 16 Inch DI Pipe -In stall TONS 3.3 Distribution BID . 00605 PVC Pipe -Pressure - 4 Inch -Install LF 6.0 Distribution BID . 00616 PVC Pipe -Pre ssure-6 Inch -In stall LF 44 Distribution BID . 00618 PVC Pipe-Pressure-8 Inch -Install LF 2 ,862 D istri bution BID . 00745 Iron Valve-6 In ch-Gate-w/Valve Box -Install EA 4 Distribution BID . 00 74 9 Iron Valv e-8 Inch-G ate-w/Valve Box -Install EA 9 Distribution BID . 00751 Service CS Valve-Gate -Remove EA 4 Distribution BID -00758 Cooner Wate r Service-1 Inch -Install LF 983 Distribution BID . 00762 Assembly W ater Service-1 Inch-Tap to Main -Install EA 56 Distribution BID . 00769 Steel Water Service-2 Inch-Temporary -Install LF 2 ,872 TOTAL WATER IMPROVEMENTS: $ ADDENDUM#2 G:\1210\4397-32\Proj ect\Specifications\Contract 5C \100% Set -5C\addenda.2 . 04.0 5C Proposal .xis 6·(4) City of Fort Worth Project Manager: Khal Jaafari, P.E. Project 2007 Critical Capital Project Council District 5; Contract 5C Capers Avenue, Osborne Lane , Ransom Terrace and Plants Avenue SEWER IMPROVEMENTS BID ITEMS: CPMS Record Unit of Sub Group Number Material Description Measure Quantity Your Unit Price Your Bid Collection BID -00198 Concrete Coliar-Manhole-32 Inch -Frame & Cover -Install EA 9 Collection BID -00201 Service CS Inspection -Post Construction Cleaning & TV -Study LF 1.858 Collection BID -00202 Service CS ln spection-Pre constructi on Cleaning & TV -Study LF 1,858 Collection BID -00206 Service CS Manhole -Remove EA 5 Collection BID -00213 Concrete Manhole-Std 4 Ft Diam-(to 6 Ft Depth) -Install EA 9 Collection BID -00214 Concrete Manhole-Std 4 Ft Diam -Ad ded Depth (over 6 Ft Dep th ) -Install VF 8 Collection BID -00217 Service CS Manhole-Vacuum Test -Services EA 9 Collection BID -00954 Steel Manhole-Watertig ht Ins ert-Locking Stainless Steel -Install EA 9 Collection BID -00332 Iron Pipe-Sewer-8 inch (Ali Depths ) -Install D.I.P. w/protecto 401 (ADDENDUM #2) LF 168 Collection BID -00350 PVC Pipe -Sewer-8 lnch-SDR26 (Ali Depths) -Install w /CSBF LF 70 Collection BID -00351 PVC Pipe-Sewer-8 lnch-SDR35 (Ali Depths) -Install LF 1 ,6 30 Collection BID -00354 PVC Sewer Service-4 Inch -Install LF 1 ,236 Collection BID -00355 Other Sewer Service-4 Inch Service Tap -Install EA 38 Collection BID -00356 PVC Sewer Service-4 lnch-2 Way Clean Out -Install EA 38 Collection BID -00372 Service CS Trench Safety System 5 Foot Depth -Install LF 1,853 Paving BID -01302 Asphalt Pavement-2 Inch Type D HMAC on 6 Inch Fle x Base-Temporary -Install (ADDENDUM #1) LF 1 ,873 TOTAL SEWER IMPROVEMENTS: $ ALTERNATE BID-PAVING IMPROVEMENTS-ADDITIONAL SIDEWALK: BID _ ,, 00137 REMOVED FROM BID PROPOSAL (ADDENDUM #1) Soil BID -00147 Soil Topsoil -Install (Deduct Item) CY -439 $ 16.00 Parkway BID -00411B Other Retaining Wall "Retaining Wall with Sidewalk Detail" -Install (ADDENDUM #2) CY 140 Sidewalk BID -00530 Concrete Walk-4 Ft -Install (ADDENDUM #2) SF 20,600 Sidewalk BID -00530B Concrete Walk-5 Ft -"Retaining Wall with Sidewalk Detail" -Install (ADDENDUM #2) SF 7,000 TOTAL ALTERNATE BID: $ ADDENDUM #2 G :\121014397-32\Project\Specifications\Contract 5C \100% Set-5C \addenda .2. 04.0 5C Proposal .x is 6-(5) TABLE OF CONTENTS 01 -Project Information D 1.1 -Title Page MS-Word D 1.2 -Location Maps pdf 02 -Front End Documents 2.1 -Table of Contents MS-Word [81 2.2 -Notice to Bidders MS-Word [81 2.3 -Comprehensive Notice MS-Word to Bidders [81 2.4 -Special Instructions to pdf Bidders (water-sewer) [81 2.5 -Special Instruction to pdf Bidders (paving-drainage) D 2.6 -Detailed Project MS-Word Specifications (no drawings provided) 03 -MWBE Documentation [81 3.1 -MWBE Special pdf Instructions [81 3.2-MWBE pdf Subcontractors/Suppliers Utilization Form [81 3.3 -MWBE Prime Contractor pdf Waiver [81 3.4 -MWBE Good Faith Effort pdf [81 3.5 -MWBE Joint Venture pdf 04 -Bid Package [81 4.1 -Bid Proposal Workbook MS-Excel [81 4.3 -Bid Schedule MS-Excel [81 4.4 -List of Fittings MS-Excel [81 4.5 -Pre-Qualified Contractor MS-Excel List . 05 -General and Special Conditions [81 5.1 -Part C General pdf Conditions (water -sewer) [81 5.2 -Supplementary pdf Conditions to Part C (water - sewer) [81 5.3 -Part D -Special MS-Word . [81 Conditions (water -sewer) 5.4 -Part DA -Additional MS-Word Special Condition (water - sewer) D 5.5 -Part E Specifications pdf [81 5.6 -Special Provisions (paving -drainage) [81 5.7 -Wage Rates pdf [81 5.8 -Compliance with and pdf Enforcement of Prevailing [81 Wage Rates 5.9 -Standard Details (water-dwf sewer) [81 5:10 -Standard Details dwf (paving-drainage) City of Fort Worth, Texas Table of Contents PMO Release Date : 06 .10.2010 Page I of2 g:\1210\4397-32\project\spec ifications\contract Sc\100% set - Sc\01.2 -table of contents (pmo_released_20100610).doc TABLE OF CONTENTS 06 -Technical Specifications 07 -Contracts, Bonds and Insurance 08 -Appendices 09-Addenda City of Fort Worth, Texas Table of Contents PMO Release Date: 06.10.2010 Page 2 of 2 D Technical Specs Index ~ 7.1 -Certificate of Insurance ~ 7.2-Contractor Compliance With Workers' Compensation Law ~ 7 .3 -Conflict of Interest Questionnaire ~ 7 .4 -Performance Bond ~ 7 .5 -Payment Bond ~ 7 .6 -Maintenance Bond ~ 7.7-City of Fort Worth Contract ~ Easements Index ~ Permits Index ~ Reports Index D Addenda Index MS-Word pdf pdf pdf pdf pdf pdf g:\1210\4397-32\project\specifications\contract 5c\ 100% set -5c\O l 2 -table of contents (pmo _released_ 2010061 O).doc SECTION 2 -FRONT END DOCUMENTS 2.1 Table of Contents (In front of this section) 2.2 Notice to Bidders 2.3 Comprehensive Notice To Bidders 2.4 Special Instructions to Bidders (Water-Sewer 6/04/03) '2.5 Special Instruction to Bidders (Paving-Drainage 3/13/09) G:\1210\4397-32\Project\Specifications\Contract SC\100% Set -SC\02 .0 -SECTION 2 COVER.doc NOTICE TO BIDDERS Sealed proposals for the following: FOR: City of Fort Worth, Texas 2007 CRITICAL CAPITAL PROJECT COUNCIL DISTRICT 5; CONTRACT SC . CAPERS AVENUE, OSBORNE LANE, RANSOM TERRACEi AND PLANT AVENUE D.O.E. PROJECT NO. 5878 CITY PROJECT NO. 00950 UNIT I: WATER & SANITARY SEWER REPLACEMENT WATER PRJECT NO.: P253 541200 605170095083 SEWER PROJECT NO.: P258 541200 705170095083 UNIT II: PAVING .RECONSTRUCTION T/PW PROJECT NO.: C295 541200 2054000095083 Addressed to: CITY OF FORT WORTH PURCHASING DIVISION 1000 THROCKMORTON ST FORT WORTH TX 76102-6311 will be received at the Purchasing Office until _1 :30_p.m., Thursday, February 17th, 2011, 2010 and then publicly opened and read aloud at 2:00 p.rri . in the Council Chambers. Contract documents, including plans and specifications for this project may be obtained on-line by visiting the City of Fort Worth's Purchasing Division website at http://www.fortworthgov.org/purchasing/ and clicking on the project link. This link will take you to the advertised project folders on the City's Buzzsaw site, where the plans and contract documents may be downloaded, viewed; and printed by interested contractors and/or suppliers. Hard copies of plans and contract documents may be purchased for a non refundable $60.00 at the office of the Transportation of Public Works at 1000 Throckmorton Street, Fort Worth, Texas 76102. Nikki Meleroy at 817-392-8549. The major work will consist of the (all approximate) following: Unit I: Water & Sewer Replacement 2,860 1,840 LF LF Pipe-Pressure - 8 Inch -Install Pipe -Sewer-8 Inch-Install Unit II: Paving Reconstruction 14,400 330 SY SF Pavement 7.5 and 8 Inch Install Walk - 4 Ft -Install Included in the above will be all other miscellaneous items of construction as outlined in the Plans General Contract Documents and Specifications. · ' 2 .2 Notice To Bidders -Page 1 of 2 G:\1210\4397-32\Project\Specifications\Contract 5C\100% Set -5C\02 .2 Notic~ to Bidders.doc NOTICE TO BIDDERS Bid security is required in accordance with the Special Instruction to Bidders. Bidders are responsible for obtaining all · Addenda to the contract documents and acknowledging receipt of the Addenda by in_itialing the appropriate spaces on the PROPOSAL form. Bids that do not acknowledge receipt of all addenda may be rejected as being non-responsive. All addenda will be made available on-line with the contract documents. Contractors and/or suppliers are requested to register as plan holders on-line (on Buzzsaw site) in order to receive notifications regarding the issuance of addenda. It shall be the bidding contractor's sole responsibility to verify they have received and considered all addenda, prior to submitting a bid. The water & Sanitary Sewer work must be performed by a contractor that is pre-qualified by the Water Department at the time of bid opening. A General Contractor, who is not pre-qualified by the WaterDepartment, must employ the services of a subcontractor who is pre-qualified. The procedure for pre-qualification is outlined in the "Special Instructions to Bidders (Water-Sewer)". For additional information, please contact Curt Caldwell, P.E., Engineer, Dannenbaum Engineering Corporation at (817) 763-8883 or by email: curtis.caldwell@dannenbaum.com, and/or Khal Jaafari, P:E., Project Manager, TPW Department at (817) 392-7872 or by email: Khal.jaafari@fortworthgov.org. A pre-bid conference will be held on Monday, January 24th, 2011 at_·· :00 ...:.._.m:, in the· Transportation and Public Works Conference Room No.270, 2"° Floor, City Municipal Building, 1000 Throckmorton Street, Fort Worth, Texas 76102. Bidders are encouraged to review the plans and specifications prior to the pre-bid conference. Advertising Dates: January 13th, 2011 . January 205\ 2011 2.2 Notice To Bidders -Page 2 of 2 G:\1210\4397-32\Project\Specifications\Contract 5C\100% Set -5C\02 .2 Notice to Bidders.doc COMPREHENSIVE NOTICE TO BIDDERS Sealed proposals for the following: FOR: City of Fort Worth ,'Texas 2007 CRITICAL CAPITAL PROJECT COUNCIL DISTRICT 5; CONTRACT SC CAPERS AVENUE, OSBORNE LANE, RANSOM TERRACE, AND PLANT AVENUE D.O.E. PROJECT NO. 5878 CITY PROJECT NO. 00950 UNIT I: WATER & SANITARY SEWER REPLACEMENT WATER PRJECT NO.: P253 541200 605170095083 SEWER PROJECT NO.: P258 541200 705170095083 UNIT 11: PAVING RECONSTRUCTION T/PW PROJECT NO.: C295 541200 2054000095083 , Addressed to: CITY OF FORT WORTH PURCHASING DIVISION 1000 THROCKMORTON ST FORT WORTH TX 76102-6311 will be received at the Purchasing Office until 1: 30 p.m., Thursday February 17'h, 2011 and then publicly opened and read aloud at 2:00 p .m . in the Council Chambers. Plans, General Contract Documents and Specifications for this project may be obtained in the office of the Engineering Department, Municipal Office Building, 1000 Throckmorton Street, Fort Worth, Texas 76102. A sixty dollar ($60) deposit is required for the first set of documents and additional sets may be purchased on a non-refundable basis for sixty dollars ($60) for each set. These documents contain additional information for prospective bidders. Documents may also be obtained free of charge at the City of Fort Worth online bidding system (Buzzsaw). Email the Project Manager listed below for instructions on accessing the online documents. The major work will consist of the (approximate) following: Unit I: Water & Sewer Replacement 2,860 1,840 LF LF Pipe-Pressure - 8 Inch -Install Pipe '-Sewer -8 Inch -· Install Unit II: Paving Reconstruction 14,400 330 SY SF Pavement 7 .5 and 8 Inch Install Walk -4 Ft -Install Included in the above will be all other miscellaneous items of construction as outlined in the Plans, General Contract Documents and Specifications. NOTICES All bidders will be required to comply with Provision 5159a of"Vemon 's Annotated Civil Statutes" of the State of Texas with respect to the payment of prevailing wage rates and City ofFort Worth Ordinance no . 7400 (Fort Worth C ity Code Sections 13 -A -22 I through 13-A-29) prohibiting discrimination in the employment practices . Bid security may be required in accordance with Special Instructions to Bidders. The City of Fort Worth reserves the right to rej ect any and/or all bids and wa ive any and/or all formalities . No bid may be withdra,vn 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 necessazy investigations are made as to C:\DO CUMENTS AND SETflNGS\IAAFARK\l.OCAL SE1TINGS \TEMP0RARY INTERNET FILES\OLKAA\02 3 -COMPREH ENSIVE NOTIC E TO BIDDERS (CONSULTANT DES IGN -MULTIPLE UNITS -SECTIONS) -WTR -IJl -25-IO .DOC COMPREHENSIVE NOTICE TO BIDDERS the responsibility of the bidder to whom it is proposed to award the Contract Bidders nre responsible for obtaining all addenda to the contract documents and acknowledging receipt of the addenda by initialing the appropriate spaces on the Addenda Index and Receipt form(s). Bids that do not acknowledge receipt of all addenda may be rejected as being non-responsive. Information regarding the status of addenda may be obtained by contacting the Transportation and Public Works Department at (817) 392-8549. Bidders, using the printed copy, shall not separate, detach or remove any portion, segment or sheets from the contract document at any time. Bidders must complete the proposal section(s) and submit the complete specification book or face rejection of the bid as non-responsive. It is recommended that the bidder make a copy of the forms included in the Minority and Women Business Enterprise section for submittal · within the time deadline stated below or the bidder may request a copy of said forms from the City ofFort Worth Project Manager named in this solicitation. Bidders, using the electronic bidding system (Buzzsaw) and as outlined in the submission instructions, shall submit those documents electronically that are requesting information but do not require a signature. And for those documents that require signatures, print a copy of each document, complete, sign, and received at the Purchasing Office within the time deadline stated above. In accord with the City of Fort Worth Ordinance No. 15530, the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City of Fort Worth contracts. A copy of the Ordinance can be obtained from the office of the City Secretary. The.bidder shall submit the MBFJWBE UTILIZATION FORM, SUBCONTRACTOR/SUPPLIER UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM, GOOD FAITH EFFORT FORM {with "Documentation") and/or the JOINT VENTURE FORM as appropriate. The Documentation must be received no later than 5:00 p.m., five (5) City of Fort Worth business days after the bid opening date. The bidder shall obtain a receipt from the appropriate employee of the managing department to whom delivery was made. Such receipt shall be evidence that the City of Fort Worth received the Documentation. Failure to comply shall render the bid non- responsive. · SUBMISSION OF BID AND AW ARD OF CONTRACT The proposal Unit I (Water & Sewer) and Unit II (Paving) 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 Unit I (Water & Sewer) and Unit II (Paving). A bid proposal submittal that is received with only a single proposal unit completed will be rejected as being non-responsive. The Contractor who submits the bid with the lowest price, will be the apparent successful bidder for the project. Bidders are hereby infom1ed that the Director of the Transportation and Public Works reserves the right to evaluate and recommend to the City of Fort Worth City Cowicil the bid that is considered to be in the best interest of the City ofFort Worth. The managing department for this project is the Transportation and Public Works Department. Bidders must ensure that they are pre-qualified by the City ofFort Worth before bidding on a project. A failure to obtain prequalification may be grounds for rejection of a bid, or cancellation of award of a contract. For additional information, please contact Curt Caldwell, P .E., Engineer, Dannenbaum Engineering Corporation at (817) 763-8883 or by email: curtis.caldwell@dannenbaum.com, and/or Kha! Jaafari, P.E., Project Manager, TPW Department at (817) 392-7872 or by email: Khal.J aafari@fortworthgov.org. A pre-bid conference wiUbe held on Monday, January 24th, 2011, at 10:30 AM in the Transportation and Public Works Conference Room No 270, znd Floor, City Municipal Building, 1000 Throckmorton Street, Fort Worth, TX 76102 . Bidders are encouraged to review the plans and specifications· prior to the pre-bid conference. T.M. HIGGINS INTERIM CITY MANAGER Advertising Dates : January 13th, 2011 January 20", 2011 MARTY HENDRIX CITY SECRETARY C :\DQCUMENTS AND SElTtNGSVAAFARK\LOC/\L SETflNGS\TEMPORARY INTERNET Fll.ES\OLKAA\02 3 -COMPREHENSIVE NOTICE TO BIDDERS (CONSULTANT DESIGN -MULTIPLE UNffS-SECT!ONS)-WfR -01-25-10 .00C 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 foilowing docwnentation: a current financial statement, an acceptable experience record, an acceptable equipment schedule and any other documents the Department may deem necessary, to the Director of the Water Department at least seven (7) calendar days prior to the date of the opening ofbids. a) The financial statement required shall have been prepared by an independent certified public accountant or an independent public accountant holding a valid permit issued by an appropriate State licensing agency and shaII 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 ofboth 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 I 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 ofnot less than five (5%) percent of the largest possible total of the bid submitted must accompany the bid, and is subject to forfeiture in the event the successful bidder fails to execute the Contract Documents within ten (IO) 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$I00,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion, will determine the adequacy of the proof required herein . 3 . BONDS: A performance bond, a payment bond, and a maintenance bond each for one hundred (100%) percent of the contract price will be required, Reference C 3-3.7 . 09/10/04 I 4. WAGE RATES: Section C3-3.13 of the Qeneral 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 ofnot less than the rates determined by the City Council of the City ofFort 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 ~t all reasonable hours fot inspection by the Cit{ The tr~fti1.!f ~i~f tJ.f }:.!itt1ii.itt~f~tf c?f.Sei~~bri_·o·r;i~upptin.i~~~ri _g9#4i~~dh.s _Io Part c (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. amounds $25,000.00 odess, the contract amount shall be paid within forty- five (45) calendar days aft~r 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, p~ograrn participants or subcontractors, while engaged in performing this contract, shall, in connection with the employment, advancement or discharge of employees or in connection with the terms, conditions 09/10/04 2 or privileges of their employment, discriminate against persons because of their age except on the bases of a bona fide occupational qualification, retirement plan or statutory requirement. Contractor further covenants that neither it nor its -officers, members, agents, employees, subcontractors, program participants, or persons acting on their behalf, shall specify, in solicitations or advertisements for employees to work on this contract, a maximum age limit for such employment unless the specified maximum age limit is based upon a bona fide occupational qualification, retirement plan or statutory requirements. Contractor warrants it will fully comply with the policy and will defend, indemnify and hold City harmless against any claims or allegations asserted by third parties or subcontractor against City arising out of Contractor's and/or its subcontractors' alleged failure to comply with the above referenced Policy concerning age discrimination in the performance of this agreement. 10. DISABILITY: In accordance with the provisions of the Americans With Disabilities Act of 1990 ("ADA"), Contractor warrants that it and any and all of its subcontractors will not unlawfully discriminate on the basis of disability in the provision of services to the general public, nor in the availability, terms and/or conditions of employment for applicants for employment with, or employees of Contractor or any of its subcontractors , Contractor warrants it will fully comply with AD A's provisions and any other applicable federal, state and local laws concerning disability and will defend, indemnify and hold City harmless against any claims or allegations asserted by third parties or subcontractors against City arising out of Contractor's and/or its subcontractors' alleged failure to comply with the above referenced laws concerning disability discrimination in the performance of this agreement. 11. MINORITY AND WOMEN BUSINESS ENTERPRISES: In accord with City of Fort Worth Ordinance No . 15530, the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City contracts. A copy of the Ordinance can be obtained from the Office of the City Secretary. The bidder shall submit the MBE/WBE UTILIZATION FORM, SUBCONTRACTOR/SUPPLIER UTILIZATION FORM, PRIME CONTRACTOR 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 ofnot less than three (3) years. 12 . FINAL PAYMENT. ACCEPTANCE AND WARRANTY: a . The contractor will receive full payment (less retainage) from the city for each pay period. 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 sh,111 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 disp~te 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 .ofa dispute .regar~ing either final quantities or liquidated damages, the parties shall attempt to resolve the differences within 30 calendar days . 09/10/04 4 SPECIAL INSTRUCTION TO BIDDERS (TRANSPORTATION AND PUBLIC WORKS) . I) BID SECURITY: Cashier's check or an acceptable bidder's bond payable to the City ofFort Worth, in an amount of not less than five percent (5%) of the total of the bid submitted must accompany the bid, and is subject to forfeit 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 a) 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 b) 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 United 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) PAYMENT, PERFORMANCE AND MAINTENANCE BONDS: The successful bidder entering into a contract for the work will be required to give the City surety in a sum equal to the amount of the contract awarded. In this connection, the successful bidder shall be required to furnish a performance bond and a payment bond, both in a sum equal to the amount of the contract awarded. The form of the bond shall be as herein provided and the surety shall be acceptable to the City. All bonds furnished hereunder shall meet the requirements of Chapter 2253, Texas Government Code. In order for a surety to be acceptable to the City, the surety must a) hold a certificate of authority from the United States secretary of the treasury to qualify as a sutety on obligations permitted or required under federal law; or b) 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 United 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. The City will accept no sureties who are in default or delinquent on any bonds or who have an interest in any litigation against the City. Should any surety on the contract be determined unsatisfactory at any time by the City, notice will be given to the contractor to that effect and the contractor shall immediately provide a new surety satisfactory to the City. 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 all claimants supplying labor and materials in the prosecution of the work. 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 City of Fort Worth. City of Fort Worth, Texas Special Instruction to Bidders -Paving and Drainage PMO Official Release Date: 12.21 .2010 Page 1 of 9 All contracts shall require a maintenance bond in the amount of one hundred percent ( I 00%) of the original contract amount to guarantee the work for a period of two (2) years after the date of acceptance of the project from defects in workmanship and/or material. 3) LIQUIDATED DAMAGES: The Contractor's attention is called to Part I, Item 8, paragraph 8.6, of the "General Provisions" of the Standard Specifications for Street and Storm Drain Constn,ction of the City of Fort Worth, Texas, concerning liquidated damages for late completion of projects . · 4) AMBIGUITY: In 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 tlie City or to reject the .proposal. ' ' ' 5) EMPLOYMENT: All bidders will be required to comply with City Ordinance No. 7278 as amended by <;;ity Ordinance No. 740p (Fort Worth City Code Section 13-A-21 through 13-A-29) prohibiting discrjmination in employment practices. 6) WAGE RATES: .Section 8.8 of the Standard Specifications for Street and Storm Drain Construction is deleted and replaced with the following: a) . The contractor shall comply with all requirements of Chapter 2258, Texas Government Code, including the payment ofnofless than the rates determined by the City Council of the City ofFort Worth to be the prevailing wage rates in accordanc~ 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 2) 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 the special provision titled "Right to Audit" pertain· to this inspection. · · ' . . c) The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractor.s 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. e) The contractor shall post the prevailing wagetates in a conspicuous place at the site of the project at all times. · 7) FINANCIAL STATEMENT: A current certified financial statement may be required by the Department of Transportation arid Public Works ifrequired for use by the CITY OF FORT WORTH in determining tl}e suc:ces~:ful biddt:r. This -~!11,tement, if.rt:quired, isJ9 be prep~t:d by an independe_Ilt P.11blic Accountant holding a valid permit issued by an appropriate State Licensing Agency . . , City of Fort Worth, Texas Special Instruction to Bidders -Paving and Drainage PMO Official Release Date: 12.21 .2010 Page 2 of9 8) INSURANCE: Within ten (10) days of receipt of notice of award of contract, the Contractor must provide, along with executed contract documents and appropriate bonds, proof of insurance for Worker's Compensation and Comprehensive General Liability (Bodily Injury-$500,000 each person, $1,000,000 each occurrence ($2,000,000 aggregate limit); Property Damage -$250,000 each occurrence). The City reserves the right to request any other insurance coverage as may be required by each individual project. 9) 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 con~ider 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 ofrecovery 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 endors.ed 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 . 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. City of Fort Worth, Texas Special Instruction to Bidders -Paving and Drainage PMO Official Release Date: 12.21 .2010 Page 3 of 9 . 10) NONRESIDENT BIDDERS: Pursuant to Article 601g, Texas Revised Civil Statutes, the City ofFort Worth will not award this contrc:ict to a non resident bidder unless the nonresident's bid is lower than the lowest bid submitted .by a responsib le 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 is 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 bus iness in this state. "Texas resident bidder" means a bidder whose principal place of business is in this state, and includes a contractor whose ultimate parent company or majority owner has its principal place of business in this state. This provision does no t apply if this contract involves federal funds. The appropriate blanks of the Proposal must be filled out by all nonresident bidders in order for its bid to meet specifications. The failure of a nonresident contractor to do so will automatically disqualify that bidder. 11) MINORITY AND WOMEN BUSINESS ENTERPRISES: In a 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 subm it the MBE/WBE UTILIZATION FORM SUBCONTRACTOR/SUPPLIER UTILIZATION FORM , PRIME CONTRACTOR . WAIVER FORM , .and/or the GOOD FAITH EFFORT FORM . ("with Docum,entation") 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 !lfier 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 n~gligent misrepresentation) and/or commission of fraud by the Contractor will be grounds for termination of the · contract and /or initiating action under appropriate Federal, State or local laws or ordinances relating to false statements . further, any such misrepresentation facts ( other than a negligent misrepresentation) and/or commission of fraud will result in the Contractor being determined to be irresponsible and barred from participating in City work for a period of time <;>fnot less that three (3) years . City of Fort Worth, Texas Spe ci al Instruction to Bidders -Paving and Drainage PMO Official Release Date : 12.21 .2010 Page 4 of 9 Rev 3-13-09 12) AWARD OF CONTRACT: Contract will be awarded to the lowest responsive .bidder. The City reserves the right to reject any and/or all bids and waive any and/or all irregularities. No bid may be withdrawn until the expiration of ninety (90) days from the date the M/WBE UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM, GOOD FAITH EFFORT FORM, and/or the JOINT VENTURE FORM ("Documentation") as appropriate is received by the City. The award of contract, if made, will be within ninety (90) days after this documentation is received, but in no case will the award be made until all the responsibility of the bidder to whom it is proposed to award the contract has been verified . 13) PAYMENT: The Contractor will receive fun payment (minus retainage) from the City for an work for each pay period. Payment of the remaining amount shan be made with the final payment, and upon . acceptance of the project. 14) ADDENDA: Bidders are responsible for obtaining all addenda to the contract documents prior to the bid receipt time and acknowledging them at the time of bid receipt. Information regarding the status of addenda may be obtained on-line on City's Buzzsaw site or by contacting the City Project Manager. z:'Bids that. do not acknowledge an applicable addenda may be rejected as non-responsive. 15) CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW: a). Workers Compensation Insurance Coverage I) · Definitions: Certain 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 worker's compensation insuranc;e coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project-includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in §406.096)-includes all persons or entities performing an 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 toner 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 . 2) The contractor shall provided 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. City of Fort Worth, Texas Special Instruction to Bidders -Paving and Drainage PMO Official Release Date: 12.21 .2010 Page 5 of 9 3) The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. · 4) If the coverage period. shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. 5) The contractor shall ol;>tain from each person providing services on a project, and provide ·to the governmental entity:· a) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing serv_ice s ,on the project; and b) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, ithe coverage period shown on the current certificate of coverage ends during the duration of the project. . 6) The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter 7) The contractor shall notify the . governmental entity in writing by certified mail or personal delivery, within ten (IO) days after the contractor knew or should have known, of any change . that materially affects tlte . provision of coverage of any person providing services on the ~~ .. 8) · 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 r~port lack of coverage . 9) The contractor shall contractually require each person with whom it contracts to provide services on a project, to : · . ' . ' a) 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, Sectiort40I.011 (44) for all of its employees providing services on the project, for the duration of the project;; . · b) 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; c) 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; d) obtain from each other person with whom it contracts, and provide to the contractor: City of Fort Worth , Texas Spec ial Instruction to Bidde rs -Pav ing and Dra inage PMO Offic ial Release Date: 12.21 .2010 Page 6 of 9 Rev 3~13-09 1) a certificate of coverage, prior to the other person beginning work on the project; and 2) 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; e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter. f) notify .the governmental entity in wiring 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 g) 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 . 10) 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. 11) The contractor's failure to comply with any of these provisions is .a breach of contract by the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity b) 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 coinmon 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 worker" 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". Contact the Texas Workers' Compensation Commission 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". City of Fort Worth, Texas Special Instruction to Bidders -Paving and Drainage PMO Official Release Date: 12.21 .2010 Page 7 of 9 16) NON DISCRIMINATION: The contractor shall not discriminate against any person or persons because of sex, race, religion, color, or national origin and shall comply ·with the provisions of City Ordinance 7278, as amended by City Ordinance 7400 (Fort Worth City Code Sections 13A-21 through 13A-29), prohibiting discrimination in employment practices. 17) AGE DISCRIMINATION: 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, or employees, will engage in performing this contract, shall, in connection with the employment, advancement or discharge of employees or in connection with the terms, conditions or privileges of their employment, discriminate against person because of their age except on the basis of a bona fide occupational qualification, retirement plan or statutory requirement. Contractor further covenants that neither it nor its officers, members, agents, or employees, or person 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 requirement. Contractor warrants it will fully compiy with the Policy and will defend, indemnify and hold City · harmless against any and all claims or allegations asserted by third parties against City arising out of Contractor's alleged failure to comply wjth the above referenced Policy concerning age discrimination in the performance of this Contract. · · 18) DISCRIMINATION DUE TO DISABILITY: In accordance with the provisions of the Americans with. Disabilities Act of 1990 ("ADA"), Co~tractor warrants that it 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 current employees of Contractor. Contractor warrants it will fully comply with ADA's provisions and llllY 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 against City arising out of Contractor's alleged failure to comply with the above-referenced laws ·concerning disability discrimination in .the performance of this .Contract. 19) PROGRFSSPAYMENIS,FINALPAYMENT.PROJECT ACCEPfANCEANDWARRANTY: . . . . . . . a) The contractor will receive full payment (less retainage) fr~m the city for each pay period. b) Payment of the retainage will be included with the final payment after acceptance of the project as being complete. c) The project shall be deemed complete and accepted by the City as of the date the final punch list has . been completed, as eyidenced 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. City of Fort Worth, Texas Special Instruction to Bidders -Paving and Drainage PMO Official Release Date: 12.21 .2010 Page 8 of9 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 2) 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. 20) PREOUALIFICATION REOUIREMENIS: All contractors submitting bids are required to be prequalified by the Fort Worth Transportation and Public Works Department prior to submitting bids for pavement contracts. 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 as outlined in the PREQUALIFICATION REQUIREMENTS FOR PAVING CONTRACTORS most recent version, and any other documents the Department may deem necessary, to the Director of Transportation and Public Works at least fourteen (14) calendar days prior to the date of the opening of bids. a) The financial statement required shall have been compiled 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 (I) 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 with 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 Transportation and Public Works Department shall be the sole judge as to the level of project a Contractor is qualified to bid based upon a review of the information submitted. d) The City, at its sole discretion, may reject any bid for failure by the Contractor to demonstrate acceptable experience, expertise or financial wherewithal to perform the work included in the project. e) Any proposals submitted by a non-prequalified bidder shall be returned unopened, and if inadvertently opened, shall not be considered f) The City will attempt to notify prospective bidders whose qualifications (financial or experience) are not deemed to be suitable for 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 . g) Any contractor who becomes qualified and remains in good standing with the City will not be required to submit for re-qualification for 2 years from the date of having last being qualified. Re- qualification procedures are included in the PREQUALIFICA TION REQUIREMENTS FOR PAVING CONTRACTORS document. City of Fort Worth , Texas Special Instruction to Bidders -Paving and Drainage PMO Official Release Date: 12.21.2010 Page 9 of 9 SECTION 3 -M/WBE DOCUMENTS 3.1 M/WBE Special Instructions to Bidders 3.2 M/WBE Subcontractor/Supplier Utilization Form 3.3 M/WBE Prime Contractor Waiver Form 3.4 M/WBE Good Faith Effort Form 3.5 M/WBE Joint Venture Eligibility Form G :\1210\4397-32\Project\Specifications\Contract 5C\SECTION 3\3 .0-SECTION 3 COVER.doc - FORT WORTH ~ City of Fort Worth ATTACHMENT 1A Page 1 of 5 J'---, - Subcontractors/Suppliers Utilization Form PRIME COMPANY NAME : IX Lt° 2007 Critical Capital Project Council District 5, Contract SC City's M/WBE Project Goal: 24% Prime's M/WBE Projec! Utilization: ;}. .D1 % Check applicable block to describe prime M/W/DBE X NON-M/W/DBE BID DATE Dex. It c9-DI I PROJECT NUMBER DOE No. 5878; CITY NO. 00950 Identify all subcontractors/suppliers you will use on this project 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. Marketp lace is the geographic area of Tarrant, Parker, Johnson, Collin , Dallas, Denton, Ellis, Kaufman and Rockwall counties . ALL M/WBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms , located or doing business at the time of bid opening within the Marketplace, that have been determined to be bonafide minority or women businesses by the North Centra l 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). · G:\1210\4397-32\PROJECnSPECIFICATIONS\CONTRACT 5C\100% SET -5C\03.2 -PINK -5-30-03 SUBCONTRACTOR-SUPPLIER UTILIZATION FORM .DOC Rev . 5/30/03 FORT WORTH ~ 02 -18 -1 I Al J:_;_ ATIACHMENT 1A Page 2 of4 Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority, Women and non-M/WBEs. Please list M/WBE firms first, use additional sheets if necessary. Certification ·N (check one) 0 SUBCONTRACTOR/SUPPLIER n T T Detail Detail Company Name I N 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 T~t.~i~ }4et,~\ 0 $;).'5lj , 3P)oD ROBERT GRANADOS TRUCKING Su <plvtS 5412 Kingsl ink Circle I vv Fort Worth , Tex as 76 135 (817) 237-3520 Co~e._ $31 ~a;.oD ~iMi t COWTOWN REDI-MlX , PO Box 162 327 I v v' Fo rt Worth , Te xa s 76 16 1 V (8 ]7) 759-1 9 ]9 f (8 ] 7) 759-1 7 ]6 -r {"O\ ff i"(, $ 1.fprofP Roadrunner Traffic Supply, In c . [o"ht rol 3200 Marquita Drive Fort Worth , Te xas 7611 6 I V v " Sl,{fi?) J'6 phone: 817-244-0305 fa x: 817-244-4819 ~ '{d rt1t tA' I)\_, $,3,l tl).d) Texas Environmenta l Management ~IY1_5/Soddi~ San Antonio , Inc . P.O . Box 369 I I/ -Justin , TX 7 6247 Phone:940648-3640 Shaunna ,v :r (6\)eC,i ;DY) $ 4 ,4ro.00 MJ PIPELINE INSPECTION, INC. cl-Li "'e_s PO Bo x 851 -I / Granbury, TX 76048-0851 II Melody Bendewald (817) 946-1 12 6 MMG BUILDING& CONST. SERVICE~ l)orwt:tt $~CWpD L C 1o, \Q-t P.O . Box 1298 . V Hurst, TX 76053 V ~-\o_\ V (8 J 7) 5] 0-04 90 f (8 17) 5 J 0-0495 I Rev. 5/30/03 I ' FORT WORTH ~ ATTACHMENT 1A Page 3 of 4 Primes are required to identify fil 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 n T T Detail Detail Company Name i N C X M Subcontracting Work Supplies Purchased Dollar Amount Address e M w T D vi Telephone/Fax r B B R 0 e E E C T E A FLt -el $35,croPD SUN COAST RESOURCES INC. v/ Teri Bateman PO Box 972321 I Dallas , Tex as 75397 V (800)677-3835 X655 Pipe /Pi~ $ J DI /1 )3. oD HD SUPPLY WATERWORKS, Ltd. ti \f 1 ~~ 't-PO Box 840700 I V Dallas, Texas 75284 \I \/ ot I l/f>.S (817) 595-0580 As-pr11 I+ i~ /CO .co ) JLB Contracting, LLC lv PO Box 24131 J Fort Worth, Tex as 76124 (817) 261-2991 ~iPt,Pi(Je $ \ 41 b00,00 RINKER MATERIALS / ,+.Ji~s~ PO Box 730197 I V Vo.. I \/"2S Dallas , Texas 75373 ---0197 (817) 491-4321 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 $ ATTACHMENT 1A Page 4 of 4 The Contr.actor will not make additions, deletions; or sub~titutions to this certified list without the prior approval of th~·.fv1inority and Women Business Enterprise Offi~~ Manager or desigiiee th~ougp the submittal of a Re,que,stfot Apprcival'of Chahge/Adr;lition. Any unjustified change or deletion shall be a material breach .of corifracf ·and · may result in · debarment in accord with the procedures outlined in the ·ordinance . The contractor shall, s.ubmit a detailed explanation of how the requested change/addition or deletion will affect the committed · M/V\/Bt; goal. it the detail explanati.on is not submitted, it will affect the final compl iance det~rmination. 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 , pr incipals , 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. J ea\. I Cooa :\:Se c Printed Sign~ture ~ntact Name/Title (If differel\!L., -t'h D(1. ,Q__ ~ C,l 'I '6'11--6'3Y--1'7 4 3 '817-634-465 V2 Company Name Telephone and/or Fax -ail Addre CJ~) 1j / ~o 1 I Date I I City/State/Zip Rev. 5/30/03 ATIACHMENT 1 B Page 1 of 1 City of Fort Worth Disadvantage Business Enterprise Specifications Prime Contractor Waiver Prime Company Name 2007 CC Project Council District 5 Contract SC Project Name DOE No. 5878; City No. 00950 Bid Opening Date Project Number If both answers to this form are YES, do not complete ATTACHMENT 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 ATTACHMENT 1C. This form is only applicable if .both answers are yes. Failure to complete· this form in its entirety ancl be received by the Managing Department .on or before 5:00 p.in :, five · {5) City business days after bid opening,' exclusive of th.e bid opening .c;l_aie, wm result in the bid being considered non-responsive to bid specifications. ·· · ... · ' · Will you perform this entire contract without subcontractors? __ Yes __ No If yes, please provide a detailed explanation that proves based on the size and scope of this project, this is your normal business practice and provide an operational profile of your business. Will you perform this entire contract without suppliers? __ Yes No If yes, please provide a detailed explanation that proves based on the size and scope of this project, this is your normal business practice and provide an inventory profile of your business. The bidder further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including DBE(s) on this contract, the payment therefore and any proposed changes to the original DBE(s) arrangements submitted with this bid. The bidder also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed by .the 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 creates a material breach of contract may result in a determination of an irresponsible offeror and barred from participating in City work for a period of time not less than one (1) year. Authorized Signature Printed Signature Title Contact Name (if different) Company Name Phone Number Fax Number Address Email Address City/State/Zip Date G:\1210\4397-32\Project\Speclfications\Contract SC\SECTION 3\MWBE Pri me Contractor Wa iver.doc Rev. 5/30/03 ATTACHMENT 1C Page 1 of 3 FORTW"ORTH '-z ·w ,_. City of Fort Worth?--1 Disadvantage Business Enterprise1 <..I ::i2 GOOD FAITH EFFORT I 'I Carn-ts-.£> r Qorf:?± r:u r± fE>:DTX, w? Prime Company Name ' ' 2007 CC Project Council District 5 Contract SC Project Name Veb l] dD 11 Bid Date DOE No. 5878; City No. 00950 Project Number If you have faUed , to secure DBE participation and you have subcontracting and/or suppiier opportunities or if your DBE participation is less than the City's project goal, you mustcomplete this form. · · . · · · · If the bidder's method of compliance with the DBE 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. FailW~: Jo , co.mp le~~ t~is form,. In its. entirety wit~· s~pporting documentation, and rec~ived by . the l\'lanaging D~p~rtmen~ on or before 5:00 P:m : five (~) City business days af,te,t bid op.ening, exclusive of b'd opening daJe, will re.suit in the .bid being considered non-responsive to bid specificatio('!s. . •· · · · · · 1.) Please list each and every subcontracting and/or supplier opportunity (DO NOT LIST NAMES OF FIRMS) which will be used in the completion of this project, regardless of whether it is to be provided by a DBE or non-DBE. On Combined Projects, list each subcontracting and or supplier opportunity through the 2"d tier. List of: (Use additional sheets, if necessary) Subcontracting Opportunities List of: Supplier Opportunities Cox:rnll:\e ltd', M iX IY'c,+f 'i c. CDYJ±rol 5.lppl itS ~< t.o bl Q To i Le +s hA Q, \ +>rveJ?i~ ~1 \4 '1 f%s-r\LVeS ~tn\-\- G:\1210\4397-32\Project\Specifications\Contract SC\SECTION 3\MWBE Good Faith Effort.doc Rev. 5/30/03 ATTACHMENT 1 C Page 2 of3 2.) Obtain a current (not more than three (3) months old from the bid open date) list of DBE subcontractors and/or suppliers from the City's M/WBE Office . v"ves __ No Date of Listing_,_,_/ d>if: I ID 3.) Did you solicit bids from DBE 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? vYes __ No If yes, attach DBE mail listing to include name of firm and address and a dated copy of letter mailed. 4.) Did you solicit bids from DBE 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? V ves __ No If yes, attach list to include .n!!!l! of DBE firm, person contacted, phone number and date and time of contact. ~()JE: · A facsimile .. may ~e ·used t~ co,mply Ylith eith.er 3 or .. 4, bu~ may'.not l:le · µsed, fotbot~~-lf a:facs,im.ile . i~ used, .attach the ' fax confir('1ation, ·which is ·to ;pr<>vic,le . DBE, 'name;' dat~, .:tim~, fax ,~umbea: and documentation faxed. , , .''.' ,', ,, ' ''', ,: ' ·,,' .' '· ,· ,' ,, ' ' '·,, .. ''' ,~QTE:. If the . lis, of DBEs . f~r a partic,ular subcontracting/supplier qppqrt~nity ·is ten or iess; .~he -~id(Jer rm.ist contact the entire . list to be. in compliance· with questions . 3 an·d 4. ·. If the list of DBEs for ,~ particula'f. .s'u#cc;mtractir1g/_s,uppiier o~'portunity ' is ten '.or more, t~e bidder must 'cont~ct,'at least two-thirds: t:>f theJist .within such "area of opportunity, but not.less ttian ten to be in compliance with 'qLiestiOl1S 3 and 4~ i: . · .. 5.) Did you provide plans and specifications to potential DBEs or information regarding the location of plans and specifications In order to assist the DBEs? vYes __ No 6.) Submit documentation if DBE quotes were rejected. The documentation submitted should be in the forms of an affidavit, include a detailed explanation of why the DBE 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 a inspection of any relevant documentation by City personnel. (Please use additional sheets if necessarv, and attach.) Company Name Telephone Contact Person Scope of Work Reason for " (\ () Rejection l ~Vo ccttnr oDlJ ~~O 1tt G:\1210\4397-32\Project\Speciflcations\Contract 5C\SECTION 3\MWBE Good Faith Effort.doc Rev. 5/30/03 ADDITIONAL INFORMATION: :Jc:. -7 .... -1 7 • 1 c . .., ATTACHMENT 1 C Page 3 of 3 Please provide additional information you feel will further explain your good and honest efforts to obtain DBE 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 DBE(s) listed was/were contacted in good faith. It is understood that any DBE(s) listed in Attachment 1C will be contacted and the reasons for not using them will be verified by the City's M/WBE Office.~ .... A -----J-e.a~ CDCh-::f£-.QY-~i~ Prlntedlignature ~c-es i d'i2n t: -~-=..:....:cm....:....:.....e.-..-<'. ______ _ Title Contact Name and Title (if different) ~mAS-4 c ~tt.u. -\-1 tfii\X, LP Company Name 9;11-f53 Y ~174 3 Phone Number Fax Number £0 .k l~4Ldg I ~g c~~axedf:&r. lfM\ ail Adress City/State/Zip 1 a~/ 1tJ / Q.Q}, Date G:\1210\4397-32\Project\Speciflcations\Contract 5C\SECTION 3\MWBE Good Faith Effort.doc Rev. 5/30/03 CITY OF FORT WORTH JOINT VENTURE ELIGIBILITY FORM All questio11s must be a,rswered; use "NA" if applicable. Name of City project: 2007 Critical Capital Project Council District 5 Contract SC A joint venture fonn must be completed on each project RFP/Bid/Purchasing Number: DOE No. 5878; City No . 00950 1. Joint venture information: Joint Venture Name Joint Venture Address (If applicable) Telephone: Cellular: Facsimile: E-mail address: Identify the firms that comprise the joint venture: Joint Venture Page 1 of 3 Please attach extra sheets if additional space is required to provide detailed explanations of work to be performed by each firm comprising the ·oint venture DBE firm Non-DBE firm name: name: Business Address: Business Address : City, State, Zip: City, State, Zip: Telephone Facsimile E-mail Telephone Facsimile Cellular Cellular Certification Status: E-mail address Name of Certifying Agency: Describe the sco e of work of the non-DBE: G:\1210\4397-32\Project\Specifications\Contract 5C\SECTION 3\6 .5 MWBE Joint Venture .doc Rev. 5/30/03 Joint Venture Page 2 of 3 3. What is the percentage of DBE 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. S. List components of ownership of joint venture: (Do not complete if this information is described 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 Account Payable and Rece ivable): Management decisions: a. Estimating ----------------------------------------------b. Marketing and Sales ---------------------------------------------- C. Hiring and Firing of management personnel ----------------------------------------------d. Purchasing of major equipment and/or supplies Supervision of field operations The City's Disadvantage Business Enterprise Office will review your joint venture submission and will have final approval of the DBE 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 DBE 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 DBE Program . G :\1210\4397-32\Project\Specifications\Contract 5C\SECTION 3\6 .5 MWBE Joint Venture .doc Rev. 5/30/03 AFFIDAVIT Joint Venture Page 3 of 3 The undersigned affirms that the foregoing statements are true and correct and include all material information necessary to identify and explain the terms and operation of the joint venture . Furthermore, the undersigned shall agree to provide to the joint venture the stated scope of work, decision-making responsibilities and payments herein. The City also reserves the right to request any additional information deemed necessary to determine if the joint venture is eligible. Failure to cooperate and/or provide requested information within the time specified is grounds for termination of the eligibility process. The undersigned agree to permit audits, interviews with owners and examination of the books, records and files of the joint venture by any authorized representatives of the City of Fort Worth. Failure to comply with this provision shall result in the termination of any contract which may be awarded under the provisions of this joint venture's eligibility and may initiate action under Federal, State and/or Local laws/ordinances concerning false statements or willful misrepresentation of facts. Name of DBE tinn Name of non-DBE finn Printed Name of Owner Printed Name of Owner Signature of Owner Signature of Owner Printed Name of Owner Printed Name of Owner Signature of Owner Signature of Owner Title Title Date Date Notarization State of County of ----------------------------------- On this-------------day of _______ _, 20 ____J 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 d~ed. Notary Public ______________________ _ Print Name Notary Public ______________________ _ Signature Commission Expires _____________________ _ (seal) G:\1210\4397-32\Project\Specifications\Contract 5C\SECTION 3\6 .5 MWBE Joint Venture.doc Rev. 5/30/03 SECTION 4 -BID PACKAGE 4.1 Bid Proposal Cover & Signature Sheets 4.2 Bid Proposals Paving -Bid Form Drainage -Bid Form Water -Bid Form Sewer -Bid Form 4.3 Bid Schedule 4.4 Vendor Compliance to State Law 4.5 List of Fittings 4.6 Addenda Index and Receipt 4 . 7 Pre-Qualified Subcontractor List G:\1210\4397-32\Project\Specifications\Contract 5C\SECTION 4\4.0-SECTION 4 COVER.doc TO: Mr. T.M. HIGGINS INTERIM CITY MANAGER, FORT WORTH, TEXAS FOR: City of Fort Worth, Texas Council District 5 Capers Avenue, Osborne Lane, Ransom Terrace D.O.E. No. 5878 Unit I: Water & Sanitary Sewer Replacement Water Project No: P253 541200 605170095083 Sewer Project No: P258 541200 705170095083 Unit II: Paving Reconstruction T/PW Project No: C295 541200 205400095083 ~-City Project No.: 00950 Fort Worth, Texas Pursuaµt to the forgoing 'Notice to Bidders:'"the undersigned has examined the plans, specifications and the site, understand the amount of work to be done, and hereby proposes to do all the work and furnish all labor, equipment, and materials necessary to fully complete all the work as provided in the plans and specifications, and subject to the inspection and approval of the Director, Department of Transportation and Public Works of the City of Fort Worth. If required by this project, Contractor must be pre-qualified in accordance with the .projects sponsoring Departments of the City of Fort Worth requirements. Upon acceptance of this Proposal by the City Council and required by this project, the bidder is bound to execute a contract and furnish Performance, Maintenance Bond for the water replacement contract only, and Payment Bond approved by the City of Fort Worth for performing and completing said work within the time stated for the following sums, to wit: Total quantities given in the bid proposal may not reflect actual quantities, but represent the best accuracy based on a reasonable effort of investigation; however, they are given for the purpose of biddirlg on and awarding the contract. g:\1210\4397-32\project\specifications\contract Sc\100% set -Sc\4.1-rev ised sheet 1.due to fact that editing of buzzsaw version is locked and uneditable .changed city manager.doc -;. City of Fort Worth Project Manager: Khal Jaafari , P.E. Project 2007 Critical Capital Proj ect Council D istrict 5 ; Contract SC Capers Avenue , Osborne Lane , Ransom Terrace and Plants Avenue Date 2/14/2011 ... City Project # 00950 DOE# 5878 ,our venaor Number Tou r 1,,;ompany CcA-A7S-e/L Name PAVING IMPROVEMENTS BID ITEMS: CPMS Record Unit of Sub Group Number Material Oescriotion Measure Quantitv Your Unit Price Your Bid Ma io r BID -00100 Service CS Storm Water Pollution Pr eve nti on Pain > Than 1 Ac SWPPP -LS 1 ~m.oo 5co,oo Fence BID -00126A Other Fence -4' Chain Link Fence -Install (ADDENDUM #1) LF 529 (o.oo 3 !7J.f.OO 4 .00 I Fence BID -00126B Other Fence -3' Wood Fence -Install (ADDENDUM #1) LF 197 7 ~oo Fence BID -00126C Other Fence -5' Chain Link -Install (ADDENDUM #1) LF 63 c;,oo 5ro7.0 o Fence BID -001260 Other Fence -4' Wood Picket -Install (ADDENDUM #1) LF 50 (,,, oo :VxJ.00 Fence BID -00126E Other Fence -6' Wood Picket -Install (ADDENDUM #1) LF 197 °f_OO / 77.~. oo /. oo I 5;).9. t,O Fence BID -00127A Service CS Fence -4' Chain Link Fence -Remove (ADDENDUM #1) LF 529 Fence BID -00127B Service CS Fence -3' Wood Fence -Remove (ADDENDUM #1) LF 197 /. so dH'J. oo Fence BID -00127C Service CS Fence -5' Chain Link -Remove (ADDENDUM #1) LF 63 d,bO I d.-0 . DO Fence BID -001270 Service CS Fence -4' Wood Picket -Remove (ADDENDUM #1) LF 50 3,00 /fJO.OD Fence BID -00127E Service CS Fence -6' Wood Picket -Remove (ADDENDUM #1) LF 197 4,00 'tRR,oo BID -00137 REMOVED FROM BID PROPOSAL /ADDENDUM #1) -e--8-- Soil BID -00147 Soil Top soi l -Ins tall CY 962 $ 16.00 15 311. O() Site BID -00181 Service CS Tr affic Control LS 1 JO CCO. DO 10 f'Db.oo Common BID -01321 Service CS Miscellaneous -Tre e Removal (ADDENDUM #1) EA 27 -'/CD . DD I (2CD.OD ,o Parkwav BID -00402 Service CS Driv ewav -Remove SF 10 ,399 J.a5 /J.. qcyi.1"5 Parkway BID -00404 Concrete Drivewav-6 In ch -Install SF 10 ,399 41 .50 'I lo '"ZC15. 00 Parkway BID -00407 Assemblv Mai lbo x -In sta ll EA 1 ?Joo.oo · c{X).oo Parkwav BID -00408 Service CS Mailbox -Remove EA 1 I 00. (X) 100.oc ADDENDUM #2 G :\1210\4397-32\Pro ject\Speci fications \Contract 5C \100% Set -5C\addenda .2. 04.0 5C Propo sal .xis 6-(1) City of Fort Worth Project Manager: Khal Jaafari , P .E . Project 2 007 Critical Capital Project Council District 5; Contract 5C _, C A O b L R T d Pl A apers venue , s orne ane, an som errace an ants venue PAVING IMPROVEMENTS BID ITEMS CONTINUED: CPMS Record Unit of Sub Group Number Material Description Measure Quantity Your Uni t Price Your Bid Parkway BID -00411 Other Retain ing W all -per Specia l Retaining Wall Detail -Install (ADDENDUM #1) CY 362 J1j.OD ~3 35D .DO Parkway BID -00414 Service CS Utlity Adju st ment -Repair LS 1 $10 ,000 $10,000 Pavina BID -00424 Service CS Curb & Gutte r -Remove LF 5,134 ~pD ro ~ 1,, 'i. oD Pavina BID -00443 A sphalt Pavement -2" (min) HMAC on 2/27 Conc re te Bas e SF 3 12 (o(JD J '3 7J...0D Pavi ng BID -00429 Concrete Pavemen t-7.5 Inch 3 ,500 PSI -In stall (ADDENDUM #1\ SY 14 ,137 ~7.d-5 3i5.d 3 3 . .;25 Paving BID -00457 Service CS Pavement • 5" Concrete -Remove (ADDENDUM #1) SY 2 ,380 4.oD 9, 5,W.DO Paving BID • 00471 Asphalt Pavement-Transition-Min 6 Inch HMAC -Type B Install (ADDENDUM #1) TON 28 1 ;)""_oo ~ .c;rn po Pavi na BID -00472 Service CS Pavement-Unclass ified Street Excavati on CY 4,420 °f_DD 31 ,?iJ.00 /00.oO f I t:l).DO Paving BID -00479 Service CS Sp eed Humo · Remove EA 1 Pavina BID -00480 Asphalt Speed Hump -In stall EA 1 L..j (){). 00 L/!X).OD Pavina BID -00484 Lime Subarade-6 Inch-Lime Stabi lized -2 7 lb s/sv -Insta ll SY 14,990 ~.{p~ 31 7 J.:J.'5D Pavina BID -00496 Lime Subqr ade-Lime far St abilization -Inst all TONS 202 ;40.00 &>(, 3 :J.. '1IJ . ol Sign BID -00504 Steel Sian-Proi ect Desianation -Install EA 8 3co.oD i LJCO(X) Sidewalk BID -00529 Service CS Walk -Remove SF 245 ~-{)U 7 35.CL Sidewalk BID . 00530 Concrete Walk-4 Ft -Install SF 330 .t=i, 00 I. lo5D·D0 Sidewalk BID . 00532 Concrete Wa lk-ADA Wheelch air Ramo -Insta ll SF 2,699 °t _DD ,;t LJ. ;i,,q /_ou -~-/JO I 537.oo Sidewalk BID -00533 Service CS Walk-ADA W hee lcha ir Ramo -Remove SF 179 Sidewalk BID -00536 Concrete Wal k -Steos -Install SF 32 ;;AQ.DD Id-IQ.DD Sidewalk BID -00537 Concrete Wal k -Steps -Remove SF 32 _::i_,,DO Cj{o.00 Paving BID -00843 Concrete Curb • 7 Inch -In stall L F 7,473 J.75 J 3 07'7)5 Distribution BID -00848 Service CS Meter Bo x-Adiustment -Service s EA 204 05.00 7 / 1-/ (). DD Collection BID -00849 Service CS Manho le-Adi ustment EA 9 '=VY'J.oo ,:l '7 rt). 6!J Liahtina BID . 00973 A ssembly Lioht -Salvaae Existina Street Li aht Eauioment -Remove EA 1 I om/JD I a:;o.oo Lighting BID -00967 A ssemblv Licht-Concrete Foundation Tvoe 1, 2, & 4 -Install EA 1 ~ '5'0.0D · 150.oc Liahtina BID -00975 A ssembly Liaht-T vo e 11 , 8, D-25 , D-30 Pol e & Arm -Item ourchased from Citv -Install EA 1 3 cx:[).00 3/m.ov TOTAL PAVING IMPROVEMENTS: $ 'l '55 '{).Q . .JS ADDENDUM#2 G :\1210\4397-32\Pro ject\Specif ications\Contr act SC\100% Set -5C \addenda.2 . 04.0 5C Proposal .xis 6-(2) City of Fort Worth Project Manager: Khal Jaafari , P .E. Project 2007 Critical Capital Project Council District 5 ; Contract 5C Capers Avenue , Osborne Lane, Ransom Terrace and Plants Avenue DRAINAGE IMPROVEMENTS BID ITEMS: CPMS Record Unit of Sub Group Number Material Description Measure Quantity Your Unit Price Your Bid Major BID -00080 Service CS Pipe -Remove LF 91 (,,PO 5'f{p.0 D Maior BID -00081 Concrete Pipe-21 Inch-CL Ill -Install LF 85 "-ID . OD 3'j-C[). 00 Major BID -00085 Concrete Pioe -36 Inch-CL V -Install (ADDENDUM #2) LF 113 qo.oo to' ,70.0 ° Maier BID -00087 Concrete Pipe-48 Inch-CL V -Install (ADDENDUM #2) LF 102 /AO.OD t~ ~/,..f),O'O Major BID -00088 Concrete Pioe-54 Inch-CL V -Install (ADDENDUM #2) LF 521 c:;30,6D //9 ~-;~. 02' {o .DD , Maior BID -00101 Service CS Unclassified Trench Excavation & Backfill -Install CY 1,047 ID ;).8~. 00 Minor BID -00102 Service CS Inlet -Remove EA 7 Lfti).DD ~ 9!XJOD Minor BID -00106 Concrete lnlet-lnline-10 Ft -Install EA 8 ;] nr:l).00 I/,, , rYJ[).ov 'I ~ CiDpo Minor BID -00107 Concrete lnlet-lnline-15 Ft -Install EA 1 ~ nm.0° Minor BID -00108 Concrete lnlet-lnline-2 0 Ft -Install EA 2 "J/ co Cii). x,rro.oo BID -00109 REMOVE FROM BID PROPOSAL !ADDENDUM #2) -a-B Minor BID -00118 Concrete Std 4'x4' Storm Drain Manhole (ADDENDUM #2) EA 2 ~ 5Cl).DD 7 (Y)D.oD Minor BID -00115 Concrete Std 6'x6' Storm Dra in Manhole (ADDENDUM #2) EA 1 7. ?fJDPD 1 &<()()_{)6 BID -00948 REMOVE FROM BID PROPOSAL (ADDENDUM #2) e s TOTAL DRAINAGE IMPROVEMENTS: $ 1'1?, 18ioD ADDENDUM#2 G:\1210\4397-32\Project\Specifications\Contract SC\100% Set-5C\addenda.2. 04 .0 SC Proposal .xis 6-(3) •. City of Fort Worth Project Manager : Kh al Jaafari , P.E. Project 2007 Critical Capital Project Council District 5 ; Contract 5C .. Capers Ave nue , Osborne Lan e , Ransom Terrace and Plants Avenue WATER IMPROVEMENTS BID ITEMS: CPMS Record Unit of Sub Group Number Material Descriotion Measure Quantity Your Unit Price Your Bid Paving BID . 01302 A sphalt Pav ement-2 Inch Type D HMAC on 6 In ch Fl ex Ba se -Temporary -In sta ll (ADDENDUM #1) LF 2,878 "3_00 ;} :i., CJ:).L/. DD Distribution BID . 00546 Iron Fir e Hydrant -Ins tall EA 4 ~ 300.oD CJ, ~rl).OD Distribution BID . 00547 Service C S Fire Hydrant -Remov e EA 1 ,;)fXJ_DO d.Ct).D 0 Distribution BID . 00548 Iron Fire Hydrant-Barrel & Stem Exten sion -Install VF 12 JC().00 I o2J)Q.D0 Distribution BID . 00550 Polyethvlene Meter Bo x-Cla ss A -Install EA 56 11 0.00 In I tdJ.0° Distribution BID . 00567 Service CS Pipe Remov e LF 2 ,715 1.00 __:J 7 J:J.D0 Distribution BID . 00568 Iron Pi pe Fitting s-< Than 16 Inch DI Pip e -In stall TONS 3.3 3 DW·CO °f 'qoo.60 Distribution BID . 00605 PVC Pipe · Pressure · 4 Inch · In stall LF 6.0 o6,DD /'50.60 D istribution BID . 00616 PVC Pip e-Pr essure-6 Inch -In stall LF 44 o?/o.DD t JJ../4.00 Distribution BID . 00618 PVC Pipe-Pressure-a In ch -Install L F 2 ,862 d'?Z.00 80, 13&,.tJD Distribution BID . 00745 Iron Valve-6 In ch-Gate -wNalve Bo x -In stall EA 4 '2C().D0 3..Joo.oD Distribution BID . 00749 Iro n Val_ve-8 In ch-Gate -wNalve Bo x -In sta ll EA 9 qoo .Do "2° I Do .DO Distribution BID -00751 Service CS Valve-Gate -Remove EA 4 ) /)().DD '~oo.oO D istribution BID -00758 Coooer Water Service-1 In ch -Install LF 983 d9:. oo c2 7. 5:J.L/. OD Distribution BID . 00762 A ssembly Water Serv ice-1 Inch -T ap to Main -Install EA 56 o<CD .oo 11 ,;JC().OD Distribution BID -00769 Steel Water Serv ice-2 Inch -Temporary -Install LF 2,872 ~.75 rj ~'2:oD TOTAL WATER IMPROVEMENTS: $ 1q.;11'5/.00 ADDENDUM#2 G:\1210\4397-32\Pro ject\Specilications\Contract 5C \100% Set -5C\addenda .2. 04 .0 5C Proposal .xis 6-(4) City of Fort Worth Project Manager: Khal Jaafari , P.E. Project 2007 Critical Capit al Project Council District 5 ; Contract 5C Capers Avenue , Osborne Lane, Ransom Terrace and Plants Avenue SEWER IMPROVEMENTS BID ITEMS: CPMS Record Unit of Sub Group Number Material Description Measure Quantitv Your Unit Price Your Bid Collection BID -00198 Concrete Collar-Manhole-32 Inch -Frame & Cove r -Install EA 9 :::?HJ.OD ~ ',n[),OD Collection BID -00201 Service CS Inspection-Post Construction Cleaning & TV -Study LF 1,858 ;)..OD ~ -7 l&,.OO Collection BID -00202 Service CS lnspection-Preconstruction Cleaning & TV -Study LF 1,858 ~ . .;).S Lf 1&25D Collection BID -00206 Service CS Manhole -Remove EA 5 c).D0.00 1 'rm.00 Collection BID -00213 Concrete Manhole-Std 4 Ft Diam-(to 6 Ft Depth) -Install EA 9 oi.~roOD ~ r;:;co .oo Collection BID -00214 Concrete Manhole-Std 4 Ft Diam -Added Depth (over 6 Ft Depth) -Install VF 8 / 3:£).b tJ I CJ..lQ.D0 Collection BID -00217 Service CS Manhole-Vacuum Test -Services EA 9 c:.o.oo LJ5C).b0 Collection BID -00954 Steel Manhole-Watertight Insert-Locking Stainless Steel -Install EA 9 J;J.~.00 I f~"')_ DD Collection BID -00332 Iron Pipe-Sewer-8 Inch (All Depths) -Install D.I.P . w/protecto 401 (ADDENDUM #2) LF 168 ~5.00 7. !'5/ oCJ. O() Collection BID -00350 PVC Pipe-Sewer-8 lnch-SDR26 (All Depth s) -Install w/CSBF LF ' 70 3:J.~DD ~ ;J.LfQ.OD Collection BID -00351 PVC Pipe-Sewer-8 lnch-SDR35 (All Depths ) -Install LF 1 ,630 ?D.00 -4 9; q /1),Cf) Collection BID . 00354 PVC Sewer Service-4 Inch -Install LF 1,236 .2ia.oo -~ry C8f).CO Collection BID -00355 Other Sewer Service-4 Inch Serv ice Tap -Install EA 38 ;),O[).DO 1 1,roPD Collection BID . 00356 PVC Sewer Service-4 lnch-2 Way Clean Out -Install EA 38 15D-00 ,s 'iJ ti). OD Collection BID . 00372 Service CS Trench Safety System 5 Foot Depth -Install LF 1,853 /. 0() I 953_oo Paving BID -01302 Asohalt Pavement-2 Inch Type D HMAC on 6 Inch Flex Bas e-Temporary -Install (ADDENDUM #1) LF 1 ,873 3,00 Jt-/, qgt-1 .60 TOTAL SEWER IMPROVEMENTS: $ I ({;tj .{cJ-8: sr, ALTERNATE BID-PAVING IMPROVEMENTS-ADDITIONAL SIDEWALK: . II 00137 -e-~ BID REMOVED FROM BID PROPOSAL (ADDENDUM #1) Soil BID . 00147 Soil Topsoil -Install (Deduct Item) CY -439 $ 16 .0 0 -7 O.J.'/. bD Parkway BID -00411 B Other Retaining Wall "Retaining Wall with Sidewalk Detail" -Install (ADDENDUM #2) CY 140 115.00 ~ , . .f. ~-or:, Sidewalk BID . 00530 Concrete Walk-4 Ft -Install (ADDENDUM #2) SF 20,600 ~,)..5 J/./p,350/JL Sidewalk BID -00530B Concrete Walk-5 Ft • "Retaining Wall with Sidewalk Detail" -Install (ADDENDUM #2) SF 7,000 d ,,SO 11, 500.oc TOTAL ALTERNATE BID: $ 3/ 1 3). {p. t)C ADDENDUM#2 G:\1210\4397-32\Project\Specifications\Contract 5C \100% Set -5C\addenda.2. 04.0 5C Proposal .xis 6-(5) Within ten (10) days after notification b y the City of Fort Worth , the unders igned will exe cute the formal contract and will deli ver an approv ed Surety Bond and such other bonds as required by the Contract Documents , for the faithful performance of the Contract. The attached bid security in the amount of 5% is to become the property of the City of Fort Worth , Texas , in the event the contract and bond or bonds are not executed and delivered within the time abo v e set forth , as liquidated damages for the delay and additional work caused thereby. If as a requirement of this project, the undersigned bidder certifies that they have been furnished at least one set of the General Contract Documents and General or Special Specifications for Projects , and that they have thoroughl y read and completely understand all the requirements and conditions of those General Documents and the specific Contract Documents and appurtenant plans . The undersigned assured that its employees and applicants for employment and those of any labor organization, subcontractors , or employment agency in either furnishing or referring employee applicants to the undersigned are not discriminated against as prohibited by the terms of City Ordinance No. 7278 as amended by City Ordinance No. 7400. The Bidder agrees to begin construction with ten (10) calendar day s after issue of the work order and to complete the contract within 360 calendar days after beginning construction as set forth in the written work order to be furnished by the Owner. (Check One Box and complete, as applicable) D The principal place of business of our company is in the State of a . Nonresident bidders in the State of , our principal place of business , are required to be percent lower than re s ident bidders by state law. A copy of the statute is attached. b. Nonresident bidders in the State of required to underbid resident bidders. , our principal place of business, are not @ The principal place of business of our company or our parent company or majority owner is in the State of Tex as. Receipt is ackno~ledged o ~the ~llo ~ddenda: Addendum No.!''~~~- Addendum No. l (z;f/7 /( ~~ Addendum No . 3 : Addendum No. 4 : Add e ndum No . 5: Add e ndum No . 6 : [ At'lix Corporate Seal ::spectfulr~ f es 'ic,e r14- C ompany: U)(\a....\-&e r' &nS-tr\..t.t.,...\-·1 On ))('. 1 L f Address: ~-b. 'Bo--f-l'SL.\L\2; ~D'<-b W W-th, '\1ll,ll°I Date: 0 d-[ l'l j o-0\ l g:\1210\4397-3 2\project\s pe cific a t io ns\contra ct Sc\100% se t -Sc\4 .1-rev ise d s heet l.du e to fac t th at e ditin g of bu zzsaw ve rsi on is loc ke d a nd un e dit a bl e.ch a ng e d ci ty ma na ger.do c Line No. Detail Description IO+C\I ~~ ~; r\ •. f, ?Jo~. ct'2?7 . '15 . I Alt B,d 5'$/ 3:). 0,. D 0 ho-ftA \ ~s~ P-,~ '\JI J;. c_ A 1--LPr(l)t+ P I , ~ ~9. 3 1 3. '7 s I --I . G :\1210\4397-32\Project\Specifications\Contract SC\100% Set-5C\04.3 -Bid Schedule.xis QTY .r 4- I I J / I 1 ? ~ 1 LIST OF DUCTILE IRON ADD OR SUBTRACT FOR THE FOLLOWING INCLUDING INSTALLATION DUCTILE IRON FITTIN Wl Pt:.K IUfAL FITTING WEIGHT COST SIZE OF FITTING TYPE OF FITTING (lb) (lb) RX t? --a,,, ?> ?oO I o<:>o '7c)c)()~ ,?~ t:. '• Y,eP_ 2 00 J)oo I Goov- 91, II !-;L K.p-,LJ zso -z_.S-0 .roo v:,.. ".,R .( 4 ' /!.1J/J<,1c~A Joo JOO '2 Ot> v_:. :,?', C IA>-ev~.5 "l, () () '2-"2 oo 4-'-J()() --- R" , .,4-/J IO 0 /00 2. 00 .,._ if,, ('>l</t,.__ /0 0 Io o 700 v.- #A f" wYe. 700 qoo I /'O(}v- tf' "x "2. ,, JO L v t-/pO >oo LOO V~ reK {) C I' <>.>5 z. <i"n zrv s-oo .,..- TOTALS 0 $0.00 Total Weight= O lbs or 0 Tons Contractor shall fill in blanks for "Wt per Fitting", "Total Weight" and "Cost" as a part of the bid. Contractor is responsible for correct quanity total of all fittings and specials. G:\1210\4397-32\Project\Specifications\Contract 5C\100% Set -5C\04 .4 -List of Fittings -WTR -(PMO_Released_20100609).xls PRE-QUALIFIED SUB-CONTRACTOR LIST SUB-CONTRACTOR Indicate Detail Company Name Unit(s)/Section(s) Subcontracting Address Working Work Telenhone/Fax G :\1210\4397-32\Project\Specifications\Contract 5C\100% Set -5C\04 .5 -Pre-Qualified Contracto r List-WTR- {PMO_Released_20100609).xls Addenda Number ADDENDA INDEX AND RECEIPT Date Receipt Dc:)_}0 '7/ 11 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. IX] BIDDER: Co rxds-ec CD:D'=rl:(Ltvtf(Xl\)t,LP By: , Jg,a~ Oono-t,~-£Jr Company(Please print) Address ±v fl:.. Wvrw . --( 1 1 le J 14 City/State/Zip Title: r :Pres;d~(l+ (Please print) THIS FORM MUST BE RETURNED WITH YOUR QUOTATION SECTION 5 -GENERAL AND SPECIAL CONDITIONS 5.1 Part C -General Conditions (Water-Sewer) 5.2 Supplementary Conditions to Part C (Water-Sewer) 5.3 Part D -Special Conditions (Water-Sewer) 5.4 Part DA-Additional Special Conditions (Water-Sewer) 5.5 Special Provisions (Paving-Drainage) 5.6 Wage Rates 5. 7 Standard Details (Water-Sewer) 5.8 Standard Details (Paving-Drainage) G :\1210\4397-32\Project\Specifications\Contract 5C\100% Set -5C\05.0 -SECTION 5 COVER.doc Cl -1 Cl-1.1 Cl -1.2 Cl-1.3 Cl-1.4 Cl-1.5 Cl-1.6 Cl-1.7 Cl-1.8 Cl-1.9 Cl-1.10 Cl-1.11 Cl-1.12 Cl-1.13 Cl-1.14 Cl-1.15 Cl-1.16 Cl-1.17 Cl-1.18 Cl-1.19 Cl-1.20 Cl -1.21 Cl-1.22 Cl-1.23 Cl-1.24 Cl-1.25 Cl-1.26 Cl-1.27 Cl-1.28 Cl-1.29 Cl-1.30 Cl-1.31 Cl-1.32 PART C -GENERAL CONDffiONS TABLE OF CONTENTS OCTOBER 19 , 2009 TABLE OF CONTENTS DEFINITIONS Cl-1 (1) Definition of Terms Cl-1 (1) · Contract Documents Cl-1 (2) Notice to Bidders Cl-1 (2) Proposal Cl-1 (2) Bidder Cl -1 (2) General Conditions Cl -1 (2) Special Conditions Cl-1 (2) Specifications Cl-1 (2) Bonds Cl-1 (2) Contract Cl~l (3) Plans Cl-1 (3) City Cl-1 (3) City Council Cl -1 (3) Mayor Cl-1 (3) City Manager Cl -1 (3) City Attorney Cl -1 (3) Director of Public Works Cl-1 (3) Director, City Water Department Cl-1 (3) Engineer Cl -1 (3) Contractor Cl -1 (3) Sureties c~~1 (4) The Work or Project Cl -1 (4) Working Day Cl-1 (4) Calendar Days Cl-1 (4) Legal Holidays Cl-1 (4) Abbreviations Cl -1 (4) Change Order Cl -1 (5) Paved Streets and Alleys Cl -1 (5) Unpaved Streets or Alleys Cl-1 (6) City Street Cl -1 (6) Roadway Cl-1 (6) Gravel Street Cl-1 (6) C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL C2-2 .1 C2-2.2 C2-2.3 C2-2.4 Proposal Form Interpretation of Quantities Examination of Contract Documents and Site of Project Submitting of Proposal (1) C2-2 (1) C2-2 (1) C2-2 (2) C2-2 (2) 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) C2-2.10 Public Opening of Proposal C2-2 (4) C2-2.ll Irregular Proposals C2-2 (4) C2-2 .12 Disqualification of Bidders C2-2 (4) C3-3 AWARD 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) 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) C5-5 CONTROL OF WORK AND MATERIALS C5 -5.l Authority of Engineer C5-5 (1) C5 -5.2 Conformity with Plans C5 -5 (1) C5 -5.3 Coordination of Contract Documents C5 -5 (1) C5 -5.4 Cooperation of Contractor C5-5 (2) C5 -5 .5 Emergency and/or Rectification Work C5-5 (2) C5-5.6 Field Office C5-5 (3) C5-5.7 Construction Stakes C5-5 (3) (2) C5-5.8 C5-5.9 C5-5.10 C5-5.ll C5-5.12 C5-5.13 C5 -5 .14 C5-5.15 C5-5.16 C5-5.17 C5-5.18 C6-6 C6-6.1 C6-6.2 C6-6.3 C6-6.4 C6-6 .5 C6-6.6 C6-6.7 C6-6.8 C6-6.9 C6-6.10 C6.6 .ll C6-6 .12 C6-6.13 C6-6.14 C6-6.15 C6-6.16 . C6-6.17 C6-6.18 C6-6 .19 C6-6 .20 C6-6.21 C7-7 C7-7.1 C7-7.2 C7-7.3 C7-7.4 C7-7.5 C7-7 .6 C7-7.7 C7-7.8 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) Samples and Tests of Materials 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 AND PUBLIC RESPONSIBil..ITY Laws to be Observed C6-6 (1) Permits and Licenses C6-6 (1) Patented Devices, Materials, and Processes C6-6 (1) Sanitary Provisions C6-6 (1) Public Safety and Convenience C6-6 (2) Privileges f Contractor in Streets, Alleys , C6~6 (3) and Right-of-Way Railway Crossings C6~6 (3) Barricades, W amings and Flagmen C6-6 (3) Use of Explosives ; Drop Weight, Etc. C6-6 (4) Work Within Easements C6-6 (5) Independent 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 City C6-6 (9) Use ofa Section or Portion of the Work Contractor's Responsibility for the Work No Waiver of Legal Rights Personal Liability of Public Officials State Sales Tax PROSECUTION AND PROGRESS Subletting Assignment of Contract Prosecution of The Work Limitation of Operations Character of Workmen and Equipment Work Schedule Time of Commencement and Completion Extension of Time Completion (3) 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) C7-7 .9 Delays C7-7 (4) C7-7 .10 Time of Completion C7-7 (4) C7-7 .11 Suspension by Court Order C7-7 (5) C7-7 .12 Temporary Suspension C7-7 (5) C7-7 .13 Termination of Contract due to National Emergency C7-7 (6) C7-7 .14 Suspension or Abandonment of the Work C7-7 (6) and Annulment of the Contract: C7-7 .15 Fulfillment of Contract C7 -7 (8) C7-7.16 Termination for Convenience of the Owner C7-7 (8) C7 -7.17 Safety Methods and Practices C7-7 (11) C8-8 MEASUREMENT AND PAYMENT C8-8.l Measurement Of Quantities C8-8 (1) C8-8.2 Unit Prices C8-8 (1) C8-8.3 Lump Sum C8-8 (1) C8-8 .4 Scope of Payment C8-8 (1) C8 -8.5 Partial Estimates and Retainage C8-8 (2) · C8-8.6 Withholding Payment C8-8 (3) C8-8.7 Final Acceptance C8-8 (3) C8-8.8 Final Payment C8-8 (3) C8-8 .9 Adequacy of Design C8 -8 (4) C8-8.10 General Guaranty C8-8 (4) C8-8.11 Subsidiary Work C8-8 (4) C8-8.12 Miscellaneous Placement of Material C8-8 (4) C8-8 .13 Record Documents C8-8 (4) (4) PART C -GENERAL CONDITIONS C 1-1 DEFINITIONS SECTION Cl-1 DEFINITIONS Cl-1.1 DEFINITIONS OF TERMS: Whenever in these Contract Documents the following terms or pronouns in place of them are used, the intent and meaning shall be understood and interpreted as follows: Cl-1.2 CONTRACT DOCUMENTS: The Contract Documents are in all of the written and drawn documents, such as specifications, bonds, addenda, plans, etc., which govern the terms and performance of the contract. These are contained on the General Contract Documents and the Special Contract Documents. a. GENERAL CONTRACT DOCUMENTS: The General Contract Documents govern all Water Department Projects and Include the following Items PART A-NOTICE TO BIDDERS PART B -PROPOSAL PART C -GENERAL CONDITIONS PART D -SPECIAL CONDITIONS PART E -SPECIFICATIONS PERMITS/EASEMENTS PART F -BONDS PART G-CONTRACT (Sample) (Sample) (CITY) (Developer) White White · Canary Yell ow Brown Green El-White E2-Golden Rod E2A-White Blue (Sample) White (Sample) White b. SPECIAL CONTRACT DOCUMENTS: The Special Contract Documents are prepared for each specific project as a supplement to the General Contract Documents and include the following items: PART A-NOTICE TO BIDDERS (Advertisement) same as above PART B -PROPOSAL (Bid) PART C -GENERAL CONDITIONS PART D -SPECIAL CONDITIONS PART E-SPECIFICATIONS PERMITS/EASEMENTS PART F -BONDS PART G-CONTRACT PART H -PLANS (Usually bound separately) Cl-I (1) Cl-1.3 NOTICE TO BIDDERS: All of the legal publications either actually published in public advertising mediums or furnished direct to interested parties pertaining to the work contemplated under the Contract Documents constitutes the notice to bidders. Cl-1.4 PROPOSAL: · The completed written and signed offer or tender of a bidder to perform the work which the Owner desires to have done, together with the bid security, constitutes the Proposal, which becomes binding upon the Bidder when it is officially received by the Owner, has been publicly opened and read and not rejected by the Owner. Cl-1.5 BIDDER: Any person, persons, firm, partnership, company, association, corporation, acting directly or through a duly authorized representative, submitting a proposal for performing the work contemplated under the Contract Documents, constitutes a bidder. Cl-1.6 GENERAL CONDITIONS: The General Conditions are the usual construction anci 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. Cl-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. Cl-1.12 CITY: The City of Fort Worth, Texas, a municipal corporation, authorized and chartered under the Texas State Statutes, acting by and through its governing body or its City Manager, each of which is required by charter to perform specific duties. Responsibility for final enforcement of the Contracts involving the City of Fort Worth is by Charter vested in the City Manager. The terms City and Owner are synonymous. Cl-1.13 CITY COUNCIL: The duly elected and qualified governing body of the City of Fort Worth, Texas. Cl-1.14 MAYOR: The officially elected Mayor, or in his absence, the Mayor Pro tern of the City of Fort Worth, Texas. · Cl-1.15 CITY MANAGER: The officially appointed and authorized City Manager of the City of Fort Worth, Texas, or his duly authorized representative. Cl-1.16 CITY ATTORNEY: The officially appointed City Attorney of the City of Fort Worth, Texas, or his duly authorized representative. Cl-1.17 DIRECTOR OF PUBLIC WORKS: The officially appointed official of the City of Fort Worth, Texas, referred to in the charter . as the City Engineer, or his duly authorized representative. Cl-1.18 DIRECTOR. CITY WATER DEPARTMENT: The officially appointed Director of the City Water Department of the City of Fort Worth, Texas, or his duly authorized representative, assistant, or agents. Cl-1.19 ENGINEER: The Director of Public Works, the Director of the Fort Worth City Water Department, or their duly authorized assistants, agents, engineers, inspectors, or superintendents, acting within the scope of the particular duties entrusted to them. Cl-1.20 CONTRACTOR: The person, person's, partnership, company, firm, association, or corporation, entering into a contract with the Owner for the execution of work, acting Cl-1 (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 responsible for the entire and satisfactory fulfillment of the Contract and for any and all requirements as set forth in the Contract Documents and approved changes therein. Cl-1.22 THE WORK OR PROJECT: The completed work contemplated in and covered by the Contract Documents, including but not limited to the furnishing of all labor, materials, tools, equipment, and incidentals necessary to produce a completed and serviceable project. Cl-1.23 WORKING DAY: A working day is defined as a calendar day, not including Saturdays, Sundays, and legal holidays, in which weather or other conditions not under the control of the Contractor permit the performance of the principal unit of work for a period of not less than seven (7) hours between 7:00 a.m. and 6:00 p.m., with exceptions as permitted in paragraph C7-7.6 Cl-1.24 CALENDAR DAYS: A calendar day is any day of the week or month, no 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 July4 First Monday in September Fourth Thursday in November Forth Frid~y 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 I 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 JAW In Accordance With Min. Minimum ASTM American Society of Testing Mono. Monolithic . Materials % Percentum AWWA American Water Works R Radius Association I.D. Inside Diameter ASA American Standards Association O.D. Outside Diameter HI Hydraulic Institute Elev. Elevation Asph. Asphalt F Fahrenheit Ave. Avenue C Centigrade Blvd. Boulevard In. Inch CI Cast Iron Ft. Foot CL Center Line St. Street GI Galvanized Iron CY Cubic Yard Lin. Linear or Lineal Yd. Yard lb. Pound SY Square yard MH Manhole L.F. Linear Foot Max. Maximum D.I. Ductile Iron Cl-1.27 CHANGE ORDER: A "Change Order" is a written supplemental agreement between the Owner and the Contractor covering some added or deducted item or feature which may be found necessary and which was not specifically included in the scope of the project on which bids were submitted. Increase in unit quantities stated in the proposal are not the subject matter of a Change Order unless the increase or decrease is more than 25% of the amount of the particular item or items in the original proposal. All "Change Orders'' shall be prepared by the City from information as necessary furnished by the Contractor. Cl-1.28 PAVED STREETS AND ALLEYS: A paved street or alley shall be defined as a street or alley having one of the following types of wearing surfaces applied over the natural unimproved surface: 1. Any type of asphaltic concrete with or without separate base material. 2. Any type of asphalt surface treatment, not including an oiled surface, with or without separate base material. 3. Brick, with or without separate base material. 4 . Concrete, with or without separate base material. 5. Any combination of the above. Cl-1 (5) Cl-1.29 UNPAVED STREETS OR ALLEYS : An unpaved street, alley, roadway or other surface is any area except those defined for "Paved Streets and Alleys." Cl-1.30 CITY STREET: A city street is defined as that area between the right-of-way lines as the street is dedicated. Cl-1.31 ROADWAY: The roadway is defined as the area between parallel lines two (2') back of the curb lines or four ('4) feet back of the average edge· of pavement where no curb exists. Cl-1.32 GRAVEL STREET: A gravel street is an unimproved street to which has been added one or more applications of gravel or similar material other than the natural material found on the street surface before any improvement was made. Cl-1 (6) 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 b~ 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 altera~ion of words or figures, additions not called for, conditional or . uncalled for alternate bids, erasures, or irregularities of any kind, or contain unbalanced value of any items. Proposal tendered or delivered after the official time designated for receipt of proposal shall be returned to the Bidder unopened. C2-2.6 BID SECURITY: No proposal will be considered unless it is accompanied by a "Proposal Security" of the character and the amount indicated in the "Notice to Bidders" and the "Proposal." The Bid Security is required by the Owner as evidence of good faith on the part of the Bidder, and by way of a guaranty that if awarded the contract, the Bidder will within the required time execute a formal contract and furnish the required performance and other bonds. The bid security of the three lowest bidders will be retained until the contract is awarded or other disposition is made thereof. The bid security of all other bidders may be returned promptly after the canvass of bids. C2-2.7 DELIVERY OF PROPOSAL: No proposal will be considered unless it is delivered, accompanied by its proper Bid Security, to the City Manager or his representative in the official place of business as set forth in the "Notice to Bidders." It is the Bidder's sole responsibility to deliver the proposal at the proper time to the proper place. The mere fact that a proposal was dispatched will not be considered. The Bidder must have the proposal actually delivered. Each proposal shall be in a sealed envelope plainly marker with -the word "PROPOSAL," and the name or description of the project . as designated in the "Notice to Bidders." The envelope shall be addressed to the City Manager, City Hall, Fort Worth, Texas. C2-2.8 WITHDRAWING PROPOSALS: Proposals actually filed with the City Manager cannot be withdrawn prior to the time set for opening proposals. A request for non-consideration must be made in writing, addressed to the City Manager, and filed wi~h him prior to the time set for opening of proposals. After all proposals not requested for non-consideration are opened and publicly read aloud, the proposals for which non- consideration requests have been properly filed may, at the option of the Owner, be returned unopened. C2-2.9 TELEGRAHIC MODIFICATIONS OF PROPOSALS: Any Bidder may modify his proposal by telegraphic communication at any time prior to the time set for opening proposals, provided such telegraphic communication is received by the City Manager prior to the said proposal opening time, and provided further, that the City Manager is satisfied that a written and duly authenticated confirmation of such telegraphic communication over the signature of the bidder was mailed prior to the proposal opening time. If such confirmation is not received. within forty-eight ( 48) hours after the proposal opening time, no further consideration will be given to the proposal. C2-2 (3) C2-2.10 PUBLIC OPENING OF PROPOSAL: Proposals which have been properly filed and for which no "Non-consideration Request" has been received will be publicly opened and read aloud by the City Manager or his authorized representative at the time and place indicated in the "Notice to Bidders." All proposals which have been opened and read will remain on file with the Owner until the contract has been awarded. Bidders or their authorized representatives are invited to be present for the opening of bids. C2-2.11 IRREGULAR PROPOSALS : Proposals shall be considered as "Irregular" if they show any omissions, alterations of form, additions, or conditions not called for, unauthorized alternate bids, or irregularities of any kind. However, the Owner reserves the right to waive any all irregularities and to make the award of the contract to the best interest of the City. Tendering a proposal after the closing hour is an irregularity which can not be waived. C2-2.12 DISQUALIFICATION OF BIDDERS: Bidders may be disqualified and their proposals not considered for any of, but not limited to, the following reasons : a) Reasons for believing that collusion exists among bidders . b) Reasonable grounds for believing that any bidder is interested in more than one proposal for work contemplated. c) The bidder being interested in any litigation against the Owner or where the Owner may have a claim against or be engaged in litigation against the bidder. d) The bidder being in arrears on any existing contract or having defaulted on a previous contract. e) The bidder having performed a prior contract in an unsatisfactory manner. f) Lack of competency as revealed by financial statement, experience statement, equipment schedule, and such inquiries as the Owner may see fit to make. g) Uncompleted work which, in the judgment of the Owner, will prevent or hinder the prompt completion of additional work if awarded. h) The bidder not filing with the Owner, one week in advance of the hour of the opening of proposals the following: 1. Financial Statement showing the financial condition of the bidder as specified in Part "A" -Special Instructions 2 . A current experience record showing especially the projects of a nature similar to the one under consideration, which have been successfully completed by the Bidder. 3. An equipment schedule showing the equipment the bidder has available for use on the project. The Bid Proposal of the bidder who, in the judgment of the Engineer, is disqualified under the requirements stated herein, shall be set aside and not opened. C2-2 (4) PARTC -GENERALCONDITIONS 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 payinent therefor. Contractor further agrees, upon request by the Owner, to allow and audit and/or an examination of arty 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 wili 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 WITHDRAW AL OF PROPOSALS:· After a proposal has been read by the Owner, it cannot be withdrawn by the Bidder within forty-five (45) days after the date on which the proposals were opened. C3-3 (1) C 3-3.5 AW ARD OF CONTRACT:· The Owner reserves the right to withhold final action on the proposals for a reasonable time, not to exceed forty-five (45) days after the date of opening proposals, and in no event will an award be made until after investigations have been made as to the responsibility of the proposed awardee. The award of the contract, if award is made, will be to the lowest and best responsive bidder. The award of the contract shall not become effective until the Owner has notified the Contractor in writing of such award. C3-3.6 RETURN OF PROPOSAL SECURITIES: . As soon as proposed price totals have been determined for comparison of bids, the Owner may, at its discretion, return the proposal security which accompanied the proposals which, in its judgment, would not be considered for the award. All other proposal securities, usually those of the three lowest bidders, will be retained by the Owner until the required contract has been executed and bond furnished or the Owner has otherwise disposed of the bids, after which .they will be returned by the City Secretary. C3-3.7 BONDS: With the execution and delivery of the Contract Documents, the Contractor shall furnish to, and file with the owner in the amounts herein required, the following bonds: a. PERFORMANCE BOND: A good and sufficient performance bond in the amount of not less than 100 percent of the amount of the contract, as evidenced by the proposal tabulation or otherwise, guaranteeing the full and faithful execution of the work and performance of the contract, and for the protection · of the Owner aiid all other pers.ons 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 tabu_lation 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 561h 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 · failure on the part of the Awardee and shall thereupon immediately by forfeited to the Owner. The filing of a proposal will be considered as acceptance of this provision by the Bidder. C-3-3.10 BEGINNING WORK: The Contractor shall not commence work until authorized in writing to do so by the Owner. Should the Contractor fail to commence work at the site of the project within the time stipulated in the written authorization usually termed ''Work Order" or ''Proceed Order", it is agreed that the Surety Company will, within ten (10) days after the commencement date set forth in such written authorization, commence the physical execution of the contract. C3-3.ll 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 Uability 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. 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 sanie limit for each person an amount not less than $500,000 on account of one accident, and . automobile property damage insurance in an amount not less than $100,000. e. SCOPE OF INSURANCE AND SPECIAL HAZARD: The insurance 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. f. 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. g. LOCAL AGENT FOR INSURANCE AND BONDING: The insurance and bonding companies with whom the Contractor's insurance and C3-3 (5) performance, payment, maintenance and all such other bonds are written, shall be represented by an agent or agents having an office located within the city limits of the City of Fort Worth. Tarrant County, Texas . Each such agent shall be a duly qualified, one upon whom authority and power to act on behalf of the insurance and/or bonding company to negotiate and settle with the City of Fort Worth, or any other claimant, and claims that the City of Fort Worth or other claimant or any property owner who has been damaged, may have against the Contractor, insurance, and/or bonding company. If the local insurance representative is not so empowered by the insurance or bonding companies, then such authority must be vested in a local agent or claims officer residing in the Metroplex, the Fort Worth- Dallas area. The name of the agent, or agents shall be set forth on all such bonds and certificates of insurance . C3-3 .12 CONTRACTOR 'S OBLIGATIONS: Under the Contract, the Contractor shall pay for all materials, labor and services when due. C3-3.13 WEEKLY PAYROLLS: A certified copy of each payroll covering payment of wages to all persons engaged in work on the project at the site of the project shall be furnished to the Owner's representative within seven (7) days after the close of each payroll period . A copy or copies of the applicable minimum wage rates as set forth in the Contract 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 ADMIN1STRATION: Any Contractor, whether a person, persons, partnership, company, firm, association, corporation or other who is approved to do business with and enters into a contract with the City for construction of water and/or sanitary sewer facilities, will have or shall establish a fully operational business office within the Fort Worth-Dallas metropolitan area . The Contractor shall charge, delegate, or assign this office ( or he may delegate his Project Superintendent) with full authority to transact all business actions required in the performance of the Contract. This local authority shall be made responsible to act for the Contractor in all matters made responsible to act for the Contractor in all matters pertaining to the work governed by the Contract whether it be administrative or other wise and as such shall be empowered, thus delegated and directed, to settle all material , labor or other expenditure , all claims against work or any other mater associated such as maintaining adequate and appropriate insurance or security coverage for the project. Such local authority for the administration of the work under the Contract shall be maintained until all business transactions executed as part of the Contract are complete. Should the Contractor's principal base of operations be other than in the Fort Worth- Dallas metropolitan area, notification of the Contractor's assignment of local authority shall be made in writing to the Engineer in advance of any work on the project, all C3-3 (6) appropriately signed and sealed, as applicable, by the Contractor's responsible offices with the understanding that this written assignment of authority to the local representative shall become part of the project Contract as though bound directly into the project documents. The intent of these requirements is that all . matters associated with the Contractor's administration, whether it be oriented in furthering the work, or other, be governed direct by local authority. This same requirement is imposed on insurance and surety coverage. Should the Contractor's local representative fail to perform to the satisfaction of the Engineer, the Engineer, at his sole discretion, may demand that such . local representative be replaced and the Engineer may, at his sole discretion, stop all work until a new local authority satisfactory to the Engineer is assigned. No credit of working time will be allowed for periods in which work stoppages are in effect for this reason. C3 -3.15 VENUE: Venue of any action hereinunder shall be exclusively in Tarrant County, Texas . C3-3 (7) SECTION C4-4 SCOPE OF WORK PART C -GENERAL CONDITIONS C4-4 SCOPE OF WORK · C4-4.l INTENT OF CONTRACT DOCUMENTS: It is the definite intention of these Contract Documents to provide for a complete, useful project which the Contractor undertakes to construct or furnish, all in full compliance with the requirements and interit of the Contract Documents.· It is definitely understood that the Contractor shall do all work as provided for in the Contract Documents, shall do all extra or special work as may be considered by the Owner as necessary to complete the project in a satisfactory and acceptable manner. The Contractor shall, unless otherwise specifically stated in these Contract Documents, furnish all labor, tools, materials, machinery, equipment, special services, and incidentals necessary to the prosecution and completion of the project. C4-4.2 SPECIAL PROVISIONS: Should any · work or conditions which are not thoroughly and satisfactorily stipulated or covered by General or Special Conditions of these Contract Documents be anticipated, or should there be any additional proposed work which is not covered by these Contract Documents, the "Special Provisions" covering all such work will be prepared by the Owner previous to the time of receiving bids or proposals for any such work and furnished to the Bidder in the form of Addenda. All such "Special Provisions" shall be considered to be part of the Contract Documents just as though they were originally written therein. C4-4.3 INCREASED OR DECREASED QUANTITIES: The Owner reserves the right to alter the quantities of the work to be performed or to extend or shorten the · improvements at any time when and as found to be necessary, and the Contractor shall perform the work as altered, increased or decreased at the unit prices. Such increased or decreased quantity shall not be more than twenty-five (25) percent of the contemplated quantity of such item or items. When such changes increase or decrease the original quantity of any item or items of work to be done or materials to be furnished by the 25 percent or more, then either party to the contract shall upon written request to the other party be entitled to a revised consideration upon that portion of the work above or below the 25 percent of the original quantity stated in the proposal; such revised consideration to be determined by special agreement or as hereinafter provided for "Extra Work" No allowance will be made for any changes in anticipated profits not shall such changes be considered as waiving or invalidating any conditions or provisions of the Contract Documents. Variations in quantities of sanitary sewer pipes in depth categories, shall be interpreted herein as applying to overall quantities of sanitary sewer pipe in each pipe size, but not to the various depth categories. C4-4 (1) C4-4.4 ALTERATION OF CONTRACT DOCUMENTS: By Change order, the owner reserves the right to make such changes in the Contract Documents and in the character or quantities of the work as may be necessary or desirable to insure completion in the most satisfactory manner, provided such changes do not materially alter the original Contract Documents or change the general nature of the project as a whole. Such changes shall not be considered as waiving or invalidating any condition or provision of the Contract Documents. C4-4 .5 EXTRA WORK: Additional work made necessary by changes and alterations of the Contract Documents or of quantities or for other reasons for which no prices are provided in the Contract Documents, shall be defined as "Extra Work" and shall be performed by the Contractor in accordance with these Contract Documents or approved additions thereto ; provided however, that before any extra work is begun a "Change · order" shall be executed or written order issued by the Owner to do the work for payments or credits as shall be determined by one or more combination of the following methods: a. Unit bid price previously approved. b. An agreed lump sum . c. The actual reasonable cost of (1) labor, (2) rental of eguipment 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 riot to exceed 10 percent of the actual cost of such extra work. The fixed fee is not to include any additional profit to the Contractor for rental of equipment owner by him and used for extra work . The fee shall be full and complete compensation to cover the cost of superintendence, overhead, ·other profit, general and all other expense not included in (1), (2), (3), and ( 4) above. The Contractor shall keep accurate cost records on the form and in the method suggested by the Owner and shall give the Owner access to all accounts , bills , vouchers, and records relating to the Extra Work. No "Change Order" shall become effective until it has been approved and signed by each of the Contracting Parties. No claim for Extra Work of any kind will be allowed unless ordered in writing by the Owner. In case any orders or instructions, either oral or written , appear to the Contractor to involve Extra Work for which he should receive compensation, he shall make written request to the Engineer for written orders authorizing such Extra Work,· prior to beginning such work. C4-4 (2) Should a difference arise as to what does or dose not constitute Extra Work, or as to the payment thereof, and the Engineer insists upon its performance, the Contractor shall proceed with the work after making written request for written orders and shall keep accurate account of the actual reasonable cost thereof as provided under method (Item C). Claims for extra work will not be paid unless the Contractor shall file his claim with the Owner within five (5) days before the time for making the first estimate after such work is done and unless the claim is supported by satisfactory vouchers and certified payrolls covering all labor and materials expended upon said Extra Work. The Contractor shall · furnish the Owner such installation records of all deviations from the original Contract Documents as may be necessary to enable the Owner to prepare for permanent record a corrected set of plans showing the actual installation. The compensation agreed upon for "Extra Work" whether or not initiated by a "Change Order" shall be a full, complete and final payment for all costs Contractor incurs as a result or relating to the change or extra work, whether said costs are known, unknown, foreseen or unforeseen at that time, including without limitation, any costs for delay, extended overhead, ripple or impact cost, or any other effect on changed or unchanged work as a result of the change or extra work. C4-4.6 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 requirements 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 represent~ the scope of work performed. C4-4.6(a) BASELINE CONSTRUCTION SCHEDULE: The CONTRACTOR shall develop, submit and review the draft detailed baseline construction 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 activities 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 dates 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 assist 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. fu 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 the 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 reiying 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 associated 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 requirements, 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 CS-5.1 AUTHORITY OF ENGINEER: The work shall be performed to the satisfaction of the Engineer and in strict compliance with the Contract Documents. The Engineer shall decide all questions which arise as to the quality and acceptability of the materials furnished, work performed, rate of progress of the work, overall sequence of the construction, interpretation of the Contract Documents, acceptable fulfillment of the Contract, compensation, mutual rights between Contractor and Owner under these Contract Documents, supervision of the work, resumption of operations, and all other questions or disputes which may arise. Engineer will not be responsible for Contractor's means, methods, techniques, · sequence or procedures of construction, or the safety precaution and programs incident thereto, and he will not be 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 ih 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 CS-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. C5-5.4 COOPERATION OF CONTRACTOR: The Contractor will be furnished with three sets of Contract Documents and shall have available on the site of the project at all times, one set of such Contract Documents . The Contractor shall give to the work the constant attention necessary to facilitate the progress thereof and shall cooperate with the Engineer, his inspector, and other Contractors in every possible way. The Contractor shall at all times have competent personnel available to the project site for proper performance of the work . The Contractor shall provide and maintain at all times at the site of the project a competent, English-speaking superintendent and an assistant who are fully authorized to act as the Contractor's agent on the work. Such superintendent and his assistant shall be capable of reading and understanding the Contract Documents and shall receive and fulfill instructions from the Owner, the Engineer, or his authorized representatives. Pursuant to this responsibility of the Contractor, the Contractor shall designate in writing to the project superintendent, to act as the Contractor's agent on the work. Such assistant project superintendent shall be a resident of Tarrant County, Texas, and shall be subject to call, as is the project superintendent, at any time of the day or night on any day of the week on which the Engineer determines that circumstances require the presence on the project site of a representative of the Contractor to adequately provide for the safety or convenience of the traveling public or the owners of property across which the project extends or the safety of the property contiguous to the project routing . The Contractor shall provide all facilities .to enable the Engineer and his inspector to examine and inspect the workmanship and materials entering into the work. C5-5 .5 EMERGENCY AND/OR RECTIFICATION WORK: When , in the opinion of the Owner or Engineer, a condition of emergency exists related to any part of the work, the Contractor, or the Contractor through his designated representative , shall respond with dispatch to a verbal request made by the Owner or Engineer to alleviate the emergency condition . Such a response shall occur day or night, whet.her 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 C5-5 (2) discrepant condition and request the Contractor to talce remedial action to correct the condition. In the event the Contractor does not talce positive steps to fulfill this written request, or does not shoe just cause for not talcing the proper action, within 24 hours, the City may talce such remedial action with City forces or by contract. The City shall deduct an amount equal to the entire costs for such remedial action, plus 25%, from any funds due the Contractor on the project. C5-5.6 FIELD OFFICE: The Contractor shall provide, at no extra compensation, an adequate field office for use of the Engineer, if specifically called for. The field office shall be not less than 10 x 14 feet in floor area, substantially constructed, well heated, air conditioned, lighted, and weather proof, so that documents will not be damaged by the elements . C5-5.7 CONTRUCTION STAKES: The City, through its Engineer, will furnish the Contractor with all lines, grades, and measurements necessary to the proper prosecution and control of the work contracted under these Contract Documents, and lines, grades and measurements will be established by means of stalces or other customary method of marking as may be found consistent with good practice . These stalces or markings shall be set sufficiently in advance of construction operations to avoid delay. Such stalces 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 stalces 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 stalces or marks plus 25% will be charged against the Contractor, and the full amount will be deducted from payment due the Contractor. C5-5.8 AUTHORITY AND DUTIES OF CITY INSPECTOR: City Inspectors will be authorized to inspect all work done and to be done and all materials furnished. Such inspection may extend to all or any part of the work, and the preparation or manufacturing of the materials to be used or equipment to be installed. A City Inspector may be stationed on the work to report to the Engineer as to the progress of the work and the manner in which it is being performed, to report any evidence that the materials being furnished or the work being performed by the Contractor fails to fulfill the requirements of the Contract Documents, and to call the attention of the Contractor to any such failure or 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 C5-5 (3) 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. C5-5.9 INSPECTION: The Contractor shall furnish the Engineer with every reasonable facility for ascertaining whether or not the work as performed is in accordance with the requirements of the Contract Documents. If the Engineer so requests, the Contractor shall, at any time before acceptance of the work , remove or uncover such portion of the finished work as may be directed. After examination, the Contractor shall restore said portions of the work to the standard required by the Contract Documents. Should the work exposed or examined prove acceptable, the uncovering or removing and replacing of the covering or making good of the parts removed shall be paid for as extra work, but should Work so exposed or examined prove to be unacceptable, the uncovering or removing and replacing of all adjacent defective or damaged parts shall be at the Contractor's expense . No work shall be done or materials used without suitable supervision or inspection. C5-5.10 REMOVAL OF EDEFCTIVE AND 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. C5-5. l 1 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 C5-5 (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, losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. CS-5.12 SAMPLES AND TESTS OF MATERIALS: Where, in the opinion of the Engineer, or as called for in the Contract Documents, tests of materials or equipment are necessary, such tests will be made at the expense of and paid for direct to the testing agency by the Owner unless other wise specifically provided. The failure of the Owner to make any tests of materials shall in no way relieve the contractor of his responsibility of furnishing materials and equipment fully conforming to the requirements of the Contract Documents. Tests and sampling of materials, unless otherwise specified, will be made in accordance with the latest methods prescribed by the American Society for Testing Materials or specific requirements of the Owner. The Contractor shall provide such facilities as the Engineer may require for collecting and forwarding samples and shall not, without specific written permission of the Engineer, use materials represented by the samples until tests have been made and the materials approved for use. The Contractor will furnish adequate samples without charge to the Owner. In case of concrete, the aggregates, design minimum, and the mixing and transporting equipment shall be approved by the Engineer before any concrete is placed, and the Contractor shall be responsible for replacing any concrete which does not meet the requirements of the Contract Documents. Tests shall be made at least 9 days prior to the placing of concrete, using samples from the same aggregate, cement, and mortar which are to be used later in the concrete. Should the source of supply change, new tests shall be made prior to the use of new materials. CS-5.13 STORAGE OF MATERIALS: All materials which are to be used in the construction contract shall be stored so as to insure the preservation of quality and fitness of the work. When directed by the Engineer, they shall be placed on wooden platforms or other hard, clean durable surfaces and not on the ground, and shall be placed under cover when directed. Stored materials shall be placed and located so as to facilitate prompt inspection. CS-5.14 EXISTING STRUCTURES AND UTILITIES: The location and dimensions shown on the plans relative to the existing utilities are based on the best information available. Omission from, the inclusion of utility locations on the Plans is not to be considered as nonexistence of, or a definite location of, existing underground utilities. The location of many gas mains, water mains, conduits, sewer lines and service lines for C5-5 (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. C5-5.15 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 servfoe 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: C5-5 (6) ''NOTICE" Due to Utility hnprovement in your neighborhood, your (water) (sewer) service will be interrupted on ____ _ between the hours of and ---- This inconvenience will be as short as possible. Thank You, Contractor Address Phone b. Emergency: In the event that an unforeseen service interruption occurs, notice shall be as above, but immediate. CS-5.16 MUTUAL RESPONSIBILITY OF CONTRACTORS : If, through . act or neglect on the part of the Contractor, or any other Contractor or any sub -contractor shall suffer loss or damage of the work, the Contractor agrees to settle with such other Contractor or sub-contractor by agreement or arbitration. If such other Contractor or sub- contractor shall assert any claim against the owner on account of damage alleged to have been sustained, the owner will notify the Contractor, who shall indemnify and save harmless the owner against any such claim. CS -5.17 CLEAN-UP: Clean-up of surplus and/or waste materials accumulated on the job site during the prosecution of the work under these Contract Documents shall be · accomplished in keeping with a daily routine established to the satisfaction of the Engineer. Twenty-four (24) hours after written notice is given the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the Engineer, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the Engineer deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice; and the costs of such direct action, plus 25 % of such costs, shall be deducted from the monies due or to become due to the Contractor. Upon the completion of the project as a whole as covered by these Contract Documents, and before final acceptance and final payment will be made, the Contractor shall clean and remove from the site of the project all surplus and discarded materials, temporary structures, and debris of every kind. He shall leave the site of all work in a neat and orderly condition equal to that which originally existed . Surplus and waste materials removed from the site of the work shall be disposed of at locations satisfactory to the Engineer. The Contractor shall thoroughly clean all equipment and materials installed by him and shall deliver over such materials and equipment in a bright, clean , polished and new appearing condition. No extra compensation will be made to the Contractor for any clean-up required on the project. C5-5 (7) C5-5.18 FINALINSPECTION: Whenever the work provided for 1n and contemplated under the Contract Documents has been satisfactorily completed and final clean-up performed, the Engineer will notify the proper officials of the Owner and request that a Final Inspection be made. Such inspection will be made within 10 days after such notification. After such final inspection, if the work and materials and equipment are found satisfactory, the Contractor will be notified in writing of the acceptance of the same after the proper resolution has been passed by the City Council. No time charge will be made against the Contractor between said date of notification of the Engineer and the date of final inspection of the work. C5-5 (8) PART C -GENERAL CONDITIONS C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY SECTION C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY C6-6.1 LAWS TO BE OBSERVED:The Contractor shall at all times observe and comply with all Federal and State Laws and City ordinances and regulations which in any way affect the conduct of the work or his operations, and shall observe and comply with all orders, laws, ordinances and regulations which exist or which may be enacted later by bodies having jurisdiction or authority for such enactment. No plea or misunderstanding or ignorance thereof will be considered. The Contractor and his Sureties shall indemnify and save harmless the City and all of its officers, agents, and employees against any and all claims or liability arising from or based on the violation of any such law, ordinance, regulation, or order, whether it be by himself or his employees. C6-6.2 PERMITS AND LICENSES: The Contractor shall procure all permits and licenses, pay all charges, costs and fees, and give all notices necessary and incident to the due and lawful prosecution of the work. C6-6.3 PATENTED DEVICES, MATERIALS. AND PROCESSES: If the Contractor is required or desires to use any design, device, material, or process covered by letter, patent, or copyright, he shall provide for such use by suitable legal agreement with the patentee or owner of such patent, letter, or copyrighted design. It is mutually agreed and understood that without exception the contract price shall include all royalties or cost arising from patents, trademarks, and copyrights in any way involved in the work. The Contractor and his sureties shall indemnify and save harmless the Owner from any and all claims for infringement by reason of the use of any such trade-mark or copyright in connection with the work agreed to be performed under these Contract Documents, and shall indemnify the Owner for any cost, expense, or damage which it may be obliged to pay by reason of such infringement at any time during the prosecution of the work or after completion of the work, provided, however, that the Owner will assume the responsibility to defend any and all suits brought for the infringement of any patent claimed to be infringed upon the design, type of construction or material or equipment specified in the Contract Documents furnished the Contractor by the Owner, and to hold the Contractor harmless on account of such suits. C6-6.4 SANITARY PROVISIONS: The Contractor shall establish and enforce among his employees such regulations in regard to cleanliness and disposal of garbage and waste as will tend to prevent the inception and spread of infectious or contagious diseases and to effectively prevent the creation of a nuisance about the work on any property either public or private, and such regulations as are required by Law shall be put into immediate force and effect by the Contractor. The necessary sanitary conveniences for use of laborers on the work, properly secluded from public observation, shall be constructed and maintained by the Contractor and their use shall be strictly enforced by C6-6(1) the Contractor. All such facilities shall be kept in a clean and sanitary condition, free from objectionable odors so as not to cause a nuisance. All sanitary laws and regulations of the State of Texas and the City shall be strictly complied with. C6-6.5 PUBLIC SAFETY AND CONVENIENCE: Materials or equipment stored about the work shall be placed and used, and the work shall at all times be so conducted, as to cause no greater obstruction or inconvenience to the public than is considered to be absolutely necessary by the Engineer. The Contractor is required to maintain at all times all phases of his work in such a manner as not to impair the safety or convenience of the public, including, but not limited to, safe and convenient ingress and egress to the property contiguous tot he work area. The Contractor shall make adequate provisions to render reasonable ingress and egress for normal vehicular traffic, except during actual trenching or pipe installation operations, at all driveway crossings. Such provisions may include bridging, placement or crushed stone or gravel or such other means of providing proper ingress and egress for the property served by the driveway as the Engineer may approve as appropriate. Such other means may include the diversion of driveway traffic, with specific approval by the Engineer, If diversion of traffic is approved by the Engineer at any location, the Contractor may make arrangements 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 numbers to protect the work and prevent accident or damage . All installations and procedures shall be consistent with provisions set forth in the "1980 Texas Manual on Uniform Traffic Control Devices for Streets and Highways" issued under the authority of the "State of Texas Uniform Act Regulating Traffic on Highways", codified as Article 6701d Veron's Civil Statues, pertinent section being Section Nos . 27, 29, 30 and 31. The Contractor will not remove any regulatory sign, instructional sign, street name sign, or other sign which has been erected by the City. If it is determined that a sign must be removed to permit required construction, the Contractor shall contact the Transportation and Public Works Department, Signs and Markings Division (phone number 871-8075), to remove the sign. In case of regulatory signs, the Contractor must replace the permanent sign with a temporary sign meeting the requirements of the above referred manual and such temporary sign must be installed prior to the removal of the permanent sign . If the temporary sign is not installed correctly or if it does not meet the required specifications, the permanent sign shall be left in place until the temporary sign requirements are met. When construction work is completed to the extent that the permanent sign can be re- installed, the Contractor shall again contact the Signs and Markings Division to re-install the permanent sign and shall leave his temporary sign in place until such re-installation is completed. The Contractor will be held responsible foe all damage to the work or the public due to failure of barricades, signs , fences, lights , or watchmen to protect them . Whenever evidence is found of such damage to the work the Engineer may order the damaged portion immediately removed and replaced by the Contractor at the Contractor's own expense. The Contractor's responsibility for the maintenance of barricades, signs, fences and lights , and for providing watchmen shall not cease until the project shall have been completed and accepted by the Owner. No compensation, except as specifically provided in these Contract Documents , will be paid to the Contractor for the Work and materials involved in the constructing, providing, and maintaining of barricades, signs, fences, and lights or salaries of watchmen, for the subsequent removal and disposal of such barricades, signs, or for any other incidentals necessary for the proper protection, safety, and convenience of the public during the contract period, as this work is considered to be subsidiary to the several items for which unit or lump sum prices are requested in the Proposal. C6-6.9 USE OF EXPLOSIVES. DROP WEIGHT. ETC.: Should the Contractor elect to use explosives, drop weight, etc ., in the prosecution of the work, the utmost care shall be exercised at all times so as not to endanger life or property. The Contractor shall notify the proper representative of any public service corporation, any company, individual, or utility, and the Owner, not less than twenty-four hours in advance of the use 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 passes over, through, or into private property, the Owner will provide such right-of-way or easement privileges, as the City may deem necessary for the prosecution of the work. Any additional rights-of-way or work area considered necessary by the Contractor shall be provided by him at his expense. Such additional rights-of-way or work area shall be acquired for the benefit of the City. The City shall be notified in writing as to the rights so acquired before work begins in the affected area. The Contractor 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 act, omission, neglect, or misconduct in the execution of the work, or in consequence of non-execution thereof on the part of the Contractor, he shall restore or have restored as his cost and expense such property to a condition at least equal to that existing before such damage or injury was done, by repairing, rebuilding, or otherwise . 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 construction of this project shall be restored to the original or a better than original condition upon completion of this project. When wire fencing, either wire mesh or barbed wire is to be crossed, the Contractor shall set cross brace posts on either side of the permanent easement before the fence is cut. Should additional fence cuts be necessary, the Contractor shall provide cross-braced posts at the point of the proposed cut in addition to the cross braced posts provided at the permanent easements limits, before the fence is cut. Temporary fencing shall be erected in place of the fencing removed whenever the work is not in progress and when the site is vacated overnight, and/or at all times to prevent livestock from entering the construction area. The cost for fence removal, temporary closures and replacement shall be subsidiary to the various items . bid in the project proposal. Therefore, no separate payment shall be allowed for any service associated with this work. In case of failure on the part of the Contractor to restore such property or to make good such damage or injury, the Owner may, upon 48 hour written notice under ordinary circumstances, and without notice when a nuisance or hazardous condition results, proceed to repair, rebuild, or otherwise restore such property as may be determined by the Owner to be necessary, and the cost thereby will be deducted from any monies due to or to become due to the Contractor under this contract. C6.6. 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 responsibility of Owner, its officers, agents, servants, and employees for property damage or loss, and/or personal injuries, including death, to any and all person of whatsoever kind or character, whether real or asserted, arising out of or in connection with, directly or indirectly, the work and services to be performed hereunder · by the Contractor, its officers, agents, employees, contractors, subcontractors, licensees or invitees, whether or not caused, in whole or in apart, by alleged negligence of officers, agents, employees, contractors, subcontractors, licensees or invitees of the Owner. Contractor likewise covenants and agrees to, and does hereby, indemnify and hold harmless Owner from and against any and all injuries, loss or damages to property of the Owner during the performance of any of the terms and conditions of this Contract, whether arising out of or in connection with or resulting from, in whole or in apart, any and all alleged acts of omission of officers, agents, employees, contractors, subcontractors, licensees, or invitees of the Owner. In the event a written claim for damages against the contractor or its subcontractors remains unsettled at the time all work on the project has been completed to the satisfaction of the Director of the Water Department, as evidenced by a final inspection, final payment to the Contractor shall not be recommended to the Director of the Water Department for a period of 30 days after the date of such final inspection, unless the Contractor shall submit written evidence satisfactory to the Director that the claim has been settled and a release has been obtained from the claimant involved. If the claims concerned remains unsettled as 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 me 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 ou~standing claims, and such good faith efforts have failed. If condition (1) above is met at any time within the six month period, the Director shall recommend that the final payment to the Contractor be made. If condition (2) above is met at any time within the six month period, the Director may recommend that final payment to the Contractor be made. At the expiration of the six month period, the C6-6(7) Director may recommend that final payment be made if all other work has been performed and all other obligations of the Contractor have been met to the satisfaction of the Director. The Director may, if he deems it appropriate, refuse to accept bids on other Water Department Contract work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract. C6-6.13 CONTRACTOR'S CLAIM FOR DAMAGES: Should the Contractor claim compensation 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 d~tails 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 allegecl damage . Unless such statements shall be filed as heteinabove 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 ADillSTMENT 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 VALVES in these General Contract Documents. · When meters are used to measure the water, the charges, if any, for water will be made at the regular established rates. When meters are not used, the charges, if any, will be as prescribed by the City ordinance, or where no ordinances applies, payment shall be made on estimates and rates established by the Director of the Fort Worth Water Department. C 6-6.17 USE OF A SECTION OR PORTION OF THE WORK: Whenever, in the opinion of the Engineer, any section or portion of the work or any structure is in suitable condition, it may be put into use upon the written notice of the Engineer, and such usage shall not be held to be in any way an acceptance of said work or structure or any part thereof or as a waiver of any of the provisions of these Contract Documents. All necessary repairs and removals of any section of the work so put into use, due to defective materials or workmanship, equipment, or deficient operations on the part of the Contractor, shall be performed by the Contractor at his expense. C6 -6.18 CONTRACTOR'S RESPONSIBILITY FOR THE WORK: Until written acceptance by the Owner as provided for in these Contract Documents, the work shall be under the charge and care of the Contractor, and he shall take every necessary precaution to prevent injury or damage to the work or any part thereof by action of the elements or from any cause whatsoever, whether arising from the execution or nonexecution of the work. The Contractor shall rebuild, repair, restore, and make good at his own expense all injuries or damage to any portion of the work occasioned by any of the hereinabove causes. C6-6. l 9 NO WAIVER OF LEGAL RIGHTS:. Inspection by the Engineer or any order by the Owner by payment of money or any payment for or acceptance of any work, or any extension of time, or any possession taken by the City shall not operate as a waiver of any provision of the Contract Documents. Any waiver of any breach or Contract shall not be held to be a waiver of any other or subsequent breach. The Owner reserves the right to correct any error that may be discovered in any estimate that may have been paid and to adjust the same to meet the requirements of the Contract Documents . C6-6(9) C6-6.20 PERSONAL LJABJLITY 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 matenals, 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 his own organization, and with the assistance of workmen under his immediate superintendance, work of a value of not less than fifty (50%) percent of the value embraced on the contract. If the Contractor sublets any part of the work to be done under these Contract Documents, he will not under any circumstances be relieved of the responsibility and obligation assumed under these Contract Documents. All transactions of the Engirieer 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 th~reof, to any person or persons, partnership, company, firm, or corporation, or does by bankruptcy, voluntary or involuntary, or by assignment under the insolvency laws of any states, attempt to dispose of the contract may, at the option of the Owner be revoked and annulled, unless the Sureties shall successfully complete said contract, and in the event of any such revocation or annulment, any monies due or to become due under or by virtue of said contract shall be retained by the Owner as liquidated damages for the reason that it would be impracticable and extremely difficult to fix the actual damages. C7-7.3 PROSECUTION OF THE WORK: Prior to beginning any construction operations, the Contractor shall submit to the Engineer in five or more copies, if requested by the Engineer, a progress schedule preferably in chart or diagram form, or a brief outlining in detail and step by step the manner of prosecuting the work and ordering materials and equipment which he expects to follow in order to complete the project in the scheduled time. There shall be submitted a table of estimated amounts to be earned by the Contractor during each monthly estimate period. The Contractor shall commence the work to be performed under this contract within the time limit stated in these Contract Documents and shall conduct the work in a continuous manner and with sufficient equipment, materials, and labor as is necessary to insure its completion within the time limit. C7-7(1) The sequence requested of all construction operations shall be at all times as specified in the Special Contract Documents. Any Deviation from such sequencing shall be submitted to the Engineer for his approval. Contractor shall not proceed with any deviation until he has received written approval from the Engineer. Such specification or approval by the Engineer shall not relieve the Contractor from full responsibility of the complete · performance of the Contract. The contract time may be changed only as set forth in Section C7-7.8 EXTENSION OF T.Ilv1E OF COMPLETION of this Agreement, and a progress schedule shall not constitute a change in the contract time. C7-7.4 LIMITATION OF OPERATIONS: The working operations shall at all times be conducted by the Contractor so as to create a minimum amount of inconvenience to the public. At any time when, in the judgment of the Engineer, the Contractor has obstructed or closed or is · carrying on operations in a portion of a street or public way greater than is necessary for proper execution of the work, the Engineer may require the Contractor to finish the section on which operations are in progress before the work is . commenced on any additional section or street. C7-7.5 CHARACTER OF WORKMEN AND EQUIPMENT: Local labor shall be used by the Contractor wheri it is available. The Contractor may bring from outside the City of Fort Worth his key men and his superintendent. All other workmen, including equipment operators, may be imported only after the local supply is exhausted. The Contractor shall employ only such superintendents, foremen, and workmen who are careful, competent, and fully qualified to perform the duties and tasks assigned to them, and the Engineer may demand and secure the summary dismissal of any person or persons employed by the Contractor in or about or on the work who, in the opinion of the Owner, shall misconduct himself or to be found to be incompetent, disrespectful, intemperate, dishonest, or otherwise objectionable or neglectful in the proper performance of his or their duties, or who neglect or refuses to comply with or carry out the direction of the owner, and such person or persons shall not be employed again thereon without written consent of the Engineer. All workmen shall have sufficient skill, ability, and experience to properly perform the work assigned to them and operate any equipment necessary to properly carry out the performance of the assigned duties. The Contractor shall furnish and maintain on the work all such equipment as is considered to be necessary for the prosecution of the work in an acceptable manner and at a satisfactory rate of progress. All equipment, tools, and machinery used for handling materials and executing any part of the work shall be subject to the approval of the Engineer and shall be maintained in a satisfactory, safe and efficient working condition. Equipment on any portion of the work shall be such that no injury to the work. Workmen or adjacent property will result from its use. C7-7(2) 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 "WORKJNG PAYS" 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 AMOUNfOF LIQUIDATED DAMAGES PER DAY Less than $ 5,000 inclusive $ 35.00 $ 5,001 to $ 15,000 inclusive $ 45.00 $ 15 ,001 to $ 25,000 inclusive $ 63.00 $ 25,001 to $ 50,000 inclusive $ 105.00 $ 50,001 to $ 100,000 inclusive $ 154.00 $ 100,001 to $ 500,000 inclusive $ 210.00 $ 500,001 to $1,000,000 inclusive $ 315.00 $1,000,001 to $2,000,000 inclusive $ 420.00 $2,000,000 and over $ 630.00 The parties hereto understand and agree that any harm to the City caused by the Contractor's delay in completing the work hereunder in the time specified by the Contract Documents would be incapable or very difficult to calculate · due to lack of accurate information, and that the "Amount of Liquidated Damages Per Day", as set out above, is a reasonable forecast of just compensation due .the City for harm caused by any delay. C7-7.11 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 ciays, 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 operations. d. Substantial 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. i. . A substantial indication that the Contractor has made an unauthorized assignment of the contract or any funds due therefrom for the benefit of any creditor or for any other purpose. j. If the Contractor shall for any cause whatsoever not carry on the working operation in an acceptable manner. k . If the Contractor commences legal action against the Owner. A Copy of the suspension order or action of the City Council 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, provide.cl however, that the Sureties shall exercise their option, if at all, within two weeks after the written notice to discontinue the work has been served upon the Contractor and upon the Sureties or their authorized agents. The Sureties , in such event shall assume the Contractor's place in all respects, and shall be paid by the Owner for all work performed by them in accordance with the terms of the Contract Documents. All monies remaining due the Contractor at the .time of this default shall thereupon become due and payable to the Sureties as the work progresses, subject to all of the terms of the Contract Documents. 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 l;>y 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 work under the contract is terminated, and the date upon which such termination becomes effective. Receipt of the notice shall be deemed conclusively presumed and established when the letter is placed in the United States Postal Service Mail by the Owner. Further, it shall be deemed conclusively presumed and established that such termination is made with just cause as therein stated; and no proof in any C7-7(8) B. claim, demand or suit shall be required of the Owner regarding such discretionary action CONTRACTOR ACTION: After receipt of a notice of termination, and except as otherwise directed by the Engineer, the Contractor shall: 1. Stop work under the contract on the date and to the extent specified in the notice of termination; 2 . 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 noti~e 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 of Item C7-7.l(C), the Contractor and the Owner may agree upon the whole or any part of the amount or amounts to be paid to the Contractor by reason of the total or partial termination of the work pursuant hereto; provided, that such agreed amount or amounts shall never exceed the total contract price reduced by the amount of payments otherwise made and as further reduced by the contract price work not terminated. Th.e 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.I6(D) upon the whole amount to be paid to the Contractor by reason of the termination of the work pursuant to this section, the Owner shall determine, on the basis of information available to it, the amount, if any, due to the Contractor by reason of the termination and shall pay to the Contractor the amounts determined. No amount shall be due for lost or anticipated profits. F. DEDUCTIONS: In arriving at the amount due the Contractor under this section there shall be deducted; 1. all unliquidated advance or other payments on account theretofore made to the Contractor, applicable to the terminated portion of this contract; C7-7(10) 2. any claim which the Owner may have against the Contractor in corinection with this contract; and 3. the agreed price for, or the proceeds of the sale of, any materials, supplies or other things kept by the Contractor or sold, pursuant to the provisions of this clause, and not otherwise recovered by or credited to the Owner. G. ADJUS'.fMENT:. If the termination hereunder be partial, prior to the settlement of the terminated portion of this contract, the Contractor may file with the Engineer a request in writing for an equitable adjustment of the price or prices specified in the contract relating to the continued portion of the contract (the portion not terminated by notice of termination), such equitable adjustment as may be agreed upon shall be made in such price or prices; noting contained herein, however, shall limit the right of the owner and the Contractor to agree upon the amount or amounts to be paid tot he Contractor for the completion of the continued portion of the contract when said contract does not contain an established contract price for such continued portion. H. NO LIMITATION OF RIGHTS: Noting contained in this section shall limit or alter the rights which the Owner may have for termination of this contract under C7-7 .14 hereof entitled · "SUSPENSION OR ABANDONMENT OF THE WORK AND ANNULMENT OF CONTRACT" or any other right which the Owner may have for default or breach of contract by Contractor. C7-7.I7 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 CONDIDONS C8-8 MEASUREMENT AND PAYMENT SECTION C8-8 MEASUREMENT AND PAYMENT C8-8.l MEASUREMENT OF QUANTITIES: The determination of quantities o.f 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 RETAIN AGE: 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, computations, and checks can be made. All prior estimates upon which payment has been made are subject to necessary corrections or revisions in the final payment. The amount of the final estimate, less previous payments and any sums that have been deducted or retained under the provisions of the Contract Documents, will be paid to the Contractor within 60 days after the final acceptance by the Owner on a proper resolution of the City Council, provided the Contractor has furnished to the owner satisfactory evidence of compliance as follows: Prior to submission of the final estimate for payment, the Contractor shall execute an affidavit as furnished by the City, certifying that; A. all persons, firms, associations, corporations, or other organizations furnishing labor and/or materials have been paid in full, B . that the wage scale established by the City Council in the City of Fort Worth has been paid, and C. that there are no claims pending for personal 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 has been provided for in the Proposal, shall be considered as a subsidiary item of work, the cost of which shall be included in the price bid in the Proposal, for each bid item. Surface restoration, rock excavation and cleanup are general items of work which fall in the category of subsidiary work. C8-8.12 MISCELLANEOUS PLACEMENT OF MATERIAL: Material may be allocated under various bid items in the Proposal to establish unit prices for miscellaneous placement of material. These materials shall be used only when directed by the Engineer, · depending on field conditions. Payment for miscellaneous placement of material will be made for only that amount of materiaf 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) SECTION Cl: SUPPLEMENTARY CONDITIONS TO PART C -GENERAL CONDITIONS A. General These Supplementary Conditions amend or supplement the General Conditions of the Contract and other provisions of the Contract Documents as indicated below. Provisions which are not so amended or supplemented remain in full force and affect. B. C8;.8.5 PARTIAL ESTIMATES AND RET AINAGE: 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 indude 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 1 of the General Conditions is deleted and replaced with D-3 of Part D -Special Conditions. D. C3-3. l 1 INSURANCE: Page C3-3 (6): Delete subparagraph "g. LOCAL AGENT FOR INSURANCE AND BONDING" Revised 10/24/02 Pg. 1 E. F. C6-6.12 CONTRACTOR'S RESPONSIBLITY FOR DAMAGE CLAIMS: Page C6-6 (8), is deleted in its ~ntirety 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 wo·rk and services to be performed hereunder by Contractor, its officers, agents, employees, subcontractors, licensees or invitees, whether or not any such iniurv, damage · o~ 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 iniurv or da11iage 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 fromthe 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, refu.se to accept bids qn other City of Fort Worth public work from a Contractor against whom a claim for damages is outstanding as a result' of wor~ performed under a City Contract. INCREASED OR DECREASED QUANTITIES: Part C -General Conditions, Section C4-4 SCOPE OF WORK, Page C 4-4 (1), revise paragraph C4-4.3 INCR,EASED OR DECREAS:gD 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. G. C3-3. l 1 INSURANCE: Page _C3-3 (7): Add subparagraph "h. ADDITIONAL Revised 10/24/02 Pg.2 ., :.:,~ liil INSURANCE REQUIREMENTS" a. The City, its officers, employees and servants shall be endorsed as an additionalinsured 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 AM. Best rating of A: VII or equivalent measure of financial strength and solvency. £ Deductible limits, or self-funded retention limits, on each policy must not exceed $10,000.00 per occurrence unless otherwi~e 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. I. Contractor's liability shall not be limited to the specified amounts of insurance required herein . Revised 10/24/02 Pg.3 H. 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 :µnal acceptance by the Owner, (except as provided in paragraph C5~5.I4) 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 accord_ing to the terms of the Contract Documents. The payment of any current or partial estimate prior to the final acceptance of the work by the Owner shall in no way constitute an acknowledgment of the acceptance of the work, materials, or equipment, nor in any way prejudice or affect the obligations of the Contractor to repair, correct, renew, or replace at his own and proper expense any defects or imperfections in the construction or in the strength or quality of the material used or equipment or machinery furnished in or about the construction of the work under contract and its appurtenances, or any damage due or attributed to such defects, which defects, imperfections, or damage shall have been discovered on or before the final inspection and acceptance of the work or during the two (2) year guaranty period after the final acceptance. The Owner shall be the sole judge of such defects, imperfections, or damage, and the Contractor shall be liable to the Owner for failure to correct the same as provided herein. I. C8-8.I0 GENERAL GUARANTY: Delete C8-8.I0, 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 workmanship. The Contractor shall remedy any defects or damages in the work and pay for any damage to other work or ·property resulting therefrom which shall appear within a period of two (2) years from the date of final acceptance of the work unless a longer period is specified and shall furnish a good and sufficient maintenance bond in the amount of 100 percent of the amount of the contract which shall assure the performance of the general guaranty as above. outlined .. The Owner will give notice of observed defects with reasonable promptness . Revised 10/24/02 Pg.4 . '}; .L. lliiiil liiil - - J. K. 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 proj~ct. 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 (4) exchange paragraphs C2-2.7, C2-2.8 and C2-2.9 with the following: C2""2.7 DELIVERY OF PROPOSAL: No proposal will be considered unless it is delivered, accompanied by its proper Bid Security, to the Purchasing Manager or his · representative at the official location and stated time set forth in the "Notice to Bidders." It is the Bidder's sole responsibility to deliver the proposal at the proper time to the proper place. The mere fact that a proposal was dispatched will not be considered. The Bidders must have the proposal actually_ delivered. Each proposal shall be in a sealed envelope plainly marked with the word "PROPOSAL," and the name or description of the project as designated in the "Notice to Bidders." The envelope shall be addressed to the Purchasing Manager, City of Fort Worth Purchasing Division, P.O. Box 17027, Fort Worth, Texas 76102. C2-2.8 WITHDRAWING PROPOSALS: Proposals actually filed with the Purchasing Manager cannot be withdrawn prior to the time set for opening proposals. A request for non-consideration of a proposal must be made in writing, addressed to the City Manager, and filed with him prior tcf 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 C?nsideration will be given to the proposal C3-3.7 BONDS (CITY LET PROJECTS): Reference Part C, General Conditions, dated November 1, 1987; (City let projects) make the following revisions-: 1. Page C3-3(3); the paragraph after paragraph C3-3.7d Other Bonds should be revised to read: Revised 10/24/02 Pg. 5 L. .In order for a surety to be acceptable to the Cjty, the surety must (1) hold a certificate of authority from the United States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of $100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law: Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion, will determine the adequacy of the proof required herein. 2. Pg. C3-3(5) Paragraph C3-3.l 1 INSURANCE delete subparagraph "a. COMPENSATION INSURANCE". 3. Pg. C3-3(6), Paragraph C3-3.ll INSURANCE delete subpa:r;agraph "g. LOCAL AGENT FOR INSURANCE AND BONDING" . . ' ; RIGHT TO AUDIT: Part C -General Conditions, Section· C8:..8 MEASUREMENT AND PAYMENT, Page C8-8 (5)~ add the following: C8-8.14 RIGHT TO AUDIT: (a) Contractor agrees that the City shali 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 boolcs, 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 Ill order to conduct audits in compliance with the provisions of this section. T4e 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 ~grees that the City shall, until the expiration of three (3) · years after final payment under the subcontract, have access to and the right t.o 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 audjts. . . ' . ' ( 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 Revised 10/24/02 Pg.6 - - - liiiil - M. N. 0. 2, More than 50 copies -85 cents for the first page plus fifteen cents for each page thereafter SITE PREPARATION: The Contractor shall clear rights-of-way or easements of obstruction which must be removed to make possible proper prosecution of the work as a part of this project construction operations. The contractor's attention is directed to paragraph C6-6.10 work within easements, page C6-6(4), part C -General Conditions of the Water Department · General Contract Document and General Specifications. Clearing and restoration shall be considered as incidental to construction and all costs · incurred will be considered to be included in the Linear Foot price of the pipe. 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 fir.st paragraph, lines five ( 5) and six ( 6), change the phrase take all such other precautionary measures to take all reasonable necessary measures. MINORITY/WOMEN BUSINESS ENTERPRISE COMPLIANCE: Reference Part ·C (General Conditions), Section C3-3.2 Entitled "MINORITY BUSINESS ENTERPRISE/WOMEN-OWNED BUSINESS ENTERPRISE COMPLIANCE" shall be deleted in its entirety and replaced with the following: Upon request, Contractor agrees to provide to Owner complete and accurate information regarding actual work performed by a Minority Business Enterprise (MBE) and/or a Woman Business Enterprise (WBE) on the contract and payment therefore. Contractor further agrees to permit an audit and/or examination of any books, records or files in its possession that will substantiate the actual work performed by an MBE and/or WBE. The misrepresentation of facts (other than a negligent misrepresentation) and/or the commission of fraud by the Contractor will be grounds for termination of the contract · and/or initiating action under appropriate federal, state or local laws or ordinances relating to false statements; further, any such misrepresentation (other than negligent misrepresentation) and/or commission of fraud will result in the Contractor being determined to be irresponsible and barred from participating in City work for a period ·of time of not less than thee (3) years. Revised 10/24/02 Pg. 7 P. WAGE RATES: Sectio:q. C3-3.13 of the General Conditions is qeleted m.d replaced with the following: ( a) The contractor shall comply with all requirements of Chapter 2258, Texas Government Code, includirig the payment of not less than the rates deterniined· by theJ~ity . Council of the City of Fort· Worth to be the prevailing wage rates in accorcrance with Chapter 2258, Texas GovetnmeJt Code. Suchpreva:ilmg wage rate~ ~e included'iii these contract do cu.merits. (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 ofeach :worker employed by the . contractor in the construction: of the work provided for in this contract; arid'(ii) th~ actual per dieinwages paid to .each worker .. These ,records s~ll be open at all reasonal?le: houi;s 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)nclude in its · subcontracts an,d/ot shall otherwise require au pf its subcontractors ~o coriiply,withparagrapfu (a).and (b) a~ove.·'.· (d) With-each .partial payment estu;nate ot payroll :periodi whichever· is· less~ an ·affidavit · ~tl:lting that the' contractor has complied with the r~qllirements of Chapter.Z258;·Texas Governnient Cocle. Tiie contractor, shaµ post the prevailii:igwage raies ·m ~ conspicuoiis place at the site of the project at all times. Revised 10/24/02 Pg. 8 - PART D -SPECIAL CONDITIONS D-1 GENERAL ............................................................................................................................ 3 D-2 COORDINATION MEETING ................................................................................................ 6 D-3 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW ...................... 6 D-4 COORDINATION WITH FORT WORTH WATER DEPARTMENT ...................................... 8 D-5 CROSSING OF EXISTING UTILITIES ................................................................................ 8 D-6 EXISTING UTILITIES AND IMPROVEMENTS .................................................................... 9 D-7 CONSTRUCTION TRAFFIC OVER PIPELINES .................................................................. 9 D-8 TRAFFIC CONTROL ............................................................... ; .......... : .............. ; ............... 10 D-9 DETOURS ........................................................................................................ .'; ...... : ........ 11 D-10 EXAMINATION OF SITE .......................................................... : .................................... 11 D-11 ZONING COMPLIANCE .............................. · .................... : ........ : .... : ................ .' .............. 11 D-12 WATER FOR CONSTRUCTION ................................................................. : .................. 11 D-13 WASTE MATERIAL .............................. .-........................................................................ 11 D-14 · PROJECT CLEANUP AND FINAL ACCEPTANCE ..................... '. .................................. 11 D-15 SAFETY RESTRICTIONS-WORK NEAR HIGH VOLTAGE LINES .............................. 12 D-16 BID QUANTITIES ......................................................... ." ................................................ 12 D-17 CUTTING OF CONCRETE ............................................................................................ 12 D-18 PROJECT DESIGNATION SIGN ...................... : ............................................................ 12 D-19 CONCRETE SIDEWALK AND DRIVEWAY REPLACEMENT ........................................ 13 D-20 MISCELLANEOUS PLACEMENT OF MATERIAL. ............. : ........................................... 13 D-21 CRUSHED LIMESTONE BACKFILL .......... : ................................................................ ; .. 13 D-22 2:27 CONCRETE ........................................................................................................... 14 D-23 TRENCH EXCAVATION, BACKFILL, AND COMPACTION ...... : .. : ................................. 14 D-24 TRENCH PAVEMENT (PERMANENT) REPAIR (E2-19) FOR UTILITY CUTS .............. 15 D-25 SITE SPECIFIC TRENCH SAFETY SYSTEM (COVERS ALL PROJECTS) .... :: ............ 16 D-26 SANITARY SEWER MANHOLES ... : ......................................... '. .................................... 17 D-27 · SANITARY SEWER SERVICES ............................................... : .................................... 20 D-28 REMOVAL, SALVAGE, AND ABANDONMENT OF EXISTING FACILITIES .................. 21 D-29 DETECTABLE WARNING TAPES ................................. : .......... ; ...................... : ......... : ... 24 D-30 PIPE CLEANING ........................................................................................................... 24 D-31 DISPOSAL OF SPOIL/FILL MATERIAL ......................................................................... 24 D-32 MECHANICS AND MATERIALMEN'S LIEN ................................................................... 24 D-33 SUBSTITUTIONS .......................................................................................................... 24 D-34 PRE-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER .............. 25 D-35 VACUUM TESTING OF SANITARY SEWER MANHOLES ............................................ 28 D-36 BYPASS PUMPING ............................................................................................... :.-...... 29 D-37 POST-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER ............ 29 D-38 SAMPLES AND QUALITY CONTROL TESTING ................................ : .......................... 31 D-39 TEMPORARY EROSION, SEDIMENT, AND WATER POLLUTION CONTROL (FOR DISTURBED AREAS LESS THAN 1 ACRE) ................................................................................. 32 D-40 INGRESS AND EGRESS/OBSTRUCTION OF ACCESS TO DRIVES .......................... 33 D-41 PROTECTION OF TREES, PLANTS AND SOIL ........................................................... 33 D-42 SITE RESTORATION .................................................................................................... 33 · D-43 CITY OF FORT WORTH STANDARD PRODUCT LIST ................................................ 34 D-44 TOPSOIL, SODDING, SEEDING & HYDROMULCHING ............................................... 34 D-45 CONFINED SPACE ENTRY PROGRAM ......................................................................... 39 D-46 SUBSTANTIAL COMPLETION INSPECTION/FINAL INSPECTION ............................. .40 D-47 EXCAVATION NEAR TREES (WHERE IDENTIFIED ON THE PLANS) ....................... .40 D-48 CONCRETE ENCASEMENT OF SEWER PIPE ....... '. ................................................... .41 D-49 CLAY DAM ..................................................................................................................... 41 02/09/2010 SC-1 g:\1210\4397-32\project\specifications\contract Sc\100% set -Sc\05 .3 -green double sided _-part d -special conditions -paginated (water-sewer) - wtr 02-09-1 O.doc PART D -SPECIAL CONDITIONS D-50 EXPLORATORY EXCAVATION (D-HOLE) .................................................................. .41 D-51 INSTALLATION OF WATER FACILITIES ............................. : ....................................... .41 51.1 Polyvinyl Chloride (PVC) Water Pipe .......................................................................... .41 51.2 Blocking ....................................................................................................................... 42 51.3 Type of Casfng Pipe ......................................................................................... , ........... 42 51 .4 Tie-lns ........................... : .................................... · .......................................................... 42 51.5 Connection of Existing Mains ...................................................................................... .42 51.6 Valve Cut-Ins ............................................................................................................... 43 51.7 Water Services ......... : .................................................................................................. 43 51.8 2-lnch Temporary Service Line ................................................................................... .45 . 51 .9 Purging and Sterilization of Water Lines ..................................................................... .46 51.10 Work Near Pressure Plane Boundaries ...................................................................... .46 51.11 Water Sample Station .................................................................................................. 47 51.12 Ductile Iron and Gray Iron Fittings ............................................................................... .47 D-52 SPRINKLING FOR DUST CONTROL ........................................................................... .48 D-53 DEWATERING .............................................................................................................. 48 D-54 TRENCH EXCAVATION ON DEEP TRENCHES ........................................................... .48 D-55 TREE PRUNING ............................................................................................................ 48 D-56 TREE REMOVAL ....................................................................................... : ................... 49 D-57 TEST HOLES ......................................................... : ...................................................... 49 D-58 PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION AND NOTIFICATION OF TEMPORARY WATER SERVICE INTERRUPTION DURING CONSTRUCTION ......................................................................................................................... 50 D-59 TRAFFIC BUTTONS ...................................................................................................... 50 D-60 SANITARY SEWER SERVICE CLEANOUTS ................................................................ 51 D-61 TEMPORARY PAVEMENT REPAIR. ............................................................................. 51 D.: 62 CONSTRUCTION STAKES ........................................................................................... 51 D-63 EASEMENTS AND PERMITS .................................................................................. : ..... 51 D-64 PRE-CONSTRUCTION NEIGHBORHOOD MEETING .................................................. 52 D-65 WAGE RATES .............................................................................................................. 52 D-66 REMOVAL AND DISPOSAL OF ASBESTOS CEMENT PIPE ...................................... 54 D-67 STORM WATER POLLUTION PREVENTION (FOR DISTURBED AREAS GREATER THAN 1 ACRE) ............................................................................... : .............................................. 54 D-68 COORDINATION WITH THE CITY'S REPRESENTATIVE FOR OPERATIONS OF EXISTING WATER SYSTEMS ...................................................................................................... 56 D-69 ADDITIONAL SUBMITIALS FOR CONTRACT AWARD ................................................... 57 D-70 , EARLY WARNING SYSTEM FOR CONSTRUCTION : ................................ ." ........... , ......... 57 D-71 AIR POLLUTION WATCH DAYS ....................................................................................... 58 D-72 FEE FOR STREET USE PERMITS AND RE-INSPECTIONS .................................... ; ....... 58 02/09/2010 SC-2 g:\1210\4397-32\project\specifications\contract 5c\100% set -5c\05 .3 -green double sided -part d -special conditions -paginated (water-sewer) - wtr 02-09-1 O.doc - - PART D -SPECIAL CONDITIONS This Part D -Special Conditions is complimentary to Part C -General Conditions and Part C1 - Supplementary Conditions to Part C of the Contract. Anything contained in this Part D that is additive to any provision in Part C -General Conditions and part 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: City of Fort Worth , Texas 2007 CRITICAL CAPITAL PROJECT COUNCIL DISTRICT 5; CONTRACT 5C CAPERS AVENUE, OSBOURNE LANE , RANSOM TERRACE, AND PLANTS AVENUE D.O.E. PROJECT NO. 5878 CITY PROJECT NO. 00950 UNIT I: WATER & SANITARY SEWER REPLACEMENT WATER PRJECT NO.: P265 531200 6051700950 SEWER PROJECT NO .: P275 531200 7051700950 UNIT 11 : PAVI.NG RECONSTRUCTION T/PW PROJECT NO .: C295 531200 20540000950 r:'.-1 · 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. SpeclalCondffions The following Special Conditions shall be applicable to this project under the provisions stated . above . The Contractor shall be responsible for defects in this project due to faulty materials and . workmanship, or both, for a period of two (2) years from date of final acceptance of this project ·by the City of Fort Worth and will be required to replace at his expense any part or all of this project which becomes defective due to these. causes . . Subject to modifications as herein contained, the Fort Worth Water Department's General Contract Documents and General Specifications, with latest revisions , are made a part of the General Contract Documents for this project. The Plans, these Special Contract Documents and the · rules, regulations, requirements, instructions, drawings or details referred to by manufacturers name, or identification include therein as specifying , referring or implying product control, performance, quality, or other shall be binding upon the contractor. Th~ 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 furnishe~ in a faithful manner as though required by all. . . · .'.. . ·· Any c ·ontractor performing any work on Fort Worth water or sanitary sewer facilities m'ust be pre- . qualified with the Water Department to perform such work in accordance with procedures described in the current Fort Worth · Water Oepartmerit General Specifications, .. which general specifications shall govern performance of all such work. · 02/09/2010 SC-3 g :\1210\4397-32\project\specifications\contract Sc\100% set-Sc\05.3 -green double sided -part d -special conditions -paginated (water-sewer)- wtr 02-09-10.doc PART D -SPECIAL CONDITIONS This contract and project, where applicable, may also be governed by the two following published specifications, except as modified by these Special Provis ions: 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 -indicc:1ted by the call-out for the pay item by the designer. If not shown , then applicable published specifications in either of these documents may be followed at the discretion of the Contractor. General Provisions shall be those of the Fort Worth document rather than Division 1 of the North Central Texas document. Bidders shall not separate, detach or remove any portion, segment or sheets from the contract document at any time. Failure to bid or fully execute contract without retaining contract documents intact may be grounds for designating bids as "non-responsive" and . rejecting bids or voiding contract as appropriate as determined by the City Engineer. INTERPRETATION AND PREPARATION OF PROPOSAL: A. DELIVERY OF PROPOSAL: No proposal will be considered unless it is delivered, accompanied by its proper Bid Security, to the Purchasing Ma 'nager or his representative at the official location and stated time set forth in the "Notice to Bidders". It is the Bidder's sole responsibility to deliver the proposal at the. proper time to the proper place. The mere fact that a proposal was dispatched will not be considered. The Bidders must have the proposal actually delivered. Each proposal shall be in a sealed envelope plainly marked with the word "PROPOSAL", and · the name or description of the project as designated in the "Notice to Bidders". The envelope shall be ·addressed to the Purchasing Manager, City of Fort Worth Purchasing Division, PO Box 17027, Fort Worth, Texas 76102 . B. WITHDRAWING PROPOSALS:· Proposals actually filed with the Purchasing Manager cannot be withdrawn prior to the time set for opening proposals. A request for ncm :..co~sideration of a proposal must be made in writirig , 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 return~d unopened. . . .'. . . ; · C . TELEGRAPHIC MObiFICATION. OF PROPOSALS: Any bidder m·ay modify his proposal by telegraphic communication at any time prior to the time set for opening proposals , p'rovided 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 a nd duly)iuthenticated confirmation ·of such tE:lleigraphic communication over the signature of tlie bidder was mailed prior to the pr~posal opening 'time .. If such c"onfirmation is .not ·received 02/09/2010 g:\1210\439 7-32\project\specifications\contract Sc\l 00% set -Sc\05.3 -green double.sided -part d - special conditions -paginated (water-sewer) - wtr 02-09-1 O.doc · .. -,·· .. •' 1 -~ ·J :.:.: -: PART D -SPECIAL CONDITIONS within forty-eight (48) hours after the proposal opening time, no further consideration will be given to the proposal. 02/09/2010. . SC-5 g:\1210\4397-32\project\specifications\contract Sc\100% set -Sc\05 .3 -green double sided -part d -special conditions -paginated (water-sewer) - wtr 02-09-10 .doc PART D -SPECIAL CONDITIONS D-2 COORDINATION MEETING For coordination purposes, weekly meetings at the job site may be required to maintain the project on the desired schedule. The contractor shall be present at all meetings. D-3 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW A. Definitions : 1. Certification of coverage ("certificate"). A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a coverage agreement (TWCC-81 , TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. 2. Duration of the project -includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity. 3. Persons providing services on the project ("subcontractor" in §406.096)-includes all persons or entities performing all or part of the services the contractor has .undertaken to perform on the project, regardless of whether that person contracted directiy 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 mate.rials, 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. 8. 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 . T he 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 qf coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. E. The Contractor shall obtain from each person providing services on a project, and provide the governmental entity: -----· ---· · --------· ---- 1. A certificate of coverage, prior to that person · beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the· project; and 02/09/2010 SC-6 g:\1210 \4397-32\project\specifications\contract Sc\100% set -5c\05.3 -green double sided -part d -special conditions -pag inated (water-sewer)- wtr 02-09-10 .dcic -· · · · - - - ~/ ', 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 arid 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 )j:· 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-7 g:\1210\4397-32\project\specifications\contract Sc\100% set· Sc\05.3 -green double sided· part d -special conditions -paginated (water-sewer) - wtr 02-09-10 .doc PART D -SPECIAL CONDITIONS 7. Contractually require each pe rson 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, an.d 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 · Th~ law requires . that each person working on t his 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 otber service related to the project, reg~rdless 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 02/09/2010 SC-8 g:\1210\4397-32\project\specifications \contract Sc\100% set -5c\05 .3 -green double sided -part d -special conditions -paginated (water-sewer) -· wtr 02-09-10 .doc liiil - - .tf.. ,.r......:.. PART D -SPECIAL CONDITIONS constructed of ductile iron pipe. The Engineer shall determine the required length of replacement. The material for sanitary sewer mains and sanitary sewer laterals shall be Class 51 Ductile Iron Pipe with polyethylene wrapping . The material for sanitary sewer service lines shall be extra strength cast iron soil pipe with polyethylene wrapping. Adapter fittings shall be a urethane or neoprene coupling ASTM C-425 with series 300 stainless steel compression straps . Backfill, fittings, tie-ins and all other associated appurtenances required are deemed subsidiary work, the cost of which shall be included in the price bid in the Proposal for each bid item. D-6 EXISTING UTILITIES AND IMPROVEMENTS The plans show the locations of all known surface and subsurface structures. However, the Owner assumes no responsibility for failure to show any or all of these structures on the Plans, or to show them in their exact location. It is mutually agreed that such failure shall not be considered sufficient basis for claims for additional compensation for extra work or for increasing the pay quantities in any manner whatsoever. The Contractor shall be responsible for verifying the locations of and protecting all existing utilities, service lines, or other property exposed by his construction operations. Contractor shall make all necessary provisions (as approved or authorized by the applicable utility company) for the support, protection and/or temporary relocation of all utility poles , gas lines, telephone cables, utility services, water mains, sanitary sewer lines, electrical cables, drainage pipes, and all other utilities and structures both above and below ground during construction. It is understood that the Contractor is not responsible for the permanent relocation of existing utilities in direct conflict with the proposed construction. The Contractor is liable for all damages done to such existing facilities as a result of his operations and any and all cost incurred for the protection and/or temporary · relocation of such facilities are deemed subsidiary work and the cost of same and shall be included in the cost bid per linear foot of pipe installed. NO ADDITIONAL COMPENSATION WILL BE ALLOWED. Where existing utilities or service lines are cut, broken or damaged the Contractor shall replace or repair the utilities or service lines with the same type of original material and construction, or · better, unless otherwise shown or noted on the plans, at his own cost and expense '. The Contractor shall immediately notify the Owner of the damaged utility or service line. He shall cooperate with the Owners of all utilities to locate existing underground facilities and notify the Engineer of any conflicts in grades and alignment. In case it is necessary to change or move the property of any owner of a public utility, such property shall not be moved or interfered with until ordered to do so by the Engineer. The right is reserved to the owner of public utilities to enter upon the limits of the project for the purpose of making such changes or repairs of their property that may be made necessary by performance of this contract. The utility lines and conduits shown on the plans are for information only and are not guaranteed by the City of the Engineer to be accurate as to extent, location, and depth; they are shown on the plans as the best information available at the time of design, from the . owners of the utilities involved and from evidences found on the ground. D-7 CONSTRUCTION TRAFFIC OVER PIPELINES It is apparent that certain construction vehicles could exceed the load bearing capacity of the pipe under shallow bury conditions. It will be the responsibility of the Contractor to protect both the new 02109/2010 SC-9 g:\1210\4397-32\project\specifications\contract Sc\100% set -Sc\05 .3 -green double sided -part d -special conditions -paginated (water-sewer)- wtr 02-09-10.doc PART D -SPECIAL CONDITIONS line and the existing lines from these possibly excessive loads. The Contractor shall not, at any time, cross the existing or new pipe with a truck delivering new pipe to the site. Any damage to the existing or new pipe will be repaired or replaced by the Contractor, at the Contractor's expense, to the satisfaction of the City. In locations where it is not permissible to cross the existing or proposed pipes without additional protection the Contractor may elect to provide additional protection of the pipes so that more frequent crossings of the pipes are allowed . It still is , however, the responsibility of the Contractor to repair any damage to the existing or proposed lines, if the damage results from any phase of his construction operation . D-8 TRAFFIC CONTROL The contractor will be required to obtain a "Street Use Permit" prior to starting work. As part of the "Street Use Permit" a traffic control plan is required. The Contractor shall be responsible for providing traffic control during the construction of this project consistent with the provisions set forth in the "Latest Edition Texas Manual on Uniform Traffic Control Devices for Streets and Highways" issued under the authority . of the "State of Texas Uniform Act Regulating Traffic on Highways," codified as Article 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 t hat a sign must be removed to permit required construction, the Contractor shall contact the Transportation and Public Works Depc1rtment, Signs and Markings Division, (Phone Number 817-392-7738) to remove the sign. In the case of regulatory signs, the Contractor must replace the perman~nt sign with a temporary sign meeting the requirements of the above-referenced manual and such temporary sign must be installed prior to the removal of the permanent sign . If the temporary sign is not installed correctly or if it does not meet the required specifications , the permanent sign shall be left in place until the temporary sign requirements are met. When construction work is completed to the extent that the permanent sign can be reinstalled, the Contractor shall again contact the Signs and Markings Division to reinstall the permanent sign and shall leave his temporary sign in place until such reinstallation is completed. Work shall not be performed on certain · locations/streets during "peak traffic periods" as determination by the City Traffic Eng ineer and in accordance with the applicable provision of the "City of Fort Worth Traffic Control Handbook for Construction and Maintenance Work Arec1s." The lump sum pay item for traffic control shall cover design and I or installation, and maintenance . of the traffic control plan. 0210912010 SC-10 g:\1210\4397-32\project\specifications\contract Sc\100% set -Sc\05.3 -green double sided -part d. -special conditions· paginated (water-sewer) - wtr 02-09 -10.doc -PART D -SPECIAL CONDITIONS D-9 DETOURS The contractor shall prosecute his work in such a manner as to create a minimum of interruption to traffic and pedestrian facilities and to the flow of vehicular and pedestrian traffic within the project area. D-10 EXAMINATION OF SITE It shall be the responsibility of the prospective bidder to visit the project site and make such examinations and explorations as may be necessary to determine all conditions, wt)ich 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, whict, may give, rise to later contingencies should be brought to the attention of the Owner prior to the submission of the Proposal. · D-11 ZONING COMPLIANCE During the construction of this project, the Contractor . shall comply with present zoning requirements of the City of Fort Worth in the use of vacant property for storage purposes. D-12 WATER FOR CONSTRUCTION The Contractor at his own expense will furnish water for construction. D-13. WASTE MATERIAL All waste material shall become the property of the Contractor and shall be disposed of by the Contractor at locations approved by the Engineer. All material shall be disposed of in such a manner as to present a neat appearance and to not obstruct proper drainage or to cause injury to street improvements or to abutting property. D-14 PROJECT CLEANUP AND FINAL ACCEPTANCE The Contractor shall be aware that keeping the project site in a neat and orderly condition is considered an integral part of the contracted work and as such shall be considered subsidiary to the appropriate bid items. Clean up work shall be done as directed by the Engineer as the work progresses or as needed. If, in the opinion of the Engineer it is necessary, clean-up shall be done on a daily basis. Clean up work shall include, but not be limited to: • Sweeping the street clean of dirt or debris • Storing excess material in appropriate and organized manner • Keeping trash of any kind off of residents' property If the Engineer does not feel that the 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%. l._ 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- 02/09/2010 SC-11 g:\1210\4397-32\project\specifications\contract Sc\100% set -Sc\05.3 -green double sided -part d -speciaJ ·conditions -paginated (waier-sewer)- wtr 02-09-10.doc PART D -SPECIAL CONDITIONS of-way, or easement is cleaned up to the satisfaction of the Engineer. The Contractor shall make a final cleanup of all parts of the work before acceptance by the City of Fort Worth or its representative. This cleanup shall include removal of all objectionable rocks, pieces of asphalt or concrete and other construction materials, and in general preparing the site of the work in an orderly manner and appearance. The City of Fort Worth shall give final acceptance of the completed project work . D-15 SAFETY RESTRICTIONS -WORK NEAR HIGH VOLTAGE LINES The following procedures will be followed rega~ding 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 outHned 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 quantities. To the extent that C4-4.3 conflicts with this provision, this provision controls. No claim will be considered for lost or anticipated profits based upon differences in estimated quantities versus actual quantities. D-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 respective item. D-18 PROJECT DESIGNATION . SIGN 0210912010 SC-12 g:\1210\4397-32\project\specit}cations\contract Sc\100% set-Sc\05.3 -green double sided -part d-special conditions -paginated (water-sewer)- wtr 02-09-10.doc PART D -SPECIAL CONDITIONS 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. · 0-19 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. 0-21 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 208.3 -Materials Sources. Trench backfill and compaction shall meet the requirements of E2-2 Excavation and Backfill, Construction Specifications, General Contract Documents . 02/0912010 SC-13 g:\1210\4397-32\project\specifications\contract Sc\100% set-Sc\05 .3 -green double sided -part d -special conditions a paginated (water-sewer)- wtr ·02-09-l O.doc PART D -SPECIAL CONDITIONS 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 Cont~act 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", the consistent interpretation of the Transportation and Public Works Department is that this ratio specifies two (2) sacks of cement per cubic yard of concrete. D-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 acc:;ordance with Section E2-2 Excavation and Backfill, if the stated maximum trench widths are exceeded, either through accident or otherwise, and if the · Engineer determines that the design loadings of the pipe will be exceeded, the Contractor will be required to support the pipe with an improved trench bottom. The expense of such remedial measures shall . be .entirely the Contractor's own. AU 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 wi.th the Trench Safety Systems Special Condition of this document. 2. TRENCH BACKFILL: Trenches which lie outside of existing or future pavemeAt 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 independe.nt testing laboratory and must include representative samples of soils in all involved areas, with a map showing the location and depth of the·various test holes. If excavated material is obviously granular in nature, containing little or no plastic material, the Engineer may waive the test report requirement. See E1-2.3, Type '!C" or "D" Backfill, and E2-2.11 Trench Backfill for add.itional requirements. When Type "C" back-fill material is not suitable, Type 11 8 11 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: 0210912010 SC-14 .- g:\1210\4397-32\project\specifications\contract Sc\l 00% set -Sc\05 .3 -green double sided .· part d -special ,conditions -paginated (water-sewer) - wtr 02-09-10 .doc PART D -SPECIAL CONDITIONS . . • Less than 10% passing the #200 sieve • P.I. = 10 or less Additionally, the crushed limestone embedment gradation specified in Section E1-3 Crushed Limestone for Embedment of the General Contract Documents and Specifications shall be replaced with the following: Sieve Size 1" 1/2" 3/8" #4 #8 % Retained 0-10 40-75 55-90 90-100 95-100 All other provisions of this section shall remain the same. 3 .. :'. TRENCH COMPACTION: All trench backfill shall be placed in lifts p·er E2-2.9 Backfill. Tr.enches which lie outside existing or future paven,ents shall be compacted to a minimum of 90% Standard Proctor Density (A.S.T.M. D698) by mechanical devices specifically designed for compaction or a combination of methods subject to approval by the Engineer. Trenches which lie under exfsting 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 th~ 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. 02/09/2010 SC-15 g :\1210\4397-32\project\specifications\contract Sc\100% set· Sc\05 .3 • green double sided · part d -special conditions. paginated (water-sewer). wtr 02-09-1 O.doc PART D -SPECIAL CONDITIONS All required paving cuts shall be made with a concrete saw in a true and straight line on both sides of the trench, a minimum of twelve (12) inches outside the trench walls. The trench shall be backfilled and the top nine (9) inches shall be filled with required JT1aterials as shown on paving details, compacted and level with the finished street surface. This finished grade shall be maintained in a serviceable condition until the paving has been replaced. All residentJal 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 maxim1.,1m . 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 i.n 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. D-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 -Atrench 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. 0210912010 SC-16 g:\1210\4397-32\project\specifications\contract Sc\100% set-5c\05.3 -green double sided -part d -special conditions -paginated (water-sewer) - wtr 02-09-10 .doc · ",'~ . J '1 . ··~·-.. PART D -SPECIAL CONDITIONS 3. SLOPING SYSTEM -Sloping means excavating to form sides of a trench that are inclined away from the excavation . ; . 4. SHIELD SYSTEM -Shields used in trenches are generally referred to as "trench boxes" or "trench shields". Shield means a structure that is able to withstand the forces imposed on it by a cave-in and protect workers within the structure. Shields can be permanent structures or can be designed to be portable and move along as the work progresses . Shields can be either pre-manufactured or job-built in accordance w ith OSHA standards . 5. SHORING SYSTEM -Shoring means a structure such as a metal hydraulic, mechanical or timber system that supports the sides of a trench and which is designed to prevent cave- ins. Shoring systems are generally comprised of cross-braces, vertical rails, (uprights), horizontal rails (wales) and/or sheeting . . D. MEASUREMENT -Trench depth is the vertical measurement from the top of the existing ground to the bottom of embedment or bottom of excavation '. The quantity of trench safety systems shall be based on the linear foot amount of trench depth greater than five (5) feet. E. PAYMENT -Payment shall be full compensation for safety system design,. labor, tools , 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 Contract Documents in addition to those located in the field and identified by the Engineer. All manholes shall be in accordance with sections E1-14 Materials for Sanitary Sewer Manholes, Valve Vaults , Etc., and E2-14 Vault and Manhole · Construction of the General Contract Documents and Specifications, unless amended or superseded by requirements of this Special Condition. For . new sewer line installations, the Contractor shall temporarily plug all lines at every open manhole under construction in order to keep debris out of the dry sewer lines. The plugs shall not be removed until the applicable manhole complete with cone section has been constructed and the lid installed to keep out debris as a result of additional constructjon. · 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. 02/09/2010 SC-17 g :\1210\4397-32\project\specifications\contrac t Sc\100% set -Sc\05 .3 -green double sided ~ part d -special cond itlons. pag inated (water-sewer) - wtr 02-09-10 .doc · PART D -SPEC.IAL CONDITIONS Manholes in open fields, unimproved land, or drainage courses shall be at an elevation shown on the drawings or minimum of 6 inches above grade. 5. MANHOLE COVE.RS: All lids shall have pick slots in lieu of pick h_oles. 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 -_manhole$ shall be built in accordance with Figure 105. All shallow cone manholes shall have a cast iron lid and frame with pick slots. NOTE: MANHOLES PER FIGURE 106 WILL NOT BE ALLOWED. ' . 7. MANHOl-E 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 equa l 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 $Uitable 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 totaliy flexible without shrinking, hardening, or oxidizing regardless of the length of time it is exposed to the elements. The manufacturer shail furnish an affidavit attesting to the successful use of the pro<;:luct 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. 0210912010 . SC-18 g:\1210\4397-32\project\specifications\contract Sc\100% set-Sc\05.3 -green clouble sided -part d -special conditions -paginated (water-sewer) - wtr 02-09-1 O.doc · PART D -SPECIAL CONDITIONS .2. SEALING AND/OR ADJUSTING EXISTING MANHOLES: Excavate (rectangular full depth saw cut if in pavement) adjacent to the manhole to expose the entire manhole frame and a minimum of 6 inches of the manhole wall keeping the sides of the trench nearly vertical. Remove manhole frame from the manhole structure and observe the condition of the frame and grade rings. Any frame or grade ring that is not suitable for use as determined by the Engineer shall be replaced. Grade rings that are constructed of brick, block materials other than pre-cast concrete rings, or where necessary and approved by the Engineer, shall be replaced with a pre-cast flattop section. Pre-cast concrete rings, or a pre-cast concrete flattop section will be the only adjustments allowed. In brick or block manholes, replace the upper portion of the manhole to a point 24 inches below the frame. If the walls or cone section below this level are structurally unsound, notify the .Engineer prior to replacement of the grade rings and manhole frame. Existing brickwork, if damaged by the Contractor, shall be replaced at the Contractor's expense . Wire brush manhole frame and exposed manhole surfaces to remove dirt and loose debris. Coat exposed manhole surfaces with an approved bonding agent followed by an application of quick setting hydraulic cement to provide a smooth working surface. If the inside diameter of the manhole is too large to safely support new adjustment rings or frames, a flat top section shall be installed. Joint surfaces between the frames, adjustment rings, and cone section shall be free of dirt, stones, debris and voids to ensure a watertight seal. Place flexible gasket joint material along the inside and outside edge of each joint, or use trowelable material in lieu of pre- formed gasket material. Position the butt joint of each length of joint material on opposite sides of the manhole. No steel shims, wood, stones, or any material not specifically . accepted by the Engineer may be used to obtain final surface elevation of the manhole frame . .'.;'" In paved areas or future paved areas, castings shall be installed by using a straight edge not less than ten (10) feet long so that the top of the casting will conform to the slope and finish elevation of the paved surface. The top of the casting shall be 1/8 inch below the finished elevation. Allowances for the compression of the joint material shall be made to assure a proper final grade elevation. 3. EXPOSED EXTERIOR SURFACES: All exposed exterior surfaces shall be coated with two mop coats of coal tar epoxy. Kopper "Bitumastic Super Service Black"; Tnemec "46- 450 Heavy Tnemecol", or equal, to a minimum of 14 mils dry film thickness . 4. The exterior surface of all pre-cast section joints shall be thoroughly cleaned with a wire brush and then waterproofed with a 1/2-inch thick coat of trowelable bitumastic joint sealant from 6-inches below to 6-inches above the joint. The 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 . 02/09/2010 SC-19 g:\1210\4397-32\project\specifications\contract Sc\100% set -Sc\05.3 -green double sided -part d -special conditions -paginated (water-sewer)- wtr 02-09-10.doc · PART D -SPECIAL CONDITIONS The price bid for reconstruction of existing manholes shall include all labor equipment and materials necessary for construction of new manhole , including, but not limited to, excavation, backfill, disposal of materials, joint sealing, lift hole sealing and exterior surface coating. Payment shall not include pavement replacement, which if required, shall be paid separately. The price bid for adjusting and/or sealing of existing manholes shall include all labor, equipment and materials necessary for adjusting and/or sealing the manhole, including but not limited to, joint sealing, lift hole sealing, and exterior surface coating . Payment for concrete collars will be made per each . Payment for manhole inserts will be made per each. D-27 SANITARY SEWER SERVICES Any reconnection, relocation, re-routes, replacement , or new sanitary sewer service shall be requi red as shown ori the plans, and/or as . described in these Special Contact Documents in addition to those located in the field and identified by the Engineer as active sewer taps. The service connections shall be constructed by the Contractor utilizing standard factory manufactured tees . City approved factory manufactured saddle taps may be used, but only as directed by the Engineer. The decision to use saddle taps as opposed to tees shall be made on a case-by-case basis. The Contractor shall be responsible· for coordinating the scheduling of tapping crews with building owners and the Engineer in order that the work be performed in an expeditious manner. A minimum · of 24 hours advance notice shall be given when taps will be required. Severed service connections shall be maintained as specified in section C6-6.15. D. SEWER SERVICE RECONNECTION: When sewer service reconnection is called for the Contractor shall vertically adjust the existing sewer service line · as required for reconnection and furnish a new tap. The fittings used for vertical adjustment shall consist of a maximum bend of 45 degrees. The tap shall be located so as to line up with the service line and avoid any horizontal adjustment. For open cut applications, all sanitary sewer service lines shall be replaced to the property or ; easement line, or as directed by the Engineer. Sanitary sewer services on sewers being rehabili tated us ing 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 situ·ations involving sewer service re-routing, whether on public · or private property, the City shall provide line and grade for the sewer service lines as shown on the project plans. Prior to installing the applicable sewer main or lateral and the necessary service lines, the Contractor shall verify · (by de-holing at the building clean-out) the elevations 02/09/2010 SC-20 g:\12 10\4397-32\project\spec ifications\contract Sc\100% set-Sc\05.3 -green double sided -pa,t d -special conditions -paginated (water-sewer) - · wtr02-09~10.doc · - PART D -SPECIAL CONDITIONS (shown on the plans) at the building clean-out and compare the data with the elevation at the proposed connection point on the sewer main, in order to ensure that the two (2) percent minimum slope (or as specified by the Engineer) requirement is satisfied. Elevations shall also be verified at all bend locations on the service re-route. All applicable sewer mains, laterals and affected service lines that are installed without pre-construction de-holing at the affected residences (to verify design elevations) shall be removed and replaced · as necessary at the Contractor's expense in the event grade conflicts are brought · to light after de-holing is conducted. All elevation information obtained by the Contractor shall be submitted to the Inspector. The Engineer shall be immediately notified in the event that the two (2) percent minimum slope is not satisfied. If the Contractor determines that a different alignment for the re-route is more beneficial than shown on the plans, the Contractor shall obtain and submit all relevant elevation information for the new alignment to the Inspector and shall be responsible for ensuring that the two (2) percent minimum grade (or as approved · by the Engineer) is satisfied. Prior to backfilling, the Contractor shall double check the grade of the installed service line and submit signed documentation verifying that the line has been installed as designed to the Engineer. The Contractor, at its sole expense, shall be required to uncover any sewer service for which no grade verification has been submitted. All re-routes that are not installed as designed or fail to meet the City code shall be reinstalled at the Contractor's expense. The Contractor shall ensure that the service line is backfilled and compacted in accordance with the City Plumbing Code. Connection to the existing sewer service line shall be made with appropriate adapter fittings . The fitting ·shall be a urethane or neoprene coupling A.S.T.M. C-425 with series 300 stainless steel compression straps. The Contractor shall remove the existing clean-out and plug the abandoned sewer service line. The contractor shall utilize schedule 40 PVC for all sanitary sewer service re-routes or relocations located on private property. Furthermore, the contractor shall utilize the services of a licensed plumber for all service line work on private property. Permit(s) must be obtained from the City of Fort Worth Development Department for all service line work on private property and all work related to the service line must be approved by a City of Fort Worth Plumbing Inspector. A copy of the plumbing permit shall be provided to the Engineer prior to beginning work on the sanitary sewer service re-route and proof of final acceptance by the · Plumbing Inspector shall be provided to the Engineer upon completion of the sanitary sewer re-route. Payment for work and materials such as backfill, removal of existing clean-outs, plugging the abandoned sewer service line, double checking the grade of the installed service line, pipe fittings, surface restoration on private property (to match existing), and all other associated work for service replacements in excess of four (4) linear feet shall be included in the linear foot price bid for sanitary sewer service line replacement on private property or public right of way. Payment for all work and material involving the "tap" shall be included in the price bid for sanitary sewer service taps. D-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. 02/09/2010 SC-21 g:\1210\4397-32\project\specitications\contract Sc\100% set· Sc\05 .3 -green double sided -part d -special conditions -paginated (water-sewer)- wtr 02-09-1 O.doc . PART D -SPECIAL CONDITIONS A. SALVAGE OF EXISTING WATER METER AND METER BOX: Existing water meter and meter box shall be removed and returned to the Water Department warehouse by the Contractor in accordance with Section E2-1.5 Salvaging of Materials. B. SALVAGE OF EXISTING WATER METER AND CONCRETE VAULT LID: Existing water meter and concrete vault lid shall be removed and returned to the Water Department warehouse by the Contractor in accordance with Section E2-1.5 Salvaging of Materials . The concrete vault shall be demolished in place to a point not less than 18 inches below final grade. The concrete vault shall then be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9 Backfill. Backfill material shall be suitable excavated material approved by the Engineer. Surface restoration shall be compatible with existing surrounding surface and grade. C. SALVAGE OF EXISTING FIRE HYDRANTS: Existing fire hydrants shall be removed and returned to the Water Department warehouse by the Contractor in accordance with Section E2-1.5 Salvaging of Materials . The void shall be backfilled and compacted in accordance with backfill method as specified in Section E2-2 .9 Backfill. Backfill material shall be suitable excavated material approved by the Engineer. Surface restoration shall be compatible with existing surrounding surface and grade. 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 excava_ted 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 arid box lid shall be abandoned by first closing the valve to the fully closed position and demolishing ttle 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. "Fhe 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 c_ompatible 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. 0210912010 SC-22 g:\1210\4397-32\project\specifications\contract Sc\100% set-Sc\05 .3 -green ~ouble sided -part d -special conditions -paginated .(water-sewer)- wtr 02-09-1 O.doc ..... ·)· PART D -SPECIAL CONDITIONS H. REMOVAL OF MANHOLES: Manholes to be removed shall have all pipes entering or exiting the structure disconnected. The complete manhole, ·including top or cone section, all full barrel diameter section, and base section shall be removed . The excavation shall then be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9 Backfill. Backfill material may be with Type C Backfill or Type B Backfill, as approved by the Engineer. Surface restoration shall be compatible with surrounding surface. I. CUTTING AND PLUGGING EXISTING MAINS: At various locations on this project, it may be required to cut, plug, and block existing water mains/services or sanitary sewer mains/services in order to abandon these lines. Cutting and plugging existing mains and/or services shall be considered as incidental and all costs incurred will be considered to be included in the linear foot bid price of the pipe, unless separate trenching is required. J. REMOVAL OF EXISTING PIPE: Where removal of the existing pipe is required, it shall be the Contractor's responsibility to properly dispose of all removed pipe. All removed valves, fire hydrants and meter boxes shall be delivered to Water Department Field Operation, Storage Yard . C. PAYMENT: Payment for all work· and material involved in salvaging, abandoning and/or removing existing facilities shall be included in the linear foot bid price of the pipe , except as follows: separate payment will be made for removal of all fire hydrants; gate valves, 16 inch and larger, and sanitary sewer manholes, regardless of location. Payment will be made for salvaging, 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 4 .:.. .. 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. 02/09/2010 SC-23 g:\1210\4397-32\project\spccifications\contract Sc\100% set-5c\05.3 -green double sided -part d -special conditions -paginated (water-sewer)- wtr 02-09-1 O.doc PART D -SPECIAL CONDITIONS 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 minimum thickness 0.35 mils solid aluminum foil encased in a protective inert plastic jacket that is impervious to all known alkalis, acids, chemical reagents and solvents found in the soil. The minimum overall thickness of ttie tape shall be 5.5 mils, and the width shall not be less than two inches with a minimum unit weight of 2% pounds/1 inch/100'. The tape shall be color coded and imprinted with the message as follows: Type of Utility Color Code Water Safety Blue Sewer Safety Green Legends Caution! Buried Water Line Below Caution! Buried Sewer Line Below Installation of detectable tapes shall be per manufacturer's recommendations and shall be as close to the grade as is practical for optimum protection and detectability. Allow a minimum of 18 inches between the tape and the pipe. Payment for work such as backfill, bedding, blocking, detectable tapes, and all other associated · appurtenances required shall be included in the unit price bid for the appropriate bid item(s). D-30 PIPE CLEANING Joints shall be wiped and then inspected for proper installation by the inspectors. Each joint shall pe 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 Ord inances 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. 0-33 SUBSTITUTIONS 0210912010 . SC-24 · g:\1210\4397-32\project\specifications\contract Sc\100% set-Sc\05.~ -green double sided -part d -special conditions -paginated (water-sewer)- wtr 02-09-10 .doc ;,... ·f.. ·-:· .. ,;. -.. : PART D -SPECIAL CONDITIONS The specifications for materials set out the minimum standard of quality, which the City believes necessary to procure a satisfactory project. No substitutions will be permitted until the Contractor has received written permission of the Engineer to make a substitution for the material, which has been specified. Where the term "or equal", or "or approved equal" is used, it is understood that if a material, product, or piece of equipment bearing the name so used is furnished, it will be approvable, as the particular trade name was used for the purpose of establishing a standard of quality acceptable to the City. If a product of any other name is proposed for use, the Engineer's approval thereof must be obtained before the Contractor procures the proposed substitute. Where the term "or equal", or "or approved equal" is riot used in the specifications, this does not necessarily exclude alternative items or material or equipment which may accomplish the intended purpose. However, the Contractor shall have the full responsibility of proving that the proposed substitution is, in fact, equal, and the Engineer, as the representative of the City, shall be the sole judge of the acceptability of substitutions. The provisions of this sub-section as related to "substitutions" shall be applicable to all sections of these specifications . D-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 pipe, fold and form pipe, slip-line, etc.), shall be cleaned, and a television inspection performed to identify any active sewer service taps, other sewer laterals and their location. Work shall consist of furnishing all labor, material, and equipment necessary for the cleaning and inspection of the sewer lines by means of closed cir9uit 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. 02/09/2010 SC-25 g:\1210\4397-32\project\specifications\contract Sc\l 00% set -5c\OS.3 -green double sided -part d -special conditions -paginated (water-sewer) - wtr 02-09-10.doc PART D -SPECIAL CONDITIONS When additional quantities of water from fire hydrants are necessary to avoid delay in normal working procedures, the water shall be conserved and not used unnecessarily. No fire hydrant shall be obstructed in case of a fire in the area served by the hydrant. Before using any water from the City Water Distribution System, the Contractor shall apply for and receive permission from the Water Department. The Contractor shall be responsible for the water meter and related charges for the setup, including the water usage bill. All expenses shall be considered incidental to cleaning. 3. DEBRIS REMOVAL AND DISPOSAL: All sludge, dirt, sand, rock, grease, and other solid or semisolid material . resulting from the cleaning operation shall be removed at the downstream manhole of the section being cleaned . Passing material from manhole section to manhole section, which could cause line stoppages, accumulations of sand in wet wells, or damage pumping equipment, shall not be permitted. 4. All solids or semisolid resulting from the cleaning operations shall be removed from the site and disposed of at a site designated by the Engineer. All materials shall be removed from the site no less often than at the end of each workday and disposed of at no additional cost to the City. · 5. UNDER NO CIRCUMSTANCE SHALL SEWAGE OR SOLIDS REMOVED THEREFROM BE DUMPED ONTO STREETS OR INTO DITCHES, CATCH BASINS, STORM DRAINS OR SANITARY SEWER MANHOLES. 6. TELEVISION INSPECTION EQUIPMENT: The television camera used for the inspection shall be one specifically designed and constructed for such inspection. Lighting for the camera shall be suitable to allow a clear picture of the entire periphery of the pipe. The camera shall be operative in 100% humidity conditions. The camera, television monitor, and other components of the video system shall be capable of producing picture quality to the satisfaction of the Engineer; and if unsatisfactory, equipment shall be removed and no payment will be made for an unsatisfactory inspection. B. EXECUTION: 1. TELEVISION INSPECTION: The camera shall be moved through the line in either direction at a moderate rate, stopping when necessary to permit proper documentation of any sewer service taps. In no case will the television camera be pulled at a speed greater than 30 feet per minute. Manual winches, power winches, TV cable, and powered rewinds or other devices that do not obstruct the camera view or interfere with proper documentation shall be used to move the camera through the sewer line. 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 02/09/2010 SC-26 g:\1210\4397-32\project\specifications\contract Sc\100% set-Sc\05 .3 -green double sided -part d -special conditions -paginated (water-sewer)- wtr 02-09-1 O.doc · .... - PART D -SPECIAL CONDITIONS of the distance meter shall be checked by use of a walking meter, roll-a-tape, or other suitable device, and the accuracy shall be satisfactory to the Engineer. The City makes no guarantee that all of the sanitary sewers to be entered are clear for the passage of a camera. The methods used for securing passage of the camera are to be at the option of the Contractor. The cost · of retrieving the Television camera, under all circumstances, when it becomes lodged during inspection, shall be incidental to Television inspection. . 2. DOCUMENTATION: Television Inspection Logs: Printed location records shall be kept by the Contractor and will clearly show the location in relation to an adjacent manhole of each sewer service taps observed during inspection. In addition, other points of significance such as locations of unusual conditions, roots, storm sewer connections, broken pipe, presence of scale and corrosion, and other discernible features will be recorded, and a copy of such records will be supplied to the -City. · 3. PHOTOGRAPHS: Instant developing, 35 mm, or other standard-size photographs of the television picture of problems shall be taken by the Contractor upon request of the Engineer, as long as such photographing does not interfere with the Contractor's operations. 4. VIDEOTAPE RECORDINGS: The purpose of tape recording shall be to supply a visual and audio record of problem areas of the lines that may be .replayed. Video tape recording playback shall be at the same speed that it was recorded. The television tapes shall be furnished to the City for review immediately upon completion of the television inspection and may be retained a maximum of 30 calendar days. Equipment shall be provided to the City by the Contractor for review of the tapes. The Engineer will return tapes to the Contractor upon completion of review. Tapes shall not be erased without the permission of the Engineer. If the tapes are of such poor quality that the Engineer is unable to evaluate the condition of the sewer line or to locate service connections, the Contractor shall be required to re-televise and provide a good tape of the line at no additional cost to the City. If a good tape cannot be provided of such quality that can be reviewed by the Engineer, no payment for televising this portion shall be made. Also, no payment shall be made for portions of lines not televised or portions where . manholes cannot be negotiated with the television camera. THE TAPES SHALL BE 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 02/09/2010 SC-27 g:\1210\4397-32\project\specifications\contract Sc\100% set -Sc\05 .3 -green double sided -part d -special conditions -paginated (water-sewer) - wtr 02-09-10 .doc PART D -SPECIAL CONDITIONS a.valuated as to exi~ting sewer condi t ions and for providing appropriate means for review of the tapes by the Engineer including collection and removal, transportation and disposal of sand and debris from the sewers to a legal dump site. Television inspection shall include necessary cleaning (hydraulic jet or mechanical cleaner) to provide video image required for line analysis. The primary purpose of cleaning is for television inspection and rehabilitation; when a portion of a line is not or cannot be televised or rehabilitated , the cleaning of that portion of line shall be incidental and no payment shall be made. The City makes no guarantee that all of the sanitary sewers to be entered are clear for the passage of a camera . The methods used for securing passage of the camera are to be at the option of the Contractor, and the costs must be included in the bid price for TV Inspections. The cost of retrieving the TV Camera, under all circumstances, when it becomes lodged during inspection, shall be incidental to TV Inspection. T he 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. · · 8 . EXECUTION : 1. TEST PROCEDURE: Manholes shall be vacuum tested prior to any interior grouting with all connections in place . Uft holes shall be plugged, and all drop-connections and gas sealing connections shall be installed prior to testing . . · - The sewer ·1ines 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 . T he required test time shall be determined from the Table I below in accordance with ASTM C1244-93 : Table I MINIMUM TIME REQUIRED FOR VACUUM DROP OF 1" Hg (10"Hg -9"Hg) (SEC) . . ' Depth of MH. 48-lnch Dia. 60-lnch Dia. (FT .) Manhole Manhole o to 16' · 40 sec. 52 sec . 18' 45 sec. 59 sec. 20' 50 sec. 65 sec. 0210912010 SC-28 g:\12 10\4397 -32\project\specifications\contract Sc\100% set -Sc\05 .3 -green double sided -part d -spec.ial conditions -paginated (water-sewer) - wtr 02-09-10 .doc PART D -SPECIAL CONDITIONS 22' 55 sec .. 72 sec. 24' 59 sec. 78 sec. 26' 64 sec . 85 sec. 28' 69 sec. 91 sec. 30' 74 sec. 98 sec. For Each 5 sec. 6 sec. Additional 2' 1. ACCEPTANCE: The manhole shall be considered acceptable, if the drop in the level of vacuum is less than one-inch of mercury (1" Hg) after the required test time . Any manhole, which fails to pass the initial test, must be repaired by either pressure grouting through the manhole wall or digging to expose the exterior wall · of the manhole in order to locate the leak and seal it with an epoxy sealant. The manhole shall be retested as described above until it has successfully passed the test. ?;.~ ·: Following completion of a successful test, the manhole shall be restored to . its normal condition , all temporary plugs shall be removed, all braces, equipment, and debris shall be removed and disposed of in a manner satisfactory to the Engineer. C. PAYMENT: Payment for vacuum testing of sanitary sewer manholes shall be paid at the contract price per each vacuum test. This price shall include all material, labor, 'equipment, and all incidentals , including all bypass pumping, required to complete the test as specified herein . D-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 cross ings 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 0210912010 SC-29 g:\1210\4397-32\project\spec ifications\contract Sc\! 00% set -Sc\05 .3 -green double sided -part d -special conditions -paginated (water-sewer) - wtr 02 -09-10 .doc PART D -SPECIAL CONDITIONS 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 us.ed to move the camera through the sewer line. No more than 2000 linear feet of pipe will be televised at one time for review by the Engineer. When manually operated winches are used to pull the television camera .through the line, telephones or other suitable means of communications shall be set up . between the two manholes of the section being inspected to ensure good communications between members of the crew. The . importance of accurate distance measurements is emphasized. All television inspection video tapes shall have a footage counter. Measurement for location of sewer service taps shall be above ground by means of meter device. Marking on the cable, or the like, which would require interpolation for depth of manhole, will not be allowed. Accuracy of the distance meter shall be checked by use of a walking meter, roll-a-tape, or other suitable device, and the accuracy shall be satisfactory ~o the Engineer. The City makes no guarantee that all of the sanitary sewers to be entered are clear for the passage of a camera. The methods used for securing passage of the camera are to be at the option of the Contractor. The cost or retrieving the Television camera, under all circumstances, when it becomes lodged during inspection, shali be incidental to Television inspection. · · Sanitary sewer mains must be laced with enough water to fill all low pints. The television inspection must be done immediately following the lacing of the main with no · water flow. If sewer is active, flow must be restricted to provide a clear image of sewer being inspected. 2. DOCUMENTATION: Television Inspection Logs: Printed location records shall be kept by the Contractor and will clearly show the location in relation to an adjacent manhole of each sewer service tap observed during inspection. All television logs shall be · referenced to stationing as shown on the plans. A copy of these television logs will be . supplied to the City '. 3. PHOTOGRAPHS: .. Instant developing, 35 mr:n, or 0th.er standard-size photogn:1phs of the television picture of problems shall be taken by the Contractor upon request of the Engineer, . as long ~s such p~otographing 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 J:>e 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 tele~ision inspection 02/09/2010 SC-30 g:\1210\4397-32\project\specifi<;ations\contract Sc\100% set -Sc\05 .3 -green double sided -part d -special .conditions -paginated (water-sewer) - wtr 02-09-1 O.doc · ·· · · PART D -SPECIAL CONDITIONS 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 thatcan be reviewed by the Engineer, no payment for televising this portion shall be made. Also, no payment shall be made for portions of lines not televised or portions where manholes cannot be negotiated with the television camera. D. PAYMENT OF POST-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWERS: The cost for post-construction Television Inspection of sanitary sewers shall be per linear foot of sewer televised. The Contractor shall provide the Engineer with tapes of a quality that the particular piece of sewer can be readily evaluated as to sewer conditions and for providing appropriate means for review of the tapes by the Engineer. Television inspection shall include necessary cleaning (hydraulic jet or mechanical cleaner) to provide video image required for line analysis. The quantity of TV inspection shall be measured as the total length of new pipe installed. All costs associated with this work shall be included in the appropriate bid item -· Post-Construction Television Inspection . The item shall also fnclude 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-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, including a mix design for any asphaltic and/or Portland cement concrete to be used, and gradation analysis for sand and crushed stone to,be used along with the name of the pit from which the material was taken. The contractor shall provide manufacturer's certifications for all manufactured items to be used in the project and will bear any expense related thereto. B. Tests of the ·design concrete mix shall be made by the contractor's laboratory at least nine days prior to the placing of concrete using the same aggregate, cement, and mortar which are to be used later in the concrete. The Contractor shall provide a certified copy of the test results to the City. C. Quality control testing of in-place material on this project will be performed by the city at its own expense. Any retesting required as a result of failure of the material to meet project specifications will be at the expense of the contractor and will be billed at commen::ial 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 provide_q 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. 02/09/2010 SC-31 g:\1210\4397-32\project\specifications\contract Sc\100% set-Sc\05 .3 -green double sided-part d -special conditions-paginated (water-sewer) - wtr 02-09-1 O.doc PART D -SPECIAL CONDITIONS E. The Contractor shall provide a copy of the trip tic.ket 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 se.diment and water pollution control measures deemed necessary by the Engineer for the duration of the contract. These control measures shall at no time be used as a substitute for the permanent control measures unless otherwise directed by the Engineer and they shall not include measures taken by the CONTRACTOR to control conditions created by his construction operations. The temporary measures sh .all include dikes, dams, berms, sediment basins, fiber mats, jute netting, temporary seeding, straw mulch, asphalt mulch, plastic liners, rubble liners, baled..:hay retards, dikes, slope drains and other devices. B. CONSTRUCTION REQUIREMENTS: The Engineer has the authority to define erodible earth and the authority to limit the surface area of erodible-earth material exposed by preparing right- of-way, clearing and grubbing, the surface area of erodible-earth material exposed by excavation, borrow and to direct the CONTRACTOR to provide temporary pollution-control · measures to prevent contamination of adjacent streams; other water courses, lakes, ponds or other areas of water impoundment. Such work may involve the · construction of temporary berms, dikes, dams, sediment basins, slope drains and use of temporary mulches, mats , seeding, or other control devices· or methods directed by the Engineer as necessary to control ; soil erosion. Temporary pollution-control measures shall be used to prevent or correct erosion · · that may develop during construction prior to installation of permanent pollution control features, but are not associated with permanent control features on the project. The Engineer will limit the area of preparing right-of-way, clearing and grubbing, excavation and borrow to be proportional to the CONTRACTOR'S capability and progress in keeping the finish grading, . mulching, seeding, and other such permanent pollution-control . measures current in · accordance .with the accepted schedule. Should seasonal conditions make such limitations unrealjstic, temporary soil-erosion-control measures .shall be performed as directed by the .Engineer. . 2. · Waste or disposal areas and construction road.s shall be · located and constructed in a manner that will minimize the amount of sediment entering streams. ' ' ' 3. Frequent fordings of live streams will not be permitted; .therefore, temporary bridges or other structures shall be used wherever an appreciable number of stream crossings are necessary. Unless otherwise approved in writing by the Engineer, mechanized equipment shall not be operated in live streams. · · 4. When work areas or material sources are located in or adjacent to live streams, such areas shall be separated from the stream by -a dike ·or other .barrier to keep sediment from entering a flowing stream. Care shall be taken during the construction and removal of such barriers to minimize the muddying of a stream. · 5 .. All waterways shall be cleared as soon as practicable of false work, piling, debris or other obstructions placed during construction operations that are not a part of the finis,hed work. 02/0912010 SC-32 g:\1210\4397-32\project\specifications\contract Sc\100% set-Sc\05.3 -green double sided -part d -special conditions -paginated (water-sewer)- wtr 02-09-10.doc · · · PART D -SPECIAL CONDITIONS 6. The Contractor shall take sufficient precautions to prevent pollution of streams, lakes and reservoirs with fuels, oils, bitumen, calcium chloride or other harmful materials. He shall conduct and schedule his operations so as to avoid or minimize siltation of streams, lakes and reservoirs and to avoid interference with movement of migratory fish . C. MEASUREMENT AND PAYMENT: All work, materials and equipment necessary to provide temporary erosion control shall be considered subsidiary to the contract and no extra pay will be given for this work. D-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 rer:r,oved and/or rebuilt. D-.41 PROTECTION OF TREES, PLANTS AND SOIL · .. ·r· · All·}_property along and adjacent to the Contractors' operations including rlawns, 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 b~ 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. 02/09/2010 SC-33 g:\1210\4397-32\project\specifications\contract Sc\100% set -Sc\05 .3 -green double sided -part d -special conditions -paginated (water-sewer)- wtr 02-09-1 O.doc PART D -SPECIAL CONDITIONS D-43 CITY OF FORT WORTH STANDARD PRODUCT LIST Proposed products subm itted in the bid documents must appear in the latest "City of Fort Worth Standard Product List , for the bid to be considered responsive . Products and processes listed in the "City of Fort Worth Standard Product List shall be considered to meet City of Fort Worth minimum technical requirements. D-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 topsoil will be used in the parkways and medians beforei 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 placeid 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 accordan,ce 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 dorm.ant 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 migfif affect" its subsistence . or h"ardiness·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 froni' the time it is dug until planted. When so directed by the Engineer, the sod existing at the source shall be 02/09/2010 SC-34 g:\1210\4397-32\project\specifications\contract Sc\100% set -Sc\05.3 -green double sided -part d -special conditions 7 paginated (water-sewer)~ wtr 02-09-10.doc PART D -SPECIAL CONDITIONS watered to the exterit required prior to excavating. Sod material shall be planted within three days after it is excavated. CONSTRUCTION METHODS: After the designated areas have been completed to the lines, grades,· and cross-sections shown on the Drawings and as provided for in other items of the -contract, sodding of the type specified shall be performed in accordance with the requirements hereinafter described. Sodding shall be either "spot" or "block"; either Bermuda, Buffalo or St. Augustine grass. :~·· a. · Spot Sodding Furrows parallel to the curb line or sidewalk lines, twelve (12) inches on centers or to the dimensions shown on the Drawings, shall be opened on areas to be sodded. In all furrows, sod approximately three (3) inches square shall be placed on twelve (12) inch centers at proper depth so ·that the top of the sod shali 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 Govered, 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: 02/09/2010 SC-35 g:\1210\4397-32\project\specifications\contract Sc\100% set-Sc\05 .3 -green double sided -part d -special conditions -paginated (water-sewer)- wtr 02-09-10 .doc PART D -SPECIAL CONDITIONS a. General. All seed used must carry a Texas Testing Seed label showing purity and germination, name, type of seed, and that the seed meets all requirements of the Texas Seed Law. Seed furnished shall be of the previous season's crop and the date of analysis shown on each tag shall be within nine (9) months of time of delivery to the project. Each variety of seed shall be furnished and delivered in separate bags or containers. A sample of each variety of seed shall be furnished for analysis and testing when directed by the Engineer. The specified seed shall equal or exceed the following percentages of Purity and germination: Common Name Purity Germination Common Bermuda Grass 95% 90% Annual Rye Grass 95% 95% Tall Fescue 95% 90% Western Wheatgrass 95% 90% Buffalo Grass Varieties Top Gun 95% 90% Cody 95% 90% Table 120.2.(2)a. . URBAN AREA WARM-SEASON SEEDING RATE (lbs.); Pure Live Seed (PLS) Dates Feb 1 to May 1 Mixture for Clay or Tight Soils (Eastern Sections) Bermudagrass 40 Buffalograss 60 (Western Sections) Buffalograss 80 Ber'mudagrass 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 ac:cordance with the requirements hereinafter described. a. Watering. Seeded areas shall be watered as directed by the Engineer so as to prevent washing of the slopes or dislodgment of the seed. 02/09/2010 SC-36 g:\12 10\4397-32\project\specifications\contract Sc\100% set-Sc\05 .3 -green double sided -part·d -special conditions -paginated (water-sewer)- wtr 02-09-IO .doc · · · · .... PART D -SPECIAL CONDITIONS b. Finishing. Where applicable, the shoulders, slopes, and ditches shall be smoothed after seed bed preparation has been completed and shaped to conform to the cross-section previously provided and existing at the time planting operations were begun . BROADCAST SEEDING: The seed or seed mixture in the quantity specified shall be uniformly distributed over the areas shown on the Drawings and where directed. If the sowing of seed is . by hand, rather than by mechanical methods , the seed shall be sown in two directions at right angles ·to each other. Seed and fertilizer shall be distributed at the same time provided the specified uniform rate of application for both is obtaine<;f . "Finishing" as specified in Section D- 45 , Construction Methods, is not applicable since no seed bed preparation is required . DISCED SEEDING: Soil over the area shown on the Drawings as directed to be seeded shall be loosened to a minimum depth of three (3) inches and all particles in the seed bed shall be reduced to less than one (1) inch in diameter or they shall be removed . The area shall then be finished to line arid grade as specified under "Finishing" in ' Section D-45, Construction Methods. The seed, or seed mixture, specified shall then be planted at the rate required and the application shall be made uniformly. If the sowing of seed is by hand rather than by mechanical methods, seed shall be raked or harrowed into the .soil to a depth of approximately one-e ight (1/8) inch. The planted area shall be rolled with a corrugated roller of the "Cultipacker'' type. All rolling of the slope areas shall be on the contour. ASPHALT MULCH SEEDING: The soil over the area shown on the Drawings, or as directed to be seeded, shall be loosened to the minimum depth of three (3) inches and all particles in the seed bed shall be reduced to less than one (1) inch in diameter, or they shall be removed. The area shall then be finished to line and grade as specified under "Finishing" in Section D-45, Construction Methods . Water shall then be applied to the cultivated area of the seed bed until a minimum depth of six (6) inches is thoroughly moistened . After the watering, when the ground has become sufficiently dry to be loose and pliable, the seed, or seed mixture specified , shall then be planted at the rate required and the application shall be made un iformly. 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 . 02/09/2010 SC-37 g:\1210\4397-32\project\spec ifications\contract Sc\100% set-Sc\05 .3 -green double sided -part d -spec ial conditions -paginated (water-sewer)- wtr 02-09-1 O.doc PART D -SPECIAL CONDITIONS RE-SEEDING OF AREAS PLANTED WITH COOL SEASONS SPECIES: Areas where temporary cool season species have been planted may be replanted beginning February 1 with warm season species as listed in Table 120.2(2)a . The re-seeding will be achieved in the following manner. The cool season species shall be mowed down to a height of one (1) inch to insure that slit-seeding equipment will be able to cut . through the turf and achieve adequate soil penetration. * Slit-seeding, is achieved through the use of.an implement which cuts a furrow (slit) in the soil and places the seed in the slit which is then pressed close with a cult packer wheel. 4. HYDROMULCH SEEDING : If hydro mulch seeding is provided, seed mix shall have 95% purity of Bermuda grass and have a germination rate of 90%. Contractor shall ensure that the grass establishes . · 5 . CONSTRUCTION WITHIN PARK AREAS TURF RESTORATION OF PARKARJ=AS : 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 di rected for the particular item of work. .Fertilizer shall be dry and in good physical condition. . Fertiliz~r that is powdered to caked will be rejected . . Distribution of fertilizer as a particu lar 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". · · MEASUREME.NT: 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. . . 0210912010 SC-38 g:\1210\4397-32\project\specifications\contract 5c\100% set-5c\0~.3 ~ green double sided -part d -special conditions -paginated (water-sewer)~ wtr 02-09-10 .doc · PART D -SPECIAL CONDITIONS Acceptable material for "Sodding" will be measured by the linear foot, complete in place . Acceptable material for "Fertilizer" shall be subsidiary to the price of sodding or seeding. PAYMENT: All work performed as ordered and measured shall be subsidiary to the contract unless and otherwise noted in the plans and bid documents to be paid for at the unit price bid for each item of work: Its price shall be full compensation for excavating (except as noted below), loading, hauling, placing and furnishing all labor, equipment, tools, supplies, and incidentals necessary to complete work. · All labor, equipment, tools and incidentals necessary to supply, transport, stockpile and place topsoil or salvage topsoil as specified shall be included in "Seeding" or "Sodding" bid items and will not be paid for directly. "Spot sodding" or "block sodding" as the case may be, will be paid for at the contract unit price per square yard , complete in place, as provided in the proposal and contract. The contract unit price shall be the total compensation for furnishing and placing all sod; for all rolling and . tamping; for all watering; for · disposal .of all surplus materials; and for all . materials, labor, 'equipment, tools and incidentals necessary to complete. the work, all in accordance with the Drawings and these Specifications. · The work performed and materials furnished and measured as provided under "Measurement" shall be paid for at the unit price for "Seeding", or "Sodding", of the type specified, as the case · may be, · which price shall ~ach 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 PRO~RAM" 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 . 02/09/2010 SC-39 g:\1210\4397-32\project\specifications\contract Sc\100% set -5c\05.3 -green double sided -part d -special conditions -paginated (water-sewer)- wtr 02-09-1 O.doc PART D -SPECIAL CONDITIONS D-46 SUBSTANTIAL COMPl,.ETION 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 portio·n 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 wheh all the items have been completed or corrected. 10. Payment for substantial completion inspection as well as final inspection shall be subsidiary to the project price. Contractor shall still be required to address all other deficiencies, which are discovered at the time of final inspection. 11. Final inspection shall be in conformance with general condition item "C5-5 .18 Final Inspection" of PART C -GENERAL CONDITIONS. D-47 EXCAVATION NEAR TREES (WHERE IDENTIFIED ON THE PLANS) 1. The Contractor shall be respo·nsible for taking measures to minimize damage to tree limbs, tree trunks, and tree roots at ec:1ch work site. All such measures shall be . considered as incidental work included in the Contract Unit Price bid for applic1:3ble pipe or structure installation ex9~pt 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 trimmin·g work will be permitted within private property without written permission of the Owner: 4. Nothing shall be· stored over the tree root system within the drip line area of any tree. 5. Before excavation (off the roadway) within the drip line area of any tree, the earth shall be sawcut for a minimum depth of 2 feet. 6. At designated locations shown on the drawings, the "short tunnel" method using Class 51 D.I. pipe shall be utilized. 7. Except in areas where clearing is allowed, all trees up to 8" in diameter damaged during construction shall be removed and replaced with the same type and diameter tree at the contractor's expense. 8. Contractor shall employ a qualified landscaper for all the work required for tree care to ensure utilization of the best agricultural practices and procedures. 02/09/2010 SC-40 g:\12 10\4397 -32\project\specifications\contract Sc\100% set -Sc\05.3 -green double sided -part d -special condition_s -paginated (water-sewer) - wtr 02-09-10 .doc PART D -SPECIAL CONDITIONS 9. Short tunneling shall consist of power augering or hand excavation . The tunnel diameter shall not be larger than 1-1/2 times the outside pipe diameter. Voids remaining after pipe installation shall be pressure grouted. D-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 impervious barrier to reduce groundwater percolation through the pipel ine trench . Construction material shall . consist of compacted bentonite clay or 2:27 concrete. Payment for work such as forming, placing and finishing shall be subsidiary to the price bid for pipe installation . D-50 EXPLORATORY EXCAVATION (D-HOLE) The Contractor shall be responsible for verifying the locations of fill existing utilities prior to construction, in accordance with item D-6. At locations identified on the drawings , contractor shall conduct an exploratory excavation (D-Hole), to locate and verify the location and elevation of the existing underground utility where it may be in potential conflict with a proposed facility alignment. The exploratory excavation shall be conducted prior to construction of the entire project only at locations .denoted on the plans or as directed by the engineer. Contractor shall submit a report of findings (including surveyed elevations of existing conflicting utilities) to the. City prior to the start of construction of the entire project If the contractor determines an existing utility is in conflict with the proposed facility, the contractor shall contact the engineer immed iately 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). 02/09/2010 SC-41 g:\1210\4397-32\proj ect\s pecifications\contract Sc\100% set-Sc\05 .3 -green double sided -part d -special conditions -paginated (water-sewer) - wtr 02-09-10 .doc PART D -SPECIAL CONDITIONS 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: The casing pipe for open cut and bored or tunneled section shall be AWWA C-200 Fabricated Electrically Welded Steel Water Pipe, and shall conform to the provisions of E1-15, E1-5 and E1-9 in Material Specifications of General Contract Documents and Specifications for Water Department Projects. The steel casing pipe shall be supplied as follows: For the inside and outside of casing pipe, coal-tar protective coating in accordance with the requirements of Sec. 2.2 and related sections in AWWA C-203. Touch-up · after field welds shall provide coating equal to those specified above. C. Minimum thickness for casing pipe used shall be 0.375 inch. · Stainless Steel Casing Spacers (centering style) such as manufactured by Cascade Waterworks Manufacturing Company or an approved equal shall be used on all non- concrete pipes when installed in casing. Installation shall be as recommended by the Manufacturer. 2. SEWER: Boring used on this. project shall be in accordance with the material standard E1-15 and · Construction standard E2-15 as per Fig . 110 of the General Contract Documents. 3. PAYMENT: Payment for all materials, labor, equipment, excavation, concrete grout, backfill, and incidental work shall be included in the unit price bid per foot. 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 lpcation, elevation, configuration and angulation of ~xisting 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 02/09/2010 SC-42 g:\1210\4397-32\project\specifications\contrac t Sc\100% set -Sc\05 .3 -green double sided -part d -special conditions -paginated (water~sewer)- wir 02-09-1 O.doc · · PART D -SPECIAL CONDITIONS Engineer, and all efforts shall be made to. keep this down time to a minimum. In case of shutting down an existing main, the Contractor shall notify · the City Project Manager, Construction Services, Phone 817-392-8306, at least 48-hours prior to the required shut down time. The Contractor's attention is directed to Paragraph C5-5 .15 INTERRUPTION OF SERVICE , Page C5-5(5), PART C -GENERAL C.ONDITIONS 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-iri 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 inspe.ction . All consumers shall be individually advised prior to the shut out and advised of the approximate length of time they may be without service. Payment for work such as backfill , bedding, fittings, blocking and all other associated appurtenants required, shall be included in the price of the appropriate bid items . 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 (E1-17 & E1-18) contained in the General Contract Documents. ! All water services to be replaced shall be installed at a minimum depth of 36 inches below final grade. All existing 3/4-ihch 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 g iven when service interruption will be required as specified in Sectiori C5-5 .15 INTERRUPTION OF SERVICE. 02/09/2010 SC-43 g:\1210\4397 -32\project\specifications\contract Sc\100% set-Sc\05 .3 -green double sided -part d -special conditions -pag inated (water-sewer)- wtr 02-09-1 O.do c · PART D -SPECIAL CONDITIONS All water service meters shall be removed, tagged, and collected by the contractor for pickup by the Water Department for reconditioning or replacement. After installation of the water service in the proposed location and receipt of a meter from the project inspector the contractor shall install the meter. The meter box shall be reset as necessary to be flush with existing ground or as otherwise directed by the Engineer. All such work on the outlet side of the service meter shall be performed by a licensed plumber. 1. WATER SERVICE REPLACEMENTS: Water _service replacement or relocation is required when the existing service is lead or is too shallow to avoid breakage during street reconstruction. The contractor shall replace the existing service line with Type K copper from the main to the meter, curb stop with lock wings, and corporation stop. Payment for all work and materials such as backfill, fittings, type K copper tubing, curb stop with lock wings, service line adjustment, and any relocation of up to 12-inches from center line existing meter location to center line proposed meter location shall be included .in the Linear Foot price bid for Copper Service Line from Main to five (5) feet behind Meter. Any · vertical adjustment of customer service line within the 5 foot area shall be subsidiary to the service installation . Payment for all work and materials such as tap saddle (if required), corporation stops, and fittings shall be included in the price bid for_ Service Taps to Main. · 1. WATER SERVICE RECONNECTION: Water service reconnection is required when the existing service is copper and at adequate depth to avoid breakage during street reconstruction. The contractor shall adjust the existing water service line as required for . reconnection and furnish a new tap with corporation stop . The contractor will be paid for one (1) Service Tap to Main for each service reconnected plus for any copper service line used in excess of five (5) feet from Main to five (5) feet behind the Meter. 2 . WATER SERVICE METER AND METER BOX RELOCATIONS: When the replacement and relocation of a water service and meter box is required and the location of the meter and meter box is moved more than twelve (12) inches, as measured from the center line of the existing meter to location to the center line · of the prpposed meter location, separate payment will be allowed for the relocation of service meter and meter box. Centerline is defined by a line extended from the service tap through the meter. Only relocations made perpendicular to this centerline will be paid for separately. Relocations made along the centerline will be paid of in feet of copper service line . When relocation of service meter and meter box is required, payment for all work and ma.terials 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 service meter and meter box relocation. 02/09/2010 SC-44 g:\1210\4397-32\project\specifications\contract 5c\100% set-5c\05 .3 -green double sided -part d -special conditions -paginated (water-sewer)- wtr 02-09-10.doc - PART D-SPECIAL CONDITIONS 4. NEW SERVICE: When new services are required the contractor shall install tap saddle (when required), corporation stop, type K copper service line, curb stop with lock wings, and meter box. Reinforced plastic meter boxes with cast iron lid shall be provided for all 2 inch water meters or smaller. The reinforced plastic water meter boxes shall comply with section E 1-1 BA -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 pric~ bid for Service Taps to. Mains . Payment for all work and materials such as furnishing and setting new meter box shall be included in the price bid for furnish and set meter box. 1. MULTIPLE SERVICE BRANCHES: When multiple service branches are required the contractor shall furnish approved factory manufactured branches. Payment for multiple service branches will include furnishing and installing the multiple service branch only and all other cost will be included in other appropriate bid item(s). 2. MULTIPLE STREET SERVICE LINES TO SINGLE SERVICE METER: Any multiple service lines with taps servicing a single service meter encountered during construction . · shall be replaced with one service line that is applicable for the size of the existing service meter and approved by the Engineer. Payment shall be made at the unit bid price in the appropriate bid item(s). 51.8 2-lnch Temporary Service Line A. The 2-inch temporary service main and 3/4-inch service lines shall be installed to provide temporary water service to all buildings that-will necessarily be required to have severed water service during said work. The contractor shall be responsible for coordinating the schedule of the temporary service connections and permanent service reconnections with thE:l building owners and the Engineer in order that the work be performed in an expeditious manner. Severed water service must be reconnected within 2 hours of discontinuance of service. A 2-inch tapping saddle and 2-inch corporation stop or 2-inch gate valve with an appropriate fire hydrant adapter fitting shall be required at the temporary service point of connection to the City water supply. The 2-inch temporary service main and 3/4-inch service lines shall be installed in accordance to the attached figures 1, 2 and 3. 2" temporary service line shall be cleaned and sterilized by using chlorine gas or chlorinated lime (HTH) prior to installation. The out-of-service meters shall be removed, tagged and collected by the Contractor for delivery to the Water Department Meter Shop for reconditioning or replacement. Upon restoring permanent service, the Contractor shall re-install the meters at the correct location. The meter box shall be reset as necessary to be flush with the existing ground or as otherwise directed by the Engineer. 02/09/2010 SC-45 g:\1210\4397-32\project\specifications\contract 5c\100% set-5c\05.3 -green double sided -part d -special conditions -paginated (water-sewer)- wtr 02 -09-10.doc PART D -SPECIAL CONDITIONS The temporary service layout shall have a minimum available flow rate of 5 GPM at a dynamic pressure of 35 PSI per service tap. This criteria shall be used by the Contractor to determine the length of temporary service allowed, number of service taps and number of feed points . When the temporary service is required for more than one location the 2-inch temporary service pipes, 3/4-irich 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 $ervice lines. Water used during construction for flushing new mains that cannot be metered from a hydrant will be estimated as accurately as possible . At the pre-construction conference the contractor will advise the inspector of the number of meters that will be needed along with the locations where they will be used. The inspector will deliver the hydrant meters to the locations. After installation, the contractor will take full responsibility for the meters until such time as the contractor returns those meters to the inspector. Any damage to the meters will be the sole responsibility of the contractor. The Water Department Meter Shop will evaluate the condition of the meters upon return and if repairs are needed the contractor will receive an invoice for those repairs . The issued meter is for this specific project and location only. Any water that the contractor may need for personal use will require a separate hydrant meter obtained by the Contractor, at its cost , from the ·Water Department. 51.9 Purging and Sterilization o.f Water Lines . Before being placed into service all newly constructed water lines shall be purged and sterilized in accordance with E2-24 of the General Contract Documents and Specifications except as modified herein. The City will provide all water for INITIAL cleaning and sterilization of water lines. All materials for construction of the project, including appropriately sized "pipe cleaning pigs", chlorine gas or chlorinated lime (HTH) shall be furnished by the Contractor. Chlorinated lime (HTH) shall be used in sufficient quantities to provide a chlorine residual of fifty (50) PPM . The residual of free chlorine shall be measured after 24 hours and shall not be less than 1 O 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 cons idered 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 Wor~ 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 02/09/2010 SC-46 g:\1210\4397-32\project\specifications\contract Sc\100% set -Sc\05.3 -green double sided -part d -special cond itions -paginated (wateMewer) - wtr 02 -09-10 .doc PART D -SPECIAL CONDITIONS 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 Wa'rehouse. · 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 Mair:i. Payment for all work and materials necessary for the installation of the sampling station, concrete support block, curb stop, fittings, and an incidental 5-feet of type K copper service line which are required to provide a complete and functional water sampling station shall be included in the price bid for Water Sample Stations. PAYMENT FOR FIGURE 33 INSTALLATIONS: Payment for all work and materials necessary for the installation tap saddle, gate valve, and fittings shall be included in the price bid for Service Taps to Main. Payment for all work and materials necessary for the instaliation 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 E1-13 and Construction Specification E2-13. Wrapping shall precede horizontal concrete blocking, vertical tie-down concrete blocking, and concrete cradle. Payment for the polyethylene wrapping, horizontal concrete blocking,. vertical tie-down concrete blocking, and concrete cradle shall be included in bid items for vales and 'fittings and no other payments will be allowed . 02/09/2010 SC-47 g:\1210\4397-32\project\specifications\contract Sc\100% set -Sc\05 .3 -green double sided -part d -special conditions -paginated (water-sewer)- wtr 02-09-10 .doc PART .D -SPECIAL CONDITIONS D-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. D-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 consiqered to be included in the project price. D-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. 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 m~st) backing _a_s stJpwn on tt:i~ c;>rc:1wings_, _ D. ROOT PRUNING 7. Survey and stake location of root pruning trenches as shown on drawings. 8. Using the approved specified equipment, make a cut a minimum of 36 inches deep in order to minimize damage to the undisturbed root zone. 02/09/2010 SC-48 g:\1210\4397-32\project\specifications\contract Sc\100% set -Sc\05 .3 -green double sided -part d-special conditions -paginated (water-sewer) - · wtr 02-09-1 O.doc · ... ,,. PART D -SPECIAL CONDITIONS 9. Backfill and compact the trench immediately after trenching.· 10. Place a 3-foot wide by 4-inch deep cover of mulch over the trench as required by the Engineer. 11. Within 24 hours, prune flush with ground and backfill any exposed roots due to construction activity . Cover with wood chips of mulch in order to equalize soil temperature and minimize water loss due to evaporation. 12. Limit any grading work within conservation areas to 3-inch maximum cut or fill, with no roots over 1-inch diameter being cut unless cut by hand or cut by specified · methods, equipment and protection. E. MULCHING: Apply 2-inches to 4-inches of wood chips from trimming or clearing operation on areas designated by the Engineer. F. Tree Pruning shall be considered subsidiary to the project contract price. D-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 utilities and private prop·erty . including, but not limited to, water and sewer services, pavement, fences, walls, sprinkler system piping, etc., at no cost to the Owner. All costs for tree removal, including temporary service costs, shall be considered subsidiary to the project contract price and no additional payment will be allowed. D-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 borings have been made and are provided for bidder's information, at the locations shown on the logs of borings in the appendix of this specification, it is expressly declared that neither the City nor the Engineer guarantees the accuracy for the information or that the material encountered in excavations is the same, either in character, location, or elevation, as shown on the boring logs . It shall be the responsibility of the bidder to make such subsurface investigations, as he deems necessary to determine the nature of the material to be excavated. The Contractor assumes all responsibility for interpretation · of these records and for making and maintaining the required excavation and of doing other work affected by the geology of the site . The cost of all rock removal and other associated appurtenances, if required, shall be included in the linear foot bid price of the pipe. 02/09/2010 SC-49 g:\1210\4397-32\project\specifications\contract Sc\100% set -Sc\05 .3 -green double sided -part d -special conditions -paginated (water-sewer) - wtr 02-09-1 O.doc PART D -SPECIAL CONDITIONS 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 (CPN)., Scope of Project (i.e. type of construction activity), actual construction duration within the block, the name of the contractor's foreman and his phone number, the name of the City's inspector and his phone number and the City's after-hours phone number. A sample of the 'pre-construction notification' flyer is attached. The contractor shall submit a schedule showing the construction start and finish time for each block of the project to the inspector. In addition, a copy of the flyer shall be delivered to the City Inspector for his review prior to being distributed. The contractor will not be . allowed to begin construction on any block until the flyer is delivered to all residents· of the block. In the event it becomes necessary to temporarily shut down w~ter servic~ to residents or businesses dt,1ring 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 interruption of service, the period the interruption will take place, the name of the contractor's foreman and his phone number and the name of the City's inspector and his phone number. A sample of the temporary water service . interruption notification is attached . . . A copy of the temporary interruption notification shall be delivered to the inspector for his review prior to being distributed. The contractor shall not be permitted to proceed with interruption of water service until the flyer has been delivered to all affected residents and businesses . . Electronic versions of the sample flyers can be obtained from the 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 BUTTONS The removal and replacement of traffic:: buttons is the responsibility ofthe contractor and shall be considered a subsidiary itern, 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 ~dditional compensation shall be made to the contractor for this reimbursement. 02/09/2010 SC-50 g:\1210\4397-32\project\specifications\contract Sc\100% set -Sc\05 .3 -green double sided, part d -special conditions -paginated (water-sewer) - wtr 02-09-10.doc PART D -SPECIAL CONDITIONS D-60 SANITARY SEWER SERVICE CLEANOUTS Whenever a sanitary sewer service line is installed or replaced, the Contractor shall install a two- way servjce 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 castiron. 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 uniform edge and the entire width and length of the temporary repair shall be rolled with a steel asphalt roller to provide . ·. smooth rideability on the street as well as provide a smooth transition between the existing :f 'pavement and the temporary repair. Cost of saw cutting shall be subsidiary to the temporary · pavement repair pay item. The · contractor shall be responsible for maintaining the temporary pavement until the paving contractor has mobilized. The paving contractor shall assume maintenance responsibility upon such mobilization . No additional compensation shall be made for maintaining the temporary pavement.. D-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 sufficiently in advance to avoid delay whenever practical. One set of stakes shall be set for all utility construction (water, sanitary sewer, drainage etc.), and one set of excavation/or stabilization stakes, and one set of stakes for curb and gutter/or paving. It shall be the sole responsibility of the Contractor to preserve, maintain, transfer, etc., all stakes furnished until completion of the construction phase of the project for which they were furnished. If the City or its agent determines that a sufficient number of stakes or markings provided by the City, have been lost, destroyed, or disturbed, to prevent the proper prosecution and control of the work contracted for 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 02/09/2010 SC-51 g:\1210\4397-32\project\specifications\contract Sc\100% set-Sc\05.3 -green double sided -part d -special conditions -paginated (water-sewer)- wtr 02-09-10 .doc PART o ·-SPECIAL CONDITIONS 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 permissi9n from property owners to perform such work as cleanout repair and sewer service replacement on private property. Contractor shall adhere to all requirem~nts of Paragraph C6-6.10 of the General Contract Documents. The Contractor's attention is directed to the agreement terms along with any special conditions that may have been imposed on these agreements, by the property owners. The easements and/or private property shall be cleaned up after use and restored to its original condition or better. In event additional work room is required by the Contractor, it shall be the Contractor's responsibility to obtain written permission from the property owners involved for the use of additional property required. No additional payment will be allowed for this item. The City has obtained the necessary documentation for railroad and/or highway permits required for construction of this project. The Contractor shall be responsible for thoroughly reviewing, .. understanding and complying with all provisions of such permits, including obtaining the requisite insurance, and shall pay any and all costs associated with or required by the permit(s). It is the Contractor's responsibility to provide the required flagmen and/or provide payment to the appropriate railroad/agency forall 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 c.ontractor, 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 untilthis meeting is held. D-65 WAGE RA TES 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 ttie 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 .. 02/09/2010 SC-52 g:\1210\4397-32\project\specifications\contract Sc\100% set-Sc\05.3 -green double sided -part d -special conditions -paginated (water~sewer)- wtr 02-09-1 O.doc · PART D -SPECIAL CONDITIONS This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of . 2258.023, Texas Government Code, by a contractor or subcontractor, the City shall make an initial determination, before the 31st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the contractor or subcontractor and any -affected worker of its initial determination. Upon the City's determination that there is good cause to believe the contractor or subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates , such amounts being subtracted from successive progress payments pending a final determination of the violation. · Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023 , Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., RE:lvised Statutes) if the r .: · .. contractor or subcontractor and any affected worker do not resolve the issue by agreement before ' the 15th day after the date the City makes its initial determination pursuant to paragraph (c) above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 11th day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and · may be enforced in any court of competent jurisdiction. Records to be Maintained : The contractor and each subcontractor shall, for a period of three (3) years following ' the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract; and (ii) the --· actual per diem wages paid to each worker. The records shall be open at all reasonable hours for ··.: ·inspection by the City . The. provisions of the Audit section of these contract documents shall pertain to this inspection. Pay Estimates. With each partial payment estimate or payroll period, whichever is less, the contractor shall submit an affidavit stating that the contractor has complied with the requirements of Chapter 2258, Texas Government Code. Posting of Wage Rates. · The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times. · Subcontractor Compliance. The contractor shall include in · its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs (a) through (g) above. (Wage rates are attached at the end of this section.) (Attached) 02/09/2010 SC-53 g:\1210\4397-32\project\specifications\contract Sc\100% set -Sc\05.3 -green double sided -part d -special conditions -paginated (water-sewer) - wtr 02-09-10 .doc PART D -SPECIAL CONDITIONS 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. 8. 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 po~der by hand pressures. C. The Generator of the hazardous material is responsible for the identification and proper handling, transportation, and disposal of the material. Therefore, it is the policy of the City of Fort Worth that the Excavator is the Generator regardless of whether the pipe is friable or not. D. It is the intent of th.e City of Fort Worth that an 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 i~ required for all construction activities that result in the di$turbance 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 0210912010 SC-54 . g:\1210\4397-32\project\specifications\contract Sc\100% set -Sc\05 .3 -green double sided -part d -special conditions -paginated (water-sewer)- wtr 02-09-'IO.doc · · · ' PART D -SPECIAL CONDITIONS permit can be obtained through the Internet · at http://www.tnrcc.state.tx.us/permitting/water perm/wwperm/construct.html: Soil stabilization and structural practices have been selected and designed in accordance with North Central Texas Council of Governments Best Management Practices and Erosion Control Manual for Construction Activities (BMP Manual). This manual can be obtained through the Internet at www .dfwstormwater.com/runoff.html. Not all of the structural controls discussed in the BMP Manual will necessarily apply to this project. Best Management Practices are construction management techniques that, if properly utilized, can minimize the need for physical controls and possible reduce costs. The methods of control shall result in minimum sediment retention of not less than 70%. NOTICE OF INTENT {NOi}: If the project will result in a total land disturbance equal to or greater than 5 acres, the contractor shall sign at the pre-construction meeting a TCEQ Notice of Intent (NOi) form prepared by the engineer. It serves as a notification to the TCEQ of construction activity as well as a commitment that the contractor understands the requirements of the permit for storm water discharges from construction activities and that measures will be taken to implement . and maintain storm water pollution prevention at the site. The NOi shall be submitted to the TCEQ :at least 48 hours prior to the contractor moving on site and shall include the required $100 ··· : application fee. ; · ,_The NOi shall be mailed to: Texas Commission on Environmental Quality Storm Water & General Permits Team; MC-228 P.O. Box 13087 Austin, TX 78711-3087 A copy of the NOi shall be sent to: City of Fort Worth Department of Environmental Management 5000 MLK Freeway Fort Worth, TX 76119 NOTICE OF TERMINATION {NOT): For all sites that qualify as Large Construction Activity, the contractor shall sign, prior to final payment, a TCEQ Notice of Termination (NOT) form prepared by the engineer. It serves as a notice that the site is no longer subject to the requirement of the permit. The NOT should be mailed to: Texas Commission on Environmental Quality Storm Water & General Permits Team; MC-228 P.O. Box 13087 Austin, TX 78711-3087 STORM WATER POLLUTION PREVENTION PLAN {SWPPP): A document consisting of an erosion control and toxic waste management plan and a narrative defining site parameters and techniques to be employed -to reduce the release of sediment and pollution from the construction site. Copies of the project SWPPP 's are available 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. 02/09/2010 SC-55 g:\1210\4397-32\project\specitications\contract Sc\100% set-Sc\05 .3 -green double sided -part d-special conditions -paginated (water-sewer)- wtr 02-09-10 .doc PART D -SPECIAL C.ONDITIONS LARGE CONSTRUCTION ACTIVITY -DISTURBED AREA EQUAL TO OR GREATER THAN 5 ACRES: A Notic~ of Intent (NOi) form shall be completed and . submitted to the TCEQ including paymerit 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 respons ibility 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 fmplemented at least 48 hours before the commencement of construction activities. The SWPPP must include descriptions of control measures necessary to prevent and control soil erosion, sedimentation and water pollution and will be included in the contract documents .. The control .measures shall be installed and maintained throughout the construction to assure effective and continuous water pollution control. The controls may include, but not be limited to, silt fences, straw bale dikes, rock berms, diversion . dikes, interceptor swales, sediment traps and basins, pipe slope drain, inlet protection, stabilized construction entrances, seeding, sodding, mulching, soil retention blankets, or other structural or non-structural storm water pollution controls. The method of control shall result in a minimum sediment retention of 70% as defined by the NCTCOG "BMP Manual." Deviations from the proposed control measures must be submitted to the engineer for approval. PAYMENT FOR SWPPP IMPLEMENTATION : Payment shall be made per lump sum as shown on the proposal as full compensation for all items contained in the project SWPPP. D-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 req!Jires 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 th.is 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. · 02/09/2010 SC-56 g:\1210\4397-32\project\specifications\contract Sc\100% set-Sc\05.3 -green double sided -part d -special conditions -paginated (water-sewer)- wtr 02-09-10.doc PART D -SPECIAL CONDITIONS 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 City, in sole discretion may require, including but not limited to manpower and equipment records, information about key personnel to be assigned to the project, and construction schedule, to assist the City in evaluating and assessing the ability of the apparent low bidder(s) to deliver a quality product and successfully complete projects for the amount bid within the stipulated time frame. Based upon the City's assessment of the submitted information, a recommendation regarding the award of a contract will be made to the City Council. Failure to submit the additional information if requested may be grounds for rejecting the apparent low bidder as non-responsive. Affected contractors will be notified in writing of a recommendation to the City Council. D-70 EARLY WARNING SYSTEM FOR CONSTRUCTION .Time is of the essence in the completion of this contract. In order to insure that the contractor is ,··. responsive when notified of unsatisfactory performance and/or of failure to maintain the contract ~ · ·schedule, ttie following process shall be applicable: -:• . ': ·~ . The work progress on all construction projects will be closely monitored. On a bi-monthly basis the percentage of work completed will be compared to the percentage of time charged to the contract. If the amount of work performed by the contractor is less than the percentage of time allowed by 20% or more (example: 10% of the work completed in 30% of the stated contract time as may be amended by change order), the following proactive measures will be taken: 1. A letter will be mailed to the contractor by certified mail; return receipt requested demanding that, within 10 days from the date that the letter is received, it provide sufficient equipment, materials and labor to ensure completion of the work within the contract time. In the event the contractor receives such a letter, the contractor shall provide to the City an updated schedule showing how the project will be completed within the contract time. 2. The Project Manager and the Directors of 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 individuals. 5. If the contractor fails to provide an acceptable schedule or fails to perform satisfactorily a second time prior to the completion of the contract, the bonding company will be notified appropriately. 0210912010 SC-57 g:\1210\4397-32\project\specifications\contract Sc\! 00% set -Sc\05 .3 -green double sided -part d -special conditions -paginated (water-sewer) - wtr 02-09-10 .doc PART D -SPECIAL CONDITIONS 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 f1,1els such as CNG. · 1f the Contractor is unable to perform continuous work for a period of ~t least seven hours between the hours of 7:00 a.m. -6:00 p.m., on a designated Air Pollution Watch Day, that day will be considered as a weather day and added onto the allowable weather days of a given month. D-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 t.o 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-58 g:\1210\4397 -32\project\specifications\contract Sc\100% set ~ Sc\05 .3 -green double sided -part d -special conditions -paginated (water-sewer)- wtr 02 -09-10.doc · - 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-'-59 g:\1210\4397-32\project\specifications\contract Sc\100% set-Sc\05.3 -green double sided -part d -special conditions -paginated (water-sewer) - wtr 02-09-10.doc PART D -SPECIAL CONDITIONS fORTWORTH ,,,.,.... J Date: ____ _ DOENO.XXXX Pr.c,Ject Name: NOTICE OF TEMPORARY WATER SERVICE INTERRUPTION DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL BE INTERRUPTED ON ________ _ BETWEEN THE HOYRS OF ________ AND _____ ---' IF YOU HA VE QUESTIONS ABOUT THIS SHU'T-OU'.f, PLEASE CALL: MR. AT __________ ....;..._ (CONTRACTORS S:tJPERINTENDENT) (TELEPHO~ NUMBER) OR MR. _ __.. __________ AT_.--------------- (CITY INSPECTOR) (TELEPHONE NUMBER) TIDS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, -----------~CONTRACTOR 0210912010 sc.:.ao g:\1210\4397-32\project\specifications\contract Sc\100% set-Sc\05 .3 ~ green dou_ble sided -part d -special conditions -paginated (water;sewer)- wtr 02-09-10 .doc · · PART D -SPECIAL CONDITIONS F · TEXAS DEPARTMENT ·OFHEAL'rH 0 ~ DEMOUTION J RENOVAtlON NOTIFICATDON FORM r 0 ff ! C. -: 'o 'N e s NOTE: CIRCLE ITEMS THAT ARE AMEJ\IDEt> T l) H NOTIFICATION# ----------'Ii ) Abatement Contractor:~-------~----------TDH License N1.unber: ___ ...,..-___ _ Address; . . .. . . . . Ci~; --,--:-:,-,---,,----,-----S-ta1e: Zfp: Office Phone Number: Job Site Phone Nombot : ----' ---- Site &lpervisor:~~------~---TDH Ucens1;1Nurnbeh ________ ~----- Slle -Supcrvi sor.: TOH Uoense Number._.·--~---------- Trained On-Site NESHAP !ndivfdual: Certification Date:. _____ ~....,. Demolition Contractor : __________ ..,,.... __ omce fihoM Number,.__.·------------ Add'.resl>: ______________ .City : · S!e:1e :. ___ =· Z.ip:·------- 2) Project Consulianl.or Ope~ior:. ____________ -__ it>H Uciinse, Nurnber:~----- Malling Adcfr~;----------------...,---,---,--.,...---,---------Clty: ________ state: ___ zip:. ____ Offioe Pr.one Number:~~~----- 3} Faclli1)'0',1;'ner..~--------------------------------AUonliort _____________________ ~~------------ Mauing Addc,ess ; ___ ~------------=-:---------=---=---:-:--,--~:--------Clty: Siate: Zip· Owner Phone Numbor,._{ ...,)"'". ··-·· ___ _ '"Noto: Thc· lnv1:1h;o for tho notlfi~atlon foo wm bo sont to the owner ot th& build.Ing and lho blllll\~ t)ddrci.s tor the Invoice will b& . · oJltolnl)4 t~m mo l!'lfonnatioii Chat Is provided In thl:s section. ·· 4} Descriptlo.""l<lr F~cirity Name:'--------------------~~--------- .. PhY$ic.;1I Addr~s~----,------~---County: Cif>•: _______ .t:lp ; ___ _ tt A . Facll ify' Phone N'umoer Facility Contact Person :~. =~--~-----~-- oescriplion of Area.rRaom Number:. __________ ----------------- PriQr Use; ·Future Use:'-----------------........ ---p [i T 0. fl D l. V f D I : a i ti o · n ? Age of Buildlng;1faclll1y: ______ Sil!B : ____ Number of FJoors:: _____ Sc..iool (K -12): D YES D" NO 5) Type of Work: O Demclitlon o Renovation {Abatement) o Annual Cons.olidated Work will be during: fJ Day o Evening o Nigh.l ::: Phased Ptojaci · .. Description of work schedule:. ______________ ~~-,--------=~~~- 6} Is 1his a Public Bui!din11? o Y~$ NESHAP-Only Facility.? D YES D NO Feaeral Faclllt;,1 O YE$ = NO lnclustrial Site? DYES Cl NO D NO IS 8t1ildinglFac:mty Ooc:upfecf? CJ YES CJ NO 7) r-lo1ifJcation Type CHECK ONL V ONE •J Original (10 Working Days} ;: Cance!laU~m o Am~n.amen.t o EmergcncyfOrdcred tr 1hls is an amendme nt, which amendmen1 number Is this?_ {Enclose copy of origin.ii and/ot last amendment) If 1;1n ~filrgenoy, vmo did you tal :k with al 'rDH? E;mergency#: _____ _ Dale and Hou, of Eti)etr;eney (HHIMM/DD{YY):. _____ ,--_ oooctiplion or UiEl! $ucfden, r,mex:pected event and explanat ion or hov, tho <ivent caused unsafe conditions or Wou l d oeuse · ,e quipment damage { computets. machinery. etc · 8) Dascrip1ion of procedures to be followed In 1he Ewent 1hat unoxpcctad asbestos is-found or pre\lfo1,1sly non-fn~le ~sbestos malerlal becc-mes crumbled. pul11etized . er reduced to powder;--------------- 9) 'Was -tin k!be$10$ survey performed? D YE:'.S IJ NO Dale: / I TOH Inspec tor l.ic~mse No; ____ _ G Anelyl ical Method; D PLM D TEM O AssumecJ TDH Laboralory License No :~-·-· ___ _ N (For TAHPA (public buirditrg) projec~: -iln .i;l~surnption rnus l be made by a TDH Llccmscd inspector) 1i O} Deacript1on of planned crem 01 mon or rMovatlon work , fyp~ of materil!I, ~nd rnethod{s) to be used'"": --~'------ 11} Oesctiption of work pr,i:!i;~ices and eng in eering oontrols 10 .b(} used to prc~·cnt emissions of asbes1os at th(;! dernollfionlrenova1ion :~---~----------------------~- 0210912010 SC-61 g:\1210\4397-32\project\specifications\contract Sc\100% set -Sc\05 .3 -green double sided -part d -special condit ions -paginated (water-sewer)- wtr 02-09-10 .doc PART D -SPECIAL CONDITIONS 12) A'LL appllcab !o lt~ms in the following table must be comple~d : IF NO AS81:;ST0S PRESENT CHE:CK ti ERE w ' Appro~im,1;1te 3mount of Asbestos-C.ontaicing Building l'lhiterial · Asl>estos ., . T~p~ . . .. ___ ..,....._,, .......... ~---·--.-. ----~-.-----1 . ~ipas.· Surfa,:;~ Area Ln · f ,; , · .SQ Ft ,'. M 'i=t . Check u:nlt of measurement RACM h> be removed I RACM NOT rer:n911ed . .... .. .lmenor C:ite O J n~n-rr,ab!l:i rGr'noVed I Exte.tiotCa.tetio I non-friabra removed Cate o t non-friable NOIJE"imo\1ed .. Interior. Cat · o 11 :nonafriable remo~•ed Exterior Cateao 11 non-friable removed · Cate . II non ~frta,ble NOT remo•,•cd RACM Otf-Facility Component 13) \l'Jaste Transponer Nruno: -· ~~---------------'--TOH 1.s.61mse Number:~~----Addmss: · Cify : _____ ...,..,......._,,.,......-.... Stale: ,:___;_ Zip:. __ . __ _ Ci:;:nli;iCi Person; · · : Phone Number: ---------- 14) Wasta DispC>sal Site Name=------------------=--~-------- Addre5:s._· --,---,---~-------..:dlly: _________ Sfa1e : ___ .Zip: ___ - Te:1ephone: TNRCC Pe1mit Number:-------- 15) For. structurally uns.ound fac111,1es, attach a copy o~ demalit:km order .am:: identify G~vernme!"ltal Official below: Nam(}: Registration No:---·= .. ··-.. -· -·-------- TiUe:.--:--,--.,,..,,-.,.,,-::-:--...,......-~.....,..----Da.1e of ord~.r (MMlDblY'Y) I i Date order to begin {MM .'DD/YY) f ,' 16) Sched'Uled Oate$ of Asbestos Ai}ate-menl (MMlDDIYY} Start: __ _,_l _ _.,_f __ Ccmplei e; __ , __ ,_ 17) ·sch~d,uled Datas Demoliiion/Renovation{MM/OD.NY), Slart: { ··. J completa:. _ _,_--'/,___ __ _ * ~oter If ihe start date an this noUlleatioti ,can not b<> m1.1t, 1hli1 TDH Eoo~fomil OJ'. Local Program office Must be con lac led by phone prior to the start date; Falluro to do so is a ·11t~t.aU011 t1~ ~ecordanc.~ ,.o TAHPA. Sct:tlori 295.61 . l hEireb~· Ci:!r1ify \het all ioformetioi:t I tuive provided Is ,correct, complcto. ant! :true to the!Jest ofmy kn .owlE;!dge. l acknowledge that I a:ll) <res,pons ible for all aspects of the nolffica.1ion rorm, including , but not limiting. co."1tent and submlssfon dates. tho maximum penally is $10 ;000 per di;y per vaotatlcm . · (Signa1ute of 81,Jildin~ ·Owner/ Operator · ·or :Dele'gated Consu1tantfCon1r~c.1or) .M.11.IL TO: "'Faxes ,'Ire.not aeu,ptstr (Printed Nnmo) .. {Date} ASBESTOS :NOTI Ff CATION SECTION TOXIC SUl3STANCE;S CONTROL DlVISION TEXM DEPARTMENT OF HEALTH PO BOX M3538 AUSTIM , TX 18714"3531l PM : 5t2-S3ll-'66DO , 1-8C-0-572-5548 (Telephone) { } . ,, . {Fax Number) •Faxes ate not accepted* Farm APB#5, d~t~.J ()7/29/02, Replaces TD.Hfctm datad 07113/01. For a.ss/.stanc;e 1n GQmptt:tlir.ig form. ,;;~I 1-800-572-5548 02/09/2010 ·sc-62 g:\1210\4397-32\project\specifications\contract Sc\100% set-Sc\05 .3 -green double sided -part d-special conditions -paginated (water-sewer) - wtr 02-09-10 .doc · · · PART D -SPECIAL CONDITIONS 02/09/2010 SC-63 g:\1210\4397-32\project\specifications\contract Sc\l 00% set -Sc\05.3 -green double sided -part d -special conditions -paginated (water-sewer) - wtr 02-09-10.doc PART D -SPECIAL CONDITIONS " '; · ... Cl as sifications. Air ·roc,1 Op,m,1!or Asphalt Rake:r Asphalt Sho~·el er Asphalt Di-.stribufor Ooeratcr Asohalt P.wi.na Mach[ne Operator Satching Pl.an.t Weigher Sroom or S•,veeper Operator Bulldozer Operator Carpento;,r (Rouah} Concrete .:-inisher-Pavin:;r Concrete rini::-her -.Structures Concr ... !ePa'<in,::i Curbina Mach. Oper. Concrete PavjnQ FinishinA i\1.acM. 0 .per. Concrete ?a\oi ng Joi nt Sealer Oper. Concrete P a'iin>I Saw Ocer. Concrete ?avl ng Spreader Oper. Concrete Rubber Cran .... Clamshell, Backhoe, Derrick, Dra•;rllne, Shovel -!:lectrician Flagg.er ,i=orm Builder-Si ructure.s :Form Seifer-Paving ,& Curbs Foundation Drill Operator, Crawl .. r Mounted Foundation Drill Ooer.ato.r, J ruck Mounted Fro.nt E.nd loadEor laoor-=r-C cmmon laborer-Utility Mechanic Mill.ing Machi ne Cperatcr, :-1ne Grad .. Mixer C,peratcr Mofor Grader Ope.raior (Fin: Grade} Moior Grader Oce:r.ator, Rouch Oiler Painter, Structur.es Pa,..eme.nt Markin!! Machine Oper. l?ipeLaver Roller. Ste-al WheEol PJant-MixPavemE<nis Rofler, Ste! ',Nh;iel C1her Flatwh;iel or Tamoinc- Roller. Pneumatic., Self-Prope'l led Scrap;:r R:inforcina Steel Setl .. r (Pavina} Reinforcina Ste!!I Setler (Sfruc!ure') Source is AGC of T Eoxas. (Hwy. Hvy. Utiliti-:s t.ndustrial 81ancb) w•1,-.~ .. access.gpogo•/1:la'.'i·soa.co n,· 02/09/2010 Hourlv Rates S-8.80 $t:3.11:I $12.78 $14.1 5 Sil.SB $13.22 s12.eo $12.85 $13.27 $12.C<J $13.83 $t2.eo St3.e-5 $f4.coJ $Hl.61 $t4.l2 $18 .12 SB.43 · $t1 .e3 $11 .2:3 $f3.57 $1-6 .W $t2.e2 $9.18 $HJ.es $HU,, $11.23 $}1.5.9 $t5.2{l $t4.eil .$1c3.17 $t'll.C:4 $11 .C!4 $l1 .29 $11 .D7 $t4.ee SC-6{. Cfassifications Scraper Operafor Service-r Slip Form 11.1.achina Oo:ratcr Screaci!!r Bex O,:ierator Tractor cperator, Crawle:r T~·lr.! Tractcr operator, Pneumatic Tra•,•Eo.lir,i:i MixEor Oceratcr Truck Dri~•er-Single A~:le (wight) Truck Dri~·e.r-Sinai: Axle (Heavv) Truck Dri'.'er-Tandem AxlEo Semi-Trailer Truck Dri•,•er-Lowboy/Float Truck Dri~·er-Tr.ansit Mix Wagcn Drill. Boring Machine. Post Hole Driller Welder Work Zone Barricade Ser.foer HrlvRfs $11.42 S12.32 Si2.33 S10.Q2 s,2 .ao S12.Ql S12.0:?- S1D.91 S11.47 S11.75 S14.93 S12.08 S14.0D $13 .57 S11J.Ci~ _g:\1210\4397-32\project\specifications\contract Sc\100% set -Sc\05.3 -green double sided -part d -special conditions -paginated (water-sewer)- wtr 02-09-1 O.doc · - DA-1 DA-2 . DA-3 DA-4 DA-5 DA-6 · DA-7 DA-8 DA-9 . DA-10 DA-11 DA-12 DA-13 DA-14 DA-15 DA-16 DA-17 DA-18 DA-19 DA-20 DA-21 DA-22 DA-23 DA-24 DA-25 DA-26 · DA-27 DA-28 · DA-29 DA~30 DA-31 DA-32 DA-33 DA-34 DA-35 DA-36 DA-37 DA-38 DA-39 DA-40 DA-41 DA42 DA-43 DA-44 DA-45 DA-46 DA-47 . DA-48 10123/08 PART DA -ADDITIONAL SPECIAL CONDITIONS AWARD OF CONTRACT FOR PROJECTS WITH MULTIPLE UNITS ............ OMITTED PIPELINE REHABILITATION CURED-IN-PLACE PIPE ......................... , ........ OMITTED PIPE ENLARGEMENT SYSTEM ................................................................................... 4 FOLD AND FORM PIPE ............................................................................ , ..... OMITTED SLIPLINING ...................................................................... ; ............................... OMITTED ·. PIPE INSTALLED BY OTHER THAN OPEN CUT ....................................................... 11 · TYPE OF CASING PIPE .............................................................................................. 15 SERVICE LINE POINT REPAIR/ CLEANOUT REPAIR ..................... .-............ OMITTED PROTECTIVE MANHOLE COATING FOR CORROSION PROTECTION ................... 15 MANHOLE REHABILITATION ..................... .-.................................................. OMITTED SURFACE PREPARATION FOR MANHOLE REHABILITATION .................... OMITTED INTERIOR MANHOLE COATING -MICROSILICATE MORTAR SYSTEM ..... OMITTED INTERIOR MANHOLE COATING -QUADEX SYSTEM .................................. OMITTED INTERIOR MANHOLE COATING -SPRAY WALL SYSTEM ...................................... 18 INTERIOR MANHOLE COATING -RAVEN LINING SYSTEM .................................... 20 INTERIOR MANHOLE COATING: PERMACAST SYSTEM WITH EPOXY LINER ...... .. ............................ · ................................................................................. : ........... OMITTED INTERIOR MANHOLE COATING-STRONG-SEAL-SYSTEM ......................... OMITTED RIGID FIBERGLASS MANHOLE LINERS ......... : ............................................ OMITTED PVC LINED CONCRETE WALL RECONSTRUCTION .................................... OMITTED ·, . PRESSURE GROUTING ................................................................................. OMITTED VACUUM TESTING OF REHABILITATED MANHOLES ................................. OMITTED FIBERGLASS MANHOLES ............................................................................. OMITTED LOCATION AND EXPOSURE OF MANHOLES AND WATERVALVES ......... OMITTED REPLACEMENT OF CONCRETE CURB AND GUTTER ................................ OMITTED REPLACEMENT OF 6" CONCRETE DRIVEWAYS ........................................ OMITTED REPLACEMENT OF H.M.A.C. PAVEMENT AND BASE ................................. OMITTED GRADED CRUSHED STONES: .......................................... : ............................ OMITTED WEDGE MILLING 2" TO 0" DEPTH 5.0' WIDE ............................................... OMITTED BUTT JOINTS -MILLED ................................................................................. OMITTED 2" H.M.A.C. SURFACE COURSE (TYPE "D" MIX) ............... , ......................... OMITTED REPLACEMENT OF 7" CONCRETE VALLEY GUTTER ........ : ....................... OMITTED NEW 7" CONCRETE VALLEY GUTTER ......................................................... OMITTED NEW 4" STANDARD WHEELCHAIR RAMP ................................................... OMITTED 8" PAVEMENT PULVERIZATION ................... : ............................................... OMITTED REINFORCED CONCRETE PAVEMENT OR BASE (UTILITY CUT) .............. OMITTED RAISED PAVEMENT MARKERS .................................................................... OMITTED POTENTIALLY PETROLEUM CONTAMINATED MATERIAL HANDLING ................. 23 LOADING, TRANSPORTATION, AND DISPOSAL OF CONTAMINATED SOIL. ........ 27 ROCK RIPRAP -GROUT -FILTER FABRIC .................................................. OMITTED CONCRETE RIPRAP ....................................................................................... OMITTED CONCRETE CYLINDER PIPE AND FITTINGS ............................................... OMITTED CONCRETE PIPE FITTINGS AND SPECIALS ................................................ OMITTED UNCLASSIFIED STREET EXCAVATION ........................................................ OMITTED 6" PERFORATED PIPE SUBDRAIN ............................................................... OMITTED · REPLACEMENT OF 4" CONCRETE SIDEWALKS ......................................... OMITTED RECOMMENDED SEQUENCE OF CONSTRUCTION ..................... , .............. OMITTED PAVEMENT REPAIR IN PARKING AREA ....................................................... OMITTED EASEMENTS AND PERMITS .......................................................................... · ............ 28 ASC-1 G :\1210\4397-32\PROJECT\SPECIFICATIONS\CONTRACT SC\100% SET-SC\5.4 GREEN DOUBLE SIDED . SECTION DA.DOC PART DA-ADDITIONAL SPECIAL CONDITIONS . DA-49 HIGHWAY REQUIREMENTS ...................................................................................... 29 DA-50 . CONCRETE ENCASEMENT ....................................................................................... 29 DA-51 CONNECTION TO EXISTING STRUCTURES ................................................. OMITTED DA-52 TURBO METER WITH VAULT AND BYPASS INSTALLATION ...................... OMITTED DA;.53 · OPEN FIRE LINE INSTALLATIONS ................................................................ OMITTED OA-54 . WATER SAMPLE STATION ........................................................... ~ .......... ; ..... OMITTED DA-55 CURB ON CONCRETE PAVEMENT ............................................................... OMITTED DA~56 SHOP DRAWINGS ...................................................... : ................................................ 29 DA-57 COST BREAKDOWN ....................... : .............................................................. OMITTED DA-58 STANDARD STREET SPECIFICATIONS H.M.A.C. OVERLAY ...................... OMlnED DA-59 H.M.A.C. MORE THAN 9 INCHES DEEP ........................... : ..................... : ...... OMITTED DA-60 ASPHALT DRIVEWAY REPAIR ...................................................................... OMITTED . DA-61 TOP SOIL .............. : .......................................................................................... OMITTED DA-62 WATER METER AND METER BOX RELOCATION AND ADJUSTMENT .................. 30 DA-63 BID QUANTITIES ............................................................................................. OMITTED DA-64 WORK IN HIGHWAY RIGHT OF WAY .................................................. , ............... :: .... 30 DA-65 CRUSHED LIMESTONE (FLEX-BASE) .................................................... : ...... OMITTED DA-66 OPTION TO RENEW ........ : .............................................................................. OMITTED DA-67 NON-EXCLUSIVE CONTRACT .............................................................. ··-'······ OMITTED DA-68 · CONCRETE VALLEY GUTIER. ...................................................................... OMITTED DA;.69 TRAFFIC BUTTONS ............................................................................... ;.i ...... OMITTED DA-70 PAVEMENT STRIPING ............................................................................. : ...... OMITTED DA-71 H.M.A.C. TESTING PROCEDURES .......................................................... ' ...... OMITTED DA;.72 SPECIFICATION REFERENCES .............................................................. ; ................. 30 DA-73 . RELOCATION OF SPRINKLER SYSTEM BACK-FLOW PREVENTER/CONTROL VALVE AND BOX ................•.... ;· ...... · ......................................... .' .. ·.: .................. OMITTED DA-74 · RESILIENT-SEATED GATE VALVES ............................................................. OMITTED DA-75 EMERGENCY SITUATION, JOB MOVE-IN ..................................................... OMITTED DA-76 1 %" & 2" COPPER SERVICES .................................................. :., ................. OMITTED DA-77 SCOPE OF WORK (UTIL. CUT} .................................................. : ............ , ...... OMITTED DA-78 CONTRACTOR'S RESPONSIBIL TY (UTIL. CUT} ........................................... OMITTED DA-79 CONTRACT TIME (UTIL. CUT) ....... : ............................................................... OMITTED DA-80 REQUIRED CREW PERSONNEL & EQUIPMENT (UTIL. CUT) ........ : ............ OMITTED DA-81 TIME ALLOWED FOR UTILITY CUTS (UTIL. CUT} ....................................... :OMITTED DA-82 LIQUIDATED DAMAGES {UTIL. CUT} ............................................................ OMITTED DA-83 PAVING REPAIR EDGES (UTIL. CUT) ........................................................... OMITTED DA-84 . TRENCH BACKFILL (UTIL. CUT) ................................................................... OMITTED DA-85 CLEAN-UP (UTIL. CUT) ... : .............................................................................. OMITTEO DA-86 PROPERTY ACCESS (UTIL. CUT) ................................................................. OMITTED DA-87 SUBMISSION OF BIDS (UTIL. CUT) .................................... ~ ......................... OMITTED DA-88 STANDARD BASE REPAIR FOR UNIT I (UTIL. CUT) ................................. , .. OMITTED · DA-89 CONCRETE BASE REPAIR FOR UNIT 11 & UNIT Ill (UTIL. CUT) ................. ;·OMITTED DA-90 2" TO 9" H.M.A.C. PAVEMENT (UTIL. CUT}.. ................... ; .................... : ....... OMITTED DA-91 ADJUST WATER VALVE BOXES, MANHOLES, AND VAULTS (UTIL. CUT)OMITTED DA-92 MAINTENANCE BOND (UTIL. CUT) ........................ ; ................................. : .... OMITTED DA-93 BRICK PAVEMENT (UTIL. CUT}.. ................................................................... OMITTED DA-94 LIME STABILIZED SUBGRADE (UTIL. CUT) ...... : ................................... , ...... OMITTED DA-95 CEMENT STABILIZED SUBGRADE (UTIL. CUT} ........................................... OMITTED DA-96 REPAIR OF STORM DRAIN\·STRUCTURES {UTIL. CUT} ...... : ..... .' ................ OMITTED 10/23108 ASC-2 G :\1 210\4397-32\PROJECT\SPECIFICATIONS\CONTRACT SC\100% SET-5C\5.4 GREEN DOUBLE SIDED. SE:PION DA.DOC DA-97 DA-98 DA-99 DA-100 DA-101 DA-102 DA-103 DA-104 DA-105 DA-106 DA-107 DA-108 DA-109 DA-110 DA-111 DA-112 ··, DA-113 ··,, DA-114 .. ,,, DA-115 ·~· DA-116 DA-117 DA-118 DA-119 PART DA -ADDITIONAL SPECIAL CONDITIONS "QUICK-SET" CONCRETE (UTIL. cun ......................................................... OMITTED UTILITY ADJUSTMENT (UTIL. CUT) .............................................................. OMITTED STANDARD CONCRETE SIDEWALK AND WHEELCHAIR RAMPS (UTIL. CUT) ....... .. ......................................................................................................................... OMITTED LIMITS OF CONCRETE PAVEMENT REPAIR (UTIL. CUT) ........................ OMITTED CONCRETE CURB AND GUTTER (UTIL. CUT) ................... :, ..................... OMITTED PAYMENT (UTIL. CUT) ........................... : ................................................... OMITTED DEHOLES (MISC. EXT.) ............................................ : ................................. OMITTED CONSTRUCTION LIMITATIONS (MISC. EXT.L ......................................... OMITTED PRESSURE CLEANING AND TESTING (MISC. EXT.} ......... , ..................... OMITTED BID QUANTITIES (MISC. EXT.) ...................... 0. .......................................... OMITTED LIFE OF CONTRACT (MISC. EXT.) ...................................... : ...................... OMITTED FLOWABLE FILL (MISC. EXT.) .................................................................. OMITTED BRICK PAVEMENT REPAIR (MISC. REPL.) ....................... ; ...................... OMITTED DETERMINATION AND INITIATION OF WORK (MISC. REPL.L ............... OMITTED WORK ORDER COMPLETION TIME (MISC. REPL.) .......... : ...................... OMITTED MOVE IN CHARGES (MISC. REPL.L .................................. : ... : ................... OMITTED PROJECT SIGNS (MISC. REPL.) ................................................................ OMITTED LIQUIDATED DAMAGES (MISC. REPL.) .................................................... OMITTED TRENCH SAFETY SYSTEM DESIGN (MISC. REPL.) ........... · ...................... OMITTED FIELD OFFICE ...................................................................... :' ...................... OMITTED ·TRAFFIC CONTROL PLAN .................................................. : ...................... OMITTED COORDINATION OF WORK WITH CONTRACTOR FOR OTHER UNITS .. OMITTED CATHODIC PROTECTION SYSTEM OMITTED 10123/os ASC-3 G:\1210\4397-32\PROJECT\SPECIFICATIONS\CONTRACT SC\100% SET· 5C\5.4 GREEN DOUBLE SIDED . SECTION DA.DOC PART DA -ADDITIONAL SPECIAL CONDITIONS DA-3 PIPE ENLARGEMENT SYSTEM A. GENERAL: 1. Description: This specification includes requirements to rehabilitate existing sanitary sewers by the pipe enlargement system, herein called Pipe Bursting or Pipe Crushing (Pipe Bursting/Crushing). This system includes splitting or bursting the existing pipe to install a new polyethylene pipe and reconnect existing sewer service connections. 2. Methods: This section specifies the approved system method or process to include all labor, materials , tools, equipment and incidentals necessary to provide for the complete rehabilitation of dete riorated gravity sewer lines by the Pipe Bursting/Crushing systems. Approved methods include: the PIM Corporation (PIM System), Piscata Way, New Jersey; McLat Construction (McConnell System for Pipe Crushing), Houston, Texas; and Trenchless Replacement Systems, (TRS System), Calgary~ Canada. Refer to Part D -SPECIAL CONDITIONS · D-34 SIBSTITUTIONS for information regarding pre-approval procedures for alternative processes. 3. Definition: The Pipe Bursting/Crushing system is defined as the reconstruction of gravity sewer pipe by installing an approved pipe material, by means of one of the pre-approved methods set forth in Section A.2 of this · specification . The process involves the use of a static, hydraulic or pneumatic hammer "moling" device, suitably sized to break out the old pipe or using modified boring "knife" with a flared plug that implodes and crushes the existing sewer pipe. Forward progress of the "mole" or the "knife". may be aided by the use of hydraulic equipment or other apparatus, as specified in the approved methods . The replacement pipe is either pulled or pushed into the bore . The method allows for replacement of pipe sizes from 8" through 21" and/or upsizing in varying increments up to 21". This specification is based on the precedent that the Pipe Bursting/Crushing system used has been pre-approved by the Fort Worth Water Department. 4. Quality Assurance: The Contractor shall be certified by the particular Pipe Bursting/Crushing system manufacturer that such firm is a licensed installer of their system . No other Pipe Bursting/Crushing system other than those listed in Section A.2. of these specifications is acceptable. a. Personnel directly involved with installing the new pipe shall receive training in the proper methods for joint fusing , handling, and installing the polyethylene pipe . Training shall be performed by a qualified representative as determined by the pipe manufacturer. b. Personnel directly involved with installing the new pipe shall receive training in the proper methods for joint fusing, handling, and installing the polyethylene pipe. Training shall be performed by a qualified representative as determined by the pipe manufacturer. 1012310a ASC-4 G :\1210\4397-32\PROJECT\SPECIFICA,:IONS\CONT.RACT SC\100% SET-SC\5..4 GREEN DOUBLE SIDED. SECTION DA.DOC } .:·. PART DA -ADDITIONAL SPECIAL CONDITIONS 5. Submittals: Submit for review and acceptance, the following Contractor's Work Plan and Drawings to the City: a. Shop drawings, catalog data, and manufacturer's technical data showing complete information on material composition, physical properties, and dimensions of new pipe and fittings. Include manufacturer's recommendation for handling, storage, and repair of pipe and fittings if damaged. b. Location and number of insertion or access pits shall be planned by . Contractor and submitted in writing prior to excavation for approval by the . City. c. Method of construction and restoration of existing sewer service connections. This shall include: 1) 2) Detail drawings and written description of the entire construction procedure to install pipe, bypass sewage flow and reconnection of sewer service connections. Working drawings for information only showing sewage flow bypass, and maintenance of traffic. Contractor shall provide for continuous sewerage flow. Dewatering shall · be the Contractor's responsibility . 3) Certification of workmen training for installing pipe. 4) Television inspection reports and video tapes made after new pipe installation. 6. Delivery, Storage, and Handling: a. Transport, handle, and store pipe and fittings as recommended by manufacturer. b. If new pipe and fittings become damaged before or during installation, it shall be repaired as recommended by the manufacturer or replaced as required by the Project Manager at the Contractor's expense, before proceeding further. c. · Deliver, store and handle other materials as required to prevent damage. 8. MATERIALS: 1. Polyethylene Piping Material: The pipe and fitting material shall be high density, extra molecular weight (EHMW) polyethylene pipe material conforming to ASTM D1248, Type Ill, Class C, Category 5, Grade P34, and have a PPI (Plastic Pipe Institute) recommended designation of PE3408 and cell classification 345434C per ASTM D3350 . The molecular weight category shall be extra high (250,000 to 10123/os ASC-5 G :\1210\4397-32\PROJECT\SPECIFICATIONS\CONTRACT 5C\100% SET -5C\5.4 GREEN DOUBLE SIDED. SECTION DA.Doc· PART DA -ADDITIONAL SPECIAL CONDITIONS 1,500,000) as per the Gel Permeation Chromatography determination procedure with a typical value of 330 ,000. a. The interior of the pipe shall be a light reflective color to facilitate closed circuit television inspection. b. The pipe material shall be listed by the Plastic Pipe Institute (PPI) in PPI TR-4. The pipe material shall have as hydrostatic design basis of 1600 psi at 73 F and 800 psi at 140 F. · c. The manufacturer's certification shall state that the pipe was manufactured from one specific resin and shall state the resin used and its source. All pipe shall be made of virgin material. No rework, except that obtained from the manufacturer's own production of the same formulation, shall be used. d. Pipe supplied under this specification shall have a nominal Ductile Iron Pipe Size inside diameter. The Standard Dimension Ratio (SOR) and minimum pressure rating of the pipe shall be SOR 17 -100 psi. Pipe with a lower SOR ratio and higher pressure rating may be used in lieu of the minimum specified . · 2. Tests : The Contractor shall be required to send submittals to the City of Fort Worth on the production material. a. The pipe manufacturer shall provide certification that samples of · the production product meets these specifications. The certification will state that production product has been tested in accordance with ASTM 02837, and validated in accordance with the latest revision of PPI TR-3. b. The pipe manufacturer shall provide certification that stress regression testing has been performed on the specific product. Certification shall include a stress life curve per ASTM 02837 and testing shall have been performed in accordance with ASTM 02837. c. Rejection : Polyethylene plastic pipe and fittings may be rejected for failure to meet any of the requirements of this specification. C. SEWER SERVICE CONNECTIONS : 1. Sewer Service Connections: Sewer service connections shall be connected to the new pipe by mechanical or fusion methods . Once the saddle is secured, a hole shall be drilled in the pipe the full inside diameter of saddle outlet. 2. Pipe Saddles : Mechanical saddles shall be · made of polyethylene pipe compound that meets the requirements of ASTM 01248, Class C, have stainless steel straps and fasteners, neoprene gasket and backup plate. Mechanical saddles shall be Strap-on-Saddle Type as manufactured by Driscopipe or Tapping Saddle manufactured by DuPont, or approved equal. Fusion saddles shall be electrofusion branch · saddles as manu factured by Central Plastics Company, or approved equal. 1012310a ASC-6 G :\1210\4397-32\PROJECT\SPECIFICATIONS\CONTRACT 5C\100% SET -5C\5.4 GREEN DOUBLE SIDED. SECTION DA.DOC PART DA -ADDITIONAL SPECIAL CONDITIONS 3. Connection to Existing Service: Connections to the existing sewer service connections pipe shall be made using flexible couplings. All flexible couplings shall conform to ASTM C425 and shall be as manufactured by Fernco Joint Sealer Co., DFW Plastics, Inc. or approved equal. Backfill at service connections shall be cement stabilized sand (2 sacks per cubic yard) to a point 12 inches above the service lateral to trench intersection and shall be in accordance with these specifications. The Contractor shall, upon request, ·permit the Engineer to take elevations on both the existing and new portions of the service connection pole to determine final grade and invert elevations. Elevation changes greater than 0.1 O feet from the house lateral piping and shall .be reconnected as directed by the Engineer. 4. Service Interruptions: Service interruptions to homes shall not exceed 18 hours. D. PREPARATION: ...... ... ·.; . :!-· , ..• 1. Bypassing Sewage: a. The Contractor shall bypass . the sewage around the section or sections of sewer to be rehabilitated. 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. b. The Contractor shall be responsible for continuity of sanitary sewer service to each facility connected to the section of sewer during the execution of thework . If sewage backup occurs and enters buildings, the Contractor shall be responsible for clean-up, repair, property damage costs and claims. 2. Line Obstructions: If pre-installation (TV) inspection reveals an obstruction in the existing sewer (heavy solids, dropped joints, protruding service taps or collapsed pipe) which will prevent completion of the pipe bursting/crushing process, and cannot be removed by conventional sewer cleaning equipment, then an obstruction removal shall be made by the Contractor, with the approval of the Engineer. 3. Sags in Sewer Line: ALL SAGS AND GRADE PROBLEMS IN EXISTING SEWER LINES SHALL BE CORRECTED AS PART OF THIS CONTRACT. If the pre- construction television inspection reveals a sag in the sewer line, the Contractor shall be responsible for bringing the proposed sewer pipe to an acceptable grade without a sag. A sag is defined as any sewer line segment more than 3 feet in length which ponds water in the absence of sewage flow. The contractor shall take the necessary measures to eliminate the sag by the method of: pipe replacement, digging a sag elimination pit and bringing the bottom of the pipe 1012310a ASC-7 G:\1210\4397-32\PROJECT\SPECIFICATIONS\CONTRACT 5C\100% SET:-5C\5.4 GREEN DOUBLE SIDED. SECTION DA.DOC PART DA -ADDITIONAL SPECIAL CONDITIONS trench to a uniform grade in line with the existing pipe invert or by other measures that shall be acceptable to the Engineer and the City . a. Identification of Sags: Sags shall be identified by television inspection in the absence of sewage flow. If available, the Contractor shall be furnished television tapes from the City identifying the sag location. Flow shall be blocked at an upstream manho le and diverted to another sewer line or downstream manhole below the segment of pipe to be inspected. TV inspection shall be performed in accordance with television inspection of sanitary sewer lines. Video tapes shall be submitted to the City for review. b. Correction of Sags: Sags shall be corrected by open cut and by adding additional bedding material to bring the sag back to grade where access is available. For pipe enlargement methods, all sags identified on the pre- construction video tapes · shall be corrected prior to commencing with pipe enlargement. In instances where sags are located under existing structures, the existing sewer line may be relocated using open cut or boring methods. The City shall specifically review potential relocation's and evaluate the constructability, economics and engineeri.ng feasibility prior to construction work. c. Measurement and Payment: Measurement and payment to correct sags shall be per linear foot of pipe construction to correct the sag. For pipe bursting methods, open"'.'cut or bore construction, the applicable bid prices in the proposal section shall apply. 4 . Television Inspection : Inspection of the pipelines shall be performed by experienced personnel trained in locating breaks, obstacles an·d service connections by closed circuit color television. Television inspection shall be in accordance with the specifications contained herewith for "Pre-and Post- Construction Television Inspection of Sanitary Sewer Lines", Part D -Special Conditions D-35 and D-38, rf=spectively. E. PIPE ENLARGEMENT SYSTEM AND PIPE INSTALLATION: 1. Sit~ Organization: a. Insertion or access pits shall .be located such that their total number shall be minimized and the length of replacement pipe installed in a single pull shall be maximized . . b. Existing manholes shall be utilized wherever practical. Manhole inverts and bottoms may be removed to permit access for installation equipment. c. Equipment used to perform the work shall be located away from buildings so as not to create a noise impact. Provide silencers or other devises to reduce machine noise as needed to meet requirements. 1012310s ASC-8 . G :\1210\4397-32\PROJECnSPECIFICATIONS\CONTRACT 5C\100% SET-5C\5.4 GREEN DOUBLE SIDED . SECTION DA .DOC - .· f.: :·~. ~ ! . 2. PART DA -ADDITIONAL SPECIAL CONDITIONS d. The actual pipe enlargement procedure shall commence prior to 11 :00 AM in order to afford the contractor ample time to complete all related work within the allotted workday, which is defined as the hours between 7:00 AM and 6:00 PM, so as not to impose on the peace and comfort of persons in the immediate vicinity. No actual pipebursting work shall be started after 11 :00 AM; all actual pipebursting activity shall cease at 6:00 PM. Other activities other than the actual pipebursting may continue after 6:00 PM. Finished Pipe: The installed replacement pipe shall be continuous over the entire length of each pipe segment from manhole to manhole and shall be free from visual defects such as foreign inclusions, concentrated ridges, discoloration, pitting, varying wall thickness, pipe separation, other deformities. Replacement · pipe with gashes, nicks, abrasions, or any such physical damage which may have occurred during storage and/or handling, which are larger/deeper than 10% of the wall thickness shall · not be used and shall be removed . from the construction site. The replacement pipe passing through or terminating in a manhole shall be carefully cut out in a shape arid manner approved by the Engineer. The invert and benches shall be streamlined and improved for smooth flow. The installed pipe shall meet the leakage requirements of the pressure test specified later: 3. Pipe Jointing: a. Sections of polyethylene replacement pipe shall be assembled and joined on the job site above the ground. Jointing shall be accomplished by the heating and butt-fusion system in strict conformance with the manufacturer's printed instructions. b. The butt-fusion system for pipe jointing shall be carried out in the field by operators with prior experience in fusing polyethylene pipe with similar equipment using proper jigs and tools per standard procedures outlined by the pipe manufacturer. These joints shall have a smooth, uniform, double rolled back bead made while applying the proper melt, pressure, and alignment. It shall be the sole responsibility of the Contractor to provide an acceptable butt-fusion joint. All joints shall be made available for inspection by the Engineer before insertion. The replacement pipe shall be joined on the site in appropriate working lengths near the insertion pit. The maximum length of continuous replacement pipe which shall be assembled above ground and pulled on the job site at any one time shall be 600 linear feet. · c. For situations where the replacement pipe is not pulled all the way to the manhole or if it is impossible to pull the missle all the way through, the following shall apply: At the direction of the Engineer, a 12"-18" full circle steei clamp shall be utilized to connect segments of the HOPE pipe. 4. New Pipe Installation: a. Thread winch cable or chain and associated lines through sewer section to be rehabilitated. Keep lines away from pedestrian and vehicular traffic. 10123/oa ASC-9 G:\1210\4397-32\PROJECnSPECIFICATIONS\CONTRACT 5C\100% SET-5C\5.4 GREEN DOUBLE SIDED. SECTION DA.DOC PART DA -ADDITIONAL SPECIAL CONDITIONS b. Existing manholes may be used for launch and receiving access. Remove manhole invert and bottom as required. Pull winch chain through sewer section and attach to cutter and machine head. lower into launching manhole, apply winch tension pulling the cutter and head into the sewer until the rear of the machine is flush with the manhole wall. · Attach steel starter pipe and advance assembly until the rear of the steel starter pipe is flush with the manhole wall. Lower hydraulic jack into the manhole and align . Insert new pipe by simultaneous operation of the jack and winching the cutter and head forward. 5. Anchoring New Pipe and Sealing Manholes: a. After the new pipe has been installed in the entire length of the sewer section, anchor the pipe at manholes . The new pipe shall protrude in the manholes for enough distance to allow sealing and trimming. b. Sealing the new pipe at manholes shall not begin for a minimum of ten (10) hours after installation. Provide a flexible gasket connector in the manhole wall at the end of the n~w pipe, centered in the existing manhole wall. Grout flexible connector in the manhole, filling all voids the full thickness of the manhole wall. c. Restore manhole bottom and invert. 6. Field Testing: a. low Pressure Air Test of Replacement Pipe: After a manhole-to-manhole section of sanitary sewer main has been pipe burst/crushed and prior to any service lines being connected to the replacement pipe, the pipe shall be plugged at each manhole with pneumatic plugs. · The design of the plugs shall be such that they will hold against the test pressure without requiring external blocking or bracing .. One of the plugs shall have three air hose connections; one for the infl~tion of the plug, one for reading the air pressure in the sealed line, and one for introducing air into the sealed line. low pressure air shall then be introduced i,nto the sealed line until the internal air pressure reaches 4.0 psig greater than the average back pressure resulting from any ground water that may be over the pipe. At least two minutes shall elapse to allow the pressure to stabilize. The time required for the internal pressure to decrease from 3.5 to 2.5 psig greater than the average back . pressure resulting from any ground water that may be over the pipe, shall not be less than the time shown for a given pipe diameter in the following table: Carrier Pipe Minimum Elapsed Diameter (inches) Time (minutes) a · 4 10 5 1012310a ASC-10 G:\1210\4.397-32\PROJECTISPECIFICATIONS\CONTRACT SC\100% SET-5C\5.4 .GREEN DOUB.LE SIDED. SECTION DA.DOC - F!ART DA -ADDITIONAL SPECIAL CONDITIONS 12 15 6 7 b. Post-Construction Television Inspection of New Pipe: Refer to Special Condition for Post-Construction Television Inspection of San itary Sewer. F. MEASUREMENT AND PAYMENT : 1. Pipe Installation: Pipe installation will be measured for payment by the linear foot of pipe actually installed in the various diameters of sewers measured along the centerline of the sewer from centerline to centerline of manholes. Payment will be made for the quantities measured at the unit price per linear foot for the various sewer diameters listed. 2. Service Reconnections: Installation of sewer service connections will be measured for payment by each actually reconnected to the installed pipe. · Payment will be made for the quantities measured at the unit price per each listed. Payment shall include required excavat ion and backfill, saddles , ·flexible · connections, and all other incidentals necessary to successfully reconnect sewer service lines to the rehabilitated sewer. Payment shall not include pavement replacement, which if required, shall be paid separately. · 3. Sewer Cleaning by Bucket Machine: Heavy cleaning requiring more than .hydraulic jet cleaning shall be performed by bucket machines. The payment for such cleaning shall be included in the bid item for Pre-Construction Television Inspection of Sanitary Sewer Lines . 4 . By-pass Pumping: The Contractor shall provide diversion for the flow of sewage around the section or sections of pipe designated for · rehabilitation. The pumps and by-pass lines shall be of adequate capacity and size to handle all flows . All costs for by-pass pumping required during installation of the pipe shall be subsidiary to pipe enlargement. 5. Subsidiary Work: Any damage to . utilities and property, resulting repairs, temporary service costs, etc. shall be borne by Contractor. Repair and/or replacement of fences, sprinkler system piping and other such restoration work resulting from Contractor activities shall be considered subsidiary to the cost of the project and no additional payment will be allowed. 6. Testing : All cost for testing the replacement pipe by a pressure method will be incidental to pipe installation. DA-6 PIPE INSTALLEO 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. 1012310a ASC-11 G :\1210\4397-32\PROJECT\SPECIFICATIONS\CONTRACT SC\100% SET -5C\5 .4 GREEN DOUBLE SIDED. SECTION DA .DOC PART DA -ADDITIONAL SPECIAL CONDITIONS 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: 1. Casing Pipe: Casing pipe shall be steel conforming to ANSI 836.10 and the following : a. Field Strength: 35,000 psi minimum . b. Wall thickness: 0.312 in. minimum (0.5 for railroad crossings). c. Diameter: As shown on the drawings (minimum size requirements). ' .· d. Joints: Continuous circumferential weld in accordance with AWS D1 .1 . . 2. Carrier Pipe in Casing : . Carrier pipe shall be as shown on drawings and as specified in the General Contract Documents . · 3. Sewer Pipe without Casing Pipe: Shall be minimum Class 51 ductile iron pipe, or as designated on the plans . 4. Grout: Grout shall be Portland Cement grout of min. 2000 psi compressive strength at 28 days. Proportioned not less than 1 cu . ft. of cement to 3 cu. ft. of fine sand with sufficient water added to provide a free flowing thick slurry. C. EXECUTION 1. Where sewer pipe is required to be installed under railroad embankments or under highways, streets or othe r 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 6r damage any embankment or structure. During construction operations, barricades and lights to safeguard traffic and pedestrians shall be furnished . and maintained, until such time as the backfill has been completed and then shall be removed from the site. 2. Pits and Trenches: 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 jn the sides of the embankment or beyond it, such work shall be sheeted ·s~curely and braced in a manner to· prevent earth from caving in. •• -~:,, I • ' • 1012310a Asc..:12 . G :\1210\4397-32\PROJECT\SPECIFICATIONS\CONTRACT 5C\100% SET -5C\5.4 GREEN DOUBLE SIDED, SECTION DA.DOC . ~: ;, PART DA ~ ADDITIONAL SPECIAL CONDITIONS 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 simultaneou~ly jacking pipe into place. a. The boring shall proceed from a pit provided for the boring equipment and workmen. The holes are to be bored mechanically. The boring shall be done using a pilot hole. By this method an approximate 2-inch hole shall be bored the entire length of the crossing and shall be checked for line and grade on the opposite end of the· bore from the work pit. This pilot hole shall serve as the centerline of the larger diameter hole to be bored. Other methods of maintaining line and grade on the casing may be approved if acceptable to the Engineer. Excavated material shall be placed near the top of the working pit and disposed of as required. The use of water or other fluids in connection with the boring operation will be permitted only to · the extent required to lubricate cuttings. Jetting .or sluicing will not be permitted. b. In unconsolidated soil formations, a gel-forming colloidal drilling fluid consisting of at least 10 percent of high grade carefully processed benfonite may be used to consolidate cuttings of the bit, seal the walls of the hole, and furnish lubrication for subsequent removal of cuttings and installation of the pipe immediately thereafter. c. Allowable variation from the line and grade shall be as specified under paragraph A.2. All voids between bore and outside of casing shall be pressure grouted. 4. Installation of CarrierPipe in .Casing: a. Sanitary sewer pipe located within the encasement pipe shall be supported by "skids" or "bands" to prevent the pipe and bells from snagging on the inside of the casing, and to keep the installed line from resting on the bells . b. All skids shall be treated with a wood preservative. Skids should extend for the full length of the pipe with the exception of the bell area and spigot area necessary for assembly unless otherwise specified. c. The Contractor shall prevent over-belling the pipe while installing it through the casing. A method of restricting the movement between the assembled bell and spigot where applicable shall be provided. · d. At all bored, jacked, or tunneled installatio!ls, the annular space between the carrier pipe and casing shall be filled with g.rout. Care must be taken that not too much water is forced into the casing so as not to float the pipe . 1012310s ASC-13 G:\1210\4397-32\PROJECT\SPECIFICATIONS\CONTRACT 5C\100% SET -5C\5 .4 GREEN DOUBLE SIDED. SECTION DA.DOC . PART DA -ADDITIONAL SPECIAL CONDITIONS The backfill material will not be required unless specified on the plans and specified by the Engineer. e. · Closure of the cas ing after the pipe has been installed shall be plugged at th~ 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 Other than Open Cut. ; . . . . c. Bore and jack in accordance with paragraph C.3. ~bove . 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 m~ke 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 perm itted, the lining of the tunnel shall be of sufficient strength of support the overburden. The Contractor shall submit the proposed liner method to the Engineer for approval. The tunnel liner design shall bear the seal of a licensed professional engineer in the State of Texas. Approval by the Engineer shall not relieve the Contractor of the responsibility for the adequacy of the liner method. , b. The space between the tunnel liner and the limits of excavation shall be pressure grouted !Jr mud-jacked. c. Access holes for placing concrete shall be space at ma~imum 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 petween 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 r13quired .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 1012310s ASC-14 G :\1210\4397-32\PROJECTISPECIFICATIONS\CONTRACT 5C\100% SET-5C\5.4 GREEN DOUl;ILE SIDED. SECTION DA.DOC - - - PART DA-ADDITIONAL SPECIAL CONDITIONS Unit Price as shown in . the Bid Proposal. Payment shall not include pavement replacement, wh ich if requ ired, shall be paid separately. DA-7 TYPE OF CASING PIPE 1. WATER: The casing pipe for open cut and bored or tunneled section shall be AWWA C-200 Fabricated Electrically Welded Steel Water Pipe , and shall conform to the provisions of E1-15, E1-5 and E1-9 in Material Specifications of General Contract Documents and Specifications for Water Department Projects. The steel casing pipe shall be supplied as follows: A. For the inside and outside of casing pipe, coal-tar protective coating in accordance with the requirements of Sec. 2.2 and related sections in AWWA C-203. B. Touch-up after field welds shall provide coating equal to those specified above. C. Minimum thickness for casing pipe used shall be 0.375 inch . :Casing Spacers (centering style) such as manufactured by Cascade Waterworks Manufacturing Company, Advanced Products and Systems, Inc., or an approved equal shall be used on all non- concrete pipes when installed in casing. Installation shall be as recommended by the manufacturer. 2. SEWER: Boring used on this project shall be in accordance with the material standard E1-t5 and Construction standard E2-15 as per Fig . 110 of the General Contract Documents. 3. PAYMENT: Payment for all materials, labor, equipment, excavation, concrete grout, backfill, and incidental work · shall be included in the unit price bid per foot. DA-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 1012310a ASC-15 G:\1210\4397-32\PROJECnSPECIFICATIONS\CONTRACT 5C\100% SET-5C\5.4 GREEN DOUBLE SIDED. SECTION DA.DOC PART DA -ADDITIONAL SPECIAL CONDITIONS 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. Scope: This section governs the materials required for completion of protective coating of designated structures. 2. Protective Coating: The protective coating shall be a proprietary two component, 100 percent solids, rigid polyurethane system designated as Spray Wall as manufactured by Sprayrpq, 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. 3. · Specialty Cement (If required for leveling pr filling): The specialty cement-based coating material shall be either Quadex .QM-1 s as manufactured by Quadex, Inc., or Reliner MSP as manufactured by Standard Cement Materials. 4. 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: 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 550,0QO psi 5. 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. 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 · equipment shall be subject to the approval of the Engineer. Only personnel thoroughly familiar with th'? handling . of th.e coating material .shall perform the spray coa~ing operations and coating installations. · C . EXECUTION: 1. General: Protective coating shall not be installed until the structure is complete and in place.. . ' . ' . 1012310a ASC-16 : . G:\1210\4397-32\PROJECT\SPECIFICATIONS\CPNTRACT 5C\100% SET-5C\5.4 GREEN DOUBLE SIDED. SECTION DA.DOC - - PART DA -ADDITIONAL SPECIAL CONDITIONS 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 . 4 . 1) The surface shall be thoroughly cleaned of all foreign materials and matter. 2) Place covers over the invert to prevent extraneous material from entering the sewers. 3) If required for filling or leveling, apply specialty cement product to provide a smooth surface for the coasting material. 4) Spray the urethane or epoxy onto the structure wall and bench/trough to a minimum uniform thickness 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 application 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. 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-36 -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 10123108 ASC-17 G :\1210\4397-32\PROJECT\SPECIFICATIONS\CONTRACT SC\100% SET-SC\5.4 GREEN DOUBLE SIDED. SECTION DA.DOC PART DA -ADDITIONAL SPECIAL CONDITIONS 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-14 INTERIOR MANHOLE COATING -SPRAY WALL SYSTEM A GENERAL 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 on the Manhole Rehabilitation Schedule. Interior manhole coating shall meet the requirements of this Section or of Section DA-12, DA-13, DA-15, DA-16 or DA-17 . 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) inch specialty cement-based coating material (Quadex QM-1s or Reliner MSP) sprayed or trowelled on coating over the original interior surface. B. MA TE RIALS 1. Scope This section governs the materials required for completion of interior coating of manholes. 2: Interior Coating The interior coating shall be a proprietary two component, 100 percent solids, rigid polyurethane system designated as Spray Wall as manufactured by Sprayroq, Inc. 1012310a ASC-18 G :\1210\4397-32\PROJECT\SPECIFICATIONS\CONTRACT 5C\100% SET-5C\5.4 GREEN DOUBLE ~IDED. SECTION DA .DOC .... - - - PART DA -ADDITIONAL SPECIAL CONDITIONS 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 5. The interior manhole coating material sprayed onto the surface of the manhole shall be a urethane resin system formulated for the application to a sanitary sewer environment. The spray system shall exhibit the physical properties as follows: Property Tensile Strength Flexural Stress Flexural Modulus Mixing and Handling 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 of specialty cement material and interior 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. 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 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 1. 2 . ·General Manhole coating shall not be installed until sealing of manhole frame and grade adjustments, or partial manhole replacement when required for the manhole per the Manhole Rehabilitation Schedule, is complete. Temperature 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 . b. The interior coating shall be applied to the manhole from the bottom of the frame to the bench, down to the top of the trough . The interior coating shall be installed in accordance with the manufacturer's recommendations and the following procedure. 1012310a ASC-19 G :\1210\4397-32\PROJEC1'SPECIFICATIONS\CONTRACT 5C\100% SET-5C\5 .4 GREEN DOUBLE SIDED. SECTION DA.DOC PART -DA -ADDITIONAL SPECIAL CONDITIONS 1) The surface shall be thoroughly cleaned of all foreign materials and matter. Cleaning shall be accomplished by using high pressure water spray (minimum 3500 psi at spray tip), cleaning with muriatic acid, degreaser, or other solvents as needed in order to remove any film or residue on the surface. 2) Place covers over the invert to prevent extraneous material from entering the sewers. 3) Apply a minimum of one-half (1/2) inch specialty cement product (Quadex QM-1s or Reliner MSP) smooth surface for the urethane coating material. 4) Spray the urethane onto the manhole wall and bench/trough with a minimum thickness of 125 mils (0.125 inches). Thickness to be verifiable through the use of methods acceptable to the Engineer. 5) Coat trough area with specialty cement product (Quadex QM-1s or Reliner MSP). 1. Testing of Rehabilitated Manholes a. Testing of rehabilitated manholes for watertightness shall be performed by the Contractor after operations are complete in accordance with Section DA- 21. 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 and material testing required to complete the work. Grouting, if necessary, shall be included in the above unit price. Grouting of the pipe seals, bench and trough, and lower portion of a particular manhole, if required by Manhole Rehabilitation Work Schedule or . . . . ~equired to be done by the Engineer, shall be paid fo~ separately at the Contract Unit Price. DA-15 INTERIOR MANHOLE COATING -RAVEN LINING SYSTEM A GENERAL 1. Scope This section governs all work, materials and . testing .re.quir~d fprJhe application of interior manhole coating. Manholes designated for interior coating are listed of the Manhole Rehabilitation Schedule, .Hsted 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. 1012310s ASC-20 . G :\1210\4397-32\PROJECT\SPECIFICATIONS\CONTRACT 5C\100% SET-5C\5.4 GREEN DOUBLE SIDED. SECTION DA.DOC . ' - - - 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-1s or Reliner MSP) sprayed or trowelled on coating over the. original interior surface. B. MA TE RIALS '· ... · 1. Scope This section governs the materials required for completion of interior coating of manholes. 2. 3. 4. 5. 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. 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. · 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. · 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 1012310s ASC-21 G :\1210\4397-32\PROJECT\SPECIFICATIONS\CONTRACT 5C\100% SET-5C\5.4 GREEN DOUBLE SIDED. SECTION DA.DOC PART DA -ADDITIONAL SPECIAL CONDITIONS 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. Coating shall be performed only by certified applicators approved by the manufacturers. C. EXECUTION 1. General 2. 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. · 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) The surface preparation shall comply with the requirements of Section DA-11, SURFACE PREPARATION FOR MANHOLE RESTORATION . 2) Apply a minimum of one-half (1/2) inch specialty cement-based product (Quadex QM-1 s or Reliner MSP) smooth surface for the urethane coating material. 3) 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 . l)'lariufacturer's recommendations with a . minimum thickness of 125 mils (0.125 inch). 4) .. After the walls . are coated, the wooden bench covers shall be r~moy~g ~11.d .. t~e b~nch sp_rayed to . the sam.~ aye_r~g~ and minimum thickness as required for the walls. 5) 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. 10123/os ASC-22 . G:\1210\4397-32\PROJECliSPECIFICATIONS\CONTRACT 5C\100% SET-5C\5.4 GREEN DOUBLE SIDED. SECTION DA.DOC - - - - PART DA -ADDITIONAL SPECIAL CONDITIONS 6) No applications shall be niade to frozen surfaces or if freezing is expected to occur in side the manhole within 24 hours after application. 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 operations 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-37 POTENTIALLY PETROLEUM CONTAMINATED MATERIAL HANDLING A. GENERAL: Where known by the design engineer, the locations of potentially petroleum contaminated material (soil) that may be encountered during excavation and/or construction activities will be shown on the plans. .For all locations where material is excavated and suspected of being contaminated with petroleum . products, whether known or not, these special conditions are to be followed. The contractor is also to follow all applicable Federal. State and Local regulations when handling known or suspect contaminated materials (soils). 1. WORK INCLUDED a. Excavation, stockpiling and testing of Potentially Petroleum Contaminated Material. b. R~moval, t~sting, 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 subm it the environmental consultant's experience and qualifications to 1012310s ASC-23 G :\1210\4397-32\PROJECT\SPECIFICATIONS\CONTRACT SC\100% SET-5C\5 .4 GREEN DOUBLE SIDED. SECTION DA.DOC .. PART DA .-ADDITIONAL SPECIAL CONDITIONS the City prior to beginning work in areas of Potentially Petroleum Contaminated Material. · e. Hiring of qualified environmental sampling professionals that will collect and submit samples to the applicable City of Fort Worth testing laboratory. The City of Fort Worth's Department of Environmental Management for coordination of laboratory testing. 2. REFERENCES a. All applicable OSHA regulatory requirements. b. All applicable Environmental Protection Agency (EPA) regulatory requirements. c. All applicable State of Texas regulatory requirements. d. All applicable City of Fort Worth (City) regulatory requirements. e. All applicable NIOSH standards. f. All applicable TNRCC requirements. 3. SUBMITTAL$ a. The contractor shall prepare and submit to the City's D~partment of Environmental Management, Senior Specialist in Compliance, plans f<;>r handling Potentially Petroleum Contaminated Material (PPCM) not less than ·30 days prior to commencing excavation. · · b. The Contractor shall take necessary precautions while performing this project. Contractor shall not commence PPCM work (1) Contractor's submittal for dealing with PPCM is reviewed by the City and (2) the plans (i.e., drawing and description) for discharging any treated liquid into the storm sewer or sanitary sewer are reviewed by the City (3) and acceptable stockpile area is identified by the Contractor. c. Contractor shall submit the name of his proposed qualified environmental professional consultant(s) and proposed PPCM Handling Plar1 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 dispos~I. The above data must be compiled and arranged in a format that is acceptable to the Texas Natural Resource Conservation Commission (TNRCC). d. Contractor shall submit actual limits of PPCM excavation, as prepared by his qualified environmental corisultant(s) and testing lab: · e.· Contractor shall submit for review the proposed carrier pipe material to be used with the actual limits of PPCM excavation, including pipe gasket and carrier pipe coating or liner. · ·· · · 10123108 ASC-24 . G:\1210\4397-32\PROJE<:nSPECIFICATIONS\CONTRACT 5C\100% SET-5C\5.4 GREEN DOUBLE SIDED. SECTION DA.DOC - - - PART DA -ADDITIONAL SPECIAL CONDITIONS B. PRODUCTS: . 1. PIPE GASKET MATERIAL. Materials used within the actual limits of PPCM excavation, . including pipe gaskets, shall be resistant to petroleum hydrocarbon deterioration. C. EXECUTION: 1. POTENTIALLY PETROLEUM CONT AMINA TED AREAS a.· Areas suspected of having petroleum contaminated material (soils) are shown in on the engineering drawings. b. In areas <;>ther than those noted on the plans and where potentially petroleum contaminated materials are either detected or suspected, the City of Fort Worth and the Engineer should be notified immediately and the work should proceed in accordance with this section. 2. SCREENING POTENTIALLY PETROLEUM CONTAMINATED AREAS a. . Care should be taken during all excavation and dewatering activities to identify areas potentially contaminated by petroleum. b. · When a petroleum odor is encountered during excavation or when there is visual evidence of potentially petroleum contaminated soil, the Contractor shall notify the Engineer without delay. c. The Contractor shall have retained the services of an environmental consultant who shall be present at the site to screen suspect soil with a photo-ionization detector (PID) or a flame ionization detector (FID). A reading of 20 ppm above ambient conditions or greater on PID or FID tested soil sample will be considered potentially petroleum contaminated. The soul sample, should be a recent sample from the excavation face . The sample should be stored in a laboratory supplied glass jar with a teflon gasket lined lid. The City of Fort Worth Department of Environmental Management will be notified prior to all sample collection and submittal to the current testing laboratory identified by the City. The PID or FID tests should be performed in a confined location. Soils producing a reading of less than 20 ppm above ambient will not be considered potentially petroleum contaminated . The PID or FID shall be calibrated according to manufactures instructions. d. Water encountered during excavation or dewatering shall be considered to be potentially contaminated if there is a visible sheen, a hydrocarbon odor, adjacent soil that appears visually to be contaminated by hydrocarbons or at any time the Contractor has reason to believe that hydrocarbon contamination may have occurred. The Contractor shall immediately notify . the City and the TNRCC whenever contaminated water is encountered. a. The Contractor shall contact the City whenever contamination from any source is suspected. 3. HANDLING POTENTIALLY PETROLEUM CONTAMINATED SOIL (PPCS) 1012310s ASC-25 G :\1210\4397-32\PROJECT\SPECIFICATIONS\CONTRACT SC\100% SET -SC\5.4 GREEN DOUBLE SIDED. SECTION DA.DOC -. PART DA -ADDITIONAL SPECIAL CONDITIONS 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 th~ 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. c. The stockpiled PPCS shall be sampled and tested every 50 cubic yards for Total Petroleum Hydrocarbons (TPH) (TX1005) and Benzene, Toulene, Ethylbenzene and Xylene (BTEX) (EPA 8020). All test results will be forwarded to the City of Fort Worth Department of Environmental Management. d. Contaminated soil identified by test results will be disposed of according to DA-36, Loading, Transportation, and Disposal of Contaminated Soil. e. It is the intent of the City of Fort Worth 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 te~t reports to the City. c. Alternatively, ttie 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. · 1012310a ASC-26 G:\1210\4397-32\PROJECT\SPECIFICATION$\CONTRACT 5C\100% SET-5C\5 .4 GREEN DOUBLE SIDED. SECTION DA.DOC ,. - - .. ~ .. PART DA -ADDITIONAL SPECIAL CONDITIONS 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 conditions, the vapor concentrations should not exceed 20 percent of the Lower Explosive Limit (LEL). During construction, measures should be taken to maintain LEL levels below 20 percent in all working 7areas. b. · To monitor vapor levels and oxygen levels a combustible gas indicator (CGI) with a · LEU02 meter should continuously operate in the working area. The CGI should be properly calibrated and should have an alarm that sounds if 20 percent LEL is reached : Monitoring data from the GCI should be recorded periodically to determine if ventilation or other methods are effective. In the event local health and safety agencies require more stringent monitoring, the local regulations must be implemented. D. MEASUREMENT AND PAYMENT: 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. 1012310a ASC-2T G :\1210\4397-32\PROJECT\SPECIFICATIONS\CONTRACT SC\100% SET -SC\5.4 GREEN DOUBLE SIDED. SECTION DA.DOC PART DA -ADDITIONAL SPECIAL CONDITIONS B. WASTE MANIFESTS: Any and all non-hazardous liquid and petroleum substance waste removed from the site pf generation and transported for treatment and/or disposal must be accompanied by a waste shipment record/manifest detailing required generator, transported, destination and waste description information. These results may not be uniform throughout the entire site. For all · petroleum substance waste , the waste . shipment record utilized shall be the TNRCC PETROLEUM-SUBSTANCE WASTE AFFIDAVIT (Form TWC-0332). The Contractor shall be responsible for obtaining, originating .and maintaining manifests in accordance with federal and state laws. The Contractor shall sign the manifests - forms as Independent Contractor to the Owner. AUTHORIZATION OF PAYMENT FOR REMOVAL TRANSPORT AND TREATMENT / DISPOSAL OF WASTES IN CONTINGENT UPON RECEIPT BY THE ENGINEER OF FULLY COMPLETED AND SIGNED MANIFEST FORMS that are in agreement with regard to the type and amount of waste re111oved 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: Payment for this item shall be made per in place cubic yard of contaminated soils that are loaded, transported and disposed of . in an approved special disposal site. No separate payment will be made for -loading, transportation and disposal of contaminated ground waters collected; these costs considered subsidiary to DA-37, POTENTIALLY PETROLEUM CONTAMINATED MATERIAL HANDLING. The proposed landfill shall be included in the Contractor's bid submittal and approved by the City . of Fort Worth Department of Environmental Management prior to contract award. Contractor shall be responsible for all landfill costs, including, but not limited to landfill fees, transportation costs and landfill operator requested analytica l testing arid waste characterization. DA-48 EASEMENTS AND f ERMITS Easements and permits, both temporary and perm~nent, have been ~ecured 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 per~its. Where the pipeline crosses privately owned property, the easement!> and co~nstruction 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 sha.11 be the Contractor's responsibility to obtain written permission from the property owners involved for the use of addi~ionai property required. No additional payment will be allowed for this item. 1012310s ASC-28 G :\1210\4397-32\PROJECT\SPECIFICATIONS\CONTRACT 5C\100% SET-5C\5 .4 GREEN DOUBLE SIDED . SECTION DA.DOC ' . ' ' . . - - - - PART DA -ADDITIONAL SPECIAL CONDITIONS DA-49 HIGHWAY REQUIREMENTS The Texas Department of Transportation requirements pertaining to the construction of this project are enclosed herein and made part of these specifications. DA-50 CONCRETE ENCASEMENT Concrete encasement shall be Class E (1500 psi) concrete and for sewer line encasements shall conform to Fig. 113; for water line encasements it shall conform to Fig . 20 of the General Contract Documents. Requirements for such encasement are specified in Sections E1-20 and E2-20 of the General Contract Documents. Payment for work such as forming, placing, and finishing including all labor, tools, equipment and material necessary to complete the work shall be included in the linear foot price bid for Concrete Encasement. DA-56 SHOP'bRAWINGS 1. Submit seven (7) copies of shop drawings, layouts, · manufacturer's data and material schedules as may be required by the Engineer for his review. Submittals may be checked by and stamped with the approval of the Contractor and identified as the Engineer. may require . Such review by the Engineer shall include checking for general conformance with the design concept of the project and general compliance with information given in the General Contract Documents. Indicated actions by the Engineer, which may result from his review, shall not constitute concurrence with any deviation from the plans and specifications unless such deviations are specifically identified by the method described below, and further shall not relieve the Contractor of responsibility for errors or omissions in the submitted data. Processed shop drawing submittals are not change orders. The purpose of submittals by the Contractor is to demonstrate that the Contractor understands the design concept, and that he demonstrates his understanding by indicating which equipment and materials he intends to furnish and install, and by detailing the fabrication and installation methods he intends to use . If deviations, discrepancies or conflicts between submittals and the design drawings and/or specifications are discovered, either prior to or after submittals are processed, the design drawings and specifications shall govern. The Contractor shall be responsible for dimensions which are to be confirmed and correlated at the job site, fabrication processes and techniques of constriction, coordination of his work with that of other trades and satisfactory performance his work. The Contractor shall check and verify all measurements and review submittals prior to being submitted, and sign or initial a statement included with the submittal, which signifies compliance with plans and specifications and dimensions suitable for the application. Any deviation from the specified criteria shall be expressly stated in writing in the submittal. Three (3) copies of the approved submittals shall be retained by the Contractor until completion of the project and presented to the City in bound form. 2. Shop drawings shall be submitted for the following items prior to installation: List the required submittals here Additional shop drawing requirements are described in some of the material specifications. 3. Address for Submittals -The submittals shall be addressed to the Project Manager: 10123108 . . ASC-29 G :\1210\4397-32\PROJECT\SPECIFICATIONS\CONTRACT SC\100% SET-5C\5 .4 GREEN DOUBLE SIDED. SECTION DA.DOC · PART DA -ADDITIONAL SPECIAL CONDITIONS (Project Manager) City of Fort Worth 1000 Throckmorton Fort Worth, TX 76102 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 nieter box. DA-64 WORK IN HIGHWAY RIGHT OF WAY When the Engineer directs the Contractor to perform work in the right-of-way which is under the jurisdiction of the Texas Department of Transportation (Tex-Dot), the Contractor shall obtain approval from the Texas Department of Transportation prior to commencing any work therein. All work performed in the Tex-Dot right-of-way shall be performed in compliance with and subject to approval from the Texas Department of Transportation and Item E2-29. t "Construction Within ~ighway Right-of-Way" of the General Contract Documents and Specifications, effective July 1, 1978, as amended. · DA-72 SPECIFICATION REFERENCES When reference is made in these specifications to a particular ASTM, AWWA, ANSI or othe_r 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. 10123/os ASC-30 .. G :\1210\4397-32\PROJECnSPECIFICATIONS\CONTRACT 5C\100% SET-5C\5.4 GREEN DOUBLE SIDED. SECTION DA.DOC 2.25-;; - ~ I -;.... 2.25" • N I "' . ,·;:-;.,,,..i.,.: ! 4'-0" 7". 2'-10" 7" FORT WORTH ' ,,., ~~~ . v--3"R (TYP.) r ~ -PROJECT NAME __ -t--ii-----2·· - PROGRAM NAME/PROJECT #/AMOUNT This project is managed by _____ Dept. Questions on this project, call: (817) 392-8306 After hours water and sewer emergencies, C, z 5: ~ I- L,J ...J • tq ... \ call: (817) 392·-4477 ___ -t--t---- ' \ 2.5" \ 1 \ ~-L--1-----;.,~\--------i:-\---i--1 EQ1iI.S;_ FORT WORTH LOGO -CHELTENHAM BOLD ALL OTHER TEXT -ARIAL LOGO COLORS: FORT WORTH -PMS 288 (SLUE) LONGHORN LOGO -PMS 725 (BROWN) E2-1 CONSTRUCTION l 3" I 3'-6" 3" J I . I I \ \ \ Li_ WHITE L-PMS 288 (BLUE) . , . CITYOFFORTWORTH, TEXAS PROJECT SIGN • 4'x4' b I ;i. DATE: FEB. 2009 WTR-035 - ··:,:,1··· .. · j·· ·.: . . , ... . .•. . .. SECTION E SPECIFICATIONS JANUARY 1, 1978 All materials, construction methods and procedures used in this project shall conform to Sections El, 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 El, 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 El MATERIAL SPECIFICATIONS E2 CONSTRUCTION SPECIFICATIONS E2A GENERAL DESIGN DETAILS Revisions as of April 20, 1981, follow: El-2.4 Backfill: (Correct minimum compaction requirement to 95% Procter 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 (PI) shall be 8 2 . Type C Backfill (a) Material meeting requirements and having a PI of 8 or less shall be considered as suitable for compaction by wetting (b) Material, meeting requirement and having a PI of 9 or more shall be considered for use only with mechanical compaction E2-2.11 Trench Backfill: (Correct minimum compaction requirement wherever it appears, in this section to 95% Procter density except for paragraph a.I. where the "95% modified Procter density" shall remain unchanged). El 00-4 WATERTIGHT MANHOLE INSERTS. SECTIONE100-MA1ERIAL SPECIFICATIONS MATERIAL STANDARD El00-4 JANUARY 1, 1978 (ADDED 5/13/90) El00-4.1 GENERAL: This standard covers the furnishing and installation of watertight gasketed manhole . inserts in the. Fort Worth sanitary sewer collection system. E 100-4.2 MATERIALS AND DESIGN: a. The manhole insert shall be of corrosion-proof high density polyethelene that meets or exceeds the requirements of ASTM D1248, Category 5, Type III. b. The minimum thickness of the manhole insert shall be 1/8". c. The manhole insert shall have a gasket that provides positive seal in wet or dry conditions. The gasket shall be made of closed cell neoprenerubberandmeetthe requirement of AS1M D 1056, or equal . . d. The manhole insert shall have a strap for removing the insert. The. strap shall be made of minimum 1 wide woven polypropalene or nylon webbing, with the ends treated to prevent unravelling. Stainless steel hardware shall be used to securely attach strap to the insert. e. The manhole insert shall have one or more vent holes or valves to release gasses and allow water inflow at a rate no greater than 10 gallons P.er 24 hours. El00-4.3 INSTALLATION: a. The manhole frame shall be cleaned of all dirt and debris before placing the manhole insert on the rim. b. The manhole insert shall be fully seated around the manhole frarrie rim to retard water from seeping between the cover and the manhole frame rim. ' . ' . ElOO (1) - - - Compliance with and Enforcement of Prevailing Wage Laws (a) Duty to pay Prevailing Wage Rates. The contractor shall comply with all requirements of Chapter 2258, Texas Government Code (Chapter 2258), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these contract documents. (b) Penalty for Violation. A contractor or any subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. (c)' Complaints of Violations and City Determination of Good Cause. On receipt of · information, including a complaint by a worker, concerning an alleged violation of2258.023, Texas Government Code, by a contractor or subcontractor, the City shall make an initial determination, before the 31st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the contractor or subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the contractor or subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. (d) Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the contractor or subcontractor and any affected worker do not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to paragraph (c) above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 11th day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. ( e) Records to be Maintained. The contractor and each subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of the Audit section of these contract documents shall pertain to this inspection. (f) Pay Estimates. With each partial payment estimate or payroll period, whichever is less, the contractor shall submit an affidavit stating that the contractor has complied with the requirements of Chapter 2258, Texas Government Code. (g) Posting of Wage Rates. The contractor _shall post the preyailing wage rates in a conspicuous place at the site of the project at all times. · · (h) Subcontractor Compliance. The contractor shall include in its subcontracts and/or shall .otherwise require all ofits .subcontractors to comply with paragraphs {a) through (g) above .. - - City of Fort Worth, Texas Mayor and c ·ouncil Communication . COUNCIL ACTION: Approved on 7/8/2008 DATE: Tuesday, July 08, 2008 LOG NAME: 30WAGE RA TES SUBJECT: REFERENCE NO.: **G-16190 Adopt 2008 Prevailing Wage Rates for City-Awarded Public-Works Projects RECOMMENDATION: It is recommended that the City Council adopt the attached 2008 Prevailing Wage Rates for City-awarded public works projects. ·:''_t DISCUSS10N: Texas Government Code Chapter 2258 requires that a public body award ing a contract for public works shall determine the general prevailing rate of per diem wages for each craft or type of worker needed to execute the contract , and shall specify In the bid documents and in the contract the prevailing wage rates in that locality. Each year The Quoin Chapter of the Associated General Contractors, in conjunction with the Association of Builders and Contractors (ABC) and the American Sub-Contractors Association (ASA), conducts a wage rate survey for North Texas construction. The attached 2008 Prevailing Wage Rate data was compiled from that survey. · FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that this action will have no material effect on City funds. TO Fund/Account/Centers Submitted for City Manager's Office by: Originating Department Head: Additional Information Contact: FROM Fund/Account/Centers Fernando Costa (8476) A . Douglas Rademaker (6157) Eric Bundy (7598) HEAVY & IDGHWAY CONSTRUCTION PREY AILING WAGE RATES 2008 Air Tool Operator Asphalt Distributor Ooera~or Asphalt Paving Machine Operator Asphalt Raker Asphalt Shoveler Batching Plant Weimer Broom or Sweeper Ooerator Bulldozer Operator Carpenter Concrete Finisher, Paving Concrete Finisher. Structures Concrete Paving Curbing Machine Operator Concrete Pavintz Finishing Machine Operator Concrete Paving Joint Sealer Operator Concrete paving Saw Operator Concrete Paving Spreader Operator Concrete Rubber Crane, Clamshell, Backhoe, Derrick, Draruine, Shovel Operator Electrician Flatzger Form Builder/Setter, Structures Form Setter Paving & Curb Foundation Drill Ooerator, Crawler Mounted Foundation Drill Operator, Truck Mounted Front End Loader Operator Laborer Common Laborer, Utilitv Mechanic . Milling Machine Operator, Fine Grade Mixer Operator Motor Grader Operator, Fine Grade Motor Grader Operator Roulili Oiler Painter, Structures Pavement Marking Machine Operator Pipelayer Reinforcing Steel Setter, Paving Reinforcing Steel Setter, Structure Roller Operator, Pneumatic, Self-Propelled Roller Operator, Steel Wheel, Flat Wheel/Tamping Roller Operator, Steel Wheel, Plant Mix Pavement Scraper Ooerator Servicer Slip Fonn Machine Operator Spreader Box Operator Tractor Operator, Crawler Type Tractor Operator, Pneumatic Traveling Mixer Operator Truck Driver. Lowbov-Float Truck Driver, Single Axle, Heavy Truck Driver, Single Axle, Light Truck Driver, Tandem Axle, Semi-Trailer Truck Driver, Transit-Mix Wagon Drill, Boring Machine, Post Hole Driller Operator Welder Work Zone Barricade Servicer $10.06 $13.99 $12.78 $11.01 $ 8.80 $14.15 $ 9.88 $13.22 $12.80 $12.85 $13.27 $12.00 $13.63 $12.50 $13.56 $14.50 $10.61 $14.12 $18.12 $ 8.43 $11.63 $11.83 $13.67 $16.30 $12.62 $ 9.18 $10.65 $16.97 $11.83 $11.58 $15.20 $14.50 $14.98 $13.17 $10.04 $11.04 $14.86 $16 .29 $11.07 $10.92 $11.28 $11.42 $12.32 $12.33 $10.92 $12.60 $12.91 $12.03 $14.93 $11.47 $10.91 $11.75 $12.08 $14.00 $13.57 $10 .09 - Classification AC Mechanic AC Mechanic Helper Acoustical Ceiling Mechanic Bricklayer /Stone Mason Bricklayer/Stone Mason Helper Carpenter Carpenter Helper Concrete Finisher Concrete Form Builder Drywall Mechanic Drywall Heloer Drywall Taper Drywall Taoer Heloer Electrician (Journeyman) Electrician Heloer Electronic Technician Electronic Technician Helper Floor Layer (Resilient) Floor Layer Helper Glazier Glazier Heloer -Insulator Insulator Helper Laborer Common Laborer Skilled Lather Painter Painter Helper Plpefl tter Pipefitter Helper Plasterer Plasterer Heloer 2008 PREVAILING WAGE RATES CONSTRUCTION INDUSTRY Hdy "''' I Classification $21.69 Plumber $12.00 Plumber Helper $15.24 Reinforcing Steel Setter $19.12 Roofer $10.10 Roofer Helper $16.23 Sheet Metal Worker $11.91 Sheet Metal Worker Helper $13.49 Sprinkler System Installer $13 .12 Sor inkler Svstem Installer Heloer $14.62 Steel Worker Structural $10.91 Concrete Pump Crane, Clamsheel, Backhoe, Derrick, D'Line $13 .00 Shovel $9 .00 Forklift $20.20 Front End Loader $14.43 Truck Driver $19.86 Welder $12 .00 Welder Helper $20.00 $13.00 $18.00 $13.00 $14.78 $11.25 $10.27 $13 .18 $16.10 $14.83 $8 .00 $18.85 $12.83 $17.25 $12.25 Hrly Rate $20.43 $14.90 $10 .00 $14.00 $10.00 $16 .96 $12.31 $18 ,00 $9.00 $17.43 $20.50 $17.76 $12.63 $10.50 $14.91 $16.06 $9 .75 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS Table of Contents 1. SCOPE OF WORK .................................................................................................... SP-4 2. AWARD OF CONTRACT ............................................................................... , .......... SP-4 3. PRECONSTRUCTION CONFERENCE ..................................................................... SP-4 4. EXAMINATION OF SITE .............. '. ........................................................................... SP-4 5. BID SUBMITTAL .................................................. ; .................................................... SP-4 6. WATER FOR CONSTRUCTION ............................................................................... SP-5 7. SANITARY FACILITIES FOR WORKERS ..................................... ; ........................... SP-5 8. PAYMENT ...................................... · ........................................................................... SP-5 9. SUBSIDIARY WORK ...................................................... · ........................................... SP-5 10. LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC ....................................................................................................... SP-5 11. WAGE RATES .......................................................................................................... SP-5 12 . EXISTING UTILlTIES ................................................................................................ SP-6 13 . PARKWAY CONSTRUCTlON ................................................................................... SP-7 14. MATERIAL STORAGE .............................................................................................. SP-7 15. PROTECTION OF EXISTING UTILITIES AND IMPROVEMENTS .............................................................................................. SP-7 16. INCREASE OR DECREASE IN QUANTITIES ......................................... : ................. SP-7 17 . CONTRACTORS RESPONSIBILITY FOR DAMAGE CLAIMS .................................. SP-7 18. EQUAL EMPLOYMENT PROVISIONS ...................................................................... SP-8 19. MINORITY AND WOMENS BUSINESS ENTERPRISE (M/WBE) COMPLIANCE .......... : ..... · ................................... , ......... , ............................. SP-8 20. FINAL CLEAN UP ............................................. ; ...................................................... SP-10 .21. CONTRACTOR'S COMPLIANCE WITH WORKER'S COMPENSATION LAW ........................................................................................... SP-10 22. SUBSTITUTIONS ..................................................................................................... SP-13 23. MECHANICS AND MATERIALSMEN'S LIEN ........................................................... SP-13 · 24. WORK ORDER DELAY ........................................................................................... SP-13 25. CALENDAR DAYS .. : ............................................................................................... SP-13 26. RIGHT TO ABANDON .............................................................................................. SP-14 27. CONSTRUCTION SPECIFICATIONS ..................................................................... SP-14 28 . MAINTENANCE STATEMENT ................................................................................ SP-14 29. DELAYS .... .-................................................................................................... SP-14 30. DETOURS AND BARRICADES ............................................................................... SP-14 31. DISPOSAL OF SPOIUFILL MATERIAL .................................................................. SP-15 32. QUALITY CONTROL TESTING ............................................................................... SP-15 33. PROPERTY ACCESS ............................................................................................. SP-16 34. SAFETY RESTRICTIONS -WORK NEAR HIGH VOLTAGE LINES ...................... SP-16 35. WATER DEPARTMENT PRE-QUALIFICATIONS ............... : ................................... SP-16 36. RIGHT TO AUDIT ........................................................ : ........................................... SP-16 37. CONSTRUCTION STAKES ................................................... SP-17 38. LOCATION OF NEW WALKS AND DRIVEWAYS ................................................. SP-17 39. EARLY WARNING SYSTEM FOR CONSTRUCTION .............................................. SP-17 40. AIR POLLUTION WATCH DAYS ............................................................................. SP-18 City of Fort Worth, Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-1 of 45 05 .6 -white double sided -Special Provisions paving-drainage (PMO_Release_20100728).doc SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS Table of Contents CONSTRUCTION ITEMS: 41. PAY ITEM -PAVEMENT-UNCLASSIFIED STREET EXCAVATION .... REMOVE ... SP-19 42. PAY ITEM -PAVEMENT-NON GREEN CEMENT-INSTALL. .............................. SP-19 43. PAY ITEM-CURB-7 INCH -INSTALL. ................................................................. SP-19 44. PAY ITEM -RETAINING WALL -INSTALL. ........................................................... : SP-20 45. OMITTED 46 . PAY ITEM-PAVEMENT-TRANSITION-MIN 6 INCH HMAC ............................... SP-20 47 . OMITTED 48. PAY ITEM -SAFETY SYSTEM > 5 FOOT DEPTH -I NS TALL ................................ SP-20 49. PAY ITEM-PAY ITEMS-SUBGRADE-8 INCH LIME STABILIZED -INSTALL and SUBGRADE-LIME FOR STABILIZATION -INSTALL .......................................... SP-21 50. PAY ITEM-PAVEMENT-6 INCH HMAC -INSTALL ............................................. SP-21 51. PAY ITEMS-WALK-INSTALL, CURB & GUTTER-INSTALL, WALK-ADA WHEELCHAIR RAMP-INSTALL, AND DRIVEWAY-INSTALL ............................ SP-22 52. PAY ITEMS -WALK -REMOVE, CURB & GUTTER -REMOVE, WALK -ADA WHEELCHAIR RAMP-REMOVE, AND DRIVEWAY-REMOVE ........................... SP-23 53. PAY ITEMS -WALK-STEPS -REMOVE and WALK-STEPS -INSTALL ......... SP-23 54. PAY ITEMS-FENCE-REMOVE and FENCE-INSTALL. .................................... SP-23 55. OMITTED 56. PAY ITEMS-MAILBOX -REMOVE and MAILBOX-INSTALL ............................. SP-23 57. PAY ITEM-FILL MATERIAL-BORROW-INSTALL ............................................. SP-23 58. PAY ITEM-PAVEMENT.:. VALLEY GUTTER-INSTALL ...................................... SP-24 59 . PAY ITEM-UNCLASSIFIED TRENCH EXCAVATION AND BACKFILL-INSTALLSP-24 60. PAY ITEM -STORM WATER POLLUTION PREVENTION > Than 1 AC SWPPP .... INSTALL ...................................... ; .......................................................... SP-24 61. PAY ITEM-TRAFFIC CONTROL-INSTALL ......................................................... SP-27 62. PRE BID ITEM-SIGN -PROJECT DESIGNATION -INSTALL ............................. SP-27 63. PRE BID ITEM -UTILITY ADJUSTMENT -REPAIR ............................................... SP-28 64. PRE BID ITEM -TOP SOIL -INSTALL. ...................... , ............................................ SP-28 65. PRE BID ITEM-VALVE BOX-ADJUSTMENT-SERVICES ................................. SP-28 66. PRE BID ITEM -MANHOLE"".' ADJUSTMENT -SERVICES ................................... SP-29 67. . PRE BID ITEM -METER BOX-ADJUSTMENT -SERVICES ................................ SP-29 68. PAY ITEM-PAVEMENT-SILICONE JOINT SEALANT-INSTALL. ..... ; ................ SP-29 69. NON-PAY ITEM -ACCEPTANCE OF REINFORCED CONCRETE PAVEMENT ..... SP-33 70. NON-PAY ITEM -CLEARING AND GRUBBING ...................................................... SP-34 71. NON-PAY ITEM -SPRINKLING FOR DUST CONTROL. ......................................... SP-34 72 . NON-PAY ITEM -PROTECTION OF TREES, PLANTS AND SOIL ......................... SP-35 73. NON-PAY ITEM -CONCRETE COLORED SURFACE ............................................ SP-35 74 . NON-PAY ITEM -PROJECT CLEAN-UP ............................................ ~ .................... SP-35 75. NON-PAY ITEM-PROJECT SCHEDULE ................................................................ SP-36 City of Fort Worth, Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date : 07/28/2010 Page SP-2 of 45 05 .6 -white double sided -Special Provisions paving-drainage (PMO_Release_20100?2B).doc SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS 76. SCHEDULE TIERS SPECIAL INSTRUCTIONS ....................................................... SP-38 77. NON-PAY ITEM -NOTIFICATION OF RESIDENTS ................................................ SP-39 78. NON-PAY ITEM-PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION ..................................................................................................... SP-39 79 . NON-PAY ITEM -PRE-CONSTRUCTION NEIGHBORHOOD MEETING ............... SP-39 80. NON-PAY ITE!\11 -WASHED ROCK .......................................................................... SP-39 81 . NON-PAY ITEM-SAWCUT OF EXISTING CONCRETE ........................................ SP-40 82. NON PAY ITEM -LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES ................. ; ............................................................................... SP-40 . 83. NON PAY ITEM-TIE IN INTO STORM DRAIN STRUCTURE ................................ SP-40 84. NON PAY ITEM -SPRINKLER HEAD ADJUSTMENT ....................... , .................... SP-40 85. NON PAY ITEM -FEE FOR STREET USE PERMITS AND RE-INSPECTIONS ...... SP-40 86. NON PAY ITEM-TEMPORARY EROSION, SEDIMENT AND WATER POLLUTION CONTROL (FOR DISTURBED AREAS LESS THAN 1 ACRE) ................................ SP-41 87. PAY ITEM -SPEED HUMPS ................................................................................. ,. SP-42 NOTE -CONSUL TANT AND CITY PM, MAKE SURE TOC IS UPDATED TO HAVE ANY ADDED OR DELETED SECTIONS AND THAT THE PAGE NUMBERS MATCH. City of Fort Worth, Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date : 07/28/2010 Page SP-3 of 45 05 .6 -white double sided . Special Provisions paving-drainage (PMO_Release_20100728).doc SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS FOR : City of Fort Worth, Texas 2007 CRITICAL CAPITAL PROJECT COUNCIL DISTRICT 5; CONTRACT SC CAPERS AVENUE , OSBOURNE LANE, RANSOM TERRACE, AND PLANTS AVENUE D.O.E . PROJECT NO. 5878 CITY PROJECT NO . 00950 1. SCOPE OF WORK: The ·work covered by these plans and specifications consist of the following: Construction of paving, water, and s~nitary sewer improvements along Capers Ave from Stallcup Road to Farrell Lane , Osborne Lane from Old Handley Road to S. Hampshire Bvld , Ransom Terrace from Truman Drive to Maceo Lane , and Plant Avenue f rom I H 820 to Craig Street and all other miscellaneous items of construction to be performed as outlined in the plans and specifications which are necessary to satisfactorily complete the work. 2. AWARD OF CONTRACT: Submission of Bids: Unit I and Unit II constitute a package . If t he Contractor submits a bid on both Unit I and Unit II and has the lowest responsive proposal price , the Contractor will be the apparent successful bidder for this project. Bidders are hereby informed that the Director of the Transportation and Public Works Department reserves the right to evaluate and recommend to the City Council the best bid that is considered to be in the best interest of the City. 3. · PRECONSTRUCTION CONFERENCE : The successful Contractor, Design Consultant, and City shall meet at the call of the City for a preconstruction conference before any work begins on this project. At this time, details of sequencing of the work, contact individuals for each party, request for survey , and pay requests will be covered . Prior to the meeting, the Contractor shall . prepare schedules showing the sequencing and progress of their work and its effect on others . A final composite schedule will be prepared during this conference to allow an orderly sequence of project construction. 4 . EXAMINATION OF SITE : It shall be the responsibility of the prospective bidder to visit . t he project site and make such examinations and explorations as may be necessary to determine all conditions that 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 preparation of the Proposal and all unusual conditions that may give rise to later contingencies should be brought to the attention of the City prior to the submission of the Proposal. 5. BID SUBMITTAL: Bidders shall submit a complete package , including ALL completed forms that must be submitted with the Proposal (including Vendor Compliance to State Law. Failure to provide a complete bid package may be grounds for designating bids as "non-responsive" and rejecting bids as appropriate and as determined by the Director of t he Transportation and Public Works Department. City of Fort Worth , Texas Special Provisions For Street and Storm Dra in Improvements PMO Release Date : 07/28/2010 Page SP-4 of 45 05 .6 -wh ile double sided -Special Provisions paving -drain age (PMO _Re lease_20100728).doc SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS 6. WATER FOR · CONSTRUCTION : Water for construction will be furnished by the Contractor at his own expense. 7. SANITARY FACILITIES FOR WORKERS: The Contractor shall provide all necessary conveniences for the use of workers at the project site. Specific attention is directed to this equipment. 8. PAYMENT: The Contractor shall receive full payment from the · City for all the work based on unit prices bid on the proposal and specified in the plans and specifications and approved by the ENGINEER per actual field measurement. 9. SUBSIDIARY WORK: Any and all work specifically governed by documentary requirement for the projects, such as conditions imposed by the Plans , the General Contract Documents or these special Contract Documents, in which no specific item for bid has been provided for in the Proposal, shall be considered as a subsidiary item of work, the cost of which shall be included in the price bid in the Proposal for each bid item, including but not limited to surface restoration cleanup and relocation of mailboxes . All objectionable matter requ ired to be removed from within the right-of-way and not particularly described under these specifications shall be covered by Item No . 102 "Clearing and Grubbing " and shall be subsidiary to the other items of the contract. 10. LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC : The Contractor's particular attention is directed to the requirements of Item 7 , "Legal Relations and Responsibilities to the Public'' of the "Standard Specifications for Street and Storm Drain Construction". 11 . WAGE RA TES : Compliance with and Enforcement of Prevailing Wage La~s 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 pr<;!vailing 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 ttian 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 vio lation 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 City of Fort Worth, Texas Special Provisions For Street and Storm Dra in Improvements PMO Release Date : 07/28/2010 Page SP-5 of 45 05 .6 -wh ite double sided -Special Provisions pavin g-dra inage (PMO _Release_20100728).doc SPECIAL PROVISlONS FOR STREET AND STORM DRAIN IMPROVEMENTS to believe the contractor or subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq ., Revised Statutes) if the contractor or subcontractor and any affected worker do not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to paragraph (c) above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 11th day after the date that arbitration is required, a district court shall appoint ,an arbitrator on the petition of any of the persons . The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. Records to be Maintained. The contractor and each subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the contractor in the construction of the work provided for in · this contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of the Audit section of these contract documents shall pertain to this inspection . Pay Estimates. With each partial payment estimate or payroll period, whichever is less, the contractor shall submit an affidavit stating that the contractor has complied with the requirements of Chapter 2258, Texas Government Code. Posting . of Wage Rates . The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times. Subcontractor Compliance. The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs (a) through (g) above . (Wage rates are attached at the end of this section.) 12. EXISTING UTILITIES: The locations and dimensions shown on the plans relative to existing u~ilities are based on the best information available. It shall be the Contractor's responsibility to verify location of adjacent and/or conflicting utilities sufficiently in advance of construction in order that he may negotiate such local adjustments as are necessary in the construction process in order to provide adeq·uate clearance. The Contractor shall take all · necessary precautions . in order to · protect all services encountered. City of Fort Worth, Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date : 07/28/2010 Page SP-6 of 45 05 .6 -white double sided -Spec ial Provisions paving-drainage (PMO~Release_20100728).doc SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS Any damage to utilities and any losses to the utility or City due to disruption of service resulting from the Contractor's operations shall be at the Contractor's expense. 13 . PARKWAY CONSTRUCTION: During the construction of th is project, it wiil be required that all parkways be excavated and shaped at the same time the roadway is excavated . Excess excavation will be disposed of at locations approved by the Director of the Transportation and Public Works Department 14. MATERIAL STORAGE: Material shall not be stored on private property unless the Contractor has obtained permission in writing from the property owner and storage of material on the private property complies with current City zoning requirements for the use of property for storage purposes . 15. PROTECTION OF EXISTiNG UTILITIES AND IMPROVEMENTS : The Contractor shall take adequate measures to protect all existing structures , improvements and utilit ies , which may be encountered. The utility lines and conduits shown on the plans are for information only and are not guaranteed by the City or the Design Consultant 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 . 16 . INCREASE OR DECREASE IN QUANTITIES: The quantities shown in the Proposal are approximate. It is the Contractor's sole responsibility to verify all the minor pay item quantities prior to submitting a bid . No additional compensation shall be paid to Contractor for errors in the quantities. Final payment will be based upon field measurements. The City 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 anticipated profits or shall such changes be considered as waiving or invalidating any conditions or provisions of the Contract Documents. Variations in quantities of storm drain pipes in depth categories shall be interpreted herein as applying to the overall quantities of storm drain pipe in each pipe size but not to the various depth categories . 17. CONTRACTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS : Contractor Covenants and agrees to indemnify City's Design 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 City, its officers, servants and employees, from and against any and all claims or suits for property loss , property damage ; personal injury, including death , arising out of, or alleged to arise out of, the work and services to be performed hereunder by Contractor, its officers, agents, employees, subcontractors, licensees or invitees, whether or not any such injury, d_amage or death is caused, in whole or in part, by the negligence or alleged negligence ·of City, its officers, servants, or employees. Contractor likewise covenants and agrees to indemnify and hold harmless the City from and against any and all injuries to City's officers, servants and employees and any damage , loss or City of Fort Worth , Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-7 of 45 05 .6 -white double sided -Special Provisions pav ing-dra inage (PMO_Reiease_20 10072B).doc SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS destruction to property of the City 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 City, its officers, servants or employees. In the event City 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 City satisfactory evidence that the claim has been settled and/or a release from the claimant involved, or (b) provides City with a letter from Contractor's · liability insurance carrier that the claim has been referred to the insurance carrier. The Director may, if deemed 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. 18. EQUAL EMPLOYMENT PROVISIONS: Contractor shall comply with City Ordinance Number 7278 as amended by City Ordinance Number 7 400 (Fort Worth City Code Sections 13-A-21 through 12-A-29) prohibiting discrimination in employments practices. The Contractor shall post the required notice to that effect on the project site, and at his request, will be provided by 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. ·19. MINORITY AND WOMEN BUSINESS ENTERPRISE (M/WBE) COMPLIANCE: In accordance with City of Fort Worth Ordinance No. 15530, the City has goals for the participation of minority business enterprises and women business enterprises in City contracts. The Ordinance is incorporated in these specifications by reference . A copy of the Ordinance may be obtained from the Office of the City Secretary. Failure to comply with the ordinance shall be a material breach of contract. M/WBE UTILIZATION FORM, M/WBE GOALS WAIVER FORM AND GOOD FAITH EFFORT FORM, as applicable, must be submitted within five (5) City business days after bid opening. Failure to comply shall render the bid non-responsive. Upon request, Contractor agrees to provide the City complete and accurate information regarding actual work performed by a Minority or Women Business Enterprise (M/WBE) on the contract and payment thereof. 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 acts (other than a negligent misrepresentation) and /or the commission 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 statement.. Further,-any such misrepresentation (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 not less than three years. The City will consider the Contractor's performance regarding its M/WBE program in the evaluation of bids . Failure to comply with the City's M/WBE Ordinance, or to City of Fort Worth, Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date : 07/28/2010 Page SP-8 of 45 05 .6 -white double sided -Special Provis ions paving-drainage (PMO_Release_20100728}.doc SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS demonstrate "good faith effort", shall result in a bid being rendered non-responsive to specifications. Contractor shall provide copies of subcontracts or co-signed letters of intent with approved M/WBE subcontractors prior to issuance of the Notice to Proceed. Contractor shall also provide monthly reports oi, utilization of the subcontractors to the City's M/WBE office. The Contractor may count first and second tier subcontractors and/or suppliers toward meeting the goals. The Contractor may count toward its goal a portion of the total dollar amount of the contract with a joint venture equal to the percentage of the. M/WBE participation in the joint venture for a clearly defined portion of the work to be performed. All M/WBE Contractors used in meeting the goals must be certified prior to the award of the Contract. The M/WBE Contractor(s) must be certified by either the North Central Texas Regional Certification Agency (NCTRCA) or Texas Department of Transportation (TxDOT), Highway Division and must be located in the nine (9) county marketplace or currently doing business in the marketplace at time of bid . The Contractor shall contact all such M/WBE subcontractors or suppliers prior to listing them on the M/WBE utilization or good faith effort forms as applicable. Failure to contact the listed M/WBE subcontractor or supplier prior to bid opening may result in the rejection of bid as non- responsive . Whenever a change order affects the work of an M/WBE subcontractor or supplier, the M/WBE shall be given an opportunity to perform the work. Whenever a · change order exceeds 10% of the original contract, the M/WBE coordinator shall determine the goals applicable to the work to be performed under the change order. During the term of the contract the contract shall: 1. Make no unjustified changes or deletions in its M/WBE participation commitments submitted with or subsequent to the pid, and, 2. If substantial subcontracting and/or substantial supplier opportunities . arise during the term of the contract which the Contractor had represented he w9uld perform with his forces, the Contractor shall notify the City before subcontracts or purchase orders are let, and shall be required to comply with modifications to goals as determined by the City, and, 3. Submit a REQUEST FOR APPROVAL OF CHANGE FORM, if the Contractor desires to change or delete any of the M/WBE subcontractors or suppliers. Justification for change may be granted for the following: a. Failure of Subcontractor to provide evidence of coverage by Worker's Compensation Insurance. b. Failure of Subcontractor to provide required general liability of other insurance. City of Fort Worth, Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date : 07/28/2010 Page SP-9 of 45 05 .6 -white double sided -Special Provisions paving-drainage (PMO_Release_2010072B).doc SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS c. Failure of Subcontractor to execute a standard subcontract form in the amount of the proposal used by the Contractor in preparing his M/WBE Participation plan. d. Default by the M/WBE · subcontractor or supplier in the performance of the subcontractor. Within ten (10) days after final payment from the City, the Contractor shall provid_e the M/WBE Office with documentation to reflect final participation of each subcontractor and supplier used on the project, inclusive of M/WBEs. 20. FINAL CLEAN-UP: Final cleanup work shall be done for this project as soon as the paving and curb and gutter has been completed. No more than seven days shall elapse after completion of construction before the roadway and ROW. 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 or its representative. This cleanup shall include removal of all objectionable rocks , pieces of asphalt or concrete and other construction materials, and in general restoring the worksite to an orderly appearance. 21. CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW: A. Workers Compensation Insurance Coverage a. DEFINITIONS: b. 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' compensatio·n insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project- includes the time from the beginning of the work on the project until the Contractor's/person's work on the project tias been completed and accepted by the governmental entity. · Persons providing services · ori 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, City-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. 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. City of Fort Worth , Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-10 of 45 05 .6 -white double sided -Special Provisions paving-drainage (PMO _Release_20100728).doc SPECIAL PROVISlONS FOR STREET AND STORM DRAIN IMPROVEMENTS 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 showrng that coverage has been extended. e. The Contractor shall obtain from each person providing services on a project, and provide to the governmental entity: (1) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (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, or 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, 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; City of Fort Worth, Texas Special Provisions For Street and Storm Dra in Improvements PMO Release Date : 07/28/2010 Page SP-11 of 45 . 05 .6 -wh ite double sided -Special Provisions paving-drainage (PMO _Release_20100728).doc j. k. B .. SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS (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 form 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; (c) retain all required certificates of coverage on file for the duration of the project and for one year thereafter. (d) 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 (e) 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. 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 appropriate insurance carrier or, in the case bf 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. 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 day after receipt of notice of breach from the governmental entity. 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 . City of Fort Worth, Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date : 07/28/2010 Page SP-12 of45 05 .6 -white double sided -Special Provisions paving-drainage (PMO_Release_20100728).doc SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS by the Texas Worker's Compensation Act or other Texas Worker's 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 langl!age 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 th is construction project must be covered by worker's compensation insurance. This includes persons provid ing , hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identify 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". 22. SUBSTITUTIONS: The specifications for materials set out the minimum standard of quality that . 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 that has beeri specified. Where the term "or equal", or "or approved equal" is used, it is understood that if a material , product, or piece of equipment bearing the name so used is furnished , it will be approvable, as the particular trade name was used for the purpose of establishing a standard of quality acceptable to the City. If a product of any other name is proposed, the substitution must be approved by the City. Where the term "or equal ", 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 providing 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 the sub-section . as related to "substitutions" shall be applicable to all sections of these specifications. 23. MECHANICS AND MATERIALMEN'S LIEN : The Contractor shall be required to execute a release of mechanics and materialmen's liens upon rece ipt of payment. 24. WORK ORDER DELAY : All utilities and right-of-way are expected to be clear and easements and/or permits obtained on this project wi t hin sixty (60) days of advertisement of this project. The work order for subject project will not be issued until all utilities, right- of.:-ways, easements and/or permits are cleared or obtained. The Contractor shall not hold the City of Fort Worth responsible for any delay in issuing the work order for this Contract. 25. CALENDAR DAYS: The Contractor agrees to complete the Contract within the allotted number of calendar days . City of Fort Worth, Texas Spec ial Provisions For Street and Storm Drain Improvements PMO Release Date : 07/28/2010 Page SP -13 of 45 05 .6 -wh ite double sided • Special Provisions paving-dra inage (PMO _Release_20100728).doc SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS 26. RIGHT TO ABANDON: The City reserves the right to abandon, without obligation to the Contractor, any part of the project or the entire project at any time before the Contractor begins any construction work authorized by the City. 27. CONSTRUCTION SPECIFICATIONS: This contract and project are governed by the two following published specifications, except as modified by these Special Provisions: STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION CITY OF FORT WORTH STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCT/ON NORTH CENTRAL TEXAS A copy of either of these specifications may be purchased at the Office of the Department of Transportation and Public Works, 1000 Throckmorton Street, 2nd Floor, Municipal Building, Fort Worth, Texas 76102. The specifications applicable to each pay item are indicated in the call-out for the pay item by the ENGINEER. General Provisions shall be those of the Fort Worth document rather than Division 1 of the North Central Texas document. 28. MAINTENANCE STATEMENT: 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 and will be required to replace at his expense any part or all of the project which becomes defective due to these causes. 29. 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 Director of the Transportation and Public Works . Department and if by him found correct shall be approv~d and referred by him to the Council for final approval or disapproval; and the action thereon by the Coun_cil 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 proviqe 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 which shall, however, be subject to the approval of the City Council; and no such extension of time shall release the Contractor or the surety on his performance bond form all his obligations hereunder which shall remain in full force until the discharge of the contract. 30. DETOURS AND BARRICADES: · 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., .~Contractor shall · protect construction as required by ENGINEER by providing barricades. Barricades, warning and detour signs shall conform to the Standard Specifications "Barriers and Warning and/or Detour Signs," Item 524 and/or as shown .on the plans . Construction signing and barricades shall conform with the latest version of the "Texas Manual on Uniform Traffic Control Devices for Streets and Highways" City of Fort Worth , Texas Special Provisions For Street and Stenn Dra in Improvements PMO Release Date: 07/28/2010 Page SP-14 of 45 05.6 -white double sided -Special Provis ions paving-drainage (PMO_Release_20100728).doc SPECIAL.PROVISIONS FOR STREET AND STORM. DRAIN IMPROVEMENTS 31 . DISPOSAL OF SPOIUFILL MATERIAL: Prior to the disposing of any spoil/fill material, the Contractor shall advise the Director of the Department of Transportation and Public Works acting as the City of Fort Worth's Flood Plain Administrator ("Administrator"), of the location of all sites where the Contractor intends to dispose of such material. Contractor shall not dispose of such material until the proposed sites have been determined by the Administrator to meet the requirements of the Flood Plain Ordinance of the City of Fort Worth (Ordinance No. 10056). All disposal sites must be approved by the Administrator to ensure the filling is not occurring within a flood plain without a permit. A flood plain permit can be issued upon approval of necessary engineering studies. No fill permit is required if disposal sites are not in a flood plain. 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 materials at a site without a fill . permit or a letter from the administrator approving the disposal site, upon notification by the Director of Transportation and Public Works, Contractor · shall remove the spoil/fill material at its expense and dispose of such materials in accordance with the Ordinance of the City and this section. 32. QUALITY CONTROL TESTING: (a) The Contractor shall furnish, at its own expense, certifications by a private laboratory for all materials proposed to be used on the project, including a mix design for any asphaltic and/or Portland cement concrete to be used and gradation analysis for sand and crushed stone to be used along with the name of the pit from which the material was taken. The Contractor shall provide manufacturer's certifications for all manufactured items to be ·used in the project and will bear any expense related thereto. (b) Tests of the design concrete mix shall be made by the Contractor's laboratory at least nine days prior to the placing of concrete using the same aggregate, cement and mortar which are to be used later in the concrete. The Contractor shall provide a certified copy of the test results to the City. (c) Quality control testing of on site 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. City of Fort Worth, Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-15 of 45 05 .6 -white double sided-Special Provisions paving-drainage (PMO_Release_20100728).doc SPECIAL PROVISlONS FOR STREET AND STORM DRAIN IMPROVEMENTS 33. PROPERTY ACCESS: Access to adjacent property shall be maintained at all times unless otherwise directed by the ENGINEER. 34. SAFETY RESTRICTIONS-WORK NEAR HIGH VOLTAGE LINES: The following procedures will be followed regarding the subject item on this contract: (a) 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." (b) Equipment that may be operated within ten feet of high voltage lines shall have an insulating cage-type of guard about the boom or arm, except back hoes or dippers and insulator links on the lift hood connections. (c) When necessary to work within six feet of high voltage electric lines, notification shall be given the power company which will erect temporary mechanical barriers, de- energize the line or raise or lower the line. The work done by the power company shalt not be at the expense of the City of Fort Worth. The notifying department shall maintain an accurate log of all such calls to the power company and shall record action taken in each case. · (d) The Contractor is required to make arrangements with the power company for the temporary relocation or raising of high voltage lines at tt,e Contractor's sole cost and expense. · (e) No person shall work within six feet of a high voltage line without protection having been taken as outlined in Paragraph (c). 35. WATER DEPARTMENT PRE-QUALIFICATIONS: 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. 36. 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 workspace in order to conduct audits in compliance with the provisions of this section. The City shall give Contractor reasonable advance notice of intended audits . City of Fort Worth , Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date : 07/28/2010 Page SP-16 of45 05 .6 -white double sided -Special Prov isions paving-drainage (PMO _Release_20100728).doc SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS (b) Contractor further agrees to include in all its subcontracts hereunder a provis ion to the effect that the subcontractor agrees that the City shall, under 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 together with subsection (c ) hereof. City shall give subcontractor reasonable advance notice of intended audits. (c) Contractor and subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of copies at the rate published in the Texas Administrative Code in effect as of the time copying is performed . 37. CONSTRUCTION STAKES: The City, through its Surveyor or agent, will provide to the Contractor construction stakes or other customary methods of markings as may be found consistent with professional practice to establish line and grade for roadway and utility construction and centerlines and benchmarks for bridgework. These stakes shall be set sufficiently in advance to avoid delay whenever practical. One set of stakes shall be set for all utility construction (water, sanitary sewer, drainage, etc.), one set of excavation/or stabilization stakes, and one set of stakes for curb and gutter-and/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, in the opinion of the ENGINEER, a sufficient number of stakes or markings provided by the City have been lost, destroyed, or disturbed, that the proper prosecution and control of the work contracted for in the Contract Documents cannot take .place, then the Contractor shall replace such stakes or markings as required. An individual registered by the Texas Board of Professional Land Surveying as a Registe red Professional Land Surveyor shall replace these stakes , at the Contactor's expense. No claims for delay due to a lack of replacement of construction stakes will be accepted, and time will continue to be charged in accordance with the Contract Documents . 38 . LOCATION OF NEW WALKS AND DRIVEWAYS: The Contractor will make every effort to protect existing trees within the parkway, with the approval of the ENGINEER, the Contractor may re-locate proposed new driveways and walks around existing trees to minimize damage to trees. 39. EARLY WARNING SYSTEM FOR CONSTRUCTION: Time is of the essence in the completion of this contract. In order to insure that the Contractor is responsive when notified of unsatisfactory performance and/or of failure to maintain the contract schedule , the following process shall be applicable: The work progress on all construction projects will be closely monitored . On a bi-monthly basis the percentage of work completed will be compared to the percentage of time charged to the contract. If the amount of work performed by the Contractor is less than the percentage of time all owed by 20% or more (example: 10% of the work completed in City of Fort Worth , Texas Special Provis ions For Street and Storm Drain Improvements PMO Release -Date: 07/28/2010 Page SP-17 of45 05.6 -wh ite double sided -Special Prov isi ons paving-dra inage (PMO_Re lease_20100728}.doc SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS 30% of the stated contract time as may be amended by change order), the following proactive measures will be taken : 1. A letter will be mailed to the Contractor by certified mail, return receipt requested demanding that, within 10 days from the date that the letter is received, it provide sufficient equipment, materials and labor to ensure completion of the work within the contract time. In the event the Contractor receives such a letter, ·the Contractor . shall provide to the City an updated schedule showing how the project will be completed within the contract time. 2. The Project Manager and the Directors of the Department of Transportation and Public Works and the Water Department 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 Transportation and Pub li c Works Department's Public Information Officer. 4. Upon receipt of the Contractor's response, the appropriate City departments and directors will be notified . The Transportation and Public Works Department will , if necessary, then forward updated notices to the interested individuals. 5. If the Contractor fails to provide an acceptable schedule or fails to perform satisfactorily a second time prior to the completion of the contract, the bonding company will be notified app ropriately. 40 . 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 ". Typ ically, 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 equiprT)ent 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, the calendar days allowed may be adjusted . City of Fort Worth , Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date : 07/28/2010 Page SP-18 of 45 05 .6 -white do uble sided -Special Prov isions paving -dra inage (PMO_Release_20100728).doc SPECIAL. PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS CONSTRUCTION 41 . PAY ITEM -PAVEMENT -UNCLASSIFIED STREET EXCAVATION -REMOVE (BID - 004 72): See Standa rd Specif icat ions Item No . 106 , "Unclassified Street Excavat ion " for spec ificat ions govern ing this item . Removal of exi st ing penetration or asphalt pavement shall be included in this item. Removal of exi sting concrete pavement shall be included in th is item . Operations necessary to windrow exist ing grave l base in order to lower or raise subgrade sha ll be considered as subsidiary to th is item and no additional compensation shall be given as such . During the construction of this project , it is required that all parkways be excavated and shaped at the same time the roadway is excavated . Excess excavation will be disposed of at locat ions approved by the ENGINEER . The intention of the City is to pay only the plan quantity without measurement. Should either contracting party be able to show an error in the quantities exceed ing 10 percent , then actual quant ities will be paid for at the un it pr ices bid. The party requesting the payment of actual rather than plan quantities is responsible for bearing any survey and /or measurement costs necessary to verify the actual quantities . 42. PAY ITEM -PAVEMENT 7.5 " -3,500 PSI -INSTALL (NON GREEN CEMENT) (BID- 00429): NOTE THE FOLLOWING FOR THIS CONTRACT: In accordance with the geotechnical engineering report, all concrete shall be a minimum of 3,500 psi. Number 3 steel rebar shall be placed on 18" centers. (a) All app licable provisions of standard Specifications Item 314 "Concrete Pavement ," shall apply . The Contractor shall use a six (6) sack concrete mi x for all hand p lacement in the intersections . The unit p ri ce bid per square yard shall be full payment for all labo r, material, equipment and incidentals necessary to complete the work. (b ) Concrete pavement acceptance shall be as set forth in "Concrete Pavement Acceptance " within these Special Provisions . (c) All concrete pavement not placed by hand shall be placed us ing a fully automated pav ing machine as approved by the ENGINEER . Screeds will not be all owed except if approved by the ENGINEER . 43 . PAY ITEM -CURB - 7 INCH -INSTALL (BID-00843): The Contractor may , at his opt ion , construct either integra l or superimposed curb . Standard Specif ication Item 502 sha ll apply except as follows : 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 fo r the cu rb sha ll be deposited not mo re than th irty (30 ) m inutes after the concrete in the slab . City of Fort Worth, Texas Special Prov isions For Street and Storm Dra in Improvements PMO Release Date: 07/28/2 0 10 Page SP -19 of 45 addenda.1.05 .6 · wh ite double sided · Spec ial Provis io ns pav ing -drainage (PMO_Re lease_20100728).doc ADDENDA #1 .. SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS CONSTRUCTION 41 . PAY ITEM -PAVEMENT -UNCLASSIFIED STREET EXCAVATION -REMOVE (BID- . 00472): See Standard Specifications Item No. 106, "Unclassified Street Excavation" for specifications governing this item. Removal of existing penetration · or asphalt pavement shall be included in this item. Removal of existing concrete pavement shall be included in this item .· Operations necessary to windrow existing gravel base in order to lower or raise subgrade shall be considered as subsidiary to this item and no additional compensation shall be given as such. During the construction of this project; it is required that all parkways be excavated and shaped at the same time the roadway is excavated. Excess excavation will be disposed of at locations approved by the ENGINEER. The intention of the City is to pay only the plan quantity without measurement. Should either contracting party be able to show an error in the quantities exceeding 10 percent, then actual quantities will be paid for at the unit prices bid. The party requesting the payment of actual rather ,than p.lan quantities is responsible for bearing any survey and/or measurement yosts necessary to verify the actual quantities. 42. PAY ITEM-PAVEMENT-7.5 Inch-NON GREEN CEMENT-INSTALL (BID-00429): (a) All applicable provisions of standard Specifications Item 314 ''Concrete Pavement," shall apply. The Contractor shall use a six (6) sack concrete mix for all hand placement in the intersections. The unit price bid per square yard shall be full payment for all labor, material, equipment and incidentals necessary to complete the work. (b) Concrete pavement acceptance shall be as set forth in "Concrete Pavement Acceptance" within these Special Provisions . (c) All concrete pavement not placed by hand. shall be placed using a fully automated paving machine as approved by the ENGINEER. Screeds will not be allowed except if approved by the ENGINEER. 43. PAY ITEM -CURB-7 INCH -INSTALL (BID-00843): The Contractor may, at his option, construct either integral or superimposed curb. Standard Specification Item 502 shall apply except as follows: 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. City of Fort Worth , Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date : 07/28/2010 Page SP-19 of 45 05 .6 -white double sided -Special Provisions paving-dra inage (PMO _Release_20100728).doc ' .. ,,,~ j f ' I SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS If the Contractor fails to backfill behind the curb within seven (7) calendar days of pouring the curb and gutter, the amount paid for the curb shall be reduced by 25% until the backfill operation is complete . 44 . PAY ITEM -RETAINING WALL-INSTALL (BID-00411): This item will consist of placing retaining walls in locations and at heights determined by the ENGINEER in the field. All applicable section of City of Fort Worth Standard Specification item 518 shall apply except as follows: Retaining wall shall be constructed per City of Fort Worth Construction Standard Drawing No . S-M13 "Retaining Wall with Sidewalk" where applicable . All existing brick and/or stone retaining walls not significantly impacted by proposed grade changes will be protected. Replacement of retaining walls not impacted by proposed grade changes will be at the expense of the . Contractor. 46 . PAY ITEM -PAVEMENT -TRANSITION -MIN 6 INCH HMAC .... INSTALL (BID-00471): This item will consist of the furnishing and placing an HMAC surface in transition areas where indicated on the plans, as specified in these specifications and at other locations as may be directed by the ENGINEER. This item shall be governed by all applicable provisions of Standard Specifications Item 312. The price bid per ton "PAVEMENT -TRANSITION -MIN 6 INCH HMAC .... INSTALL" as shown in the Proposal will be full payment for materials including all -labor, equipment, tools and incidentals necessary to complete the work. 48 . PAY ITEM -TRENCH SAFETY SYSTEM> 5 FOOT DEPTH~ INSTALL (BID-00372): Description : This item will consist of the basic requirements which the Contractor must comply with in order to provide for the safety and health of workers in a trench . The Con t ractor shall develop, design and implement the trench excavation safety protection system. The Contractor shall bear the sole responsibility for the adequacy of the trench safety system and providing "a safe place to work" for the workman. · The trench excavation safety protection system shall be . used for all trench excavations deeper than five (5) feet. The Excavating and Trenching Operation Manual of the Occupational S.afety and Health Administration, U.S . Department of Labor, shall be the minimum governing requirement of this item and is hereby made a part of this specification. The Contractor shall, in addition, comply with all other applicable Federal, State and local rules, regulations and ordinances. Measurement and Payment: All methods used for trench :excavation safety protection shall be measured by the linear foot of trench and paid at the .unit price in the Proposal, which sha ll be total compensation for furnishing design, materials , tools, labor, equipment and incidentals necessary, including removal of the system . Trench depth for payment purposes for Trench Safety Systems is the vertical depth as measured from the top of the existing ground to the bottom of the pipe . · City of Fort Worth , Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-20 of 45 05 .6 -wh ite double sided -Special Provisions paving-drainage (PMO_Release_20100728).doc SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS · 49. PAY ITEMS-SUBGRADE-6 INCH LIME STABILIZED-27 LBS/CY -INSTALL (810- 00486) and SUBGRADE-LIME FOR STABILIZATION -INSTALL (BID-00496): See Standard Specifications Item No. 210, "Lime Treatment (Material Manipulation)" and Specification Item No. 212, "Hydrated Lime and Lime Slurry".for specifications governing the items. Quantities for these pay item are approximate and are given only to establish a unit price for the work. The price bid per square yard for "SUBGRADE - 8 INCH LIME STABILIZED -INSTALL" as shown in the Proposal will . be full payment for all labor, equipment, tools and incidentals necessary to complete the work. The price bid per ton for "SUBGRADE -LIME FOR STABILIZATION -INSTALL" as shown in the Proposal will be full payment for materials necessary to complete the work. 50. PAY ITEM -PAVl=MENT-6 INCH HMAC -INSTALL (BID-00451): The base course shall be a 3" deep Type "B" course placed in one lift. The surface course shall be a 3" deep Type "D" course placed in one lift. All provisions of Standard Specification No. 312.7 'Construction Tolerance' shall apply except as modified herein: 1) After completion of each asphalt paving course, core tests will be made to determine compliance with the contract specifications . The hot-mix asphaltic concrete pavement will be core drilled by the City of Fort Worth. The thickness of the asphaltic surface will be determined by measurement cores taken at locations determined by the ENGINEER. The thickness of individual cores will be determined by averaging at least three (3) measurements. If the core measurements indicate a deficiency, the length of the area of such deficient thickness shall be determined by additional cores taken along the length of the pavement in each direction until cores are obtained which are at least of specified thickness. The width of such area shall not be less than % of the roadway width. 2) When the thickness of the base course (as determined from core samples) is more than 15% deficient of the plan thickness, the Contractor shall remove and replace the deficient area at his own expense. If the thickness is less than 15% deficient, the Contractor shall make up the difference in the base thickness with surface course material. 3) The surface course must be the plan thickness . This does not include surface course material used to make up deficiencies in the base course as described in item 2). 4) The overall thickness of asphaltic concrete pavement must be a minimum of the plan thickness . Deficient areas (as determined in item 1) found to be less than the plan thickness will be removed and replaced at the Contractor's expense. 5) No additional payment over the contract price will be made for any hot-mix asphaltic concrete course of a thickness exceeding that required by the plans and specifications. 6) HMAC Testing Procedure: 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 City of Fort Worth, Texas Special Provisions For Street and Storm Dra in Improvements PMO Release Date : 07/28/2010 Page SP-21 of 45 05 .6 -white double sided -Special Provisions paving-drainage (PMO_Release_20100728).doc SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS Conference . This design shall not be more than two (2) years old. Upon submittal of t he design m ix a Marshal (Proctor) will be calculated , if one has not been previously calculated , for the use during density testing. For type "B" asphalt a maximum of 20% rap may be used . No Rap may be used ·in type "D" Upon approval of an asphalt mix design and the calculation of the Marshal (proctor) the Contractor is approved for placement of the asphalt. The Contractor shall contact the City Laboratory, through the inspector, at least 24 hours in advance of the asphalt placement to schedule a technician to assist in the monitoring of the number of passes by a roller to establish a rolling pattern that will provide the required densities. The required Density for Type "B" and for Type "D" asphalt will be 91 % of the calculated Marshal (proctor). A Troxler Thin Layer Gauge will be used for all asphalt testing . After a rolling pattern is established, densities should be taken at locations not more than 300 feet . apart. The above requirement applies to both Type "B" and "Dn asphalt. Densities on type "Bn 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. · 51. PAY ITEMS -WALK -INSTALL (BID-00528), CURB & GUTTER -INSTALL (BID- 00423), WALK .... ADA WHEELCHAIR RAMP -INSTALL (BID-01227). AND DRIVEWAY -INSTALL (BID-00401) Concrete flatwork is defined as curb, curb · and gutter, sidewalks , leadwalks, wheelchair ramps and driveways as shown in the plans. This provision governs the sequence of work related to concrete flatwork and shall be considered a supplement to the specifications governing each specific item. The Contractor shall not remove any regulatory sign , instruction sign, street name and sign or other sign wh ich has been erected by the City. The Contractor shall contact Signs and Marking Division , TPW. Required backfilling and finished grading adjacent to flatwork shall be completed in order for the flatwork to be accepted and measured as completed . No payment will be made for flatwork until the pay item has been completed , which includes backfilling and finished grading. The price bid per square foot for "WALK -INSTALL" as shown in the Proposal will be full payment for materials necessary to complete the work for that item . The price bid per linear foot for "CURB & GUTTER -INSTALL n as shown in the Proposal will be full payment for materials necessary to complete the work for that item . The price bid each ton for "WALK -ADA WHEELCHAIR RAMP -INSTALL "as shown in the Proposal will be full payment for materials necessary to complete the work for that item . The type of ramp shall be per plan and shall be called out in the Proposal item . City of Fort Worth, Texas Special Provisions For Street and Storm Dra in Improvements PMO Release Date: 07/28/2010 Page SP-22 of 45 05 .6 -wh ite double sided -Speci al Provisions paving-drainage (PMO_Release_20100728).doc SPECIAL PROVISlONS FOR STREET AND STORM DRAIN IMPROVEMENTS The price bid per square foot for "DRIVEWAY -INSTALL" as shown in the Proposal will be full payment for materials necessary to complete the work for that item . 52. PAY ITEMS -WALK -REMOVE (BID-00529), CURB & GUTTER -REMOVE (BID- 00424), WALK -ADA WHEELCHAIR RAMP -REMOVE (BID-00533), AND DRIVEWAY -REMOVE (BID-00402): These items include removal of existing concrete sidewalks , driveways, steps, leadwalks and/or wheelchair ramps at location shown on the plans or as designed by the ENGINEER. See Item No. 104 "Removing Old Concrete", for Specifications governing this item. 53. PAY ITEMS -WALK -STEPS -REMOVE (BID-00537) and WALK -STEPS · - INSTALL (BID-00536): See Standard Specification Item No. 516, "Concrete Steps" for specifications governing this item as well as Detail SM-3. The price bid per square foot for "WALK -STEPS -REMOVE" and "WALK -STEPS - INSTALL" as shown in the Proposal will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the removal and construction of the concrete steps. 54. PAY ITEMS-FENCE-REMOVE (BID-00127) and FENCE-INSTALL (BID-00126): This item shall include the removal and reconstruction (or installation of new)of the existing ·fence ~t the locations shown on the plans or where deemed necessary by the ENGINEER The Contractor shall . exercise caution in removing and salvaging the materials to they may be used in reconstructing the fence. Their constructed fence shall be equal in every way, or superior, to the fence removed. The Contractor shall be responsible for keeping livestock within the fenced areas during construction operation and while removing and relocating the fence, and for any damage or injury sustained by persons, livestock or property on account of any act of omission, neglect or misconduct of his agents, employees, or subcontractors. The unit price per linear foot shown on the Proposal shall be full compensation for all materials, labor, equipments, tools and incidentals necessary to complete the work for each. 56. PAY ITEMS -MAILBOX -REMOVE (BID-00408) and MAILBOX -INSTALL (BID- 00407) This item includes the removal and reconstruction of existing mailboxes within the right of way which may be damaged or removed during construction. When possible, the Contractor shall salvage existing materials for reuse in the replacement or repair of damaged or removed items. Items which are to be repaired or reconstructed should look architecturally the same in material and appearance and should be reconstructed or repaired in a better or new condition . All applicable provisions of City of Fort Worth Construction Standards shall apply. · 57. PAY ITEM-FILL MATERIAL-BORROW-INSTALL (00543): The non-expansive earth fill should consist of soil materials with a liquid limit of 35 or less, a plasticity index between 8 and 20, a minimum of 35 percent passing the No. 200 sieve, a minimum of 85 percent passing the No. 4 sieve, and which are free of organics or other deleterious materials. When compacted to the recommended moisture and density, the City of Fort Worth, Texas Special Provisions For Street and Storm Dra in Improvements PMO Release Date : 07/28/2010 Page SP-23 of 45 05 .6 -white double sided -Special Provisions paving-drainage (PMO_Release_20100728}.doc SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS material should have a maximum free swell value of 0.5 percent and a maximum hydraulic conductivity (permeability) of 1 E-05 cm/sec, as determined by laboratory testing of remolded specimens of the actual materials ·proposed for the non-expansive earth fill. The price bid per cubic yard for "FILL MATERIAL -BORROW-INSTALL" as shown in the Proposal will be full payment for materials necessary to complete the work for that item. 58 . PAY ITEM-PAVEMENT-VALLEY GUTIER-INSTALL (BID-00473): 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. · See standard specification Item 314 "Concrete Pavement", 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". 59. PAY ITEM-UNCLASSIFIED TRENCH EXCAVATION AND BACKFILL-INSTALL (BID- 00101): Work under this item includes all the proposed excavation and backfill in the project area and the necessary fill area (if any). Payment will be made for the quantity of earth excavated/backfilled from the trench in cubic yards. The placing of fill shall be subsidiary to the trench excavation/backfill price. Excess material which is obtained from excavating the trench may be used for fill placement subject to the provisions of Item 114 of the City of Fort Worth Standard Specifications and approval of the ENGINEER. All excavated material which is unacceptable as fill material shall become the property of the Contractor to be hauled off the site and disposed of properly. Unacceptable material shall be, but not limited to: rocks, concrete, asphalt, debris, etc. The cost for removal and disposal of unacceptable material shall be subsidiary to the unit prices. 60. PAY ITEM -STORM WATER POLLUTION PREVENTION > Than 1 AC SWPPP - INSTALL (BID-00100):·-· · · ····-·· ·······-·-·· 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. City of Fort Worth , Texas Special Provis ions For Street and Storm Drain Improvements PMO Release Date : 07/28/2010 Page SP-24 of 45 05 .6 -white double sided -Special Provisions paving-drainage (PMO_Release_20100728).doc . SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS 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). Not all of the structural controls discussed in the BMP Manual will necessarily apply to this project. Best Management Practices are construction management techniques that, if properly utilized, can minimize the need for physical controls and possible reduce costs. The methods of control shall result in minimum sediment retention of not less than 70%. NOTICE OF INTENT (NOi}: If the project will result in a total land disturbance equal to or greater than 5 acres , the Contractor shall sign at the pre-construction meeting a TCEQ Notice of Intent (NOi) form prepared by the ENGINEER. It serves as a notification to the TCEQ of construction activity as well as a commitment that the Contractor understands the requirements of the permit for storm water discharges from construction activities and that measures will be taken to implement and maintain storm water pollution prevention at the site. The NOi shall be submitted to the TCEQ at least 48 hours prior to the Contractor moving on site and shall include the required $325 application fee (if mailed) or $225 (if e- filed). The NOi shall be mailed to: BY REGULAR U.S. MAIL Texas Commission on Environmental Quality Storm Water Processing Center (MC228) P.O. Box 13087 Austin, TX 78711-3087 BY OVERNIGHT/EXPRESS MAIL . Texas Commission on Environmental Quality . Storm Water Processing Center (MC228) 12100 Park 35 Circle Austin, TX 78753 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: BY REGULAR U.S. MAIL Texas Commission on Environmental Quality Storm Water Processing Center (MC228) P.O. Box 13087 Austin, TX 78711-3087 BY OVERNIGHT/EXPRESS MAIL Texas Commission on Environmental Quality Storm Water Processing Center (MC228) 12100 Park 35 Circle City of Fort Worth , Texas Special Provis ions For Street and Storm Drain Improvements PMO Release Date : 07/28/2010 Page SP-25 of 45 05 .6 -white double sided -Special Provisions paving-drainage (PMO _Release_20100728).doc SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS Austin, TX 78753 A copy of the NOi and NOT shall be sent to : City of Fort Worth Department of Environmental Management 1000 Throckmorton Street Fort VVorth, TX 76102 STORM WATER POLLUTION PREVENTION PLAN (SWPPP): A document consisting of an erosion control and toxic waste management plan and a narrative defining site parameters and techniques . to be employed to reduce the release of sediment and pollution from the construction site. Five of the project SWPPP's are available for viewing at the plans desk of the Department of Transportation and Public Works. 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 subm itted 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 Transportation and Public Works Department. A SWPPP, prepared as described above, shall be implemented at least 48 hours before the commencement of construction activities. The SWPPP must include descriptions of control measures necessary to . prevent and control soil erosion, sedimentation and water pollution and will · be included in · the ·-contract · documents. The control measures shall be installed and maintained throughout the construction to assure effective and continuous water pollution control. The controls may include, but not be limited to, silt fences, straw bale dikes, rock berms, diversion dikes, interceptor swales, sediment traps and basins, pipe slope drain, inlet protection, stabilized construction entrances, seeding, sodding, mulching, soil retention blankets, or other structural or non-structural storm . water pollution controls. The method of control shall result in a minimum sedin,ent City of Fort Worth, Texas Special Provisions For Street and Storm Dra in Improvements PMO Release Date : 07/28/2010 Page SP-26 of 45 05 .6 -white double sided -Special Provisions paving-dra inage (PMO _Release_20100728).doc SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS 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 surri as shown on the proposal as full compensation for all items contained in the project S~PPP. 61 . PAY ITEM -TRAFFIC CONTROL-INSTALL (BID-00181): 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 provis ions 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," cod ified as Article 6701 d 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 to remove the sign. In the case of regulatory signs , the Contractor must replace the permanent sign with a temporary sign meeting the requirements of the above-referenced manual and such temporary sign must be installed prior to the removal of the permanent sign . If the temporary sign is not installed correctly or if it does not meet the required specifications, the permanent sign shall be left in place until the temporary sign requirements are met. When construction work is completed to the extent that the permanent sign can be reinstalled , the Contractor shall again contact the Signs and Markings Division to reinstall the permanent sign and shall leave his temporary sign in place until such reinstallation is completed. Work shall not be performed on certain locations/streets during "peak traffic periods" as determination by the City Traffic Engineer. The lump sum pay item for traffic control shall cover design, and I or installation and maintenance of the traffic control plans . 62 . PRE BID ITEM-SIGN -PROJECT DESIGNATION -INSTALL (BID-00504): The Contractor shall construct and install two (2) Project Designation Signs and it will be the responsibility of the Contractor to maintain the signs in a presentable condition at all times on each project under construction. Maintenance will include painting and repairs as directed by the ENGINEER. City of Fort Worth, Texas Spe ci al Prov isions For Street and Storm Dra in Imp rovements PMO Release Date :-07/28/2010 Page SP-27 or 45 05 .6 -white double sided -Specia l Provisions paving-dra inage (PMO_Release_20100728).doc · .... I • _, SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS It will be the responsibility of the Contractor to have the individual project signs lettered and pa inted in accordance with the enclosed detail. The quality of the paint, painting and l'ettering on the signs shall be approved by the ENGINEER. The he ight and arrangement of the lettering shall be in accordance with the enclosed detail. The sign shall be constructed of%" fir plywood, grade A-C (exterior) or better. These signs shall be installed on barricades or as directed by the ENGINEER and in place at the project site upon commencement of construction . The work, which includes the painting of the signs, installing and removing the signs, furnishing the materials , supports and connections to the support and maintenance shall be to the satisfaction of the ENGINEER. A unit price bid per each has been assigned to this item (see Proposal). The assigned unit price will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the work. 63. PRE BID ITEM -UTILITY ADJUSTMENT-REPAIR (BID-00414): This item is included for the basic purpose of establ ishing a contract price wh ich will be comparable to the final cost of making necessary adjustments required due -to street improvements to water, sanitary sewer and natural gas service lines and appurtenances where such service lines and appurtenances are the property owner's responsibility to maintain . An arbitrary figure has been placed in the Proposal ; however, this does not guarantee any payment for utility adjustments , neither does it confine utility adjustments to the amount shown in the Proposal. It shall be the "Contractor" responsibility to provide the services of a licensed plumber to make the utility adjustments determined necessary by the ENGINEER. No payment will be made for utility adjustments except those adjustments determined necessary by the ENGINEER. Should the Contractor damage service lines due to his negligence, where such lines would not have required adjustment or repair otherwise, the lines shall be repaired and adjusted by the Contractor at the Contractor's expense . The payment to the Contractor for utility adjustments shall be the actual cost of the adjustments plus ten percent (10%) to cover the cost of bond and overhead incurred by the Contractor in handling the utility adjustments. 64. PRE BID ITEM -TOP SOIL -INSTALL (BID-00147): The proposed quantities shown are calculated to provide topsoil 4 to 6 inches in depth (compacted) over the parkway area and do not include deeper than design depth behind the curb. The pay item is intended to pay for topsoil that must be imported where suitable material is either not available on the job or cannot reasonably be stored on -site . Payment will be made on the basis of loose truck volume (full truck with sideboards up) tickets and material must meet City of Fort Worth standards for topsoil. Only the volume imported will be paid for and may be substantially less than the proposal quantities listed. 65. PRE BID ITEM -VALVE BOX -ADJUSTMENT -SERVICES (BID-00847): --- Contractor will be responsible for adjusting water valve boxes to match new pavement grade . The water valves themselves will be adjusted by City of Fort Worth Water Department forces . A unit price bid per each has been assigned to this item (see Proposal). The assigned unit price will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the work. City of Fort Worth , Texas Special Provis ions For Street and Stonn Dra in Improvements PMO Release Date : 07/26/2010 Page SP-28 of 45 05 .6 -white double sided · Special Provisions paving-drainage (PMO_Release_2010072B).doc / /V~e:Y..J. • / r,nJfJC:JV'V~ .. SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS It wi ll be the responsib ility of the Contractor to have the individua l project signs lettered and painted in accordance with the enclosed deta il. T he quality of the paint , pa inting and lette ring on the s igns sha ll be app roved by the ENGINEER . The height and arrangement of t he lette rin g sh all be in acco rda nce w ith the enclosed deta il. The sign sha ll be constructed of %" f ir p lywood , g rade A-C (exter ior) or better . Th ese signs sha ll be instal led on barricades or as di rected by the ENGINEER and in place at the project site upon commencement of const ruction. The work , whic h includes the paint ing of the signs , install ing and removing the signs, furnishing the mater ials , supports and connections to the support and ma intenance shal l be to the satisfact ion of the ENGINEER . PAYMENT: Payment for this item shall be at the contract unit price per each construction sign installed and maintained through the course of the project. The unit price for each sign will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the work. 63 . PRE BID ITEM -UTILITY ADJUSTMENT -REPAIR (810-00414): This item is included for the basic purpose of establ ishing a contract price which will be comparable to the final cost of mak ing necessa ry adjustments required due to street improvements to water , sanitary sewer and natu ral gas service lines and appurtenances where such serv ice lines and appu rtena nces are the property owner 's responsibility to maintain . An arbitrary figure has been placed in the Proposal ; .however, this does not guarantee any payment for utility adjustments , neither does it confine utility adjustments to the amount shown in the Proposal. It shall be the "Contractor " responsibility to provide the serv ices of a li censed plumber to make the uti li ty adjustments determ ined necessary by the ENGINEER . No payment wi ll be made for ut ility adjustments except those adjustments determined necessary by the ENGINEER . Should the Contractor damage service lines due to his negligence , where such lines would not have required adjustment or repair otherwise , the lines shall be repaired and adjusted by the Contractor at the Contractor's expense . The payment to the Contractor for util ity adjustments shall be the actual cost of the adjustments plus ten percent (10 %) to cover the cost of bond and overhead incurred by the Contractor in handling the utility adjustments . 64. TOP SOIL -INSTALL (810 -00147): The proposed quantities shown are calculated to provide topsoil 4 to 6 inches in depth (compacted) ove r the parkway area and do not include deeper than des ign depth behind the curb . The pay item is intended to pay for topsoil that must be imported where su itable mater ial is either not available on the job or cannot reasonably be stored on -site . Payment will be made on the basis of loose truck volume (full truck with sideboards up) tickets and material must meet City of Fort Worth standards for topso il. Only the vo lume imported will be pa id for and may be substant ially less than the proposal quant ities listed . 65 . VALVE BOX -ADJUSTMENT -SERVICES (BID -00847): Contractor wil l be responsible for adjusting water valve boxes to match new pavement grade. The water valves themselves will be ad j usted by City of Fort Worth Water Department forces . PAYMENT: Payment for this item shall be at the contract unit price per each valve box adjustment. The unit price for each adjustment will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the work. City of Fort Worth, Texas Specia l Provisions For Street and Storm Drain Improvements PMO Re lea se Dale : 07128/20 10 Page SP-28 of 45 addenda.1.05.6 · white double sid ed · Special Provisions paving -drainage (PMO_Release_2010072B).doc ADDENDA #1 .. '-. ,,v-.;,,:;:;,,-,c;....,-, I /6rlJl-ltc,f"'-"' - :r - · SPECIAL PROVISlONS FOR STREET AND STORM DRAIN IMPROVEMENTS 66 . MANHO LE -ADJUSTMENT -SERVICES (B ID-00849): Th is item sha ll in clude adjusting the tops of exi st ing and /or proposed manholes to match proposed grade as shown on the p lans or as directed by the ENGINEER . Standard Specif icat ion Item No . 450 sha ll apply except as fo llows : Included as part of this pay item sha ll be t he appl ication of a cold -applied preformed f lexib le butyl rubber or plastic sea li ng compound for sealing interior and /or exterior joints on concrete manhole sect ions as per current City Water Department Spec ial Cond itions . PAYMENT: Payment for this item shall be at the contract unit price per each manhole adjustment. The unit price for each adjustment will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the work. 67 . METER BOX -ADJUSTMENT -SERVICES (BID-00848): Th is item sha ll inc lude ra ising or lowering an existing meter box to the parkway grade specif ied . No payment wil l be made for existing boxes , which are within 0.1' of specif ied parkway grade . PAYMENT: Payment for this item shall be at the contract unit price per each meter box adjusted. The unit price for each adjustment will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the work. 68 . NON PAY ITEM -PAVEMENT -SILICONE JOINT SEALANT 1. SCOPE CITY OF FORT WORTH , TEXAS TRANSPORTATION AND PUBLIC WORKS DEPARTMENT SPECIFICATION fo r · SILICONE JOINT SEALING (Revis ion 1, October 18 , 1989) (Revision 2 , May 12 , 1994) Th is specificat ion fo r s ili cone jo int sealing Port land Cement Concrete pavement and curbs shal l supersede Item 314 .2. ( 11) "Jo int Sealing Mater ials " of STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION -CITY OF FORT WORTH , and Item 2 .210 "Jo int Sealing " of STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION -NORTH TEXAS COUNCIL OF GOVERNMENTS . 2. MATERIALS 2 .1 The si li cone joint sealant shall meet Federal Specification TT -S-001543A for Class A sea lant except as mod ified by the test requirements of this specificat ion . Before the installat ion of the joint sealant , the Contractor shall furnish the ENGINEER certification by an independent test ing laboratory that the silicone joint sealant meet these requ irements . City of Fon Worth, Texas Spec ial Provisions For Street and Storm Drain Improvements PMO Re lease Date : 07 /28/2010 Page SP-29 of 45 addenda.1 .05.6 -white double sided -Special Provis ions paving-drainage (PMO_Re lease_20 100728).doc ADDENDA #1 ....... -~ SPECIAL PROVISlONS FOR STREET AND STORM DRAIN IMPROVEMENTS 66. PRE BID ITEM -MANHOLE -ADJUSTMENT -SERVICES {BID-00849): . This item shall include adjusting the tops of existing and/or proposed manholes to match proposed grade as shown on the plans or as directed by the ENGINEER. Standard Specification Item No. 450 shall apply except as follows: Included as part of this pay item shall be the application of a cold-applied preformed flexible butyl rubber or plastic sealing compound for sealing interior and/or exterior joints on concrete manhole sections as per current City Water Department Special Conditions. A unit price bid per each has been assigned to this item (see Proposal). The assigned unit price will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the work. 67. PRE BID ITEM -METER BOX -ADJUSTMENT -SERVICES {BID-00848): This item shall include raising or lowering an existing meter box to the parkway grade · specified. No payment will be made for existing boxes, which are within 0.1' of specified parkway grade. A unit price bid per each has been assigned to this item (see Proposal). The assigned unit price will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the work. 68. NON PAY ITEM-PAVEMENT-SILICONE JOINT SEALANT 1. SCOPE CITY OF FORT WORTH, TEXAS TRANSPORTATION AND PUBLIC WORKS DEPARTMENT SPECIFICATION for SILICONE JOINT SEALING (Revision 1, October 18, 1989) (Revision 2, May 12, 1994) This specification for silicone joint sealing Portland Cement Concrete pavement and curbs shall supersede Item 314.2. (11) "Joint Sealing Materials" of STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION -CITY OF FORT WORTH, and Item 2.210 "Joint Sealing" of STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION -NORTH TEXAS COUNCIL OF GOVERNMENTS. 2. MATERIALS 2.1 The silicone joint sealant shall meet Federal Specification TT-S-001543A for Class A sealant except as modified by the test requirements of this specification. Before the installation of the joint sealant, the Contractor shall furnish the ENGINEER certification by an independent testing laboratory that the silicone joint sealant meet these requirements . City of Fort Worth, Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date : 07/28/2010 Page SP-29 of 45 05 .6 -white double sided -Special Provisions paving-drainage (PMO_Release_20100728).doc ~.. ' •, ' SPECIAL PROVISIONS FOR ;; ·.....,., STREET AND STORM DRAIN IMPROVEMENTS 2.2 The manufacturer of the silicone joint sealant shall have a minimum two-year demonstrated, documented successful field performance with Portland Cement Concrete pavement silicone joint sealant systems. Verifiable documentation shall be submitted to the ENGINEER. Acetic acid cure sealants shall not be accepted . The silicone sealant shall be cold applied. 2 .3 Self-Leveling Silicone Joint Sealant The joint sealant shall be Dow Corning 890-SL self-leveling silicone joint sealant as manufactured by Dow Corning Corporation , Midland, Ml 48686- 0994, or an approved equal. Self-Leveling Silicone Joint Sealant Test Method Test Requirement AS SUPPLIED **** Non Volatile Content , % min. 96 to 99 MIL-S-8802 Extrusion Rate, grams/minute 275 to 550 ASTM D 1475 Specific Gravity 1.206 to 1.340 **** Skin-Over Time , minutes max. 60 **** Cure Time, days 14 to 21 **** Full Adhesion, days 14 .to 21 AS CURED- ASTM D 412, Die Mod. Elongation, % min. 1400 ASTM 03583 Modulus @ 150% Elongation, psi max. 9 (Sect. 14 Mod.) ASTM C 719 Movement, 10 cycles @ +100/-50% No Failure ASTM D 3583 Adhesion to Concrete, o/o Elongation min. 600 (Sect. 14 Mod.) ASTM D 3583 Adhesipn to Asphalt, % Elongation miri. 600 (Sect. 14 Mod.) 2.4 The joint filler sop shall be of a closed cell expanded polyethylene foam backer rod and polyethylene bond breaker tape of sufficient size to provide a tight seal. The back rod and breaker tape shall be installed in the saw-cut joint to prevent the joint sealant from flowing to the bottom of the joint. The backer rod and breaker tape shall be compatible with the silicone joint sealant and no bond or reaction shall occur between them. Reference is made to the "Construction Detail" sheet for the various joint details with their respective dimensions. 3. TIME OF APPLICATION On newly constructed Portland Cement Concrete pavement, the joints shall be initially saw cut to the required depth with the proper joint spacing as shown on City of Fort Worth, Texas Special Provisions Fo r Street and Storm Drain Improvements PMO Release Date: 07/28/2010 -Page SP-30 of 45 '05 .6 ~·wfite double sided -Special Provisions paving-drainage (PMO_Release_2010072B).doc ' .... SPECIAL PROVISlONS FOR STREET AND STORM DRAIN IMPROVEMENTS the "Construction Detail " sheet or as directed by the ENGINEER within 12 hours of the pavement placement. (Note that for the "dummy" joints, the initial 1/4 inch width "green" saw-cut and the "reservoir" saw cut are identical and should be part of the same saw cutting operation. Immediately after the saw cutting pressure washing shall be applied to flush the concrete slurry from the freshly saw cut joints.) The pavement shall be allowed to cure for a minimum of seven (7) days . Then the saw cuts for the joint sealant reservoir shall be made , the joint cleaned, and the joint sealant installed . During the application of the joint sealant, the weather shall not be inclement and the temperature shall be 40F (4C) and rising. 4. EQUIPMENT 4.1 All necessary equ ipment shall be furnished by the Contractor. The Contractor shall keep his equipment in a satisfactory working condition and shall be inspected by the ENGINEER prior to the beginning of the work. The minimum requirements for construction equipment shall be as follows : 4 .2 Concrete Saw: The sawing equipment shall be adequate in size and power to complete the joint sawing to the required dimensions. 4 .3 High Pressure Water Pump: The high pressure cold water pump ing system shall be capable of delivering a sufficient pressure and volume of water to thoroughly flush the concrete slurry from the saw-cut joint. 4.4 Air Compressors: The delivered compressed air shall have a pressure in excess of 90 psi and 120 cfm . There shall be suitable reaps for the removal of all free water and oil from the compressed air. The blow-tube shall fir into the saw-cut joint. 4 .5 Extrusion Pump: The output shall be capable of supplying a sufficient volume of sealant to the joint. 4.6 Injection Tool: This mechanical device shall apply the sealant uniformly into the joint. 4 . 7 Sandblaster: The design shall be for commercial use with air compressors as specified in Paragraph 5.4 . 4.8 Backer Rod Roller and Tooling Instrument: These devices shall be clean and free of contamination . They shall be compatible with the join depth and width requirements . 5. CONSTRUCTION METHODS 5.1 General : The joint reservoir saw cutting , cleaning, bond breaker installation, and joint sealant placement shall be performed in a continuous sequence of operations 5.2 Sawing Joints: The joints shall be saw-cut to the width and depth as shown on City of Fort Worth, Texas Special Provisions For Street and Storm Dra in Improvements PMO Release Date: 07/28/20 10 Page SP-31 of45 05 .6 -white do uble sided -Special Prov isions pavi ng-drainage (PMO_Release_20 100728).doc SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS the "Construction Detail" sheet. The faces of the joints shall be uniform in width and depth along the full length of the joint. 5.3 Cleaning Joints: Immediately after sawing, the resulting concrete slurry shall be completely removed from the joint and adjacent area by flushing with high pressure water. The water flushing shall be dorie in one-direction to prevent joint contamination. When the Contractor elects to saw the joint by the dry method, flushing the joint with high pressure water may be deleted. The dust resulting from the . sawing shall be removed from the joint by using compressed air. (Paragraph Rev. 1, October 18, 1989) After complete drying, the joints shall be sandblasted . The nozzle shall be attached to a mechanical aiming device so that the sand blast will be directed at an angle of 45 degrees and at a distance of one to two inches from .the face of the joint. Both joint faces shall be sandblasted in separate, one directional passes .. Upon the termination of the sandblasting , the joints shall be blown-out using compressed air. The blow tube shall fit into the joints. The blown joint shall be checked for residual dust or other contamination. If any dust or contamination is found, the sandblasting and blowing shall be repeated until the joint is cleaned. Solvents will not be permitted to remove stains and contamination . Immediately upon cleaning, the bond breaker and sealant shall be placed in the joint. Open, cleaned joints shall not be left unsealed overnight. Bond Breaker Rod and Tape: The bond breaker rod and tape shall be installed in the cleaned joint prior to the application of the joint sealant in a manner that will produce the requ ired dimensions. 5.4 Joint Sealant: Upon placement of the bond breaker rod and tape, the joint sealant shall be applied using the mechanical injection tool. The joint sealant application shall not be permitted when the air and pavement temperature is less than 40F (4C). Joints shall not be sealed unless they are clean and dry. Unsatisfactorily sealed joints shall be refilled. Excess sealant left on the pavement surface shall be removed and discarded and shall not be used to seal the joints. The pavement surface shall present" a clean final condition .. Traffic shall not be allowed on the fresh sealant until it becomes tack-free . Approval of Joints: A representative of the sealant manufacturer shall be present at the job site at the beginning of the final cleaning and sealing of the joints. He shall demonstrate to the Contractor and the ENGINEER the acceptable method for sealant installation. The manufacturer's representative shall approve the clean, dry joints before the sealing operation commences . City of Fort Worth , Texas Special Provisions For Street and Storm Dra in Improvements PMO Release Date: 07/28/2010 Page SP-32 of 45 05 .6 -wh ite double sided -Special Provisions paving-<lra inage (PMO_Release_2010072B).doc SPECIAL PROVISlONS FOR STREET AND STORM DRAIN IMPROVEMENTS 6. WARRANTY The Contractor shall provide the ENGINEER a manufacturer's written guarantee on all · joint sealing materials. The manufacturer shall agree to provide any replacement material free of charge to the City. Also, the Contractor shall provide the ENGINEER a written warranty on all sealed joints. The Contractor shall agree to replace any failed joints at no cost to the City. Both warranties shall be for two years after final acceptance of the completed work by the ENGINEER. 7. BASIS OF PAYMENT All costs associated with concrete joint sealant shall be subsidiary to the · concrete item and no other compensation will be provided. · 69. NON-PAY ITEM -ACCEPTANCE OF REINFORCED CONCRETE PAVEMENT: The concrete pavement acceptance policy shall be as follows: A. Penalty for Deficient Pavement Thickness. There shall be no acceptance of deficient pavement thickness other than the tolerances specified below. 1. Pavement thickness deficiency up to 0.25-inch will be considered as satisfactory and the contract unit price will be used for payment if the average thickness within the project meets or exceeds · the specified designed thickness . 2. Deficiencies of greater than 0.25-inch shall be removed and replaced With pavement of plan thickness at contractor's entire expense. B. Cracked Concrete Acceptance Policy. If cracks exist in concrete pavement upon completion of the project, the Project Inspector shall make a determination as to the need for action to address the cracking as to its cause and recommended remedial work. If the recommended remedial work is routing and sealing of the cracks to protect the subgrade, the Inspector shall make the determination as to whether to rout and seal the cracks at the time of final inspection and acceptance or at any time prior to the end of the project maintenance period . The Contractor shall perform the routing and sealing work as directed by the Project Inspector, at no cost to the City, regardless of the cause of the cracking. If remedial work beyond routing and sealing is determined to be necessary, the Inspector and the Contractor will attempt to agree on the cause of the cracking. If agreement is reached that the cracking is due to deficient materials or workmanship, the Contractor shall perform the remedial City of Fort Worth, Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date : 07/28/2010 Page SP-33 of 45 05.6-whlte double sided-. Special Provis ions paving-drainage (PMO_Release_2010072B).doc SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS work at no cost to the City. Remedial work in this case shall be limited to removing and replacing the deficient work with new material and workmanship that meets the requirements of the contract. If remedial work beyond routing and sealing is determined to be necessary, and the Inspector and the Contractor agree that the cause of the cracking is not deficient materials or workmanship , the City may request the Contractor to provide an estimate of the cost of the necessary remedial work and/or additional work to address the cause of the cracking, and the Contractor will perform that work at the agreed-upon price if the City elects to do so . If remedial work is necessary, and the Inspector and the Contractor cannot agree on the cause of the cracking, the City may hire an independent geotechnical engineer to perform testing and analysis to determine the cause of the cracking . The contractor will escrow 50% of the proposed costs of the geotechnical contract with the City. The Contractor and the City shall use the services of a geotechnical firm acceptable to both parties . If the geotechnical eng ineer determines that the primary cause of the cracking is the Contractor's deficient material or workmanship, the remedial work will be performed at the Contractor's entire expense and the Contractor will also reimburse the City for the balance of the cost of the geotechnical investigation over and above the amount that has previously been escrowed. Remedial work in this case shall be limited to removing and replacing the deficient work with new material and workmanship that meets the requirements of the contract. If the geotechnical engineer determines that the primary cause of the cracking is not the Contractor's deficient material or workmanship, the City will return the escrowed funds to the Contractor. The Contractor, on request, will provide the City an estimate of the costs of the necessary remedial work and/or additional work and will perform the work at the agreed-upon price as directed by the City. 70. NON-PAY ITEM -CLEARING AND GRUBBING: All objectionable items within the limits of this project and not otherwise provided for shall be removed under this item in accordance with Standard Specification Item 102, "Clearing and Grubbing ." However, no direct payment will be made for this item and it shall be considered incidental to this contract. 71. NON-PAY ITEM -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 incidental to this contract. City of Fort Worth , Texas Special Provisions For Street and Storm Dra in Improvements PMO Release Date: 07/28/2010 Page SP-34 of 45 . 05 .6. white doub le sided . Special Provisions paving-drainage (PMO_Release_20100728).doc SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS 72. NON-PAY ITEM -PROTECTION OF TREES; PLANTS AND SOIL: All property along and adjacent to the Contractor's operations including lawns, yards, shrubs, trees, etc. shall be preserved or restored after completion of the work to a condition equal or better than existed prior to start of work. 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-way and designated alleys. This permit can be obtained by calling the Forestry Office. 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 to 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. This is the only instance when pruning paint is recommended. 73. NON-PAY ITEM -CONCRETE COLORED SURFACE: Concrete wheelchair ramp surfaces, excluding the side slopes and curb, shall be colored with LITHOCHROME color hardener or equal. A brick red color, a dry-shake hardener manufactured by L.M. Scofield Company or equal, shall be used in accordance with manufacturers' instructions. Contractor shall provide a sample concrete panel of one foot by one foot by three inches dimension, or other dimension approved by the ENGINEER, meeting the aforementioned specifications. The sample, upon approval of the ENGINEER, shall be the acceptable standard to be applied for all construction covered in the scope of this Non-Pay Item. No direct payment will be made for this item and it shall be considered incidental to this contract. · The method of application shall be by screen, sifter, sieve, or other means in order to provide for a uniform color distribution. 74. NON-PAY ITEM -PROJECT CLEAN-UP: The Contractor shall be aware that keeping the project site in a neat and orderly condition is considered an integral part of the contracted work and as such shall be considered subsidiary to the appropriate bid items. Clean up work shall be done as directed by the ENGINEER as the work progresses or as needed. If, in the opinion of the ENGINEER it is necessary, clean up shall be done on a daily basis. Clean up work shall include, but not be limited to: • · Sweeping the street clean of dirt or debris • Storing excess material in appropriate and organized manner • Keeping trash of any kind off other properties. 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%. City of Fort Worth, Texas Special Provisions For Street and Stonn Drain Improvements PMO Release Date : 07/28/2010 Page SP-35 of 45 05 .6 -white double sided -Special Provisions paving-drainage (PMO_Release_2010072B).doc SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS Final cleanup work shall be done for this project as soon as the paving and curb and gutter has been constructed. No more than seven days shall elapse after completion of construction before the roadway and right-of-way is cleaned up to the satisfaction of the ENGINEER. 75. NON-PAY ITEM -PROJECT SCHEDULE: Before commencing any work under this contract, the CONTRACTOR shall submit to the OWNER a draft detailed baseline construction schedule that meets the requirements 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 expe'rience. · 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. 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. · 75.(a) BASELINE CONSTRUCTION SCHEDULE: The CONTRACTOR shall develop, submit and review the draft detailed baseline construction 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 ~aseline construction schedule based on OWNER comments , if any. The CONTRACTOR's first (1st) payment application will only be processed c;lfter 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 con·straints, sequencing requirements, and completion time. b. The construction progress shall be divided into activities with . time dura~ions 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. City of Fort Worth , Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date : 07/28/2010 Page SP-36 of 45 05 .6 -wh ite double sided -Special Provisions paving-drainage (PMO_Release_20100728).doc SPECIAL PROVISlONS FOR STREET AND STORM DRAIN IMPROVEMENTS 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 activities 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 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 dates 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 75(b) PROGRESS CONSTRUCTION SCHEDULE : The CONTRACTOR shall prepare and submit monthly to the OWNER for approval the updated schedule in accordance with Section 81 and 82 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 assist 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 City of Fort Worth , Texas Special Provis ions For Street and Storm Drain Improvements PMO Release Date : 07/28 /2010 Page SP-37 of 45 . 05 .6 . wh ite doub le sided -Special Prov isions pav ing -dra in age (PMO_Reiease_20100728).doc SPECIAL PROVISION$ FOR STREET AND STORM DRAIN IMPROVEMENTS 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 . 75(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 the CONTRACTOR is failing to execute the Work with due diligence as will ensure completion within the time specified in the Contract. 76. 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 associated 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 loade·d 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 requirements, and additionally the following: City of Fort Worth, Texas • Labor resources (Man-Hours) shall be loaded into the scheduling software using the "LABOR" resource type ~ith man-hours and without ·cost. Spec ial Provisions For Street and Stenn Drain Improvements PMO Release Date : 07/28/2010 Page SP-38 of 45 05 .6 -white double sided -Special Prov isions paving-drainage (PMO_Release_20100728).doc SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS 77. NON-PAY ITEM -NOTIFICATION OF RESIDENTS: In order to cut down on the number of complaints from residents due to the dust generated when saw-cutting joints _in concret~ pavement, the Contractor shall notify residents, in writing, at least 48 hours in advance of saw-cutting joints during the construction of paving projects . All costs involved with providing such written notice shall be considered subsidiary to this contract. 78. NON-PAY lTEM-PUBLIC NOTIFICATION PRIOR TO BEGINNING 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 Proje_ct, City Project No., Scope of Project (i.e. type of construction activity), actual construction duration within the block, the name of the Contractor's foreman and his phone number, the name of the City's inspector and his phone number and the City's after-hours phone number. A sample of the 'pre-construction notification' flyer is attached. The Contractor shall submit a schedule showing the construction start and finish time for each block of the project to the inspector. In addition, a copy of the flyer shall be delivered to the City Inspector for his review prior to being distributed. The Contractor will not be allowed to begin construction on any block until the flyer is delivered to all residents of the block. An electronic version of the sample flyer can be obtained from the construction office. All work involved with the pre-construction notification flyer shall be considered subsidiary to the contract price and no additional compensation shall be made. 79. NON-PAY ITEM -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. 80. NON-PAY ITEM -WASHED ROCK: All washed rock used for embedment or backfill or as otherwise directed by the ENGINEER shall washed, crushed stone and shall meet the following gradation and abrasion: (Actual washing not required if gradation is met) City of Fort Worth, Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date : 07/28/2010 Page SP-39 of 45 05 .6 -white double sided -Special Provisions paving-drainage (PMO_Release_20100728).doc SPECIAL PROVISlONS FOR STREET AND STORM DRAIN IMPROVEMENTS Sieve Size 1" 1/2" 3/8" #4 #8 % Retained 0-10 40-75 55-90 90-100 95-100 Los Angeles Abrasion Test: 50% Maximum wear per A.S.T.M. Designation C-131. 81. NON-PAY ITEM -SAWCUT OF EXISTING CONCRETE: When existing concrete or HM.AC. is cut; such cuts shall be made with a concrete saw. The Contractor may break out curb and gutter to the nearest joint if he chooses . All sawing shall be subsidiary to the unit cost of the respective item. 82 . NON PAY ITEM -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 repaving commences for a particular street. The Contractor shall attempt to include the ENGINEER (if he is available) in the observation and marking activity. In any event a street shall be completely marked a minimum to two (2) working days before repaving begins on any street. Marking the curbs with paint is a recommended procedure. It shall be the Contractor's responsibility to notify the utility companies that he has commenced work on the project. As the repaving is completed (within the same day) the Contractor shall locate the covered manholes and valves and expose them for later adjustment. Upon completion of a street the Contractor shall notify the utilities of this completion and indicate that start of the next one in order for the utilities to adjust facilities accordingly. 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. 83. NON PAY ffEM -TIE IN INTO STORM DRAIN STRUCTURE: The cost for making lateral tie-ins to the storm drain structure shall be subsidiary to the bid price for the respective lines. 84. NON PAY ITEM -SPRINKLER HEAD ADJUSTMENT: The adjustment and/or , relocation of sprinkler heads encountered shall be paid for under "UTILITY ADJUSTMENT" in the proposal section. No other compensation will be provided. 85. NON PAY ITEM -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 City of Fort Worth, Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date : 07/28/2010 Page SP-40 of 45 . 05.6 -white double sided -Special Provisions paving-drainage (PMO_Release_20100728).doc SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS 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. 86. NON PAY . ITEM -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 measure unless otherwise directed by the ENGINEER and they shall not include measures taken by the CONTRACTOR to control conditions created by his construction operations. The temporary measures shall include dikes, dams, berms, sediment basins, fiber mats, jute netting, temporary seeding, straw mulch, asphalt mulch, plastic liners, rubble liners, slope drains and other devices. All inlet protection measures shall be designed to allow for runoff to freely overflow into the inlet during a flood event. B. Further, erosion control measures placed in front of inlets, or in channels, drainageways or barrow ditches will be at the risk of the contractor. Contractor shall remain liable for any damage caused by the measures, including flooding damage which may occur due to blocked drainage. At the conclusion of any project, all channels, drainageways and barrow ditches in the work zone shall be dredged of any sediment generated by the project or deposited as a result of as a result of erosion control measures. Any such dredging must comply with all Federal, State and local regulations. C. CONSTRUCTION REQUIREMENTS: The ENGINEER has the authority to define erodible earth and the authority to limit the surface are 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 course, 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. City of Fort Worth , Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-41 of 45 05 .6 -white double sided -Special Provisions paving-drainage (PMO_Release_20100728).doc SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS Waste or disposal areas and construction roads shall be located and constructed in a manner that will minimize the amount of sediment entering streams. 1. Frequent fordings of live streams will not be permitted; therefore, temporary bridges or other structures shall be used wherever an appreciable number of stream crossing are necessary. Unless otherwise approved in writing by the ENGINEER, mechanized equipment shall not be operated in live streams. 2. 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 . 3. All waterways shall be cleared as soon as practicable of false work, piling, debris or other obstructions placed during construction operations that are not part of the finished work . 4. The Contractor shall take sufficient precautions to prevent pollution · of streams, lakes and reservoirs with fuels, oils, bitumens, 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. D. SUBMITTAL: Prior to the start of the applicable construction, the Contractor shall submit for approval his schedules for accomplishment of soil-erosion-control work and his plan to keep the area of erodible-earth material to a minimum. He shall also submit for acceptance his proposed method of soil-erosion control on construction and haul roads and material sources and his plan for disposal of · waste materials. No work shall · be started until the soil-erosion control schedules and methods of operations have been reviewed and approved by the ENGINEER. F. 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. 87 . PAY ITEM-SPEED HUMP-INSTALL (BID-00480): Contractor shall construct speed humps where directed in the plans in accordance with detail provided following this section. Concrete shall be used. All concrete shall conform with concrete sections in these specifications Payment by the contractor for Speed Hump -Install snail be for the entire speed hump section as shown in the detail installed at each location . City of Fort Worth , Texas Special Provisions For Street and Stonn Drain Improvements PMO Release Date : 07/28/2010 Page SP-42 of 45 05 .6 -white double sided-Special Provisions paving-drainage (PMO_Release_20100728).doc SPE.CIAL PROVISlONS FOR STREET AND STORM DRAIN IMPROVEMENTS (To be printed on Contractor's Letterhead) Date: ____ _ City No: __ PROJECT NAME: Water/Sanitary Sewer and Paving/Storm Drain Improvements for: MAPSCO LOCATION: __ LIMITS OF CONST.: ---------------Estimated Duration of Construction on your Street : __ days THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT WORTH, OUR COMP ANY WILL< REPLACE WATER AND/OR SEWER LINES -RECONSTRUCT THE STREET> ON OR AROUND YOUR PROPERTY. CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE OF TIDS NOTICE. IF YOU HA VE 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 FLYER HANDY WHEN YOU CALL. City of Fort Worth, Texas Special Provisions For Street and Stenn Drain Improvements PMO Release Date : 07/28/2010 Page SP-43 of 45 05 .6 -white double sided -Special Provisions paving-drainage (PMO_Release_20100728).doc HEAVY & HIGHWAY CONSTRUCTION PREY AILING WAGE RA TES 2008 Air Tool Operator Asphalt Distributor Operator Asphalt Pav ing Machine Operator Asphalt Raker Asphalt Shoveler Batching Plant Weigher Broom or Sweeper Operator Bulldozer Operator Carpenter Concrete Finisher, Paving Concrete Finisher, Structures Concrete Paving Curbing Machine Operator Concrete Paving Finishing Machine Operator Concrete Paving Joint Sealer Operator Concrete paving Saw Operator Concrete Paving Spreader Operator Concrete Rubber Crane, Clamshell, Backhoe, Derrick, Dragline, Shovel Operator Electrician Flae:e:er Form Builder/Setter, Structures Form Setter, Paving & Curb Foundation Drill Operator, Crawler Mounted Foundation Drill Operator, Truck Mounted Front End Loader Operator Laborer, Common Laborer, Utility Mechanic Milling Machine Operator, Fine Grade Mixer Operator Motor Grader Operator, Fine Grade Motor Grader Operator, Rough Oiler Painter, Structures Pavement Marking Machine Operator Pipelayer Reinforcing Steel Setter, Paving Reinforcing Steel Setter, Structure Roller Operator, Pneumatic, Self-Propelled Roller Operator, Steel Wheel, Flat Wheel/Tamping Roller Operator, Steel Wheel, Plant Mix Pavement Scraper Operator Servicer Slip Form Machine Operator Spreader Box Operator Tractor Operator, Crawler Type Tractor Operator, Pneumatic Traveling Mixer Operator Truck Driver, Lowboy-Float Truck Driver, Single Axle, Heavy Truck Driver, Single Axle, Light Truck Driver, Tandem Axle, Semi-Trailer Truck Driver, Transit-Mix Wagon Drill , Boring Machine, Post Hole Driller Operator Welder Work Zone Barricade Servicer $10.06 $13.99 $12 .78 $11.01 $ 8.80 $14.15 $ 9.88 $13 .22 $12.80 $12 .85 $13.27 $12 .00 $13 .63 $12 .50 $13.56 $14 .50 $10 .61 $14 .12 $18 .12 $ 8.43 $11.63 $11.83 $13.67 $16 .30 $12 .62 $ 9.18 $10.65 $16 .97 $11.83 $11.58 $15.20 $14.50 $14 .98 $13.17 $10.04 $11.04 $14.86 $16 .29 $11.07 $10.92 $11.28 $11.42 $12.32 $12 .33 $10.92 $12.60 $12.91 $12.03 $14.93 $11.47 $10 .91 $11.75 $12.08 $14 .00 $13.57 $10.09 Classification AC Mechanic AC Mechanic Helper Ac oustical Ceilinl! Mechanic Bricklayer/Stone Mason Bricklayer/Stone Mason Helper Carpenter Carpenter Helper Concrete Fin i sher Concrete Form Builder Drywall Mechanic Drywall Helper Drywall Taper Drywall Taper Helper Electrician (Journeyman) Electrician Helper Electronic Technician Electronic Technician Helper Floor Layer (Resilient ) Floor Layer Helper Glazie r Glazier Helper Insulator Insulator Helper Labo rer Common Laborer Skilled Lather Painter Painter Helper Pipefitter Pipefitter Helper Plasterer Plasterer Helper 2008 PREVAILING WAGE RATES CONSTRUCTION INDUSTRY Hrly Rate Classification $21.69 Plumber $12 .00 Plumber Helper $15 .24 Reinforcing Steel Setter $19 .1 2 Roofer $10 .10 Roofer Helper $16 .23 Sheet Metal Worker $11.91 Sheet Metal Worker Helper $13.49 Sprinkler System Installer $13.12 Sprinkler Svstem Installer Helper $14.62 Steel Worker Structural $10 .91 Concrete Pump Crane , Clamsheel , Backhoe, Derrick, D'Line $13.00 Shovel $9.00 Forklift $20.20 Front End Loader $14.43 Truck Dri ver $19.86 Welder $12 .00 Welder Helper $20 .00 $13 .00 $18.00 $13.00 $14.78 $11.25 $10,27 $13. 18 $16.10 $14.83 $8 .00 $18 .85 $12.83 $17 .2 5 $12.25 Hrly Rate $20.43 $14.90 $10.00 $14 .00 $10.00 $16.96 $12 .31 $18 .00 $9 .00 $17 .43 $20.50 $17.76 $12.63 $10.50 $14.91 $16.06 $9 .75 --. " ........... " WATER DETAILS FIGURE mLE WTR-001A 1-inch Water Service Detail WTR-001B 1-1/2-inch & 2-inch Water Service Detail \VTR-002 Gate Valve & Box WTR-003 Valve Stem Extension WTR-003A Operating Nut Riser (for Laroe Valve Installations) WTR-004 Gate Valve Concrete Collar WTR-005 Vault Detail for 16" and Laraer Gate Valves WTR-006 Standard Fire Hydrant WTR-007 Tvoical Rina Connection WTR-008 Horizontal Blockino WTR-009 Concrete Cradle WTR-010 Examole A -Vertical Tie-Down Block WTR-011 Example B -Vertical Tie-Down Block WTR-012 Access Manhole WTR-013 1" Combination Air and Vacuum Release Valve · WTR-014 2" & 3" Combination Air ahd Vacuum Release Valve WTR-015 Standard Blow-off into 4' Diameter Sump Manhole WTR-016 Concrete Encasement WTR-017 Casino Details WTR-018 Sanitarv Sewer Pipe Replacement WTR-019 Sanitarv Sewer Pipe Trench Crossing WTR-020 Combination 1" Air Release Valve and 1" Pitot Connection WTR-021 End Pluo Chlorination Blowoff and Sampling Point WTR-022 Standard Cleaning Wye WTR-023 Cleaning Wye Detail for Looped and Non-Looped System 12" and Under WTR-024 Combination Turbine Meter Vault Installation with Bypass (Sheets 1 and 2) WTR-025 Water Samolin!i Station WTR-026 Class 'A' Standard Plastic Meter Box(%" & 1" Meters) ·wrR-027 Class 'B' Standard Plastic Meter Box (1W' & 2" Meters) · WTR-028 Class 'C' Standard Plastic Meter Box (2 -%" Meters) WTR-029 Water and Sanitary Sewer Embedment and Backfill Details WTR-030 Typical Main Bv-pass Lavout WTR-031 T emporarv Service Connection WTR-032 Intersection & Driveway Approach Crossino for Temporary Water Service WTR-033 Butterfly Valve WTR-034 Proiect Sion -4'x8' (for C.I.P. Proiects) WTR-035 Proiect Sion -4'x4' WTR-036 Water Marker Pole ~I ::J I ~ Ei I a. 0 a::: a. SIDEWALK WATER MAIN BEHIND CURB E1-17 MATERIAL E2-17 CONSTRUCTION CURB PAVEMENT : ~ 0 •1 ~ SERVICE LINE FOR l l"'l ~ WATER MAIN ON OPPOSITE SIDE -~~-----~-------------\_ SERV: ~INE] ~.::;:::: 0:: \ :,_ ---------- "~ MATERIAL LIST "~ ""::--.. ,_ '::::: WATER ~AIN · IN STREET . @ STANDARD CORPORATION @ BLUE VINYL TAPE, .3" WIDE, 6" ABOVE GROUND © STANDARD CURB STOP & 90' ELBOW @ AREA TO BE BACKFILLED WITH SAND CITY OF FORT WORTH, TEXAS ONE-INCH WATER SERVICE DETAIL DATE: FEB. 2009 WTR-001A { WATER MAIN IN STREET El-17 MATERIAL E2-17 CONSTRUCTION © STANDARD CORPORATION FLARE CONNECTION TO CORPORATION COPPER TUBING (TYPE K) FLARE CONNECTION & 90" ELBOW ANGLE VALVE (FEMALE I.P . TO FLG.) : ~ 0 ::E ,_ -z l'J-::E © ® WATER MAIN BEHIND CURB . . ,-:::1: :-~ ® BRONZE METER FLANGE © ® CD BRONZE METER FLANGE (FLG . TO M.I.P.) BRONZE METER FLANGE HORIZONTAL TYPE CHECK VALVE (FEM. I.P . TO FEM. 1.P.) EQUAL TO CRANE NO . 20 COMPLETE WITH PIPE PLUG . Q) 10 MIL. BLUE VINYL TAPE 3" WIDE, END OF SERVICE TO 6" ABOVE GROUND. CITY OF FORT WORTH, TEXAS DATE: FEB. 2009 1-1/2 & 2-INCH WATER SERVICE DETAIL WTR-001B NOTE: PAVEMENT OR OTHER SURFACE MATERIAL DETAIL PERTAINS Tb ALL GATE VALVE SIZES 4" THRU 12" OR LARGER , AS DIREC TED . E1-10 MATER IAL E2-10 CONSTRUCTION r=, I I .J..--1.. ... _,, __ I I I . I I I I I I CONCRETE COL~ PER DETAIL WTR-004 '----"-----IF VALVE OPERATING NUT IS MORE THAN 3' BELOW PAVEMENT SURFACE, PROVIDE EXTENSION STEM TO 1' BELOW PAVEMENT SURFACE. (SEE DETAIL WTR-003) n---MCK INLEY IRON AND STEEL CO., NO . Y85 THREE PIECE VAL VE BOX OR APPROVED EQUAL. ~--GATE VALVE TORQUE BOLTS PRIOR TO BACKF ILL CITY OF FORT WORTH, TEXAS GATE VALVE AND BOX DATE: FEB. 2009 WTR-002 L LI ~ L 2" 21 SQUARE STOCK W/ 1" DIA. HOLE DRILLED THROUGH. 2".111 SQUARE STOCK W/ DIA. HOLE DRILLED . THROUGH . 2~"~ TUBING W/ Xi" THICK WALL Ja"x45" CHAMFER t VARIES 2 -.~ -0 NOTES : 1 . 1" ROUND SOLID BAR & 2" SQUARE PER ATSM A-108-81, SAE 1020, COLD DRAWN OR BETIER. 2. V2 " TUBING PER ATSM A-512-79, SAE 1020, COLD DRAWN OR BETIER. 3 . ALL WELDS SHALL COMPLY WITH A.W.S : CODE FOR PROCEDURE, APPEARANCE. AND QUALITY OF WELDS . CITY OF FORT WORTH, TEXAS VAL VE STEM EXTENSION DATE: FEB. 2009 WTR-003 a:: w (/J a:: I-::, z (.!) z F <t: a:: w a.. 0 I-::, 0 i!: :: ::::E :::, ::::E x <t: ::::E I-z w ::::E w (.) < ...J a.. 0::: 0 LL.. >< <t: ::::E .t') (/) w a:: ~ :r: I-c., z w ...J z 0 Vi z w I-x · w z oz I-Q :::, (/J zZ u... I:!:! 0X w 0.. a:: Ow I-(/J LL.. a:: 0 I-w w LL.. co >-a:: w >, w Cl w a:: 5 0 w a:: (.!) z D <t'. a:: OJ ...J <t: z 0 I= 5 Cl <t: * .. · ..... · .. . : .. ·...... . 2" X 2" X 2" OPERATING NUT PER AWWA SPECS . *C-500 . ,d '4 .~ ... :.. .·~ : . ·~. ... ~ . . . . ,' . . .· .a ~. ...... ---........ --1---.....-----. ·: .. : ,•, .. ·~ .. :. : L · . .-.- ·. . ... ~ ,, ~ .... .. . : .. : . .. •, .. ...... · ... <I , . .... . •.. <I ·, . ~ ', .. . • . * TRENCH JACKS ;, ., ., 6" MIN. CITY OF FORT WORTH, TEXAS OPERA TING NUT RISER (FOR LARGE VALVE INSTALLATIONS) ·., .. . · .. . . ~ <I · .... <IA 1" DIA. SOLID STOCK {SEE WTR-003) 2)f X 2)f X 2)f SQUARE STOCK WITH 2" x 2" INSIDE CAVITY PER AWWA SPECS . *C-500 * ADDITIONAL BRACING REQUIRED FOR EVERY EIGHT (8) VERTICAL FEET OF OPERATING NUT RISER. OATE: FEB. 2009 WTR-003A COLLAR CONFIGURATION FOR PAVED AREA A L 4000 PSI CONCRETE 8-#4 REBARS TYP. CASE 1 CASE 2 CASE 1 COLLAR SHALL EXTEND TO TOP OF 2: 27 CONCRETE (REBAR REQUIRED) CASE 2 COLLAR SHALL BE 8" THICK (REBAR REQUIRED) E1-20, E1-21 MATERIAL E2-20, E2-21 CONSTRUCTION ... .. 2·-0" SECTION A-A COLLAR CONFIGURATION fOR UNPAVED AREA A J 3" TYP . 0 I .N *" CHAMFER (TYP.) G) REBAR SHALL BE PLACED 3" MIN. FROM TOP AND BOTTOM OF CONCRETE COLLAR. CITY OF FORT WORTH, TEXAS DATE: FEB. 4009 GATE VALVE CONCRETE COLLAR WTR-004 A 'w Cl. a: u.. 0 Cl. g ~ E1-14 MATERIAL E2-14 CONSTRUC TI ON SECTION A-A GATE DIMENSION TABLE VM.VE SIZE A B C D E F G 16" ..ws· 48" 12" 10· 24" 12· 16" 18" 5 1%" 40• 12· 12· 24" 12· 16" 20· 55!1,• 54• 12· 12· 24" 16" 20· 24" 6-4%" 60" 16" 14" 30" 16" 24" 30" eo'l1." 66" 16" 1a• 30" 20· 30" 36" 9ol!a· 72" 18" 18" 35• 24" 35• 42" ,om· 71!{' 24" 20· 35• 30" 42" 46" 121%· 90• 24" 26" 42" 35• 48" 54• 1~· 102· 24" 32" 45• 40" 54• DIMENSIONS ARE BASED ON AMERICAN DAR LIN G VAL VE ANO MfG. CO. ORA'MNG ·NO. 6397, DAlED 3-2-59, REVISED 5-1 1-70. 16" GATE VALVE DIMENSIONS ARE BASED ON CATALOG NO. 10, PAGES 20 AND 22. 5<4" GATE VALVE DIMENSIONS ARE BASED ON DRAWING NO. 92-12158, DATED 12-13-70. t:ONCRETE TOP VIEW, LESS MANHOLE COVER AND RIM INSTALLATION GRANULAR EMBEDMENT {TO TOP OF PIPE) NO . 4 BARS , 12" C-C BOTH WAYS IN 2500# CONCRETE * 2" COVER (TYP .) CITY OF FORT WORTH, TEXAS VAULT DETAIL A NOTES: 1.32" FORT WORTH STANDARD HINGED LID WITH THE WORD · "WATER" CAST IN 2-INCH LETTERS PER SAN-009 AND WTR -012 . USE BILCO 30"x30" TYPE HLC ACCESS HATCH IN HIGH TRAFFIC AREAS. 2. VALVE VAULT SIDE WALLS SHALL BE PRECAST RE INFORCED CONCRETE PIPE OF THE TONGUE AND GROOVE DESIGN, MEETING THE REQUIREMENTS OF A.S.T.M. C-76. CLASS Ill, OR EQUAL·, USING RAM-NEK PLASTIC SEAL , OR POURED-IN-PLACE 2500# REINFORCED CONCRETE WITH 8" WALLS . CONCRETE WALLS SHALL BE REINFORCED . WITH #4 CIRCULAR BARS, SPACED 6" C-C HORIZONTALLY AND 6" C-C VERTICALLY. POURED-IN-PLACE CONCRETE MUST HA VE "FIRST SURF ACE RUBBING" AS SPECIFIED IN E2...:.14.15b (1) OF THE GENERAL CONTRACT DOCUMENTS AND SPECIFICATIONS. 3 . PROVIDE CORPORATION AND CURB STOPS A MAXIMUM OF 12" FROM EACH END OF GATE VALVE, AS SHOWN . CORPORATION AND CURB STOP SIZES SHALL BE 1" FOR 16 ", 20", AND 24" PIPE NOMINAL DIAMETERS; 2" FOR 30" AND LARGER DIAMETERS . 2'' TAPS SHALL BE C.C . THREAD WITH FLARE. WITH INSULATED ADAPTOR KIT. COPPER RISERS SHALL BE PROVIDED BETWEEN THE .CORPORATION AND CURB STOPS . CURB STOPS SHALL BE INSTALLED AT AN ELEVATION 12 " ABOVE THE TOP SURFACE OF VAULT BOTTOM SLAB . 4. GROUT WITH MORTAR. 5. BY-PASS VALVE NOT REQUIRED FOR RESILIENT WEDGE GA TE VALVE.· DATE : FEB .. 2009 FOR 16" AND LARGER GATE VALVES WTR-005 CONCRETE--i--. BLOCKING 6" LEAD FROM MAINS EXISTING OR PROPOSED CURB BOTIOM REST CONCRETE BLOCKING EXERCISE CARE TO AVOID PLUGGING DRAIN HOLE WITH CONCRETE 18" MINIMUM FROM GROUND, PER FIRE DEPT. FIRE HYDRANT TO BE SET PLUMB PAVEMENT .OR OTHER SURFACE BREAKER RING w/ 1 BREAKER STEM M.J ANCHOR TEE OR M.J. ANCHOR COUPLING E1-12 MATERIAL E2712 CONSTRUCTION 6" FIRE HYDRANT -<f LEAD LINE n _ PARKWAY io t-f=_,,,.,-EXTENSION BARREi:. AND STEM FOR EXTRA BURY DEPTH IF NECESSARY i'--1-+++--MINIMUM .7 C.F. GRAVEL PROPORTIONALLY AROUND BASE ~-'I-ti--__L,~~coNCRETE ~-----....._u,._ BLOCKING CITY OF FORT WORTH, TEXAS STANDARD FIRE HYDRANT 12"x12"x6" CONCRETE BLOCKING DATE: FEB. 2009 WTR-006 90' BEND, ROTATE DOWN OR UP AS NECESSARY NOTE: PROVIDE VERTICAL TIE DOWN BLOCK AS NECE~SARY 90' BEND, ROTATE AS NECESSARY E2-25 CONSTRUCTION foRT .rllTII M.J. TEE WITH M.J. ANCHOR COUPLING, ANCHOR TEE OR FLANGE OUTLET w/ BRANCH ON 0% GRADE WATER MAIN ----+·--- ".:>t<:=---RESTRAINED GATE VALVE ,__ RING CONNECTION LEAD SAME SIZE AS SMALLER MAIN M.J. TEE WITH M.J. ANCHOR COUPLING, ANCHOR TEE OR FLANGE OU1LET w/ BRANCH . ON 0% GRADE WATER MAIN MIN . MIN. E~EVATION CITY OF FORT WORTH, TEXAS · TYPICAL RING CONNECTION NOTE: WATER MAIN OVER OR UNDER AS THE CASE MAY BE M.J . TEE WITH M.J. ANCHOR COUPLING, ANCHOR TEE OR FLANGE OUTLET w/ BRANCH ON 0% GRADE M.J. TEE WITH M.J. ANCHOR COUPLING, ANCHOR TEE OR FLANGE OUTLET w/ BRANCH ON 0% GRADE PROVIDE VERTICAL & HORIZONTAL BLOCKING AS NECESSARY OR REQUIRED DATE: FEB. 2009 ··WTR-007 NOTE: BEARING AREAS SHOWN ARE BASED ON 150 P.S.I.G TEST . PRESSURE AND 3000 P.S.F. SOIL BEARING VALUE. 3000 PSI CONCRETE (TYP .) * DIMENSION "X" MAY VARY IF NECESSARY TO PROVIDE BEARING AGAINST UNDISTURBED TRENCH WALL HORIZONTAL BLOCKING TABLE PIPE "X" 11.25' 22 .5" 45' 90' SIZE (FT .) II Alt MIN . MAX "B" MIN. MAX "c" MIN . MAX "D,, MIN. AREA VOL AREA VOL AREA VOL AREA 4" 1.0 0.90 0.80 0.05 0.95 0.90 0.05 0.95 0.90 0.05 0.91 0.82 6" 1.5 0.90 0.80 0.05 0.95 0.90 0.05 1.05 1.:10 0.05 1.73 1.99 8" 1.5 0.90 0.80 0.05 0.95 0.90 0.05 1.41 2.00 0.05 1.86 3.47 10· 1.5 0.90 0.80 0.05 1.26 1.60 0.05 · 1.79 3.20 0.10 2.18 5.62 12· 1.5 1.10 1.20 0.05 1.48 2.30 0.10 2.14 4.50 0.20 2.83 8.00 16 " 2.0 1.41 2.00 0.10 2.00 4.00 0.10 2.83 8.00 0.40 3.75 14.10 20~ 2.0 1.77 3.10 0.20 2.54 6.20 0.30 3.52 12 .40 0.60 4.70 22 .00 24 " 2.0 2.14 4.50 0.25 3.00 9.0Q 0.50 4.25 18.10 0.95 5.65 32 .00 30" 2.5 2.66 7.10 0.55 3.78 14.20 1.00 5.30 28.20 1.75 7.05 49.80 36" 2.5 3 .33 10.00 0.75 4.50 · 20.40 1.40 6.36 40.80 2.65 8.50 72.00 42 " 3.0 3 .72 13.80 1.20 5.25 27.60 2.20 7.41 55 .30 4.10 9.90 97.50 48 " 3.0 4.38 18.30 1.60 6.00 36 .00 2.90 8.48 72 .00 5.40 11.14 126.50 54" 4.0 4.0 22 .50 4.0 6.70 45 .00 7.00 9.40 88.00 10.00 13.00 162.00 NOTES: MAX VOL 0.05 0.05 0.10 ·0.20 0.30 0.6~ 1.15 1.85 3 .40 5.10 7.90 10.40 16 .00 MINIMUM AREAS SHOWN ARE IN SQUARE FEET . VOLUMES SHOWN ARE IN CUBIC YARDS. VERTICAL DIMENSIONS OF ALL BLOCK BEARING AREAS SHALL BE IDEN TICAL TO THE HORIZONTAL DIMENSION SHOWN . E1-20 MATERIAL E2-20 CONSTRUCT ION CITY OF FORT WORTH, TEXAS HORIZONTAL BLOCKING TEE & PLUG "E" MIN . MAX AREA VOL 1,16 0.58 0.05 1.19 1.41 0.05 1.57 2.46 0.10 1.99 3.98 0.15 2.38 5 .56 0.20 3.16 10.00 0.50 3.94 15 .55 0.75 4.76 22 .60 1.05 5.91 35.33 2.10 7 .20 51 .00 2.95 8.30 69 .00 4.75 9.50 90.03 6.15 10 .70 115.00 12.00 DATE: FEB. 2009 WTR-008 . 3000 PSI CONCRE1E BELL-BELL BEND 11'-o"I -JTYP.I TRENCH WIDTH : 1. PIPE 24" I.D . AND SMALLER = 24" OR O.D. + 12'' WHICHEVER IS GREATER. 2 . PIPE LARGER THAN 24" = O.D. OF PIPE + 18". 3 . CRADLE SHALL EXTEND A MIN. OF 6~ BEYOND EACH SIDE OF PIPE. J_ RUBBER GASKET JOINT BELL-BELL BEND 3000 PSI CONCRETE KEEP A MIN. OF 1'-0" CLEARANCE BETWEEN CONCRETE AND JOINTS OR BOLTS ON C.I. PIPE, OR IN EXCESS OF 1'-0" AS DETAILED . E1-20 MATERIAL E2-20 CONSTRUCTION MECHANICAL JOINT MAIN -. ----~- BELL AND . SPIGOT JOINT CITY GF FORT WORTH ; TEXAS· CONCRETE CRADLE NOTE :· WHEN CRADLE IS SHOWN OR SPECIFIED FOR INSTALLATION ON CONCRETE PIPE, THE FULL JOINT LENGTH OF THE PIPE OR FITIING SHALL BE CRADLED. DATE:. FEB'. 2009 .WTR-009 CLASS "8" (2500 PSI) CONCRETE NOTE: KEEP CONCRETE CLEAR OF PIPE JOINTS AND BOLTS WRAP PIPE WITH 15# ROOFING FELT FORM .AS NECESSARY 6 ........ z e,. ~ ~ 8 w ::::; < 0 ...J <{ z ~ 10 0 z w a. a: 12 *VOL. REQ'D. (C.F.) A (FT.) B (FT.) C (FT.) *VOL. REQ'D . (C.F.) A (FT.) B (FT.) C (FT.) *VOL . REQ 'D. (C.F .) A (FT.) B (FT.) C (FT.) *VOL. REQ'D. (C.F.) A (FT.) B (FT.) C (FT.) 90' 39.99 2 .50 4 .00 4.00 71.09 2 .83 5.00 5.00 111 .07 3.25 5 .9b 5.90 159.94 4 .17 6.20 6 .20 BENDS 45' 22.5'. 21.64 11 .03 1.42 1.00 3.88 3 .36 3.88 3.36 38.47 19.61 1.67 1.50 4 .80 3.66 4.80 3.66 60.11 30.65 1.92 1.75 5 .60 4.25 5 .60 4 .25 86.56 44.13 2 .42 1.42 6 .00 5.54 6.00 5 .54 *VOLUME CALCULATED ON THE BASIS OF CONCRETE REACTING 11.25' 5 .54 0 .75 2.75 2 .75 9.85 1.00 3.20 3.20 15.40 1.50 3 .25 3.25 22.17 1.25 4.20 4.20 THRUST ON THE RESPECTIVE BENDS UNDER AN INTERNAL PRESSURE E1-20 MATERIAL E2-20 CONSTRUC TION OF 150 PSIG AT THE RATE OF 150 LB . WT . PER CUBIC FEET OF CONCRETE. CITY OF FORT WORTH, TEXAS EXAMPLE A VERTICAL TIE-DOWN BLOCK DATE: FEB. 2009 WTR-010 NOTE : KEEP CONCRETE CLEAR OF PIPE JOINTS AND BOLTS. E1-20 MATERIAL E2-20 CONSTRUCTION CITY OF FORT WORTH, TEXAS #4 BAR STEEL STRAPS IN VARIABLE QUANTITY DEPENDING ON THRUST NOTE : FORM AS NECESSARY 2500# CONCRETE DIMENSIONS WILL BE SPECIFIED ON PLANS OR DIRECTED BY ENGINEER. DATE: FEB. 2009 · EXAMPLE B VERTICAL TIE-DOWN BLOCK , WTR-011 i --J~ ___ 2_·-_0_"~ 4 _·-~o-"_2_·-_o_"---i~i-- i:o 0 I ':.t- MANHOLE COVER LEmRING ("WATER") TO BE 2-INCH 30" MANHOLE FRAME, COVER, GRADE RINGS AND CONCRETE COLLAR PER SAN..:..oog WITH "WATER " CAST IN LID. 2500 PSI CONCRETE, 4' --t;a.,.;~~ PLAN 2" C.C. THREAD PLUG ON ~ OF CARRIER PIPE M.H .. BARS ''T'' 9" C-C .,.........., ______ ...,._..., RAMNEK (TYP .) BARS #4 @ 12" C-C BARS #4 @ 9" C-C BARS #4 @ 18" C-C WRAP PIPE WITH FORM AND FILL VOID WITH 2500 PSI CONCRETE CASING PIPE CARRIER PIPE (24" MIN .) GASKET BRONZE NUT NECESSARY LENGTHS OF 48" . REINFORCED CONCRETE PIPE A.S .T.M. C 76, CLASS Ill OR EQUAL TO BE SET ON VAULT WALLS . SEAL JOINTS WITH CONCRETE . PREMOLD MATERIAL 1=-==~~='=l===:!:!::=l:=:!:!::==l==l=====#==6::.. WRAP PIPE WITH PREMOLD MATERIAL CARRIER PIPE . #4 BARS DOWELS @ 18" C-C ALL AROUND EXCEPT IN WAY OF PIPE 8" THICK FLOOR SLAB 3000 PSI CONCRETE #4 BARS @ 8" BOTH WAYS E1-20 MATERIAL E2-20 CONSTRUCTION SECTION * FOR 36" AND ABOVE AS DIRECTED. CITY OF FORT WORTH, TEXAS ACCESS MANHOLE DATE: SEPT. 2008 WTR-012 30" MANHOLE FRAME, COVER, GRADE RINGS AND CONCRETE COLLAR PER SAN-009 AND WTR-012 WITH "WATER" CAST IN LID. E1-11 MATERIAL E2-11 CONSTRUCTION 1" COPPER (D 1" AIR RELEASE VALVE, 2 EA. CLOSE NIPPLES, 2 EA. 12" LENGTH COPPER OR BRASS RISERS, 2 EA . GATE VALVES, AND 1 EA. TEE. . Q) L 1~" x 1~" x ~" x 46" WITH 1 EA . 18 11 DIA. U-CLAMP. EACH END OF ANGLE TO BE BOLTED TO FLOOR SLAB WITH ~" LAG BOLTS . ANGLE TO BE TREATED WITH 2 COATS OF PRIMER PRIOR TO INSTALLATION . . Q) 12" OR 16" WATER MAIN WITH THREADED INSULATOR TAP. NOTE: REFER TO DETAIL WTR-014 AND WTR-0 ·15 FOR VAULT MATERIALS AND DIMENSIONS. CITY OF FORT WORTH, TEXAS 1 II COMl;:SINATION AIR AND VACUUM RELEASE VALVE LOCK BOX · DATE: FEB. 2009 WTR-013 0) ® @ © @ ® E1-11 MATERIAL (J) E2-11 CONSTRUCTION LOCK BOX MATERIALS 30" STD . MANHOLE FRAME , COVER AND CONCRETE COLLAR PER SAN-009 WITH "WATER" CAST IN LID (2-INCH LETTER ING). MORTAR, REF. E1 -20 SHAPE TO SLAB EDGE . TOP & BOTIOM SLABS , CLASS 'F' (4000 PSI) CONCRETE W/ #6 BARS SPACED 6" C/C EACH WAY . STEEL BAR COVER z12 " ± 12 " FROM BOTTOM OF EACH SLAB. POLYURETHANE CUSHION PAD-5'x7' MIN . WATER MAIN WITH FLANGE ACCESS AS APPLICABLE . COMBINATION AIR & VACUUM RELEASE VALVE, CLOSE NIPPLES , TEE, 2 EA . GATE VALVES . NIPPLES TO CONFORM TO E1 -9.4 2" COPPER WITH FLARE BEND FITTINGS ; 3" DUCTILE IRON WI TH M.J . FITTI NGS . CITY OF FORT WORTH , TEXAS 2" & 3" COMBINATION AIR AND VACUUM RELEASE VALVE DATE: F!;=B. 2009 WTR-014 FLANGE x FLANG GATE VALVE 2500 PSI CONCRETE SUPPORT 16" DIA. 6" MIN. G) SEAL PIPE TO WALL HOLE CUT-OUT WITH NON-SHRINK MORTAR EQUAL TO 1 PART ALCRETE . 1 PA~T CEMENT. 6 PARTS SAND. 0 DETAILS OF CONSTRUCTION SHALL CONFORM TO FIGURES SAN-009 & WTR-012 . @ CLASS 'F' (4000 PSI) CONCRETE WITH NO. 6 STEEL BARS SPACED 6" c/c EACH WAY. STEEL BAR COVER TO BE 2" MIN ., 3u MAX . FROM BOTIOM OF TOP SLAB AND FROM TOP OF FLOOR SLAB. El-20 MATERIAL © A SWIVEL TEE OUTLET & M.J. x M.J . VALVE CAN BE USED WITH THE APPROVAL E2-20 CONSTRUCTION OF THE ENGINEER . CITY OF FORT WORTH, TEXAS STANDARD BLOW-OFF INTO 4' DIAMETER SUMP MANHOLE DATE: FEB. 2009 WTR-015 EXISTING SURFACE El-7 MATERIAL E2-7 CONSTRUCTION @ © BACKFILL AS APPROPRIATE 6" MIN . DIMENSION . 6" MAX. FOR PAY PURPOSES WHEN BID PER CUBIC YARD. @ 6" MIN. DIMENSION. MAX . FOR PAY PURPOSES SHALL BE 6" ON MAINS 24" AND SMALLER, 9" ON MAINS 30" AND LARGER WHEN BID PER CUBIC YARD. 4" MIN. DIMENSION . 4" MAX . FOR PAY PURPOSES WHEN BID PER CUBIC YARD .. CLASS 'E' (1500 PSI) CONCRETE. CONCRETE ENCASEMENT SHALL STOP 1' EITHER SIDE OF JOINT, AND WHEN ENCASING CONCRETE PRESSURE PIPE , FULL LENGTHS OF PIPE SHALL BE ENCASED, JO INTS EXCLUDED. CITY OF FORT WORTH, TEXAS CONCRETE ENCASEMENT DATE: FEB. 2009 WTR-016 NOTE : ALL PIPE SHALL BE LAID TO GRADE AS .SHOWN ON THE PLANS. CARRIER PIPE VARIOUS TYPES OF . CASING PIPE MAY BE USED, CONCRETE OR STEEL LINER PIPE AS PERMITTED · BY THE .PLANS AND SPECIFICATIONS .. NOTE: ALL PIPE SHALL BE LA ID TO GRADE AS SHOWN ON THE PLANS . . CARRIER PIPE VARIOUS TYPES OF CASING PIPE MAY BE USED, CONCRETE OR STEEL LINER PIPE AS PERMITTED BY THE PLANS AND SPECIFICATIONS . E1-15 MATERIAL E2-15 CONSTRUCTION TUNNELED SECTION OPEN CUT OR BORED SECTION CITY OF FORT WORTH , TEXAS CASING DETAILS TUNNEL LINER OR CASING PIPE AS REQUIRED . WATER LINES SHALL BE SECURED BY CASING SPACERS PER APPROVED PRODUCT LIST. NOTE : ADEQUATE SK IDS SHALL BE FURNISHED AND INSTALLED BY THE CONTRACTOR AS NECESSARY TO FACILITATE INSTALLATION OF CARRIER PIPE. CASI NG PIPE WATER LINES SHALL BE SECURED BY CASING SPACERS . MIN. (3) SPACERS PER JO INT OF PIPE. MAX. 6' BETWEEN SP AGERS. NOTE : ADEQUATE SKIDS SHALL BE FURN ISHED AND INSTALLED BY THE CONTRACTOR AS NECESSARY TO FACILITATE INSTA LLATION OF CARRIER PIPE. . I ' •" DAT~: ~EB. 2009 .· ·. · WTR-017 PROPOSED WATER MAIN CD VARIABLE TRENCH WIDTH . PIPE LENGTH SHALL BE MEASURED AS STANDARD TRENCH WIDTH, (REF . E2-2.16), PLUS FOUR FEET (4'). NO JOINTS WILL BE ALLOWED WITHIN THIS DIMENSION. A MINIMUM BEARING OF 24" SHALL BE REQUIRED ON EACH SIDE OF THE TRENCH. 0 SEWER LINES LESS THAN TWELVE INCHES (12") IN DIAMETER SHALL BE REPLACED WITH CLASS 150 CAST IRON PIPE. THE JOINING OF DUCTILE IRON PIPE WITH PROTECTOR 401 INTERIOR COATING A.W.W .A. @ C-900, CONCRETE PIPE OR SDR-26, AS DIRECTED BY THE .ENGINEER, SHALL BE MADE WITH URETHANE OR NEOPRENE COUPLING ASTM C-425 SERIES 300 STAINLESS STEEL COMPRESSION STRAPS OR WITH APPROVED ADAPTORS. © THE MINIMUM CLEARANCE OF SEWER TO WATER LINES SHALL BE EIGHTEEN INCHES (18"). E1-7 MATERIAL E2-2 CONSTRUCTION CITY OF FORT WORTH, TEXAS SANITARY SEWER PIPE REPLACEMENT DATE: FEB . 2009 WTR-018 · EXISTING SURFACE 1~" TYP. lrJ" TYP . EXISTING SEWER LINE ,. __ #6 GAUGE WELDED WIRE MESH, LENGTH OF -ENCASEMENT MINUS 3" OUTSIDE DIAMETER OF BELL 12" C/C TYP . ,~ .. D PROPOSED WATER MAIN -SECTION A-A CD VARIABLE TRENCH WIDTH. CLASS 'B' (2500 PSI) REINFORCED CONCRETE SUPPORT BEAM AND ENCASEMENT LENGTH SHALL BE MEASURED AS THE STANDARD TRENCH WIDTH, (REF. E2-2.16), PLUS FOUR FEET (4'). A MINIMUM BEARING OF 24" ON UNDISTURBED EARTH SHALL -BE REQUIRED ON EACH SIDE OF THE TRENCH . @ CLASS '8' (2500 PSI) REINFORCED CONCRETE SHALL BE USED IN CONSTRUCTION OF -A SUPPORT BEAM AND ENCASEMENT FOR SEWER LINES TWELVE INCHES (12") DIAMETER AND LARGER . SEWER LINES LESS THAN TWELVE INCHES (12") DIAMETER, WITH EXCEPTION OF SEWER SERVICE LINES, SHALL BE REPLACED BY DUCTILE IRON PIPE OR SDR 26 OR SUPPORTED BY AFOREMENTIONED CONCRETE ENCASEMENT. El-20 MATERIAL E2-20 CONSTRUCTION CITY OF FORT WORTH, TEXAS SANITARY SEWER PIPE TRENCH CROSSING DATE: FEB. 2009 wtR-019 N01E: IN LIEU OF PRE-CAST CONCRElE MANHOLE PIPE POURED IN PLACE 2500 PSI CONCRETE MANHOLES WITH B" WAL LS, AND #4 'BARS 6" C-C EACH WAY MAY BE USED. 30" MANHO LE FRAME, COVER ~ AND CONCRETE COLLAR PER SAN -009, WTR-012 WITH "WATER" (2" LETTERING) CAST IN LID. . ... ... .. • .. C.C. THREAD w/FLARE END WATER MAIN -------- . . . : .. . . •. . ..... :·· '\, ·.. . .... ',• . ..... · . . .. .. ,. . .. NOTE : SEE WTR-013 AND WTR -014 FOR AIR RELEASE DETAIL . NOTE: FOR 2" OR 3" AIR RELEASE VA LVE PROVIDE REDUCER TO RECEIVE A 1" CORPORAT ION COC K. E1-11 MATERIAL E2-11 CONSTRUCT ION CITY OF FORT WORTH, TEXAS COMBINATION 1" AIR RELEASE VALVE AND 1" PITOT CONNECTION DATE : FEB. 2009 WTR-020 2"x*" BUSHING & *" SAMPLING TAP ·x ~~ ~-~ 'o= ,o "c,i~ E2-24 CONSTRUCTION .,. NOTE: ~ 2" GATE VALVE 2" SHORT NIPPLE 2" 1ff t------;-AfTER STERILIZATION REMOVE PIPING AND INSTALL PLUG 2" COUPLING TO BE PLUGGED W/ 2" C.I. PLUG AFTER SAMPLING CONCRETE BLOCKING PER DETAIL WTR-008 CHLORINATION BLOWOFF AND SAMPLE POINT FOR DEADEND WATER PIPING . CONTRACTOR IS TO FURNISH ALL LABOR AND MATERIALS. MATERIAL WILL BE RE MOVED AND RETAINED BY THE CONTRACTOR AFTER SATISFACTORY SAMPLES HAVE BEEN OBTAINED. * FOR SHORT STUB OUTS OF 6" AND 8" {50' OR L~SS). · · · CITYOF FORT WORTH, TEXAS DATE: FEB. 2009 foRT,RTH END PLUG CHLORINATION BLOWOFF AND SAMPLING POINT . WTR-021 @ NOTES: 6" BLIND FLANGE TAPPED 2" WITH 2" BRASS PLUG WITH C.C. THREAD. 125# PATTERN BLIND FLANGE DRILLED AND TAPPED FOR 6" BLIND FLANGE. £" BLIND FLANGE ATTACHED WITH BRONZE SOL TS. GASKETS SHALL BE FULL FACED AS OTHERWISE REQUIRED IN E 2-4. LlnlNG LUGS SHALL BE PROVIDED IN QUANTITIES SUFFICIENT TO LOFT AND HANDLE THE FLANGE AS A BALANCED LOAD. © ATTACH THE 125# PATTERN BLIND FLANGE WITH STEEL BOLTS AND BRONZE NUTS THEN COVER WITH CEMENT GROUT AFTER INSTALLATION. ® ® 0 125# PATTERN FLANGE, UNLESS REQUIRED OTHERWISE. FLANGES AND BLIND FLANGES TO BE DESIGNED TO WITHSTAND PRESSURE RATING OF PIPE. W':fE BRANCH TO BE ONE SIZE LARGER THAN, BUT TAPER ED TO STANDARD RUN NORMAL DIAMETER UNLESS OTHERWISE SPECIFIED. ST AND ARD RUN DIAMElER E1-4 MATERIAL E2-4 CONSTRUCTION CITY OF FORT WORTH, TEXAS STANDARD CLEANING WYE DATE: FEB. 2009 WTR-022 FLOW E1-7 MATERIAL LOOPED SYSTEM EXTEND -PIPE RISER __ _,,, ABOVE GROUND LEVEL SLEEVE EXISTING GATE VALVE 1. INSTALL M.J. WYE AT END OF IMPROVEMENTS . 2. RECONNECT TO EXISTING USING M.J. SLEEVE. 3. AFTER CLEANING WITH POLY-PIG , REMOVE CLEANING WYE . FLOW NON-LOOPED SYSTEM EXTEND PIPE RISER --~ ABOVE GROUND LEVEL 1. INSTALL M.J. WYE AT TERMINAL END OF MAIN. 2. PLUG THE STRAIGHT RUN OF THE WYE AS SHOWN. 3. AFTER CLEANING WITH POLY-PIG , REMOVE CLEANING WYE. E2-7 CONSTRUCTION CITY OF FORT WORTH, TEXAS CLEANING WYE DETAIL FOR LOOPED AND NON-LOOPED SYSTEM 12" AND UNDER DATE: F.EB. 2009 WTR-023 3000 P.S.I. @ 28 DAY CONCRETE WITH A.S.T.M. #5 @ 12" CTR . GRADE 60 K.S.I. REINFORCEMENT 0'-9" #5 X ~5· CTR .--+-'r~:JI 2'-6" 'ii, (FOR ACCESS ~ OPENING) V VALVE BOX OPENING REQUIRED FOR VALVES 3" AND LARGER INSIDE VAULT --t~P-l--1~" CLEAR (TYP.) 1'-6" l}."fl-il::!::---#~~@ 12" CTR. 2'-6" KEYED JOINT SYMBOLS; A Tt ~RECTIO:L 1 -· OF FLOW THRUST BLOCK ® -FITTINGS AND MATERIALS UST ITEMS, (SEE SHEET N0.2) SECTION 8-8 TURBINE METER BY-PASS PIPING DIMENSIONS METER PIPE PIPE SIZE DIA. DIA . A B C D E F G H J 3" 4" 2" 13·-o· 2'-7" 2'-7" 2'-8" 8" 2'-6" 1·-0· 1'-6" 1'-6" 4" 4" 2" 13'-7~." 3'-2~" .2'-7" 2'-8" 8" 2'-5" 1'-2" 1'-6" 1·-s· 6" 6" 4" 15'-5" 4'-1~" 3'-5~" 2'-8" 1'-4" 1'-2'%" 2'-3Jfi"· .1'-6" 1'-6" 8" 8" 6" 16'-4" 4'-3" 10· 10· 6" 18'-10" 6'-3" NOTES: 1. ALL THRUST BLOCKING SHALL BE IN ACCORDANCE WITH FIGURE (9) OF THE GENERAL CONTRACT DOCUMENTS. 4'-3" 4'-9" 2'-8" 2·-0· 11%" 2·-5~-1'-6" 1'-6" 2'-8" 3'-0" 6" 3 '-5" 1'-8" 11'8" 6 . 6-INCH TURBINE METER IS THE MINIMUM METER SIZE WITH 6-INCH DIA . BY-PASS FOR FIRE PROTECTION. 2. IF VALVE OPERATING NUT IS MORE THAN (3) 7. ALL METERS INSTALLED TO BE COMBINATION FEET BELOW GROUND OR PAVING SURFACE, TYPE. PROVIDE EXTENSION STEM TO ONE-FOOT BELOW GROUND OR PAVING SURFACE. 8. WATER SAMPLING POINT FOR 3-INCH OR LARGER METERS. 3. ACCESS OPENING CENTERED OVER METER. A.) H-20 LOADING-24"x40" C.I . FRAME AND 9. WATER SAMPLING STATION-ECLIPSE NO. 88 COVER MARKED "WATER", McKINLEY (KM. OR APPROVED EQUAL. 24"x40") OR EQUAL. . B.) NON H-·20 LOADING 30"x36" STEEL SINGLE LEAF DOOR, BILCO TYPE J MODEL OR EQUAL. 6'-6" A VAULT -PLAN A 18" CONC . PIPE FOR SUMP SECTION A-A 4. CONCRETE FINISHES SHALL BE IN ACCORDANCE WITH SECTION E2-20 OF THE GENERAL CONTRACT DOCUMENTS. 5. WRAP ALL PIPING PENETRATIONS THROUGH WALL WITH 8 MIL POLYETHYLENE. CITY OF FORT WORTH, TEXAS COMBINATION TURBINE METER. VAULT INSTALLATION WITH BYPASS C DIRECTION OF FLOW bATE: FEB. 2009 WTR-024 SHEET 1 OF 2 FITIINGS A~D -MATERIALS LIST ;,_• MEIER !tlltl 2·. El~~ !. MEIER Wlltl 2· m~s g• MEIER !lJltl i• B'l'PASS a• MEiER rdltl g• El)'.e~~ Ht MEiER !llltl g• -'!'PASS CD 4--'INCH X 2-INCH BRONZE TAP 0 4-INCH X 2-INCH BRONZE TAP 0 6-INCH X 6-INCH X 4-INCH 0 8-INCH X 8-INCH >< 6-INCH 0 10-INCH X 10-INCH x 6-INCH SADDLE (DOUBLE STRAP) W/ SADDLE (DOUBLE STRAP) W/ D.I . TEE (MECHANICAL D.I . TEE (MECHANICAL D.I . TEE (MECHANICAL . CORPORATION STOP (F1.ARED) CORPORATION STOP (F1.ARED) JOINT/RETAINER GLAND) JOINT/RETAINER GLAND) JOINT /RETAINER GLAND) ® 4-INCH D.I. PIPE (CLASS 51) ® 4-INCH D.I . PIPE (CLASS 51) ® 6-INCH D.I . PIPE (CLASS 51) ® 8-INCH D.I . PIPE (CLASS 51) ® 10-INCH D.I. PIPE (CLASS 51) 0 4-INCH GATE VALVE 0 4-INCH GATE VALVE 0 • 6-'INCH GATE VALVE 0 8-INCH GATE . VALVE 0 10-INCH GATE VALVE .(MECHANICAL JOINT/RETAINER (MECHANICAL JOINT /RETAINER (MECHANICAL JOINT/RETAINER (MECHANICAL JOINT /RETAINER (MECHANICAL JOINT/RETAINER GLAND) . .. GLAND) GLAND) GLAND) _ GLAND) © 4-INCH X 3-INCH REDUCER ·· © 4-INCH 0.1 . FLANGE ADAPTER © 6-INCH D.I. FLANGE ADAPTER © 8-INCH D.I . FLANGE ADAPTER © 10-INCH D.I. FLANGE ADAPTER (MECHANICAL JOINT/P.E.) W/ ® 4-INCH TURBO-METER, FLANGE ® 6-INCH TURBO-METER W/ ® 8-INCH TURBO-METER W/ ® 10-INCH TI,JRBO-METER W/ 3-INCH D.I . FLANGED ADAPTER (PURCHASED BY CONTRACTOR STRAINER (PURCHASED BY STRAIN.ER (PURCHASED BY STRAINER •(PURCHASED BY ® 3-INCH TURBO-METER; FLANGE FROM WATER DEPT.) CONTRACTOR FROM WATER CONTRACTOR FROM WATER CONTRACTOR FROM WAiER (PURCHASED BY CONTRACTOR @ DEPT.) DEPT.) DEPT-) FROM WATER DEPT.) 4-INCH FLANGE COUPLING @ @ © 4-INCH X 3-INCH REDUCER ADAPTER 6~1NCH FLANGE COUPLING 8-INCH FLANGE COUPLING 10-INCH FLANGE COUPLING (FLANGE) 0 ADAPTER ADAPTER ADAPTER @ 4-INCH BRONZE TAP SADDLE 0 -0 0 4-INCH FLANGE COUPLING (2-INCH TAP SIZE), 2-INCH 6-INCH BRONZE TAP SADDLE 8-INCH BRONZE TAP SADDLE 10-INCH BRONZE i AP SADDLE ADAPTER DIA . BRASS NIPPLE {2-INCH TAF' SIZE), 2-INCH (2-INCH TAP SIZE), 2-INCH (2-INCH TAP SllE), 2 -INCH 0 (THREADED), 2-INCH BRASS DIA. BRASS NIPPLE DIA. BRASS NIPPLE DIA. BRASS NIPPLE 4-INCH BRONZE TAP SADDLE GATE VALVE (THREADED) AND (THREADED), 2-INCH BRASS (THREADE~ 2-INCH BRASS (THREADE~ 2-INCH BRASS (2-INCH TAP SIZE). 2-INCH 2-INCH BRASS PLUG GATE VALVE (THREADED) AND GATE VAL (THREADED) AND GATE VAL (TH~EADED} AND DIA. ·BRASS NIPPLE (THREADED) 2-INCH BRASS PWG 2-INCH BRASS PLUG 2-INCH BRASS PLUG (THREADED), 2-INCH BRASS © 2-INCH COPPER TUBING (TYPE (THREADED) (THREADED) (THREADED) GATE VALVE (THREADED) AND . © © © 2-INCH BRASS PLUG "K") 4-INCH D.I. PIPE (CLASS 51) 6-INCH 0.1 . PIPE (CLASS 51) 6-INCH tl.l. PIPE (CLASS 51) (THREADED) ® 2-INCH 90' ELBOW (FLARED) ® 4-INCH 90'. BEND (MECHANICAL ® 6~1NCH 90' BEND (MECHANICAL ® © 6-INCH 90' BEND (M ECHANICAL 2-INCH COPPER TUBING (TYPE @) JOINT/RETAINER GLAND) JOINT/RETAINER GLAND} JOINT/RETAINER GLAND} "K ") 2-INCH BRASS GATE VALVE @) @) @) ® W/ (2) 2 -INCH BRASS MALE 4-INCH GATE VALVE 6-INCH GATE VALVE 6-INCH GATE VALVE 2-INCH 90' ELBOW (FLARED). FlTTING ADAPTER (FLARED TO (MECHANICAL JOINT/RETAINER (MECHANICAL JOINT/RETAINER (MECHANICAL JOINT/RETAINER @) THREAD) GLAND) GLAND) , GLAND) 2-INCH BRASS GATE VALVE ® ® sY.J-INCH C.I . VALVE BOX AND ® sY.J-INCH C.I . VALVE BOX AND ® W/ (2) 2-INCH BRASS MALE sY.!-'-INCH C.I . VALVE BOX AND sY.J-INCH C.I . VALVE BOX AND FITTING ADAPTER (FLARED TO COVER (MARKED "WATER") COVER (MARKED "WATER ") COVER (MARKED "WATER ") COVER (MARKED "WATER") THREAD) ' @ @ 6-INCH BRONZE .TAP SADDLE @ 8-INCH BRONZE TAP SADDLE @ 10-INCH BRONZE TAP SADDLE ® 4-INCH BRONZE TAP SADDLE sY.J-INCH C.I. VALVE ·BOX AND (3/4-INCH TAPSIZE); (3/4-INCH TAPSIZE); . (3/4-INCH TAPSIZE); (3/4-INCH TAPSIZE); COVER (MARKED "WATER") 3/4-INCH. DIA. BRASS NIPPLE 3/4-INCH DIA . BRASS NIPPLE 3/4-INCH -DIA. BRASS NIPPLE 3/4-INCH DIA. ~RASS NIPPLE @ (THREAD);· 3/4-INCH BRASS (THREAD); 3/4-INCH BRASS (THREAD); J/4-INCH BRASS (TH~EAD); 3/4-INCH BRASS . 4-INCH BRONZE TAP SADDLE GATE VALVE (THREAD) AND GATE VALVE (THREAD) AND GATE VALVE {THREAD) AND . GATE VALVE (THREAD) AND (3/4-INCH TAPSIZE); . 3/4-INCH BRASS PLUG 3/4-INCH BRASS PLUG 3/4-INCH BRASS PLUG -3/4-INCH BRASS PLUG 3/4-INCH DIA. BRASS NIPPLE (THREAD). (THIS OUTLET IS (THREAD). (THIS OUTLET IS (THREAD)_ (THIS OUTLET IS (THREAD). (THIS OUTLET IS (THREAD); 3/4-INCH BRASS FOR WATER SAMPLE STATION FOR WATER SAMPLE STATION FOR WATER SAMPLE STATION FOR WATER SAMPLE STATION GATE VALVE {THREAD) AND ATIACHMENT AS REQUIRED) ATIACHMENT AS REQU IRED) ATIACHMENT AS REQUIRED) ATIACHMENT AS .REQUIRED) 3/4-INCH BRASS PLUG (THREAD). (THIS OUTLET IS FOR WATER SAMPLE STATION ATIACHMENT AS REQUIRED) , NOTE: ALL THREADED JOINT SHALL CONFORM foRTrRTII CITY OF FORT WORTH, TEXAS DATE: FEB. 2009 TO THE AMERICAN NATIONAL TAPER PIPE COMBINATION TURBINE METER VAULT WTR-024 THREAD, ASA 82.1 OR FG GGG-P-351A. INSTALLATION WITH BYPASS SHEET 2 OF 2 MATERIALS @ STANDARD 1" CORPORATION (W/ TAP SADDLE WHEN REQUIRED) ® © @ ST AND ARD 1" CURB STOP, 90 ELBOW & 1" x *" REDUCER 1" TYPE K COPPER SERVICE LINE Eclipse™ No. 88 SAMPLING STATION OR APPROVED EQUAL WITH 12" DEPTH OF BURY @ @ 2'x2' CONCRETE PAD, CLASS 'B' CONCRETE (2500 PSI) W/ #4 REBAR @ 12" C-C EACH WAY ; 3" MIN. CLEAR COVER 30" MIN. WATER MAIN SEE WTR-001A NOTES 1. BACKFILL TRENCH AREA WITH SAND. 2 . PLACE SAMPLING STATION NEXT TO POWER POLE, ELEVATED TANK, STREET SIGN, TREE, OR FIRE HYDRANT. 3. PLACE SAMPLING STATION WITH DOOR FACING STREET. 4 . INSTALL SAMPLING . STATION ON "SHORT SIDE" OF STREET. N J_ 5. WHEN PLACING STATION NEXT TO FIRE HYDRANT, DO NOT TAP FIRE HYDRANT LEAD & MAINTAIN DISTANCE OF 4' FOR PROPER OPERATION Or FIRE HYDRANT. 6 . IN LIEU OF TAPPING MAIN, CONNECT TO EXISTING LARGE VALVE COPPER RISERS WHEN POSSIBLE. CITY OF FORT WORTH, TEXAS WATER SAMPLING STATION DATE: FEB. 2009 WTR-025 11 w· I ·[283~mJ°' I fFl•l-31 COVER SECTION 12 '%" [327mm] *" LETIERING (RECESSED FLUSH) 11 ~.. r[4~rr I ·r2a • ..:mi" I ~1 I 9 '%" I ~ 12" [251mmj [305mm] 1===~-L [476mm] BOX 'SECTION %" [16mm] 18" [457mm] 1 ~"R [RJ8mm] NOTE: FORT WORTH LOGO IS OPTIONAL, [~~:ll_ te;H52~:l e '-lf--o/is" [8mm] :Xs" [8mm] COVER SECTION 20" [508mm] I . 18 ~ .. ~ I [464mm) I . 16 *" ., [425mm] I-21 " ·l [533mm] 24" [610mm] BOX SECIION *FOR . NON-PAVED AREAS ONLY. CITY OF FORT WORTH, TEXAS CLASS 'A' STANDARD PLASTIC METER BOX FOR %11 & 1" METERS DATE: FEB. 2009 WTR-026 I ff ff ff l " ll D Jill " PLAN VIEW 13 Xi" [337mm] [679mm] II II 13 Xi" [337mm] COVER SECTION 30" [762mm] 27" [686mm] I 15 ~6" [386mm) 1 l2"R [R38mm] 1 L 12" [305mm] ---::;.-=--,, I _l_ 14" 3" [76mm] [356mm] lj 18" 15 ~e" [ 457mm) (392mm] Li ----4" [102mm] Box · SECTION NOTE: FORT WORTH LOGO IS OPTIONAL. L....!t:::=::::======:===:::::=:::f:!._J _l 1 · 25"· -I [635mm] BOX SECTION . *FOR NON-PAVED AREAS ONLY, CITY OF FORT WORTH, TEXAS CLASS 'B' STANDARD PLASTIC METER BOX FOR 1 Yi" & 2" METERS · DATE: FEB. 2009 1M 1(1 '\I .f\fV\f\l ll ll ll 11 n D:JLDD nun l r 17" 18 ~ .. 14 )'2'' [368mm] • [ 432mm] [ 467mm] L~~ J ll ll RH Dl(H JI L~ ' 2"R [R51MM] PLAN -VIEW COVER SECTION I 11 ~" I • [298r:m] • 1 6 )'2" [419mm] · 2Ya·---~ [54mm] 1 _..., · ~" • • 1 ~" J... j(1Dm:] L-\1 __E3Bmm] . o/is"~I-~:.-r [8mm] [8mm] COVER SECTION 18 "%" ...... , • __ [47-9m_mJ_...,,,,· I _j_ I L, ~- ' . [38mm] .. . I· .. 20 ~" . I . ' [514mm] ·· ! 'BOX SECTION BOX SECTION NOTE: FORT WORTH LOGO IS OPTIONAL *FOR NON-PAVED AREAS ONLY. CITY OF FORT WORTH, TEXAS CLASS "C" STANDARD PLASTIC METER BOX FOR 2 • %" METERS DATE: FEB. 2009 WTR-028 MINIMUM 6" INITIAL--~~..,.,,,....-· BACKFILL COVER MINIMUM 6"---1--.~--.. EMBEDMENT 11 111 111 111 111 1 ----,-,+--TYPE "C" . BACKFILL SEE SPEC. E1 -2.4 G.C.D. :~~eb!.;=--SAND MATERIAL EMBEDMENT & INITIAL BACKFILL SEE SPEC. E1 -2.3 G.C.D. WATER: SIZES UP TO AND INCLUDING 12" MINIMUM 12" INITIAL.-· -j±!:!:j~s;:ffi;~~~~lcli TYPE '.'C" BACKFILL SEE SPEC. E1 -2.4 G.C.D. BACKFILL COVER FILTER FABRIC- SUPAC-HEAVY GRADE BNP (UV) OR APPROVED EQUAL. MINIMUM 6" --+=wli~~~~~~l1i EMBEDMENT CRUSHED STONE SEE SPEC. E1 -2.3 G.C.D. . SAND GRADATION • LESS THAN 10% PASSING #200 SIEVE • P.I. = 10 OR LESS CRUSHED STONE GRADATION SIEVE SIZE 1" Yi" %" #4 #B RETAINED 0-10 40-75 55-90 90-100 95-100 WATER: SIZES 16" AND LARGER SANITARY SEWER: ALL SIZES MATERIAL SPECIFICATIONS NOTE: SPECIFICATION . REFERENCES ARE FOR WATER AND SANITARY SEWER ONLY. THE EMBEDMENT AND BACKFILL DETAILS PROVIDED ON THIS SHEET SHALL REPLACE APPROPRIATE PROVISIONS OF E1-2.4(b) AND E1-2.3 OF THE GENERAL CONTRACT DOCUMENTS AND SPECIFICATIONS FOR WATER DEPARTMENT PROJECTS (G.C.D.) ALL OTHER PROVISIONS OF THESE ITEMS SHALL APPLY. PIPE SIZE DITCH WALL CLEARANCE 1.0. MINIMUM-A 6' 8.6" 8' 7.5' 10" 6.5" 12" 6" 16" 6" 20" 6" 24"· 6" 30" g• 36" g' 42 " g" 48" 9" CITY OF FORT WORTH, TEXAS DATE: NOV 2010 WATER AND SANITARY SEWER EMBEDMENT AND BACKFILL DETAILS WTR-029 EXISTING CURB I · I is TEMP . SER~CE~~---4w.1 2" GAL V. PIPE ----_ __. TO F.H. OUTLET FOR TEMP -WATER SUPPLY. . . . . TEMP . SERVICE 2" GAL V. PIPE -== II _JL=--,r · (/). 1 I ..... (!) z ~ 11 ~~ 11 o:: ~ ,II! I a..< w I oa.. a.. L .-_, o 1,==ww = · o:: I · ·o=:J · _J ' << = ---. I !:2 o:: I ct:< · 1 I ~ a.. 1 I CD I I. 11 I rl ----- =1-aJ---EXISTING METER VAULT. SEE DETAIL WTR-032 FOR TEMP . SERVICE CONNECTION. IM>-~+--TEMP. SER~CE 2" GALV. PIPE EXISTING CURB SEE DETAIL WTR-033 FOR INTERSECTION CROSSING CITY OF FORT WORTH, TEXAS TYPICAL MAIN BY-PASS LAYOUT DATE: FEB. 2009 WTR-030 EXISTING COPPER SERVICE LINE NOTE: CONTRACTOR SHALL BE REQUIRED TO COVER METER VAULT WITH PROTECTIVE GUARD. NOTE: EXISTING PRIVATE SERVICE TO HOUSE OR BUILDING. METER SHALL BE REMOVED BY THE CONTRACTOR . CONNECTION FROM BY-PASS TO PRIVA1E SERVICE SHALL BE MADE BY CONTRACTOR. CITY OF FORT WORTH, TEXAS TEMPORARY SERVICE CONNECTION DATE: FEB. 2009 WTR-031 36" MAX . . ASPHALT COVER 2" ~AL V. PIPE }pRT,RT!J 15# ROOFING FELT, 36" WIDE 2-STANDARD FINISHED 2"x6" WOODEN PLANKS CITY OF FORT WORTH, TEXAS INTERSE.CTION & DRIVEWAY APPROACH CROSSING FOR TEMPORARY WATER SERVICE /, DATE: FEB; 2009 .· WTR-032 . "' -:. _, OPERATOR WITH INDICATOR. 'lo -:. ALUMINUM LADDER BY HERON INDUSTRIES OR APPROVED EQUAL ~ :l ~-CHAMFER 'lo (TYP) 'lo .I ROADWAY .I -, FINISHED -_ GRAPE . "' -:. PAINT WITH MASTIC MA TERI AL (TYP) VALVE STEM EXTENSION WITH SUPPORTS AS REQUIRED TO FINISH GRADE OPERATOR WITH INDICATOR. 15" DIA. CONCRETE SUMP -----w---- 3" CLEAR TYP OUTS IDE WAUS ..!...L!J----nlill"-~;P:t: ~~ ~: :::~ PLAN VALVE, 2" CORP. STOP, AND 2" PLUG. --tt:1:t--BUTTERFLY VALVE (AWWA C504) ' SEE SPECIFICATIONS SPECIAL CONDlllONS FLANGE x FLANGE (ITEM E1-3D) 24" BLIND FLANGE O\JTI..ET. 30" MANHOLE FRAME. COVER , GRADE RINGS ANO CONCRETE COLLAR PER SAN-009 AND WlR-012 111TH "WATER" CAST IN LID • REMOVABLE TOP SLAB HOLE FOR UD REMOVAL 111TH PLUG (TYP) f5010• C/C (TYP) CLASS B CONCRETE ,s oowas o ,o· c/c 8" WATER STOP CAST STANDARD STREET VAL VE BOX (FIELD LOCATE OVER OPERATOR) T'1tER PIPE No. 6850 OR EQUAL JO" MANHOLE FRAME, COVER, GRADE RINGS AND CONCRETE coll.AR PER SAN-009 AND WlR-012 WITH "WATER" CI\ST IN LID . ( 4) #4 BARS 2·-s·--t---+---i 4'-&~· +--~~ TOP f'LAN REINFORCEMENT AROUND PIPE OPENINGS ,SO 10· C/C (TYP) REMOVABlE TOP st.AB (2) #5 BARS O 4" TOP ANO BOTTOM BOTH SIDES OF MH OPENING IN ROOF (8 TOTAL) • (TIP) BUTTERFLY VAL VE VAULT DIMENSIONS PIPE UIAMElER LENGTH L WIDTH n l!4 10-0 10-0 30 10-0 10-0 .l6 11 -0 10-0 48 16-0 12-6 54·· 16-0'" 12'-6 ~i~~\~ ~hi;r~iTTDM SECTION 1-1 NOTE: ALL BOLTS SHALL BE ·coR BLUE" AND lHE DRESSER COUPLING SHALL USE "STAINLESS SlEEL ALL lHREAOS" OR AN "ALL lHREAD WITH A NON CORROSIVE COATING SUCH AS COR BLUE." SLAB. -------------------------------------------.... ~----------1 f!J.!TWORTH 1' . CITY OF FORT WORTH, TEXAS BUTTERFLY VALVE DATE: FEB. 2009 WfR .. 033 B'-0" 2 '-7" 2·-10" 2 '-7" 2 .25" FORT WORTH 2.25" ----t-----:-..--..------------------------------ iN I iN PROJECT NAME PROGRAM NAME/ PROJECT#/ AMOUNt t, z This project is managed by the Department · ~ Questions on this project, call (817) 392-8306 ~ b 2 .5 " ~ After hours water and sewer emergencies, call (817) 392-44 77 _____ N_ 2 .5" FONTS: 3"· '. !· FORT WORTH LOGO -CHELTENHAM BOLD ALL OTHER TEXT -ARIAL . -, LOGO COLORS : FORT WORTH -PMS 288 -(BLUE) LONGHORN LOGO -PMS 725 (BROWN) E2-1 CONSTRUCTION \ \ \ \ 7 '-6 " \ LL.. WHITE \ \ \ L PMS 288 (BLUE) 3"R (TYP .) CITY OF FORT WORTH, TEXAS PROJECT SIGN -4'x8'· (FOR C.I.P PROJECTS) 3" DATE: FEB. 2009 \NTR-034 4'-o" 7" 2'-10" 7" 2 .25" 2 .25" 3"R (TYP.) -...-+------------------- "' I "' 2 .5" FONTS : FORT WORTH LOGO -CHELTENHAM BOLD ALL OTHER TEXT -ARIAL LOGO COLORS : FORT WORTH -PMS 288 (BLUE) LONGHORN LOGO -PMS 725 {BROWN) E2-1 CONSTRUCTION 3 " PROJECT NAME PROGRAM NAME/PROJECT #/AMOUNT This project is managed by _____ Dept. Questions on this project," call: (817) 392-8306 After hours water and sewer emergencies, 2 " \ call: (817) 392-4477 ______ _.._ \ 3'-6" \ \ \_j_WHITE \ L PMS 288 (BLUE) CITY OF FORT WORTH, TEXAS PROJECT SIGN -4'x4' b I ':.t- DATE: FEB. 2009 WTR-035 21" BLUE POST CAP w /WARNING LABEL 1" WIDE BLUE REFLECTIVE TAPE 1" APART STARTING 6" BELOW CAP. 4"¢ PVC (WHITE) 4' MIN. . rt C ·p C ·p -.... _ W':.1¥ ....... """""' -w1 w1 M:10JII' A A &:i.a· __ .., .. =· AP AP -...... u u lllUS" ,...,.,.ff -·· E -E .. _ o:ur T T ,-C.M'ffl-.il7 TL T ..., ... -11• EL -....... I I .. ,., .. E I _,., ......... R~ ==-Dl<DT -0 0 0 ._ ... .RN m,w kM" ,,,dolo!l':tieilrr _,. -· N N ._,,. ·E E -i.o:.1-tt• ,-Nm1a1t =· _ ... Foro:WoRIH ~Rr;O~ 11..i ...... ~IT y----· ._ ... am ...... ,-.hl:72111tC,\DT =· ._ ... uiallE INCASE o, l!MIIIIIGDlcr OFEMmGENCY "-"l~. CWJ. . ~$IE.CALL (817)492-4477 (817)~392•4477 . . FOR UM! LOCAnoN FOR. LINE LOCATION PUASECAU. PLUSECALL (817)•392-8298 · · (817)-392·8296 d;lllHa fflTWUI _,, ·-... .... NOTES:. 1 . MARKERS SHALL NOT BE USED FOR · · 12" AND SMALLER DIAMETER WATER LINES . 2 . PLACEMENT SHALL BE AT EACH RIGHT-OF-WAY CROSSINGS AND MAJOR UTILITY CROSSINGS AS DIRECTED BY THE ENGINEER . CITY OF FORT WORTH, TEXAS WATER MARKER POLE DATE: FEB. 2008 WTR-036 SANITARY SEWER DETAILS FIGURE TITLE SAN-001 Standard Type "A" Access Manhole -Plan View SAN-002 Standard Tyce "A" Access Manhole SAN-003 Standard 4' Diameter Manhole SAN-004 Shallow Manflo1e SAN-005 Standard 4' Diameter Drop Access Manhole SAN-006 Junction Manhole Bottom SAN-007 Offset Manhole to Sewer Main Larger Than 24" SAN-008 Bored Crossina Detail SAN-009 Manhole Frame, Cover, Grade Rings and Concrete Collar SAN-010 Hydraulic Slide SAN-011 Two Way Service Cleanout SAN~012 Chimney Service SAN-013 Typical Anchor Block for Elevated Crossing SAN-014 Concrete Cradle SAN-015 Drilled Pier SAN-016 Pier Head Detail for Pipe up to 18" Diameter SAN-017 Pier Head Detail for Pipe over 18" Diameter SAN-018 Typical Tunnel Section SAN-019 Clay Dam SAN-020 Concrete Encasement SAN-021 Wastewater Access Device SAN-022 Sanitary Sewer Marker Pole ~~~~-----~ ----~~~ ,-., ~ ......., (l.. f') I ~ t:: z ~ - a:: c., w z u z ::, w 0 (l.. w 0 a:: w a:: _J 0 0 I .....: i z ~ ~ 0 z I ~ I') iD : N X O') I I I j-.. 0 I f') ;., N NOTES : 1. THIS STRUCTURE TO BE USED ONLY WHERE PIPE SIZE IS 39" OR LARGER . 2 . 2'x3' OPENING IN THE PIPE TO BE FABRICATED AT PIPE PLANT AND NOT IN THE FIELD, EXCEPT WHEN CONSTRUCTION IS ON EXISTING SYSTEM. ' / E1-14 MATERIAL E2-14 CONSTRUCTION B_;,_#4 BARS (TYP.) 2" TYP. 4000 PSI CONCRETE ENCASEMENT I CITY OF FORT WORTH, TEXAS STANDARD TYPE "A" ACCESS MANHOLE PLAN VIEW DATE: FEB. 2009 SAN-001 MANHOLE FRAME, COVER, GRADE RINGS AND CONCRETE COLLAR PER SAN-009 WITH "SEWER" CAST IN LID. CON CRETE -"SE."E. ---- ST AND ARD 4' DIA. M.H . DETAIL SAN-003 . APPLY 2 COATS --.. / OF BITUMASTIC COATING ~3g~Etl~~R---..j ---APPLY I TERIOR CORROS ON PROTECjflON AS REQUIRED. 5'-0" DI . (MIN.) 2'-0" (2'x3' PENING) 4-#4 BARS ______ ___,.,..., ... ,...._~;.,_.i-. --+-----t!!w(,tl°!I"~~ SEE DETAIL SAN-001 FOR THE INSTALLATION OF STEEL BARS AND ADDITIONAL INFORMATION. 8" MIN. :~i.il~::; POUR AGAINST -~t~ WOODEN FORMS ~-:-;:;,:;: 4000 PSI CONCRETE ---.... :~~i . ENCASEMENT NOTE : 4-#4 BARS 8" MIN. E1-14 MATERIAL E2-14 CONSTRUCTION 1. THIS STRUCTURE TO BE USED ONLY WHERE PIPE SIZE IS 39" OR LARGER. CITY OF FORT WORTH, TEXAS STANDARD TYPE "A" ACCESS MANHOLE DATE: FEB. 2009 SAN-002 MANHOLE FRAME, COVER, GRADE RINGS AND CONCRETE COLLAR PER SAN-009 WITH "SEWER" CAST IN LID . ~ ,..... 0 . I~ ;., :::E ....... 2 COATS OF BITUMASTIC COATING APPLY INTERIOR CORRO ION PROTE TION AS REQUIR D. JOINTS RECOATED AFTER SECTIONS PUT TOGETHER ASTM C-76, CLASS Ill RCP PRECAST MANHOLE SECTIONS OR EQUAL. REFER TO SAN-009 TRENCH WIDTH CONC. CRADLE TO EXTEND TO PIPE BELL 0-RING GASKETS @ JOIN1S (TYP .) * * VARIES WITH PIPE DI.A. r (REF. E2-+ l SECTION A-A :•L'•• A :.;~, ,'.;;';------! 1 1------i ... A ! : z ro-~ USE 4000 PSI CONCRETE t E1-14 MATERIAL E2-14 CONSTRUCTION G) 4' DIA. FOR SEWER PIPE UP TO 21" DIA . 5' DIA . FOR SEWER PIPE 24" TO 36" DIA. CITY OF FORT WORTH, TEXAS STANDARD 4' DIAMETER MANHOLE SECTION 8-8 DATE: FEB. 2009 SAN-0()3 FINISH GRADE 15" BELOW FINISH RIM ELEVATION FOR STREET RECONSTRUCTION H8" APPLY 2 COATS --- OF BITUMASTIC COATING . E1-12 MATERIAL E2-12. CONSTRUCTION SECTION A-A MANHOLE FRAME, COVER, GRADE RINGS AND CONCRETE COLLAR PER SAN-009 WJTH "SEWER" CAST IN LID. / i----MONOLITHIC CONCRETE (4,000 PSI) OR ASTM C47B PRECAST MANHOLE SECTIONS. ltft! ~;· 0-RING GASKET-t.t:<-~ @ JOINT (TYP .) PRECAST JOINT DET All . 48" R.G. CITY OF FORT WORTH, TEXAS SHALLOW MANHOLE DATE: FEB. 2009 SAN-004 USE SDR-26 PIPE TO FIRST JOINT BEHIND .LIMIT OF EXCAVATION CONCRETE COLLAR E1-14 MATERIAL E2-14 CONSTRUCTION @RT,RTIJ . . . . MANHOLE FRAME. COVER; GRADE RINGS AND CONCRETE COLLAR PER SAN-009 WITH "SEWER" CAST IN LID. .&---APPLY 2 co·A TS OF BITUMASTIC COATING CONCRETE ·-SEE STANDARD 4' DIA. M.H. DETAIL SAN-003 :,..,i----1.L.<~-VERTICAL TO • co T o/.i POINT OF PIPE GROUTED INVERT USE 4000 .PSI CONCRETE CITY OF FORT WORTH, TEXAS STANDARI;) 4' DIAMETER i:>'ROP ACCESS MANHOLE G) 4' DIA. FOR SEWER PIPE UP TO 21" DIA. 5' DIA. FOR SEWER PIPE 24" TO 36" DIA. DATE: FEB. 2009 . SAN-005 NOlES: A. STANDARD PIPE FITIINGS SHALL BE USED TO fORM INVERTS OF JUNCTION MANHOLES WHEN POSSIBLE, WITH INSTALLATION AS FOLLOWS : 1. PIPE FITTING. 2 . POUR MANHOLE FLOOR TO SPRING LINE OF FITIING • . 3. BREAK OUT TOP OF FITTING TO SPRING LINE . 4 . POUR REMAINDER OF MANHOLE INVERT TO PROVIDE VERTICAL INVERT WAU UP TO 3/4 POINT OF THE LARGER PIPE INVOLVED. AS DETAILED. 5. STEEL TROWEL FINISH INVERT OF MANHOLE. B. WHEN SPECIAL SITUATIONS PROHIB IT USE OF STANDARD PIPE flTIINGS AS ABOVE OUTLINED. THE INVERT SHALL BE FORMED . OF CONCRETE AND STEEL TROWEL FIN ISHED TO PROVIDE SIMILAR FUNCTIONAL CHARACTERISTICS TO THOSE AFFORDED BY THE ABOVE INSTALLATION. INVERTS THUS FORMED SHALL BE CONSTRUCTED TO THE ENGINEER'S SATiSFACTION. CONCRETE SLAB E1-14 MATERIAL E2-14 CONSTRUCTION ~- -- PLAN VIEW SECTION A-A CD. WHEN PIPE SIZES DIFFER, MATCH THE PIPE CROWNS. cr~Y OF FORT WORTH, TEXAS JUNCTION MANHOLE BOTTOM DATE : FEB. 2009 SAN-006 U) w . O'. ~ DRILLED HOLE (CORED)_ E1-14 MATERIAL E2-14 CONSTRUCTION Fo1rWo,m .... 0::: w ~I < ._J 0::: 0 ":..t N NOTES: MANHOLE FRAME, COVER, GRADE RINGS AND CONCRETE COLLAR PER SAN-009 WliH "SEWER" CAST IN LID. MANHOLE FRAME, COVER, GRADE RINGS AND CONCRET£ COLLAR PER SAN-009 WITH "SEWER" CAST IN LID. SEE STANDARD 4' DIA . MANHOLE DETAIL SAN-003 10' MIN . APPLY 2 COATS OF BITUMASTIC COATING 1. SLOPE OF INTERCONNECTING PIPE TO BE NOT LESS THAN 1% 2. FITTING WILL BE DUCTILE IRON W/ MECHANICAL JOINT 3. IF BEND IS USED, BEND SHALL NOT EXCEED 22.5' SDR-26 FITIING 22 .s· MAX . GROUT ....... ·-.~~- •:: :· . ·~:~:;~ .... :'" • ... _::;i ... .,, .. ~ ..... ..... ·:."• r -~fi;:}i~:~\?te}}\J)\t -{?f~i\{:~~ -f/{ SDR-26 BELL -(RAM-NEK AROUND TAP) I LATERAL LINE 8" OR LARGER I - CITY OF FORT WORTH, TEXAS OFFSET MANHOLE TO SEWER MAIN LARGER THAN 24" DATE: FEB. 2009 SAN-007 w a:: 0 a::: (Il ~ Ww -I :::E (Il <( <-0:: 0 ~ VARIABLE DIAMETER BORE TO BE LARGE ENOUGH TO PERMIT DESIGN TYPE PIPE TO BE PULLED OR JACKED THROUGH . 111_ill~ill~ill~n=t~ill~ill~1ill 11 Wi ' 1111i1 1 Wi' ' '"'' ' 1ill 11 1111m111 11 111mill11 w a:: 0 a:: Q) w w I--' w Q) ::::E <~ a:: C) ~ NOTE : · TYPICAL BORED . SECTION LONGITUDINAL VIEW TYPICAL BORE WITH PIPE INSTALLED LONGITUDINAL VIEW TYPICAL END VIEW 1. COMPRESSION TYPE JOI NTS TO BE USED IF POSSIBLE . SEWER LINES SHALL BE SECURED BY CASING SPACERS AS MANUFACTURED BY CASCADE WATERWORKS MANUFACTURING CO ., ADVANCE PRODUCTS & SYSTEMS , OR APPROVED EQUAL. 2. IF COMPRESSION TYPE JOINT IS NOT AVAILABLE , M.J. TYPE SHALL BE USED AND JOINTS SO L TED BEFORE PULLING PIPE INTO PLACE . E1 -15 MATERIAL E2-15 CONSTRUCTION CITY OF FORT WORTH, TEXAS BORED CROSSING DETAIL DATE: FEB. 2009 SAN-008 COLLAR CONFIGURATION FOR PAVED AREA ---COLLAR CONFIGURATION FOR UNPAVED AREA MANHOLE FRAME AND -'r-~~-...,...,...--d...-.,,,.....-..,..,...,,....-,....,...,,,._.._ .i-------,- 32" DIA. COVER EQUAL TO McKIN LEY IRON WORKS No. A~2M w/ PICK BARS , (REFER TO STD. PRODUCT LIST) . 4000 PSI _ _,,... CONCRETE 8-#4 REBARS TYP. 2" x 8" x 30" I.D. CONCRETE PRECAST GRADE RINGS PER ASTM C478. E1 -14, E1-20, E1-21 MATERIAL E2-14, E2-20, E2-21 CONSTRUCTION 30" CLEAR i---OPENING ---1-i I ,.______ RAM-NEK __ ___J SECTION A-A CI) REBAR SHALL BE PLACED 3" MIN. FROM TOP AND BOTIOM OF CONCRETE COLLAR . Cg) WHERE MANHOLES ARE IN THE STREET, INSTALL 2 MORE GRADE RINGS BETWEEN CASTING AND TOP OF PAVEMENT. . CITY OF FORT WORTH, TEXAS MANHOLE FRAME;covER, GRADE RINGS AND CONCRETE COLLAR A J co I ';,q. GROUND CONCRETE COLLAR HEIGHT VARIES @ 32" HINGED LIDS ARE REQUIRED FOR SEWER PIPES 24" OR LARGER AND RAISED MANHOLE STRUCTURES . (REFER TO STQ . PRODUCTS LIST). @ HINGED LIDS INSTALLED IN STREETS SHALL OPEN AGAINST THE 'FLOW OF TRAFFIC . . DATE: FEB. 2009 . SAN-009 B L PLAN VIEW #3 DOWEL B J SECTION A-A CITY OF FORT WORTH, TExAS HYDRAULIC SLIDE SECTION 8-B NOTE: DROP TROUGH WILL BE POURED MONOLITHICALLY WITH CAST IN PLACE BENCH. OR DOWELED AND GROUTED TO PRECAST BENCH . DATE: FEB. 2009 SAN-010 CONCRETE COLLAR · (PLAN VIEW) • EXISTING OR PROPOSEO Fr ERVICE FERNCO FLEXIBLE COUPLING REQUIRED IF EX ISTING SERVICE IS PRESENT, OTHERWISE PLUG . **CITY OF FORT WORTH STANDARD .CLEANOUT w/ CAST IRON CAP SOR-35 OR SOR-26 SERVICE SLOPE-VARIES 2J!: MIN . ' CLEANOUT NOTES 1. THE SWEEP TEE AND PIPE -FITTINGS INSTALLED SHALL BE SDR-35 OR SDR-26 PVC MATERIAL. 2. CONNECTIONS TO THE EXISTING SERVICE SHALL BE MADE USING RUBBER SLEEVE COUPLINGS WITH STAINLESS STEEL DOUBLE BAND REP AIR SLEEVES . THE SLEEVES SHALL BE TIGHTENED TO THE TORQUE RECOMMENDED BY THE MANUFACTURER . . 3 . SLOPE OF THE SANITARY SEWER SERVICE SHALL BE A MINIMUM OF 2 PERCENT. 4. PIPE AND FITTINGS SHALL BE SDR -35 OR SDR -26 -PVC WHEN NOT IN HIGH TRAFFIC AREAS, 5 . CONCRETE USED AROUND CLEANOUT ASSEMBLY SHALL BE 5 SACK, 3,000 PSI MIX . CAST IRON PRODUCT INFORMATION __:::~~T \ PROPERTY LINE ------ DRIVEWAY PROPERTY LINE •• From Stanley Roberts & Assoc ., Information Subject To Change. DESCRIPTION .wEIQl:II PART NO . Cast Iron Lateral Cleanout W/ SS Bolts and Coupling J,." SS BOLTS\ 18 lbs 1.5 " i i } .......----.-r,i.E.F=-;HJTI:::::::::......o RING . 7.5" I L ·I ATL-424 VI SIDEWALK CURB [CURB DRIVEWAY APPROACH STREET STREET CAST IRON CLEANOUT BOOT CITY OF FORT WORTH, TEXAS TWO WAY SERVICE CLEANOUT DATE: FEB. 2009 J SAN-011 FIN ISH GRADE SEWER PIPE PLUG 15' MIN . STACK A l 1~ 0: :J 011-· z ~,~ ~w 0:: (/) ~ w 6 " MIN . AT BOTTOM ONLY TYPE "C" OR "B" BACKF ILL ~=+++--NEW SANITARY SEWER LINE WI TH STANDARD EMBEDMENT PER DETA IL WTR-030 NOTE : TEE AND STACK TO BE COMPATIBLE TO MAIN LINE MATERIAL OR AS DIRECTED BY ENGINEER. SECTION A-A CITY OF FORT WORTH , TEXAS CHIMNEY SERVICE A -::=====~ J DATE: FEB . 2009 SAN-012 E1-9 MATERIAL E2-9 CONSTRUCTION TYPICAL SECTION BARREL OF PIPE END VIEW NOTE : USE 4000 PSI CONCRETE CITY OF FORT WORTH, TEXAS TYPICAL ANCHOR BLOCK FOR ELEVATED CROSSING DATE:.FEB. ;wog SAN-013 E1-20 MATERIAL EZ-20 CONSTRUCTION CD @ @ BACKFILL AS APPROPRIATE G) 6" MIN . DIMENSION . MAX IMUM FOR PAY PURPOSES SHALL BE 6" WHEN BID PER CUB IC YARD . 6 " MIN . DIMENSION. MAXIMUM FOR PAY PURPOSES SHALL BE 6 " ON MAINS 24" AND SMALLER, 9" ON MAINS 30" AND LARGER, WHEN BID PER CUBIC YARD . CLASS 'E' (1500 PSI) CONCRETE CITY OF FORT WORTH, TEXAS CONCRETE CRADLE DATE: FEB. 2009 SAN-014 SEE PIER HEAD DETAIL SAN-017 FOR PIPE OVER 18" DIAMETER. C,R.S.I. VOLUME II (AC.I. 318-63) TYPICAL EXAMPLE VERTICAL SPIRAL NOM. PIER S1EEL S1EEL PIPE SIZE QiY. SIZE SIZE PITCH SIZE (a) (b) (c) {d) (e) 6" . 24" il ff7 #3 2 r.· B" .. 24" .a ff7 #3 2 ~ .. 10· 24" B ff7 1/3 2 ~ .. 1;2· 24" B . ff7 #3 2 ~ .. 16" 30· B #B #3 2 ~- 18" 30" B #8 1/3 2 Y." 2" MIN. COVER (TYP.) (b) (c) BARS (d) BAR SPIRAL @ (e) PITCH 3750 PSJ CONCRETE :• SEE PIER HEAD DETAIL SAN-016 FOR PIPE UP TO 18" DIAMETER. PIPE O.D. .. ' •' -16"-1 · -0 -· 16"~ DRILLED PIER NO ROCK ENCOUNTERED-TYPICAL (NO ROCK BED) TYPICAL PIER DETAIL (ROCK BED) · * HOLDING BAND INSTALLED SO AS TO PROVIDE PERMANENT TIE DOWN, RUSTPROOF ALL EXPOSED METAL E1-9 MATERIAL . E2-9 CONSTRUCTION ** GROUT TO PROVIDE DRAINAGE. NOTES: 1. PIER HEAD PER SAN-016 REQUIRED FOR PIPE SIZE UP TO 18". 2. PIER HEAD PER SAN-017 REQUIRED FOR PIPE SIZE OVER 18". CITY OF FORT WORTH, TEXAS DRILLEP PIER (SPIRALLY REINFORCED ROUND COLUMN) OATE: FEB. 2009 SAN-015 8" ~-~. .. . .... ....... ·> 1-.1-· •··•·· ··:~ E1-9 MATERIAL E2-9 CONSTRUCTION ) .. ., / :·1 ,, /. .\ . .. ~-.. ,. .. ~ .,. PIPE 0 .D. + 16" G) ST AINI..ISS 51££L BAND .1 (2" (MIN.) WIDE x "4" THICK) /rJ\ STAINLESS STEEL ANCHOR BOLT \61 (~" MIN. EMBEDDED 6 " MIN .) @ © ® STEEL REINFORCEMENT BARS PER DESIGN. CLASS 'A' (3750 PSI) CONCRETE ALL CORNERS 3/4" CHAMFERED 6" MIN. c:i 0 w a. a: CITY OF FORT WORTH, TEXAS PIER HEAD. DETAIL FOR PIPE UP TO 18". DIAMETER DATE: FEB. 2009 . SAN-016 E1-9 MATERIAL E2-9 CONSTRUCTION ' ··:, ..... =~. -. . C!TY OF FORT WORTH,· TEXAS PIER HEAD DETAIL FOR PIPE OVER 18" DIAMETER , · o" I--· I DATE :. FEB. 2009 · SAN .. 017 TUNNEL LINER (AS INDICATED IN SPECIAL PLANS & DOCUMENTS) ow -...: a. w a:: ...J CD a; . <( w ii: c'5 ~ V) ANNULAR SPACE GROUTED CUT AWAY LONGITUDINAL SECTION NOTE: FURNISH & INSTALL GROUT IN RATIO OF 1 CUBIC FOOT OF CEMENT AND 3.5 CUBIC FEET OF CLEAN FINE SAND WITH SUFFICIENT WATER ADDED TO PROVIDE A FREE FLOWING THICK SLURRY. E1-15 MATERIAL E2-15 CONSTRUCTION END VIEW TUNNEL LINER FILL BETWEEN LINER AND SEWER PIPE WITH GROUT SEWER PIPE FURNISH & INSTALL SKIDS AS NECESSARY. SKIDS SHALL MEET THE APPROVAL OF THE ENGINEER. CITY OF FORT WORTH, TEXAS TYPICAL TUNNEL SECTION DATE: FEB. 2009 SAN-018 2· I • .. I EXISTING GROUND 4' OR TO BOTIOM OF PAVEMENT BASE OR TOP SOIL · MINIMUM TR,ENCH WIDTH---=·--·~ = PIPE DIA . + 1' IJRENCft I WIDTH TYPl ·CAL SECTION . CITY OF FORT WORTH, TEXAS . ··. CLAY DAM 200' MIN. SPACING PER CITY OF FORT WORTH TREE ORDINANCE. UNDISTURBED SOIL DATE: FEB. 2009 . ., .... ., SAN-019 EXISTING SURFACE G) @ BACKFILL AS APPROPRIATE 6" MIN. DIMENSION . 6" MAX. FOR PAY PURPOSES WHEN BID PER CUBIC YARD . @ G) 6" MIN. DIMENSION . MAX . FOR PAY PURPOSES SHALL BE 6" ON MAINS 24" AND SMALLER, 9" ON MAINS 30" AND LARGER WHEN BID PER CUBIC YARD . 4" MIN. DIMENSION . 4 " MAX . FOR PAY PURPOSES WHEN BID PER CUBIC YARD. © CLASS 'E' (1500 PSI) CONCRETE. E1-7 MA TERI AL E2-7 CONSTRUCTION CITY OF FORT WORTH, TEXAS CONCRETE ENCASEMENT DATE: FEB. 2009 SAN-020 CUT AS REQ. FOR 6, 8, 10, & 12 INCH PIPE ALONG CUTIING GROOVE. PETAi[ 'A' N.T.S. WATER TIGHT ADAPTER {PVC TO PVC FOR PVC; CLAY TO PVC FOR CLAY) CAST IRON M.H. FRAME AND COVER PAVEMENT en w i:i: ~ = lO N DETAIL '8' \--PLUG RISER PIPE--Jb CROSS LINK HIGH . DETAIL '8' DENSITY POL YTHELENE T ACCESS FITIING N .. S. EXISTING GROUND TWO CONCRETE GRADE RINGS (MINIMUM) AND NON-SHRINK GROUT ~~;!4-1;;;-SAND AND STABILIZED SOIL COMPACTED TO 95% STD . PROCTOR DENSITY AND PLACED IN 6-INCH LIFTS BEGINNING AT THE WASTEWATER ACCESS DEVICE WORKING OUTWARD TO THE EXCAVATION WALLS ~~~~00~~ COMPACTED-CRUSHED STONE , FINE GRADATION CITY OF FORT WORTH, TEXAS WASTEWATER ACCESS DEVICE DATE : FEB. 2009 21" GREEN POS CAP w /WARNING LABEL · 1• WlDE GREEN REflECTIVE TAPE 1" AP ART STARTING 6" BELOW CAP. 4"¢ PVC (WHITE) 4' MIN. 1 ,,, ·P -p C .c ·I I A s A s p p ·o .... u E E E wE T T WL L . I I E ·1 ,EI 0 RN . 0 ·RN N E 'N E i.,,._ ~ ~ ~ INCAIE INOASIE OF l!MU~l!lllff OF l!MIAOl:NOY f'J..MHf,;AU,_ -..... .... ·-·-.P.LUllil.cALL . {817)•392-4477 (817)-392•4477 FOR ..... E LOCATION FOR UJfE LOCAftON Pl.liASliCW. PUAIII CALL (817)-392•8296 (817)-392·8296 Dlflll1CI ........ --.... I , .... I l I NOTES: 1. MARKERS SHALL NOT BE USED FOR 12" AND SMALLER DIAMETER SEWER LINES. 2. PLACEMENT SHALL BE AT EACH RIGHT-OF-WAY CROSSINGS AND MAJOR UTILITY CROSS IN GS AS DIRECTED BY THE ENGINEER . IIQI( ~-.. _ -........ 9:1.Jt' -....... ...... ._ .. ·-.. ,..,, l :'UI" Pllilt"a..mtDIT ._ .. rm, ....... ,.~, """'"° .._ .... -"'ur tll2.Clr ~ r ... Nlltlmter -r...q.:• ._, .. ,,,..., ....... ~e.a:naar =~ UHl!'i.CCll\noN HIAiS' hlCtlalilf ~ .. =~ .,,..., ll .... 'HtihlmlfktT ..., .. -· -Im POIC:'IJNQtl*>ilJf _ .. -· lt"1ifj:f;c CITY OF FORT WORTH, TEXAS SANITARY SEWER MARKER POLE. DATE: FEB. 2009 SAN-022 EXISTING CURB & GUTIER NOTES; TRENCH REPAIR LIMITS PRIME COAT ~'-'ffi--BACKFILL MATERIAL PER DETAIL WTR-029 (SEE NOTE 3) 1. ALL EXISTING ASPHALT COURSE SHALL BE REPLACED TO THE ORIGINAL DEPTH. _ PLACE A MINIMUM OF 2" HMAC SURF ACE COURSE (TYPE "D" MIX) TO MATCH EXISTING GRADE AS SHOWN. 2. PLACE A MIN. OF 8" 2: 27 CONCRETE AS SHOWN. 3. FLOWABLE FILL MAY BE REQUIRED TO BACKFILL ALL TRENCHES IN DOWNTOWN STREETS AND IS OPTIONAL IN OTHER AREAS. IF FLOWABLE FILL IS REQUIRED, A SEPARATE PAY ITEM WILL BE PROVIDED FOR .SUCH. 4. ALL CONSTRUCTION MUST BE IN ACCORDANCE WITH THE CITY OF FORT WORTH STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION. CITY OF FORT WORTH, TEXAS PERMANENT ASPHALT PAVEMENT TRENCH REPAIR DATE: JULY 2009 stR-028 TRENCH REPAIR LIMITS EXISTING CURB & GUTTER NEW HMAC (SEE NOTE 4) SEE DETAIL NOTES: 1. CONCRETE BASE SHALL BE REPLACED TO ORIGINAL THICKNESS OR TO A MINIMUM THICKNESS OF 5", WHICHEVER IS GREATER, 2. IF STEEL EXISTS IN CONCRETE BASE TO BE CUT, THE STEEL SHALL BE CUT AND SALVAGE AS POSSIBLE. A MINIMUM LAP SPLICE DISTANCE OF 12" SHALL BE PROVIDED . 3 . REINFORCED CONCRETE BASE WILL BE REPLACED OVER TRENCH, AS SHOWN, IN THE EVENT NON-REINFORCED CONCRETE BASE IS REMOVED. 4. ALL EXISTING ASPHALT COURSE .SHALL BE REPLACED TO THE ORIGINAL DEPTH. PLACE A MINIMUM OF 2" HMAC SURFACE COURSE (TYPE "D" MIX) TO . MATCH EXISTING GRADE AS SHOWN. · l;;.;;.~b!,;--BACKFILL MATERIAL PER DETAIL WTR-029 (SEE NOTE 6) 5. 2: 27 CONCRETE MAY BE: DELETED IF HALF THE SPECIFIED THICKNESS OF 2: 27 IS ADDED TO THE CLASS "A" CONCRETE. 6. FLOWABLE FILL MAY BE REQUIRED TO BACKFILL ALL TRENCHES IN DOWNTOWN STREETS AND IS OPTIONAL IN OTHER AREAS. IF FLOWABLE FILL IS REQUIRED, A SEPARATE PAY ITEM WILL BE PROVIDED FOR SUCH.· 7. ALL CONSTRUCTION MUST BE IN ACCORDANCE WITH THE CITY OF FORT . WORTH STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION. CITY OF FORT WORTH, TEXAS · DATE: JULY 2009 PERMANENT ASPHALT PAVEMENT TRENCH REPAIR WITH EXISTING CONCRETE BASE STR-029 EXISTING CURB & GUTIER EXISTING SUBGRADE (IF ANY) TRENCH REPAIR LIMITS NOTES: 1. PLACE A MINIMUM OF 2" HMAC SURFACE COURSE (TYPE "D" MIX) TO MATCH EXISTING HMAC -PAVEMENT GRADE AS SHOWN. 2 .. PLACE COMPACTED FLEX· BASE MATERIAL AS SHOWN. 3. FLOWABLE FILL "MAY BE REQUIRED TO BACKFILL ALL TRENCHES IN DOWNTOWN STREETS AND IS OPTIONAL IN OTHER AREAS . IF FLOWABLE FILL IS REQUIRED, A SEPARATE PAY ITEM WILL BE PROVIDED FOR SUCH . 4. ALL CONSTRUCTION MUST BE IN ACCORDANCE WITH THE CITY OF FORT WORTH · STANDARD SPECIFICATIONS FOR STREET . AND STORM DRAIN CONSTRUCTION. CITY OF FORT WORTH, TEXAS TEMPORARY.ASPHALT PAVEMENT . TRENCH REPAIR DATE : JULY 2009 stR-030 5' MIN. NOTES: CLASS 'A' REINFORCED CONCRETE PAVEMENT REPLACEMENT TO THE NEAREST JOINT OR CURB. SEE DETAIL STR-035 EXISTING CONCRETE PAVEMENT 1. FLOWABLE FILL MAY BE REQU IRED TO BACKFILL ALL TRENCHES IN DOWNTOWN STREETS AND IS OPTIONAL IN OTHER AREAS. IF FLOWABLE FILL IS REQUIRED , A SEPARATE PAY ITEM WILL BE PROVIDED FOR SUCH. 2 . REINFORCED CONCRETE PAVEMENt SHALL BE REPLACED TO ORIGINAL DEPTH , OR TO A MINIMUM OF 6", WHICHEVER IS GREATER. 3 . PLACE 6" OF 2 : 27 CONCRETE AS SHOWN . 1" OF REINFORCED CONCRETE MAY BE SUBSTITUTED FOR EVERY 2" OF 2: 27 CONCRETE .. 4 . REINFORCEMENT OF CONCRETE MUST MEET CITY STANDARD OR MATCH EXISTING, WHICHEVER IS GREATER. 5. ALL CONSTRUCTION MUST BE IN ACCORDANCE WITH THE CITY OF FORT WORTH STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION . CllY OF FORT _WORTH, TEXAS REINFORCED CONCRETE PAVEMENT TRENCH REPAIR DATE : JULY 2009 StR-031 PLAN VIEW BACK OF CURB '··, " (Min. 28' ax 42') .___2_· _,...j., ____ i"__....~ -~·;:;-r-,~~ --t(~;~-.,., ('/~") -r -~ ' h . lo 12"WHITE HOT TAPE / (AVERY DENNISON OR EQUIVALENT) . I Striping and reflectors to be Installed by the Contractor WHITE TYPE U 1.SIDEO 3 1/2 Inches(+/. 1/2 Inch) Height: Ramp Gradient: 8.75 in 1 (30 Inches/ 3·1/2 inches height) 3.43 in 1 (12 Inches/ 3-1/2 Inches height) Side Gradlen DEPARTMENT OF TRANSPORTATION AND PUBLIC WORKS CITY OF TIWFIC ENGUIWl:HG FORf WORTH SPEED CUSHIONS DUWN I ~ ·.~JB ..,.,.. Sq,lttdtt n, JOIII DRA\\1NG NOT 10 SCALE Invitation to Bid 08-0301R, Traffic Calming_Speed Hump Installation Services Page 58 of63 SECTION 7 -CONTRACTS , BONDS AND INSURANCE 7.1 Certificate of Insurance 7 .2 Contractor Compliance with Workers' Compensation Law 7.3 Conflict of Interest Questionnaire 7.4 Performance Bond 7 .5 Payment Bond 7.6 Maintenance Bond 7. 7 City of Fort Worth Contract G:\1210\4397-32\Project\Specifications\Contract SC\100% Set-SC\07 .0 -SECTION 6 COVER.doc · CONTRACTOR COMPLIANCE WITH WORKERS ' COMPENSATION LAW Pursuant to V .T .C.A Labor Code Section 406.096 (2000), as amended, Contractor certifies that it provides workers ' compensation insurance coverage for all its employees employed on city of Fort Worth Department of Engineering No. 5878 and City of Fort Worth Project Number 00950 STATE OF TEXAS § COUNTY OF TARRANT § Conaher Con,~ ~. - Jerry Conatser, President of ----T-.-1-Conatser Management Group , Inc , G.P. 1t e Da te BEFORE ME, the undersigned authority, on this day personally appeared j 'EX' ~CA C_6ncd-2:>e ! known to me be the person whose name is subscribed to the foregoing instrument, and acknowledged'to me that he ex ecuted the same as the act and deed of Conatser Construction TX, LP the purpose and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this a \day of .__ ____ ~= ~;~~ the State of Texas ,,,111,,, ~--~•~rn,;;:,.., BETH J. OWENS [~'X{"1 Notary Pub lic, State of Texas \.J,;,~ .. ~J My Commission Expire s ,,,~/,f,M,\~V· August 02 , 2014 Bond No: 022028995 PERFORMANCE BOND THE STATE OF TEXAS § KNOW ALL BY THESE PRESENTS : COUNTY OFT ARRANT § That we (1) Conatser Construction TX, LP as Principal herein , and (2) Liberty Mutual Insurance Company , a corporation organized under the laws of the State of (3)~·-· -'M'--'-A-'----- ------------' and who is authorized to issue surety bonds in the State of Texas; Surety herein , are held and firmly bound unto the City of Fort Worth, a municipal corporation located in Tarrant and Denton Counties , Texas , Obligee herein, in the sum of: One Million, Three Hundred Eighty-nine Thousand, Three Hundred Thirteen and 75/100 ......................... . Dollars ($1,389,313.75) for the payment of which sum we bind ourselves, our heirs, executors, administrators , successors and assigns , jointly and severally, firmly by these present. MAYO 3 2011 WHEREAS , Principal has entered into a certain written contract with the Obligee dated the __ of -----~2_0_1_1 a copy of which is hereto attached and made a part hereof for all purposes , for the construction of: 2007 Critical Capital Project Council District 5 Contract SC 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 accordance with the provisions of such statute , to the same extent as if it were copied at length herein . IN WITNESS WHEREOF, the duly authorized representatives of the Principal and the Surety have executed this instrument. SIGNED AND SEALED this __ day o/1 AY O 3 20 1 011. ATTEST: (Principal) Secretary (SEAL) erry R. Conatser, President of Conatser Managerrent Group, Inc. , GP PO Box 15448 Fort Worth, TX 76119 Witness as to Principal ATTEST: Secretary NOTE: ~~~cy futool fusuranl ,r BY~<~ Nam~nna~ Davis (Attorney-in-fact) Address : 175 Berkeley Street Boston, MA 02117 Telephone Number: 972-23r9588 (I) Correct name of Principal (Contractor). (2) Correct name of Surety . (3) State of incorporation of Surety Telephone number of surety must be stated . In addition, an original copy of Power of Attorney shall be attached to Bond by the Attorney-in-Fact. The date of the bond shall not be prior to date of Contract. Bond NO: 022028995 PAYMENT BOND THE ST ATE OF TEXAS § § KNOW ALL BY THESE PRESENTS : COUNTY OFT ARRANT § That we (1) Conatser Construction TX, LP as Principal herein , and (2) Liberty Mutual Insurance Company a corporation organized and existing under the laws of the State of (3) MA , 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 One Million, Three Hundred Eighty-nine Thousand, Three Hundred Thirteen and 75/100 .......................... Dollars ($1,389,313.75) for the payment whereof, the said Principal and Surety bind themselves and their heirs , executors, administrators , successors and assigns , jointly and severally, firml y by these presents : MAYO 3 2011 WHEREAS , the Principal has entered into a certain written contract with the Obligee dated the __ day of A .D. , 2011 , which contract is hereb y referred to and made a part hereof as if full y and to the same extent as if copied at length , for the following project: 2007 Critical Capital Project Council District 5 Contract SC NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SU CH , that if the sa id Principal shall faithfully make payment to each and every claimant (as defined in Chapter 2253 , Texas Government Code , as amended) suppl y ing labor or materials in the prosecution of the work under the contract, then this obligation shall be void ; otherwise , to remain in full force and effect. PROVIDED , HOWEVER, that this bond is executed pursuant to Chapter 2253 of the Texas Government Code , as amended , and all liabilities on this bond shall be determined in accordance with the provisions of said statute , to the same extent as if it were copied at length herein . IN WITNESS WHEREOF , the dul y authorized repre sentatives of the Principal and the Surety have executed this instrument. MAYO 3 2011 SIGNED AND SEALED this __ day of _____ , 2011. ATTEST : Conatser Construction TX, LP PRINCIPAL (Principal) Secretary BY: ___ --,,.9'-----7"'-;;-----,,."""-:;;~----- (SEAL) PO Box 15448 Conatser, President of Management Group, Inc., GP Fort Worth, TX 76119 Witness as to Principal ATTEST : Secretary (SEAL) NOTE: Name : Glenna S. Davis Attorney in Fact Address : ____________ _ 175 Berkeley Street Boston, MA 02117 Telephone Number: 972-233-9588 I . Correct name of Principal (Contractor). 2 . Correct name of Surety . 3 . State of incorporation of Surety . Telephone number of surety must be stated . In addition, an original copy of Power of Attorney shall be attached to Bond by the Attorney-in-Fact. The date of bond shall not be prior to date of Contract. Bond No: 022028995 MAINTENANCE BOND THE STATE OF TEXAS § COUNTY OF TARRANT § KNOW ALL MEN BY THESE PRESENTS : That Conatser Construction TX, LP (Contractor), as principal , and Liberty Mutual Insurance Company , a corporation organized under the laws of the State of M'A , (Surety), do hereby -acknowledge themselves to be held and bound to pay unto the City of Fort Worth, a Municipal Corporation chartered by virtue of Constitution and laws of the State of Texas , ("City") in Tarrant County, Texas the sum of One Million, Three Hundred Eighty-nine Thousand, Three Hundred Thirteen and 75/100 .......................... Dollars ($1,389,313.75) lawful money of the United States , for payment of which sum well and truly be made unto said City and its successors , said Contractor and Surety do hereby bind themselves , their heirs , executors , administrators , assigns and successors , jointly and severally. This obligation is conditioned , however; that, WHERJ;A S~~d ~R!i1-v actor has entered into a written Contract with the City of Fort Worth, dated the __ day of MAY U j W)_\_\_copy of which is hereto attached and made a part hereof, the performance of the following described public improvements: 2007 Critical Capital Project Council District 5 Contract SC the same being referred to herein and in said contract as the Work and being designated as project 00950and said contract, including all of the specifications , conditions , addenda, change orders and written instruments referred to therein as Contract Documents being incorporated herein and 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 Two {2) Years after the date of the final acceptance of the work by the City; and WHEREAS , said Contractor binds itself to maintain said work in good repair and condition for said term of Two {2) Years ; and , WHEREAS , said Contractor binds itself to repair or reconstruct the work in whole or in part at any time within said period , if in the opinion of the Director of the Water Department of the City of Fort Worth, it be necessary ; and , WHEREAS , said Contractor binds itself, upon receivin g 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 the Contractor and Surety damages in the premises prescribed b y said Contract. This obligation shall be continuing one and successive recoveries may be had hereon for successive breaches until the full amount hereof is exhausted . IN WITNESS WHEREOF, this deemed an original , this __ tlay of _ MAY 03 201 . instrument is··executed in ~counterparts, each one of which shall be , A .O . 2011. ATTEST: (SEAL) ~ Secretary ATTEST : (SEAL) Conatser, President Conatser Management Group,Inc.,GI Liberty Mutual Insurance Company BY~~ Name : Glenna S. Davis Title : __ A_t_t_o_r_n_e~y_-_i_n_-_F_a_c_t ___ _ 175 Berkeley Street Boston, MA A02117 Address TEL No: 972-233-9588 4291488 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 INSURANCE COMPANY BOSTON,MASSACHUSETTS POWER OF ATTORNEY KNOW ALL PERSONS BY THESE PRESENTS: That Liberty Mutual Insurance Company (the 'Company '), a Massachusetts stock insurance company, pursuant to and by authority of the By-law and Authorization hereinafter set forth , does hereby name, constitute and appoint GREG A. WILKERSON, GLENNA S. DAVIS, CATHY VINSON, CAROLYN MAPLES, JOHN R. WILSON, ALL OF THE CITY OF FORT WORTH, STATE OF TEXAS ..................................................................................................................... . , 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, anv and all undertakinas, bonds , recoanizances and other surety obligations in the oenal sum not exceeding TWENTY FIVE MILLION AND 00/100**1********************"***************" DOLLARS($ 25,000,000.00********************** ) 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 By-law and Authorization : ARTICLE XIII -Execution of Contracts: Section 5 . Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president , and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys-in-fact, as may be necessary to act in behalf of the Company to make , execute , seal , acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations . Such attorneys-in-fact , subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary . By the following instrument the chairman or the president has authorized the officer or other official named therein to appoint attorneys-in -fact: Pursuant to Article XIII , Section 5 of the By-Laws, Garnet W . Elliott, Assistant Secretary of Liberty Mutual Insurance Company, is hereby authorized to appoint such attorneys-in-fact as may be necessary to act in behalf of the Company to make, execute , seal , acknowledge and deliver as surety any and all undertakings , bonds , recognizances and other surety obligations . That the By-law and the Authorization set forth above are true copies thereof and are now in full force and effect. >, ca "C UI UI Cl) C: UI ::J .0 >, C: ca -C: -o ~ .... >-en G>W EE IN WITNESS WHEREOF , this Power of Attorney has been subscribed by an authorized officer or official of the Company and the corporate seal of _o o. Liberty Mutual Insurance Company has been affixed thereto in Plymouth Meeting , Pennsylvania this 15th day of _~D~e=c~e~m~b~e~r ______ , ~ g 2010 ..... ,., 0~ COMMONWEALTH OF PENNSYLVANIA COUNTY OF MONTGOMERY ss LIBERTY MUTUAL INSURANCE COMPANY By~~t&f-~· Garnet W . Elliott, Assistant Secretary On this -1filh._ day of December , 2Q1Q_, before me , a Notary Public, personally came Garnet W . Elliott. to me known , and acknowledged that he is an Assistant Secretary of Liberty Mutual Insurance Company; that he knows the seal of said corporation ; and that he executed the above Powe r of Attorney and affixed the corporate seal of Liberty Mutual Insurance Company thereto with the authority and at the direction of said corporation . first above written . CERTIFICATE I, the undersigned , Assistan ecretary of Liberty Mutual 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 is an Assistant Secretary specially authorized by the chairman or the president to appoint attorneys-in-fact as provided in Article XIII , Section 5 of the By-laws of Liberty Mutual Insurance Company. This certificate and the above power of attorney may be signed by facsimile or mechanically reproduced signatures under and by authority of the following vote of the board of directors of Liberty Mutual Insurance Company at a meeting duly called and held on the 12th day of March, 1980 . VOTED that the facsimile or mechan ically reproduced signature of any assistant secretary of the company , wherever appearing upon a certified copy of any power of attorney issued by the company in connection with surety bonds, shall be valid and binding upon the company with the same force and effect as though manually affixed . IN TESTIMONY WHEREOF , I have hereunto subscribed my name and affixed the corporate seal of the said company , this MAYO 3 2011 day of ... "C Cl) C: 3 ca ~~ .~o .c:o -·· _ai 0 C: >,Cl> .:!:: Cl) :2! -Cl) ~.o Cl)O :5~ E~ .!::~ -CIC) C: I Oo C,,- 0<0 I-,!. I . ·1-'" ~~ . , ~ _,} )<..: j T'. A'lutt1.~J Important Notice TO OBTAI N INFORMATION OR TO MAKE A COMPLA IN T: You may write to Liberty Mutual Surety a t: Liberty Mutual Surety Interchange Corporate Cen ter 450 Plymouth Road , S uite 400 Plymouth Meeting, PA 19462-8284 You may contact the Texa s Department of Insurance to ob t a in information on companies, coverages, rights or compla ints at: 1-800-252-3439 You may write the Tex as Departme nt of Insurance : P. 0. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web : http:1/VIJVI/W .tdi.S!§t e .~us E-mail : Con s urrn3 rProtectiQ.Q@td i.state.t x .us Premium or C lai m Disputes Should you have a d ispute concern in g a premium, you s hould con t act t he agent firs t. If you ha v e a d ispute concern ing a cla im , you should contact t he company first. If t he d ispute is not resol ved, you ma y contact the Tex as Department of In sura n ce. Attach T his N otice To Yo ur Po li cy: This not ice is for information onl y a nd does not become a part o r cond ition o f t h e att ached document. L M IC -3 500 Page 1 of 2 Rev . 7.1 .07 STATE OF TEXAS § § COUNTY OF TARRANT § KNOWN ALL BY THESE PRESENTS: This Contract is made and entered into this the __ day oJ1 AY O 3 2011 ,2011 , by and between the City of Fort Worth, a home-rule municipal corporation situated in Tarrant, Denton, Parker, and Wise Counties , Texas, hereinafter referred to as "Owner", b y and through Charles W . Daniels , its duly authorized Assistant City Manager, and Conatser Construction TX, LP , hereinafter referred to as "Contractor", b y and through its dul y authorized representative . WITNESS ETH: That said parties have agreed as follows : 1. That for and in consideration of the payments and agreements hereinafter mentioned to be made and performed by the Owner, and under the conditions expressed in the bond bearing even date herewith, the said Contractor hereby agrees with the said Owner to commence and complete the construction of certain improvements described as follows : 2007 Critical Capital Project Council District 5 Contract SC 2. That the Contract Documents shall consist of the written, printed, typed and drawn instruments which comprise and govern the performance of the work . Said Contract Documents include the notice to bidders, instructions to bidders , proposal , plans , specifications, notice of award, special provisions , general provisions , work order(s), this Contract, and the payment, performance , and maintenance bonds . The Contract Documents shall also include any and all supplemental agreements appro ved b y the Owner which may be necessary to complete the work in accordance with the intent of the plans and specifications in an acceptable manner, and shall also include the additional instruments bound herewith. ,., ., . 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 Contract Documents prepared through the Transportation & Public Works Department of the City of Fort Worth, which the plans and specifications of the Contract Documents are hereto attached and made a p art of this Contract the same as if written herein. 4 . The Contractor hereb y agrees and binds itself to commence t within ten (10) days after being notified in writing to do so b y the D the City of Fort Worth. FT. WORTH, TX 5. The Contractor hereb y agree s to prosecute said work with reasonable diligence after the commencement thereo f and to full y complete and finish the same read y 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 360 Calendar Days from the time commencing said work . If the Contractor should fail to complete the work as set forth in the Plans , 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 an y monies due or which may thereafter become due him , a per day charge of $420 per Working Day as stipulated in these contract documents , not as a penalty but as liquidated damages , the Contractor and his Surety shall be liable to the Owner for such deficienc y. 6. Should the Contractor fail to begin the work herein pro vided 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 Plans , Specifications , and 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 ex ceed 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. 7. Contractor co venants 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 b y Contractor, its officers , agents , emplo yees , 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 emplo yees and any damage , loss or destruction to property of the Owner arising from the performance of an y 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 ev ent Owner recei ves 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 invol ved , or (b) pro vides Owner with a letter from Contractor 's liability insurance carrier that the claim has been referred to the insurance carrier. The Director may, if deemed appropriate , may refuse to accep Worth public work from a Contractor against whom a claim for dat u ll~}I~~ result of work performed under a City Contract. 8. Owner agrees and binds itself to pay, and the said 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 Contractor 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 inv oice from the Contractor. The agreed upon total Contract amount shall be One Million, Three Hundred Eighty-nine Thousand, Three Hundred Thirteen and 75/100 .......................... Dollars, ($1,389,313.75). 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 Contractor without the written consent of the Owner. 10. The Contractor agrees to pay at least the minimum w age 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 Contract 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 governing all matters affecting this Contract, and the Contractor agrees to fully comply with all the provisions of the same. IN WITNESS THEREOF, the parties hereto have made and executed this Contract in multiple originals the day and year first above written, in Fort Worth , Tarrant County, Texas . I OfflCIAL RECORD CITY SECRETARY FT. WORTH, TX __J I CITY OF FORT WORTH F emando Costa Assistant City Manager RECOMMENDED : By: _ __..,..__LJ_. _,_(A)_L,t.----_.-------,,...,,.- Dougla iersig P.E., Director Transp rtation & Public Works APPROVED AS TO FORM AND LEGALITY: Doug Black Assistant City Attorney (Contractor Entity Name) T ITI ,E __ Jerry Conatser, President of Conatser Management Group, Inc, G .P. ATTEST : City Secretary AUTHORIZATION Approval Date : 5-3-\ \ OFFICIAL RECORD CITY ICRITARY PT. WORTH, TX SECTION 8 -APPENDICIES G :\ 1210\4397-32\Project\Specifications\Contract 5C\100% Set -SC\08 .0 -SECTION 8 COVER.doc SECTION 8.2 -TxDOT PERMiT G :\1210\4397-32\Project\Specifications\Contract 5C\ 100% Set -5C\08.2 -SECTION 8 Penn its.doc To: PERMIT TO CONSTRUCT STREET CONNECTION IMPROVEMENTS ONIDGHWAYRIGHTOFWAY PLANT AVENUE PAVING IMPROVEMENTS SUPERSEDES 03-SC-121-09 CITY OF FORT WORTH Hwy. IH 820 • Permit No. 03-SC-23-10 1000 Throckmorton Street Control 8 Section 13 ,, Fort Worth, Texas 76102 The Texas Department of Transportation, hereinafter called the State, hereby authorizes, CITY OF FORT WORTH, hereinafter called the grantee, to (re) construct a public access street connection (PLANT AVENUE) including paving improvements, peddsti'ian facilities, signing and pavement markings on the highway right-of-way abutting Highway No. 1H 820 in TARRANT County, located ON 1H 820 (Southbound Frontage Road) at Plant Avenue in Fort Worth, Texas. Subject to the following: 1. The grantee is responsible for the costs associated with the reconstruction of this street. 2. ,,,., Design of facilities shall be as follows and/or as shown on sketch : 3. TO RECONSTRUCT A PUBLIC ACCESS STREET (Plant Avenue) INCLUDING PAVING IMPROVEMENTS, PEDESTRIAN FACILITIES, SIGNING AND PAVEMENT MARKINGS IN ACCORDANCE WITH THE ATTACHED PLANS SEALED BY CURTISS. CALDWELL, P.E. ON 10-19-09. SAW CUT (FULL DEPTH) FOR CURB & GUTTER AND ALONG THE EDGE OF THE THRU LANE OF IH 820 (Southbound Frontage Road) FOR THE NEW CONSTRUCTION CONNECTION. ALL CONSTRUCTION WITHIN THE STATE RIGHT OF WAY SHALL BE IN ACCORDANCE TO STATE STANDARDS AND SPECIFICATIONS. ALL PVEMENT MARKINGS WITHIN THE STATE RIGHT OF WAY SHALL BE THERMO-PLASTIC MATERIAL. This Permit Should Be Attached To Previously Approved Docume11ts For This Location. Traffic Signal Operations, telephone number 817-370-6671, shall be notified forty-eight hours prior to beginning any excavation within the right of way in order that the State may verify the existence of any electrical wiring. Failure to provide proper notification will result in the immediate repair at the grantee's expense. All pipe {CGMP or RCP). safety end treatments and base material, shall be at the job site located off the State right of way prior to the driveway Installation. All construction and materials shall be subject to Inspection and approval by the State. Maintenance of facilities constructed hereunder shall be the responsibility of the grantee, and the State reserves the right to require any changes , maintenance or repairs as may be necessary to provide protection of life or property on or adjacent to the highway. Changes in design will be made only with approval of the State . 4. The grantee shall hold harmless the State and its duly appointed agents and employees against any action for personal injury or property damage sustained by reason of the exercise of this permit. 5. Except for regulatory and guide signs at county roads and city streets, the Grantee shall not erect any sign on or extending over any portion of the highway right of way, and vehicle service fixtures such as service pumps, vendor 7. .,. stands, or tanks shall be located at least twelve 3.6 meters (12 feet) from the right-of-way line to ensure that any vehicle services from these fixtures will be off the highway. This perm it will become null and void if the above-referenced driveway facilities are not constructed within one (1) year from the issuance date of this permit. MARK PRICE, ST ATE INSPECTOR The grantee will contact the State's representative FORT WORTH, TEXAS telephone (817) 370-6909 at least twenty-four (24) hours prior to beginning the work authorized by this permit. Teas Department of Transportation DIST FILE: APPR _ffil/~ J , _____ _ ,· Date of Issuance: Time Process: Date: March 24, 20IO March 23, 2010 Dlstrlcl Engineer A Signed: ----=----[)~J..,.....a~o ... £~~;--"-,,=~~..-=-~j~--------For: Richard )°chUler,P.E. Director of Maintenance To: PERMIT TO CONSTRUCT ACCESS DRIVEWAY FACILITIES ONIDGHWAYRIGHT OF WAY CITY OF FORT WORTH 1000 Throckmorton Street Fort Worth, Texas 76102 PLANT AVENUE PAVING IMPROVEMENTS Hwy. ffi820' Control 8 Permit No. 03-SC-121 -09 Section 13 The '.f exas Department of Transportation. hereinafter called the State, hereby authorizes, CITY OF FORT WORffl, hereinafter called the grantee, to (re) construct a public access street connection (PLANT A VENUE) including paving improvements, pedestrian facilities, signing and pavement markings on the highway right-of-way abutting Highway No. m 820 in TARRANT County, located ON m 820 (Southbound Frontage Road) at Plant Avenue in Fort Worth, Texas. Subject to the following: 1. The grantee is responsible for the costs associated with the reconstruction of this street. 2. Design of facilities shall be as follows and/or as shown on sketch: TO RECONSTRUCT A PUBLIC ACCESS STREET (Plant Avenue) INCLUDING PAVING 11\fi>ROVEMENTS, PEDESTRIAN FACILITIES, SIGNING AND PAVEMENT MARKINGS IN ACCORDANCE WITH THE AITACHED PLANS SEALED BY CURTISS. CALDWELL, P.E. ON 10-19-09. SAW CUT (FULL DEPTH) FOR CURB & GUTTER AND ALONG THE EDGE OF THE THRU LANE OF 1H 820 (Southbound Frontage Road) FOR THE NEW CONSTRUCTION CONNECTION. ALL CONSTRUCTION WITHIN THE STATE RIGHT OF WAY SHALL BE IN ACCORDANCE TO STATE STANDARDS ANi> SPECIFICATIONS. ALL PVEMENT MARKINGS WITH1N THE STATE RIGHT OF WAY SHALL BE THERMO-PLASTIC MATERIAL. SEE ATTACHMENT "A". Traffic Signal Operations, telephone number 817-370-6671, shall be notified forty-eight hours prior to beginning any excavation within the right of way in order that the State may verify the existence of any electrical wiring. Failure to provide proper notification will result in the immediate repair at the grantee's expense. All pipe (CGMP or RCP), safety end treatments and base material, shall be at the job site located off the State right of way prior to the driveway installation. All construction and materials shall be subject to inspection and approval by the State. 3. Maintenance of facilities constructed hereunder shall be the responsibility of the grantee, and the State reserves the right to require any changes, maintenance or repairs as may be necessary to provide protection of life or property on or adjacent to the highway. Changes in design will be made only with approval of the State. 4. The grantee shall hold harmless the State and its duly appointed agents and employees against any action for personal injury or property damage sustained by reason of the exercise of this permit. 5. Except for regulatory and guide signs at county roads and city streets, the Grantee shall not erect any sign on or extending over any portion of the highway right of way, and vehicle service fixtures such as service pumps, vendor stands, or tanks shall be located at least twelve 3.6 meters (12 feet) from the right-of-way line to ensure that any vehicle services from these fixtures will be off the highway. 5. This permit will become null and void if the above-referenced driveway facilities are not constructed within six (6) months from the issuance date of this permit. MARK PRICE, STATE INSPECTOR 7 . The grantee will contact the State's representative FORT WORffl, TEXAS telephone (817) 370-6909 at least twenty-four (24) hours prior to beginning the work authorized by this permit. Teas Department of Transportation DIST FILE: DAVID NEELEY: Date of Issuance: Time Process: A:re .. ·-pf 'R ... ·o"·~ ... rAL_,--· ·:·· . : ~{~,~~[ . ~. ··.: / : \ 1 -~~-(= __ 1~_}~•-"_i_.} •. __ .. ;AA\ { ::: 20, -Signed: --~~--u~_W .............. D ... Q ... ~ .... ric .... t...,.E ... ;...,g J_iri~e-er_· ___ ·· __ :::::::::::- For: Richard Schiller, P. E Director of Maintenance Date: September 24, 2009 Texas Department ATTACHMENT "A" CITY OF FORT WORTH PLANT AVENUE IMPROVEMENTS Street Connection, Pedestrian Facilities, Signing and Pavement Markings IH 820 (Southbound Frontage Road) at Plant Avenue Fort Worth, Texas All construction within the State right of way shall be coordinated with the Texas Department of Transportation. ALL CONSTRUCTION INVOLVING STATE RIGHT OF WAY SHALL BE IN ACCORDANCE WITH THE ATTACHED PLANS AND MEET STATE STANDARDS AND SPECIFICAITONS. Mark Price, State Inspector, telephone number 817-370-6909, Fort Worth, Texas shall be notified twenty-four hours prior to beginning this project within the State right of way. PRE-JOB CONSTRUCTION MEETING IS REQUIRED PRIOR TO BEGINNING CONSTRUCTION WITHIN THE STATE RIGHT OFWAY AUTHORIZED BY THIS PERMIT. Signs and barricades shall be provided by the contractor which shall ·consist of detours , barricades, warning signs, flares , flashing light signals , and flagmen as are necessary to direct and protect vehicular traffic while the construction work as described above is done on the State right of way. All traffic control . procedures as mentioned above shall be in compliance with the "Texas Manual on Uniform Traffic Control Devices." Page2 Utility companies shall be given prior notification of the pending construction to ensure that no conflicts exist within this project area. All utilities that are located under any proposed widening for deceleration lanes shall be relocated to an acceptable location. Any utility installations within the right of way that does not meet certain depth requirements as the result of changing any grades in the construction of this project will need to be lowered to meet those specified depth requirements as originally permitted. IMPORT ANT MESSAGE Traffic Signal Operations, telephone number 817- 370-6671, shall be notified forty-eight hours prior to beginning any excavation within the right of way in order that the State may verify the existence of any electrical wiring. Failure to provide proper notification will result in the immediate repair at the grantee's expense. ti � ' � � . D�►NNENBAIiM ENGINEERING CORPORATION T.B.P.E. FlRM REGISTRATION #392 6421CAMPBOWIEBLVD., STE.A00 FT.WORTH.TX.76116 (817}7638883 b 3 a a � 3 "s i 3 n i 0 : 533biT a � I m 0 0 N m u 0 � w FU Z O� aa ..1*tE OF Tf���l r S:' �' it i+�� � �t�i • ............':... r.............. � / CUR715 5. Cl1DYA1 / i...........................:.. � '� '•. ssna ; ; '�199;f; </CENSN� ���' �it ;`�``'�o_ ���� ��� ���� �� ���� ����� ���� �������� ������� C��LTNCIL I3I��Clt$IC�C 5 'i��l`�1 11 ��� �I. aD'l� I�ILA�.I�� A�VIEN�J]E CI�� I�l��DJEC'�C No. �09�d� D�E No. 58i6 � SIG RE /v���'^a� DaTE � � MIBE MONCRIEF MAYDR DALE A. FISSELER, P.E. C[TY MANAGER WILLIAM VERgEST, P.E. TRANSPORTATION AfID PUBLIC WOR&S DIRECTOR S. FRANg CRUMB, P.E. WATER DEPARTMENT DIItECI'OR � � � ! �a : �� I� . - �MII�' I A �Ua� � n�N f ,�� ��. y,�,� �� �; 5 $ 1 � � � .. u¢ . , 1 ,� I�,�� �° l � � ° ( fFORt WOftTH �� I � p R � ( °✓i I � = 74 � °i° I ��� I� u¢ °� `''� � � � �� � �� � � �� � �� � � � 0 ALL CONSTRUCTION WITHIN THE STATE RIGHT OF WAY WILI REOUIRE COMPLIANCE TO TXDOT STANDARD SPECIFICATIONS, STANDARD PLANS, AND TEXAS MANUAL ON UNIFORM TRAFFIC CONTROL DEYICES. SPEqFiCATi0N5 ADOPTED BY THE TEXAS DEPARTMENT OF TRANSPORTATION, JUNE t, 2004, AND SPECIFICA710N ITEMS LISTED AS FOLLOWS SHALL GOVERN ON 7HIS PROJECT FOR ALL WORK YATHfN iHE 5iATE RIGHT OF WAY. 8Y SEAUNG AND SIGNING 'iHESE PERMIT PLANS AS A PROFESSIONAL CINL ENGINEER LICENSED TO PRACi10E IN THE STA7E OF TEXAS, 1 CERTiFY hiAT THE PROPOSED DRI4EWAY OR PU8L1C STREET CONNECTIONS(S) TO THE STAiE ROAOWAY MEETS OR EXCEEDS THE MINIMt1M STOPPING SIGHT DISTANCE REQUIRED fOR A POSTED SPEED OF 30 MIIES PER HOUR, BASEO ON THE MOST RECENT TXDOT DESIGN MANUAL RE�UIREMENTS. . • THE STANDARD SHEETS, SPECIFICALLY IDENTiF�ED IN THIS IN�E% OF SHEETS, HAVE 9EEN SELECTED BY ME OR UNDER MY RESPONSIBL£ SUPERVISION AS BEIN6 APPUCABLE TO THIS PROJECT . SHT NO 71TLE i COVER SHEET 2 TYPICAL SECTION 3 PLANT A`lEtiUE PAY�NG dc STORM DRAIN PLAN & PROFILE STA D+00 TO 4+00 4• TRAFPIC CONTROL PLAN STANDARD TCP (2-6) - 98 5• WORKSHEE:T FOR EOGE CONDITiON TREA7MENT TYPES 6• CONCRETE PAVEMENT ilES TO EXISTING PAVEMENT CP-TEP-03 (F'rYj 7• BARRICADr AND CONSTRUCTION STANDARD BC (i) - 07 8' BARRICRD:: AND CONSTRUCTION STANDARD BC (2) - 07 9' BARRICADE AND CONSiRUCDON STANDARD BC j3) - 07 10 • BARRICADE AND CONSTRUCTION STANDARD 8C (4} - 07 it ' BARRICADF AND CONSTRUCTION STANDARD BC (5) - 07 72 • BARRICAOf AND CONSTRUCTION STANDARD 8C (6) - 07 13 � BARRIC,aOF. AND CONSiRUCT10N STANDARD 8C (7) - 07 14 • BARRICJ,DF. AND CONSTRUCTION STANDARD BC (8) - 07 15 • BARRICADF. ANO CONSTRUCTION STANDARD BC (9) - D7 16 • BARRICAO[ AND CONSTRUCTION STANDARD BC (10) - 07 77 ' BARRIC�iDE AND CON57RUCTION STANDARD BC (71) - 07 18 • BARRICADf. AND CONS7RUCTION STANDARO BC {72j - 07 19 •'fRAFFIC CONTROL PLAN �TANDARD Y2 (iD) - 63 20 • SIGN MOUNJTING DETAilS STANDARD SMD (GEN) - 08 21 • SIGN MOUNTiNG DETAILS STANDARD SMD (SLIP-7) - 08 22 • SIGk MODUTING DETAILS STANDARD SMD (SUP-2) - 08 23 • SIGN MOUNTING DETAILS STANDARD SMD (SUP-3) - UB 24 • SIGN MOUNTING DETAILS STANDARD SMD (TWT) - 08 25 ' SIGN MOUNTING OETAILS STANDARD SMD (PRP) - 08 26 • PEOE57RIAN PAC�LITiES STANDARD PED - OS SHEET ] _ 27 • PEDESTRIAN FACILITIES STANDARD PED - OS SHEET 2 28 • PEOES7RIAN FACILiTtES STANDARO PED - OS SHEET 3 29 • PEOESTFtIFN FACILITIES STANDARD PED - OS SHEET 4 30 • CONCRETE SIDEWALK DETAIL STANDARD CSWD - 08 (FYn 37 • CONCRETE DRIVEWAY DEiA1L STANOARD CDD - OS (FW) 32 • CONCRETE CURB AND CURB AND GUTTER STANDARD CC-CG (FW} 33 • CONCRE2E PAVING DETAII STANDARD JS - 03 (FW) 34 • EROSION CONTROL STANDARD EC (1) - 93 35 • EROSION CONTROL S7ANDARO EC (3) - 93 INTE�STATE HWY 824 t � WILLIA:M VER$EST, P.E. DATE DIREGTOR, DSPARTMB;r£ pF TRANSPORTATION AND PUBLIC WOR%S . , LOCATION MAP �E�� BY 1 \ \ \�� �,��I�1� �I,�I,� l•/ � ��I��� � NOT TO SCALE RECOMMENDED � �_ to' OR 15' PMKWAY � �� PFH. P.V:KWAY DETAH. ( SEE PWI h PROfI[E Sf1EE7'S ITAIIPED TOPSOIL� 3 TANPEll SELECf &CI(F1LL� a SEE IANGINDkU1 �WINT SPhdNC _ fi' �: a NO. 3 BVt� o T4' � c-c emn w�rs . `�--_."" , • ���, -.'.z� . �� .m-• �' ■ !� ■��� ■��.� ■������:ea������������������i -,�� . i�iiii�ee�iiiiiiiit�:iiiiii%i • a. a � � . .-. � .. - , ° ' - ' w�we��w�••aeee��wweweeesee�-aewi ry .- . u�auun�u���iuuuiiii uun�uuu�uunumuu u���muuu� ��w u��uu�u� � u� �u w• u YfilYYYY CiIYYYYYYYYiIYYYYiIYYYYYI � _ � - � - _ ■R���■ C7���������������■���I ■����■��C�����t��������������1 ■■������������������/��������I � ■�����■ i�������������������1 ■�����■ Tr�������/�■1�■�����11�1 � � ■������� 7�����■��/��������U�I �,,,� SKIG 8�It5 O 24' FC r e• , a+ac oF cune ta. szw• a�xs o 24• ac NOTE: 1 3/4' i/2� PR£FbIDFD IXP.W90N TiOT lY1 9CA2F. �WM YATFRUL N0. 3 84R5 24' O C-C BOIH WAYS 7NE t�IHFIXiqNO STEEL NiLL IXfEND xa. a avn u• ��. sw V2�p'�,y niRoucN eani wnalloe+u. ouraur - DISVtlCE BEfWEE7ii O(PlN50N JpHtS VM16 - 20V NA7tlNUY frC BO1H 'NAYS ` ..:1(4 PEN i'00� ,. /ND TRMi5YER5E CONSIRUCItON JOIttIS w y}l7f� ° - � P+ ° �� , �„� - �; : : � PI�N OF STEEL LAYOUT _ r` E JdM SP�Cixa SFJ1AfR. $EE JDINf DEfNI 2 � � SIDENIlY.'_• �_•' �CQVQiEIE ���E �µ� �� WEp Wu�' �IHf SNCONE JdM r , PAY .; _ • .�P•. . S �SiJCONE JDIHf SFN.N7f. �E JaM O�TNL 1 `��. . .•- ..' �•. y� T�g(� / 3 Uu�� NOT TO 9CALE � �, _ • srE vsta y' '9• � NOiE � ..... _ _ ' J ,/..� ! ; i...•'�-• - i .:. :,�.. � r:.. � - - - - - . . . . • . - I `rp •• , . . a ILl BLOCit-oUfs FAE ••i'• �7.9' .FEPiFDRCm �WNLftEIE PAVFll.Elif � • . .. �� }• •'' '' � . 2' SUiD CUSffl N ./^• .'• ,\ •• 9� 9Dp!-IXR fROY e' FROY 85CK OF CUPB E7�/7190t1 JOIt7IS I• . :.• • .. � . . • - . � � - • 'pH�f.. �. �a', . � ' PItOP. BUBCFADE PEN.,Y • . � E7 IXCEPf iUR INtEiS a�-�• :, :' BGFFDE'PFA.�7YFlCAL� ' ' : NC•'� BMS �� .'. ' . . ... . •P6WJAY SEtliION" 84Qf OF Cihie fDR •. •�PROPrSU .. �t .:.�,. , ♦ ...� Gg' -.. . a.:: ' C-C BOl}I WAS . _. • . .� �. �' . . . . - " ?j. .:. . '.: R64dNAY SECfIQN • . �.. � •/ / � / / / ''••'`"/ � �� �%'�l / / � .;�:, OflN64AY APPfiQ�CH EHD OF F1Gl1 BIACK OUf SEE JOINf DEfA0. 1 �\���\��\\���\������ : � � n\�\�\�n\��\���\������\���\��\���\�\ ��� � . �\�\�\��\�.G\��\`�\��\��\��\�'�C%\ � �. '� %/�/./\�%�/�!/��/�� owu+sat+,wurts. t MN.L BE SIiOYM M)i}I A ��\n � ��\�::�C�4� \n\ �\n\.�\ �\ �\ �\ ��\��Y�\� s� �wurt oErN� � c,aNr �mu�swse aar�r. s�xEn ouuwr aarrts � ,atiac or cuae EXPANSION JOINT BETi�fPEEN CURB & WALK \ ��M �M � ONGITUDINAI: PAVING SECTION E . � ti� I� 11 � �SfEE1 R�NfORCE�AAEM L NOT TO 5CdLS NOT TO SCALS LONGtN�iNAL JOINT SfE E PthCOAINf i aN�. _ _ e' SPACING .� IPAVE]�EHf �'� � VE} 7HKIa165 RmY iJrP oi w�vF]tr� N0. 3 HULS 24' ���. 5� MMf�F �/GCi� 1 T. E' 2' � � TMVEftSE EXPINSION JpNT C-C BOIFi tlAYS �1�YP 9P' h 30' ON C r7' ' [� ym{p�{ ppH'p, SUppp(i( 8451@T � ON � B' FRON I T. 6• 1�1S` 1 SEE OE7NL 1 P/�Wi6 9AD� ���.R. 0 W lY H0.5%14' SLWIFI DOWFL O 24' G-C L � : PAY : ,u• ' �� � � n U a 0 e � i 3 M n i N � 0 N � i � 0 0 N � u O � a / /� N��: . ( ' //-- . .. . 3 � � lS1, ppWELS 70 BE PtACm O TI� 1 �� ��.�!r 1�4YNIN d.£�fW7CE 5EE VBLE 7'�,. . .: ..• B pfr. 1il eu• C rk 18' OiFC ' PIOTE: rr,, �--BM SfOP %r, .��-.... �:�.: _��,: ,,i�� . 1. POLYEtFMFNE FMN 84Clmi RW W6 NOf Sff ON BQfTU4 OF 51W - CUT JOWi � y.o-uur�rrr.i��n.,Jsr.,a.ray��s� ' .' • 1"' '�' - .' �� x `.,. �"••��,�'1tT �� I 7WWSl�f3iSE JOINi I Y' BI.Oq(-OUT � �BFCK OF CUNB z aucox W� ca�.rw- vnmH ro o6m+ nr�m oF r.t �� -�- .,�� IST. CO C AVEMENTtl1f . i. -- sr� af� cw �: �. wiap. svecsiwe rER TNk:� : ��. SPAGNG � c�ou suX aF atm � 3. ALL EXPANSqN JdM3 SF411 BE PEdh'00� MTfH C1F5. :,: ....:, '.'. PROP., PAVEMENT� SECURE65 DOMEL k BE '•�R0.+RNAY,SECfiON. .'� .; ,�, .��`C IiPF�e�acN u�M.Nc i'Oti INR7SECflON �C.UflB REtUHN (I1P) 42' BLOCK-OUf FT20Y 6VCK OF CURB FIXi ON-UNE M(EIS h L T " ..•. - �/��, . <�\ ' •• ' 24' BI.00K-0Uf Ri01I Boq( OF CUHB ivfl FEC65m INLEfS •s� ne� ;: : : �. .. ., •. : . . :. paoP sLecrUOE cvs rn�cu. ^ »'/N/Y'/��'/�/�/�/�%�/%%�/i%�/i�'/?I/i�\ � r _ s• �o' E7�ANSiON JdNf. IXPNSpN JOM. ,s• m.wsw+se carumuciwN eurr aoiKr xmi ... .`�': �;: .� flamwAr sEcnan :-- �' �'�' i�'. f(� 2• s� aoiM oEw� � i�rrm�cnxo smffr tnr) s� aaHr oEa� i H 0. 6 �60Po1m - 9UCONE JORiT SUl/tt�. SEE JqNf DE7NL 2 �� r�� ������- _.- _- MONOLITHIC CURB , T_ B• e• ; ++���� 24 o.�.�) TRANSVERSE EXPANSION NOT TO 3CALS 6ENERAL NOTES: ' SPACING DIAGRAM FOR JOINTS �' SFTONR POUR;."• • (, � .� �' FlRS7„PUUR'-� '� "".,; ' �' '• ' ' � � �--- � � ����' CONSTRUCTION BUTT JOINT +, „� � o z.• o.� �' � �� � ��'' � � � DLWETQS IXD 71E j F --'. � .:..• .�, a rort aavE �aaaoua�Es u+o wux usE Na a o �a• c-c emt� w,tvs. } �;'-: • �. �;:.. •�' :• , : . ... • �.. . -�.'_ ' • . . t�Ese aws uusr ee 7. /1� F�ND PoI�S Ri fH� StPEEf S�1 BE 8 S�CK ! NOT TO 9CdLS ��N0.•�:6u6.�O�R4:• �.: •. pi O�P.'s0ecrun� r,ai rnicv. . (B6TIfffii ERISC. dND PROP. PAVS7�NT) PUCm /IT THE 7WE 7HE � NOTE: _ 4 9��w A1S,. .. m. •' '' ROAD'NA1F SECIION •: '_� � (USSD ONLY AT SND OF RADI09� P.C. OR P.T. STATIONS) Pahxc stfa �s ralr�n a a• ' t. Ptto�me t Y PRE410loFD E7�NISIOH JOItR h 9lCIX1E i�1j�,i J�m���)871;��Y�t � ���•� ` a' J q M g�, u+ F a a r � c a+ x� c n r w ro o c � s r. T H E S E � E T A I L S A R E N O T F O R lmf � � nT-�uu��-imifG--�su(�1� �ro. a ews u' car+c. ors� oa &ocw�wc (sue4a+m io oan�w� xoT To sCei�E c-c earx r:nvs Va' � �/�'� 2 ppy�p, �p p�tST �pry�, OWVEWAY � � USE ON STAi'E RIGHT aF WAY� �"'-�_ N T i} I / 4% 2 4' 1 B' 0. C. H � H f O I i C m 4 W 1 1 N N T M N 0. �--� TRAVERSE CONSTRUCTION � °• "°. ° °�"m � °°"°�° PA Q � �, ,e• ��. � wA,� �u�o Erox�o w s' a zt' c-c � � " a satucnox A anrrortcro s' oarv� vnix BUTT JOINT , 0. � � a 2t• � T,�� � , ,: : ��„� � �µ� �E �l _� H0. 3 61fi5. IB' C-C. � M �„� ,�-c eorx rurs .r.. ;P � :� , �_�` reu.w. N�T TO 3CALE : `d�E�7rIST:v�' VE � � �',�`'. . • . c,. . •+-.•: �� _. :•:Ti y T ::.;• .:,�:+ : - : .� . , / -�t .;'.:•.'•..1.4•:' �1/� � / �!`` ...P.ROP?PA ENi. � .''."' . ,�- tnncrtuou+u. co�maucrax am�aarrt xm� . . . �Y,�1',�k` n! �• . . �j � ' ,PROP.*•sueciunE �n.�i �. � � �� n•-o' cun � mn. SNCONE JqNT .",E/1NIf. SEE JOIH� DE1All 2 . .u. • ' SFE T(E ��yp� AY ECtfON' . ,�!� � IB'-0' fON OOl9E UXt. :; .i7-' ; ;' � N0. 6K78' UOIVEI �. - . . . . • • PROP. StIBGNDE P,EH. TrPIGL '` . \/�'/ V � �/� �j�� . + + �s� r�� I sws o u oc. �. _ . ' . � • �a• •'•. .' RNAMAY 5ECfi0N � • . �� • /�/i��/:�����/����/�/ii'�Y/rY"/ /� / �T�D'� J• � �°• �' .! �� � wrse/cvrrex 'pb tC-C un sxaE n►x g o • (':., •, �..` � ,' . .. . . , . .�: . . �� •, � e ° 'lY-ar �ex auaE mn. � �Rrt � } •;. . �.:.; : : - �' �., .� .r � : a . . `�. r' -.. �:.,:.;,-�'1 SUPERIMPOSED CURB _ m�� �.����:o' u-��:P� ���E �: i��: ° � '� �' TRAVERSE CONSTRUCTION BUTT JOINT I m � � � 84�n•.wAm . �� ftwvxAY'sEcnoH• .. NOT TO 9CALS } ��' • �`/ ' �;y� (BSCIfSSN IDII9T. k PROP09ED PAVEYBNT) , NOTE.' I _ 20'-0• wn sNctF mw. _�� , �� • , ,� i �� \� �i, i �,�,�v`,'Nvfi.Yi.Y �. �, i� i\ 77'-0' uM od1eLE UNY. ,. NOT TO SCALS K cun�. x.i%iii.:� �:, .°b�1flm IF1EA lHE PANNC LONGITUD?:vAL CONSTRUCTION ��` 8� ����' � SEC(ION WY F](P.WSION JOItIT IXCEPf SL1P-i0R11m EE USEp AS {N /.L1FAtU1E HE7HOD F9R NOTE• �q ���� � �/ ' mratRucm�c trtE urt�xm cutm. oosr. cur�e �t+o rairtFa. BUTT JOINT !' SWCdiE JOlttf �"'", W� BE �,� � "orE� � �� 30' RQtUNAY DltECiID Bt THE ENdNE�t. 6U/A1(Y JdNT IH tUYP OPfiOWL ' ' I JaM �EFIH � � �- 6- �pOATI � O.Sppp N0. 3 8Yt5 12' C-C TO 8E IN 11'-0' DHtE WAY ONLY NOT TO 9CAL8 '.. .. .,�i;?Sr,wID Joitrt Ftr.� meisrurt � o.00zzaz2 oo�tm It�o Dosr. tatc. 5�%ID W NIK ,lOItR NTM SNCONE I PAVFHINT JO EPIH 't ::' -t=`= �:.�;: NUG4Ull 12 ' �� vamcu cur s�w��J01Nf SFAUH�. SEE JOIM DEfM. 2 TMwwress T 4 1 � �;;c;, x_ v z PLAN VIEW � rra� � a� ow aasm Fe. r..a ma,.. r..� i�d�.. r� + ars• 'Y�c ow,u+om o o.oan o o3ao e •., . ;�.f i T. �- o t o.om o t/a2 o.�oe e at/ax �' ,. • .•. ': •• .. I �; ���RUDE FMV 2 o.om o a/a� a�ut s se/sz PND/LF. AS WRB Oft CUflB k GUREA� � �;.. ' . .... _-- -.. . � .. � x:..•:�- .� t� � -. <-�=�..� ���`-'� � 3 0.010 0 7�4 �ALO 6 J/4 � UANEWAY PAY IJYrt W�dlf10 t QUf1ER � -� ��.NO.'•J Eut5�0 �I'. cOJ.. .. • .• ,••�' S 0.93E 0 T/IB 0.4Ei 5 8/18 I_ auuvm wrm� ¢C 801H SYAYS ���'. ��� P�' .��"••. •! .. 1' S O.OSE 0 21/32 OA44 S 11/31 . . . . ` � JOINT DETAIL No. 2 6 0.� 0 3,, z 0.,=0 5 ,��' "' �' . ._ , �1�° \• • \ '\ \ \` \ \ \ � � \` 7 0.10➢ 1 � d UJ91 4 11 1! ./. /. �. ./. , / /// zs o.tas � i/2 o.s�s t �� eAac oF ur oax ���o SA�PED DUMMY JOINT SEAL FOR SAWED DUMMY JOINTS , a o��1 ��,/y2 0,� � 8 32 - CUflB ,.«� . 0 0.100 2 5/32 0.]20 3 2�/3t 4 6 • ' NOT TO SCALS �o 0.2�2 2 s�/a2 o.r�e a ��/3z a .:'`•:'. ..:�• •_..' ... .. NOT TO SCdLE . �t oaea 3 � a2 o.aat s zs :� � ' ' -" • � � .` .' -! �"... �' v is 7pAlMyQtSE p(P,W510N JOINT � 3 4' 12 0.77➢ 3 2�/12 0.180 T 5 32 . _ . ~ • ' `••��� ��� �' -� i'Optlm GROWE RWNDFD'f� 1/4• �• �4' S�� ` m 17 0]7E 4 1/Y 0.124 1 1/2 SWE YtALK SLDPE OF 1/4• � DONfl, h 24'C-C A pApIUS WIfH SILICONE JOINf SFJ.WIT 1� 0.13E 5 7/32 0.004 0 23 PEA F00T 70 F/CE OF WR8 ' SWO CUSWCN Q9 AHD REDWOOD DIP/NSION JdFR I 0' pOWE1 CWTNC , . 51LICOHE Jo:Nf SFN1Nf 16 OS00 6 4� 0 OR AS DIAECIID B/ ENCWEIIi Mpfi0yE0 SUBGRAOE Flt1IIt. SEE JOIM OEVJI t 'y - �•.. .. REWFORCED 8' OflNE Y�itFl i+'SEE TABIE 1 2' 11W.-►i �t 1�4' 1711(� REFBMiCE SEE T/9LE � . . N0. � BAF6 AT 1�' C-C.BaIH WAYS � . .'� . _ - I.. j • . PoLYcfFiYtFNE 80HU I . � .�• -} � �a, �� T� SECTION A-A 2.I.: : 1 ppyfEl StEEVE OR GP • Y ~ � i'.• :' . � -. � 2� 1•". �,•• � w �'� 70 FlT /6 OOMt7. 8 eE ~ �0 SyGQ[I{ � • JOM RLLIItE%PMISVON _ X . • SECURE6 ° ru+kw w�m �• 1a' � NOTE.• � ... _ . -- -_ ••= z . . y. � SIDEWIWf SECfiON 7HRU OttlVEWAY 7[f BEpqUF(ED 54.IE � OOWEL SUPFGiT •. PROf'. StleOR�•PFR. -., ., � N0. 7 6�R4 O 24' � �a' �.l• 2' • 5' 9` 1 THICIQIESS AS IXtNEV/AY MPFiMCH ltiD P,Vb FOR AS 6tiIXET, .. .5+�?TP: RUI�OWAY STaI1W1- . � C-C Bo1F1 WAtS ` 1� OPoVEWAY MPfiOCH IXtSf. SIOEW,Wt, IF A4V� TO 8E H0. 7 84S O 24' i• \� \' \� Y Y V , t/2 W 2osP.T2' S' T0 7' 15' �� ����) .. e� eoni w�rs ��`.���`i �i��i��;��l��l,�; �:�� ooaEs s� �-� . TRAVERSE EXPANSION JOIIVT DETAIL No. 1 ORDINATES FOR DETAILS OF LAYDOWN : JOINT , SEAL FIJR EXPAIVSION JOINTS , PARABOLIC CROWNS , CURB & DRNEWAY , NOT TO SCAI.E � NOT TO SCALE IiOT 20 SCAL& NOT TO 9CALE '- .. REV. N0. I �ESCRIPTION ( CHK. BY I DA7E .�� /�-� �y�t;.�E•�F"TFk�S1t ANRE '._ , . _. ;::� � ���:•+�,, o� �� � y ,: :, � ...:........ .................y i anns s cunKcv. � DA7E /.... . ..................... ...J �, ,;: 66,�8 : s 1'�,�'�:';�A����'�r DANNENBAUM ENGIREGESIRATI N #392�ON CITY OF FORT WORTH, TEXAS DEPARTMENT OF ENGINEERING 2007 CRITICAL CAPITAL PROJECT COUNCIL DISTRICT 5 CONTRACT 5C PLANT AVENUE CITY PROJECT N0. 00946, DOE N0. 5876 TYPICAL SECTION & MISCELLANEOUS DETAILS DANNENBAUM ENGINEERING CORPORATION 8121 CAMP BOWIE BIVO, STE I00 Ff. WORTH, TX78116 (Ei]) 7B3A683 DESIGNED BY: REP OA7E: 10/19/09 ORAWN 8Y: REP PRO�ECT N0: 4397-32 CHECKED BY: CSC IH 82Q G:\121D\4397-32\Dwg\Plans\TxDOT Permit Pion Sheet��HEET N0:2 FILE: Conerete Detail SC.dwg � REMOVE\REPtACE IXISi1NG SIDEWALK\DRIVEWAY � PROPOSFA SlOEWAlH PROPOSED CONCRETE PAVING „ � C�REMOVAL UM(TS OF EXtS11NG � 1�� ASPHALT PAVEMENT � � PROPOSEO ASPHACT PATCH � \� � exPar�sioti` ��� � TAD Account �: 04674456 TAO Account y: 03449033 NO AD�I�ONAL STORM WA7ER ORAINAGE WILL Appa�ent Owner: Apparent Owner: 8E DIREC7ED INTO 7}iE EXISTING STORM DRAIN Mork � Scott Biliy J k 9renda L Maynard � 5.�.�M OR TOWARD 7HE STA'iE ROADWAY. 706 Bluff Vw 522 Edmondson Rd � Aledo Tx 76008-4534 Wazahochie Tx 75167-7877 I Property Address: i Property Address: � t � 30�0 E Loop 820, Forl Worth � 6050 Plont Ave, For( Warih � 1--� � Lo! 2, Bik 70 Loi i, 81k 10 W'^ � West Nondtey Addition � Wesl Handley Addition � �1.�-� � Instrument: D20674�747 Deed Voi: 011161 � �.R,T.C,Tx. I Deed Pg: 2212 \� a �� ��� D.R,T.C,Tx. VI F \ J PROPOSED B' {s c � J � \ TAO Account �: �4325826 Apparent Owner: 5igifredo Munaz � 60Z8 Plonts Ave fott Warth Tz 76112-6541 Property Add�ess: 6028 Plont Ave, Fort Worth lot7&B,Blk9 Ylest Handley Addition Instroment: D208167315 D,R,LC,Tx. TqD Accoun! �: 04325818 TAO qccount }�: Q3448959 Apparenl Ow�er. Apporen! Qwner: � Canslontino & Me! Munoz Hollis Cotfman 6020 Plant Ave 6075 E Loncasler��Ave Fort Worth Tx 76 7 7 2-6 5 41 Fari Ylorth Tx 7611 2-6 53 4 7 Arope�ty Address: � Property Address: � 6020 Plant Ave, Fort Warlh � 6012 Plant Ave, Port Worth lot 6, Bik 9 Lot 4 Eost 25� & 5, Bik 9 � West Haadley Addilion � West Handley Addition �Instrument: �206 277 01 7 Inslrument: D20B300I83 O.R,LC,7x. � D.R,T.C,Tx. STA 3 BENCHMARKS CFW BM{/ �557 , 3" 8RAS5 CAP 5ETIN COAICRETE S.W. CORNER EAST BOUND LANE OF BRIOGE ON LANCASTER OVER LOOP 820 SET FLUSH IN WAL}C 1t15 FROM END OF WAIX & 255 OFf FACE OF CURB. ELEVATION = 607.35 S +ao.o. LEGEND � STA. 0+77.4, � SANITARY SEWER W< ` yA\ STA. 2+66.4. I 25.0' lT. ' � STA, 3+88.5. -i o � e � 25.0' LT. � L-3199 � � y 25.D' LT. 16.0' W1DE ' � � o e 12U' WIDE �r xeaau��� ( � 25.0' LT. N ,� 24.0' WIOE NAtER 4ETEA O ie.D' W10E n ewc maP. uN: 7ELEPHONE MANHOLE QD � � 9p1�' �, o• aNc � y 10 �e.'�io�c ca�inie x�m ucrm o �CE ,x-x-x-x- 1 NAIER 4 O V / F 1 D 1 F 1 1 41�E11 ANiEA BAOt PAIXt tlHE RIGHT OF WAY Q eaac vnar, ke '0' 0.1N 5' 15• � � O i E L E P H O N E M p N H O L E a� {1N(T� � 2o'R rj.• y � '•v � 9AO( PAOP. WiE • Z O.0 7{" :ti �. :_,� t,i ,b. O��� J� Jw' a�.rt N _ ;:.,, _.,,�, ;. � m' oua u- �uc p IXIST. CURB INLFT -�- G AS M E T E R O � i:; ° �� - - � a,� � � - _ - - � m � ` - � � - ~- " � ~ EXISL SiORM SEWER ; �- � IGi_ � _ ��\ �1 ��' i?�: � ti -i .. ? ma wrr u,� 6AS MANHOLE �o �••�_:... 9 . \. - - - diWil➢Rll� E $ Ci v Lt+a:.� - - -::1:=• p. �.� . �12 � -- - - 11 -�. . - - -� r. � � EXIST. SAN. SEWER �-SS-@- G ' -- - - - ;T_`� - � - - � �� � AS VALYE .. _., :�,. ' :.. _.. ._.-... _ �.�_,._:..-:,:..,. .., (c1 ..L,.:.. :. - ,.... . :, �.,..,,. :. _ r-r- _.._,,.... , �._,.. _ � ,.r.._, �::. :_�, - ,�T;: ,�..�,;::: .^_ ;.�;.;:;=:>� --- -- - --- - - - � � �.. ,.. .-� � �.. -,-:qx?..,- • - �...,, . . r - - - �-�: ' - ' .. � .,._.,. "� . . r. • _ ;: :. �.. . Y ,.:_ ;f-- l�.� .....(1 • ` . _.•--- - -- - - -- - - ' - - -- - ' - -�....�,. . .:...........:. �. _ : .._ , ,. _,v<.�: ,.,r- : - -- - - - - - ;.. .. .� ..� } , :. - - '� � - . _� . _.__ -- .�,.� - � � ' .-ti� � � - - ,_F_=- �>�, w 3 8• - - � %, � - -- - -- � `L�::;{1'-' - �•� - � - - - ��.:. - - -f� - -- - - - - - - ;.1�:;�:_::�,^.: =:�,..:::- _ - - - - •-4 � �`� - � - ,�-� -.f." - - i✓, .'i :�'='. _ '"`:;�' i. <ir . - .,i�; :�,_ .r, = oc sr ---c- . �- ,l 'i� . _• - t . cas 2 .. - uNe - -, fi'r`_<,- s ORM l Q T DRAI N M 0 ' . ANH LE - - - - _r.. ":�;,;r _ i - - _:�ir `=.. � r / f� ti:�.,;,; ❑ � - - �`: �,l_ � :�s - - �<:�:. sa S.'_ . /' `�l`\ vP_._ '-- / -.� _7f /i _;n.,�: f - ! � �.i _ % 6. ! �L � !.. P' I � _ �_ � ��. a _ � :_ r�� t_ - �: ` :-�- \ . I .� ':ti:c - s`I - • -71Y9--.•�•. ' " ,� _ ..4 " ' =�t. ' - ' _ ' ' ' ' " � ' ' ' Tf•,. " - _ Y'- - - i ' - 0 _ ..jy, ' ' ' - - - - - EwST - - - WATER VALVE �4 ' - - - - i���__������ - - - P � � �9"7"� a � = a ��� �ro` � ��� ��o i�a' <o� � � � m 0 N b 0 � a - ' �rs r �.... , , � � � - r:��o:�- .: :. ............ d - - - - , - --'-- - - - _ � PLAN�l'-.�A�V�N E __k; � ' oweR Po� � - � = - - � - - - -- - � ": :`� " - - - .t P*"1. :� _ r-�" �, / r''` _ � ..-'�it�' Y'��� 1^ ':z.`�_�- . rrr. - - �- - �'. :-'� -�!' T'_-T _ �t i ' i' - . .,;-. _ �., ::,.. . , ,.:.,�::_�., s::• -. _r ... . ....: ..... .. . ....._ .. .._-.... .,�,__� ,��'� � - .>. � . ��<... EXtSi -W C7 ._.,• . . ...... . ... ...... .. ..,. ..,.� ..._, . . ,��-'_-' �-.., z . .__. :::..� ,- - _ - - . i � _�1 . WATER 11NE :.: ri; , .c _., ..., . .. .- "-- - o .�._ _t ... ,.._._.».. .. .. d� _...,�. � i___-.�.,_; �>i; - � r - - rucn Gt1Y VNRE .� .l .tl0 - 4_ .15 - B? " .;s,�, _ '-�� .� � - 1 p - - - �17=::2+ _�% - E- 0.� - t - W - - .�.�c;>.-�:3 00_ � ,.n, l�';:�` _ _ - - - - - -- ` - 'M� - - - - ,�:�::- - ...... ,.. .. .�_. _. ,...... _. _._.:�: ., .�„- _, . -.;,:. . ..: . .. _ _ . ....,._�.:.�. _......_.,. �.._._.�:-.,��„-:.5:�;�.:�_..a:��;:} . - - ...._;�-� ..;s,. , .<.. ..:c.�..x . ..._ .� •�' - .._._ �.�.a. . ;;`-; .,,. _. ... ---_ � - -- .. .. _„_: _.. _._. �,'_� ., . . ,:._,: �, . .. �. _ ,;.Y:•:;,�.. �... sw . . .. :..:_> - _ . - - - ' ---. . , _ . _ ._..r -.. , _s,,.,. �- -=r_�r:.: „�,-,�...,.,�.:.�; c;- . ....._ .) , . ,_..s., � . ..:,..,,, �=`• _ .... i��, . _ .._;s�c%::::� s ... � .>: -� �: ... -t,..:�-. / . �.. . .s... _ - - - - ' ' ' .. ' - ��� �.� 's�;-,;: '-. 1 I.f.,�. , ,..�.1� 11 -" ---- -.�_,.. _.... - - - --- - ' - - .... ..:._. __ _ .�. . , - .--._ ...._.._,._ ._. _-. _...:- . �__...____ .:-. �_t a,�; ,.�-.•,_, . ,. . . _y.:»�. .:-_.._..:...���. � ---- ._.. .�_., _ . _ - - - - - -- - - - . V/AIEft METER ...--._:.��:::=� _ . . -- "� --•..., u ..,.., .,... � _ r..�.,:...r. . . __. . . , .., . . \`.,� BOLLARO o .. .�_..... ,. � . :, n._. _ - -� -- ___.l,._ . l�� _.>_...., ..._. ,.�.,. .... - - --. �._,. . .r . •�.: - - ,.. _� .. . _ . � � _ � ._. ..... , __ . �, .. . .. . .. .. � . _..t .. . _ .- -� ..,-:_-• ._ . �<� '`�Z ewsr o s ���. rr i _ex-_: ::G'`.:':'� .' .,� : - !� - - - - -..c - - / _ rs � s-T�'�, � ;�. �-� �_.�:�: ., .<. �.. � �,_,._ .: ....E, - _ - � - .. . � ., . .x -,�.-•:;,.� :_ - _: .,..,•._, -._:._..:. _ . , ....;. --� - �- ' - _ , ,. ., _ ..'�'� _�... _ _ _ . �, �_, . J "2. _.. �,.i_. - - - - - - - . �.�-+F-r , . � ..... .......:�.-.: �_.. .3.. �...._., �_. .,.... -r . -. . �. .. . _ _ ' ' ._,. . .� -.: . .. ' . _ ' _ _ f�, -- '_ _ _ ' _ - . ...... . . . -.. . :, ..�r_.. .,i. _, �:Py3-' __. : :.... _ = �y _ _ _ S - - - ��., - EX� T. E - _ _ - _ _ _ .- �., _. - �,.- FlR HIDRANT SIGN �- sra o+oo - /. _ �� _ _ - - � � �`'�'_ ----{ ri w ' - f'UU�TS AVENUE _ - -"�- ` r �+ av rr-nN : �n1r-- r = .. -_._y_ i. . .. � ... ._ _ .�, ... _ •f'_�.;�, +�:"� -. _ ..: - �:. , . . .. -._� ` `_ ,,' ,a 2 ' -. . :. . .: : . • _ � �I ', ..� ..., .. ..-. fi,���:"' � �: �z �- � � ���� -�"_� � V OVERHEAD EIEC. -OH/ELEC- IRON ROD o � CRAVENS ft0A0 �1 J ' 0'O.�X - ;1 . 12'GTFVA. �_��R� �� O ����ij` ta� '-3't37t N= 6953128.42 0 • i ; ami nnk u� ma �r n`roi -.- �Ziinrd � UNDEftGfi6UN0 EiEC. -UG/EL£C- SEWER CLEANOUT o `� 9 STA. 3+325,, UNOERGROUNO 7EL. -UG E� 236Q178.50 A 20 R z.• iuo�ecxnr °� � • - _� ' � a � 15'f � � � m"c �ainx.w. . � /TEL - SAN. SEWER MANHOLE • 17' 15'R 5 b• ouc PROPOSED 8' K' "'"B°'"'' 25.0' RT .w• « qY 73 Wq7ER llNE 17.0' WIDE ' PROP. SAN. SEtSER -SS-�l- H/V CONiROL ,� ' a CONTROL AOtNT R-3� � �s ctr�xovr � S7A. �j}�1.3. +� TAD Account �: 03449335 ' 5/8" I.R. RED CAP TAO Account �: 03449300 TAD Account �: 03449297 � 25.0' j�'L REUNEO SAN. SEYlER �SS�. - 4 ( Apporent Owner: . � N= 6953186.32 � �ii � Appur"ent•Owner: � Apparent Owner: � ��,D' '�DE ' � Angela Dorsey Bedford � p � Thelma Cannon � tsrae! Custitlo � PROP. WATER (!NE � � � E = 2360086.89 7965 Green9ate Dr EtEV. = fi1Z56 6024 Piant Ave 6021 Plant Ave 7AD Accnunt 0�449289 � TREE � S7A D+OD.DD, BEqN a 6`: PROPOSEO PAVIN�, SAWCUT � Daltas Tx 75249-2Q25 � Fort Worth Tx 7b772-6540 Fort V/orth Tx 76712-6540 ,iApparent Owner: PROP. WAiER VALVE �t"'� AND MATCH EXIS7ING PAVING VACANT � Constontino Munoz , �� Property Address: p�H � Property Address: � Property Address: �' 2605 Cravens Rd � PROP. WAiER ME7II2 0 fi059 Plont Ave, Fort Wort VACANT � �n��csn I � 6029`Plant Ave, Fort V/arth 6021 Plant Ave, Fort Ylorth � Fort Warlh Tx 76112-5013 pROP. FlRE HY�RANT , PAVING CONTROL POINTS �ot s� s, eik ta Lot 15 dc 16, Bik 13 � Lot 14, 81k 13 West Hand(ey Addition � � West Hond(ey Addition � West Handtey Additfon ��P�operty Address: � POINT STA710N OFFSET T/C' � Deed Vol: 016524 I I I �eeJ Voi: 015058 I Deed Voi: 074570 I 6017 Piant Ave, Furt Worth I NOTE: 7HE CONtRACTOR SHALL CONTACT 1HE FOLI,OVANG AT EtEVATtON Deed Pg: OiBf Deed Pg: 06D3 Oeed Pg: 03fi6 (Lot 13. Bik 13 tEAS7 �8 HOURS PRIOR TO EXCAVA7�NG tN 7HtS AREA: I D.R,LC,Tx. ( � � O.ft,i,C,Tx. ( D.R,T.C,Tx. ' West Handley Addi��on. � O Qt10.18 36.02' L7 614.56 Instrument; D2051$0740 FORT WOR7H WATER OEPARTMENT 817-392-4477 PAVING CONTROL POINTS � PAVfNG CQNTROL POINTS PAVfNG CONTRaL POWTS PAVING CONiROt POINTS o.rr,r.c,rx. 7Xu cAs ae EtEciRtC i-80D-344-8377 2O 0+30.78 15.5D' LT, 614.89 � ; J ; �� S. W. 8El(. TELEPHqNE COMPANY i-800-395-0440 O' � POINT STATION Of'FSET T�� � p01NT STA'�ON OffSET T�� POINT � STATION OFFSET ( ELEV 710N + PaNT ( STAiION I OFFSET �.�ON , Ct1ARTER COMAIUNlCAitONS t-80D-344-8377 3 0+13.44 15.50' LT. 674.57 EIEVAiION ELEVA710N FORT WORTH UGHT AND SIGNAL 817-392-810D ( O4 , 0+21.63 � 37.34' RT.) 614.61 � O7 it51A9 30.84' LT. 617.16 I 10 , 1+75.13 3D.64' L7. 617.46 13 � 1+5269 � 3203' RT. � 618.13 78 1t73.44 31.02' RT. � 618.51 WATER MAP NO. 20>8-398'ae 2084-388 DIG 7ESS t-800-D1G-7ESS IO I r � O I O� � O� � � � O � � �SEWER MAP ND. 2078-388'.� �094-'+88 j 5 0t41.75 15.5D' RT. � 615.70 8 1+36.20 15.50' Lt 616.85 11 1+9�.13 15.50' LT, 617.84 14 1+37,60 15.5D' RL 61Zt6 17 1+88.43 15.50' RT. 618.25 I HORIZONTAI 2�_�_�.a �`��0 60 �O( � I O I I O i � O� I ( � O I , �U-'DEP1H SAW CUT ALL�'dDiNTS MADE FQR " 6 Ot18.36 15.5U' RT. 614.60 9 i+51.56 15.5D' LT. 6t7.t3 t2 1+74.71 15.50' LT. 6t7.56 t5 1+52.30 15.50' R7 6t7.4� i8 i+73.86 }5.50' RT. 617.44 REtAOVAL OF EXfSTiNG STAi� fRCtUTIES ? Q Z d 6 -- - � •-l---�--` �-�._ -_� � � : � _..i._ i ! I I - �-�--�-- ! �.._.�_._.. ' `_-'-�- �- -- �----I-i - �--I-�- ,-�-- - I _� ( f I � I i ( � � I i!j r � � E E �, vEanca� � - -� scncF �N �E-�,-� � ) � -- --- ••------ j t ' 3 ---- - � � .._.�__�...i._ "' _� �" __ __""3 � L_��_ ' � � S._� �... � - _�'1 ' ' "" ' _ _ � �' ' '_ t "_ " '___-_ -_ � _ _ " _" _ " � __ _.�� _ "! .Y' _ _._._ � ' ' '._.. _. .. ._� � .. F ; _ - ' ; � � , i'- # s , ".�_i_._i �"_ _'! (' j_ _ "�. ' _ ' _i �. � � _ .. _L__ ; E - - - - -' --- - -- - � � ' - - - --�-- ---, - - --s'��- -----�- - - - i-' _ � =-- = -�--- i-�__�___�_ � __ , ._ , 7 ; �1_ :,. .�_ _C. {.. ��� .£ . � .� ;� + .i �_ E ,- .� � , � _.�.__ -�.� � _�. � ��- ., bzs ! i i I . _ ! I `_. ` I ; i � � . ; ( . 1 ; � � i : 1 � � � t � � rr-- , -,._ . , - -�-- . � � . j � _ � , � _ N t i i , J (�'� i ; ,; ? 626' � � � � � � � ' i � ' I � I i I f ! ! I 1 � � : i --t- ' � __.l. i_' �.. ...i._,__.____ _ . I -. - --- -- - ._, �__. _�.._... . �.. ._ _� . 1 � �u { -'-�-- -_- � �-�- r ' - � ` -._ '� a_.. _. _.. : - -;- -- -"-- � . , .. __._....._- - •-" ' { - - - , _ + _.f _. 11_;__..?_.__� - ' - ( - - - � I : � { � i � � �-�f- _...:. ;. �i.. .;_: j. , � , - �i fa>= ... ..�_ ` .._. g _.I._ _�._ ._ _ I_. _^L_ ° �. _... - - -- ---- -,-, : - r- ---. - !--. _ r_� � � _�_..�_ � ^� !1- t S_ - . _i _ - --- REV. No.' OESCRIPTION + CHK. BY' DA'fE --•---f �----'--- --.�__�._. --�- ( � ' - f _' ' .._ � _ _ � . _._...�..._ � 3 ^ _ r _ i+^a� � � ��{ � _.��_ __ � �! i-` - i � '",.t fil w=� .� � �� _ � �r f 7 i -�i ^� '�T �t',-.; �- _ o , ;� � . , ._ _ �� _ �_____. � 624 � i i ;� � I i ; j V I : � j ; --�--r. i _... � i � i � I �I I �`T - - ` - -- �-g � � - - . { ,- --,- � _ _j _.. - .�__ ` e ; , � �i iV i���+�� !-- E UF T\ p 1:'., i_ 1. I:'; s� # I � i I ' i � ( I_-i � I��: t F T } i i ��p..........fa'�s� � , : a-- • •- - -- ---- - -s--•---�----•-----. �._ .<_-- --._.L_.. -'--�- --�---�-- -�-- --�---- ----� - ---- --- � ` --.. - - � --- ' -' -' i � s: � � � ?� 624 _ 1._�. 1 i i s m . . , i ' 'i _j . - � a • '-� _�- - - , . � i �.� ri �- -- - - --FB._ ' _T. _ _ � _ . . --' - - ---- - � �l 1� (G RE , . �_ : i �_',_ . op. tt i ( � t a � i ' _ � --� _� ; �kTSTt JG'_. j �.-_ . _... 1� i a �-- -- ' . .. ,._s.---....- ------- ----~ - --- - - _...i_.. ` ' I T/Co11.81x �i '�� ! I kr� ''.�i � ' : ; i __ _._ .._:___ ._ ..�__ _. _ _. _�- __ .._. _. _,..� _ _ . � , . _ _. _. .. _ I � •�. i_-._. _-__ � _ � _ �. �_ � , _.,_.._..._ __ � ` _ -;R-O- - � �-: � -- ' -� --�- -.._ . i GV • n _. } o� ` ' i � i ! � i ' � i ; � -�-._. �._.i.. � -_ �' � �-•--�--. _ � . ; _ _ _.- -- - ==-i-. . _. r ..:....................._i.. � .1 % U. � __ _T�._ �.� � �� �.,______I___.�_'s__ _.__T.. r.��.;_ .:� - I � I � , 4 I ?RIGHT � � _ '�-.._�_-T^;�.�_.._.__�. �� � _!__�._ _ ,_ � �- j ~' # ! Q1ft7I5 5. CAIDVhL. i � / " `� n 622 ! i : ^?� � l � � i��� E _ �I � . ( i � � i ! I `� j-,'_._j i ( -i--�- - --�-��-�--�- i �-�-- , --,-� -°-;- -„�:.� 622 ` .. .....................:. j oa� , � i - ( I ! , t � r ' set�a : . m } ? _ � i_ j i ` � ' ' 1 I � � I i [ i - '�' ' � � ` �1�4�•.4 0.� 49'✓i ... ._; . . ___ . ._ _...... _ _ .. . �_. _. ._ L_l....�___ _.,' _'. ' ' ' "_ ' ' _ _' ' _ ' ... _ . . ... _' j_";..._,__ . . _ . I f I f i • i CENSE,. � ;- , � �. �. ....�. �...,.�� _ .... .....�.. � � � - - -- - - --_•�---�-'--� • -'� --- - -�-- - ..f.,....._._' . �iFss........ �- OANNENBAUM o .- --�--,-- -U;t� ; `-- --1 � �-' �- -- -- - � - -I,T _� � FJ(ISTt JG GROUN� 0 - I -I--, -. ! � � -. �._. `'.�� � 1 _ �J _ � � _ ;�: ( � I -F ( I ( -" h�b�:: ��'- ENGINEERING CORPORATION � ( � un :^ ( -; i . : ' � f ; PROPUSE� QF�°�fE►JN� � i ! - > 1'� ' "i-'. i ' �-T�-' �-� , - - % ---. --ti. i_i�__.�.�__C_x-`".._.,__�_�__ ._�___.._ __�__, •_i i i^ I i� �.f '..� _ }� _ ' E , ;�a� : L E ����� � REGIS7RA71aN #392 �. • .r--t-� ---. _ . . _ � SZO � _ � ;o , � i � ! ! f ! � ' . ! t � I i � ' � �� � t I �� � ! i t ,. -� ! � � -,--1 � �--,- r - - _ 6ZO , 1 ; _ i i u . �" .-- i ` ! • ` � '--- - -- �- -� � - --' - �- - � �- - - � � .S "�� � � � 5d � ! } t j ly H� k t ! � i ' , � i t -� � � : � � , , t �('' - - -. _ Z -'-�-•-' -__; . '.._ _---__ . _ __ t_ _...._ � . i -- ! [ � ( ' , ; � � � �� _> t- . �i_. ! _ , _. . � � .._�-'a'- ' -'-t•� - - - -'• --- - � - ---�--_._-' i '_'.�-- .r-- --' ---T- R-�- - ...-- --�i�--G..__ - - - � � � �_L.._`__f._ �.__,'�_�__. r PROP. tT. :. f ? ' � ! f t � ,,,� � {�i; �i --� r--- � � (/)--1 - - �, _ _ � . _ .� ._� .. _. . _. � . _...._, -�--._m��_��,__ ._,._,_ , , . _.__:_..�__ T � � �:,�-��---__ �. �. -.�.--�.-.,�/-' �-i----t�-. - - � .av-�- -- _ - - -- -�---- PR_OP. tT. T� __(.-�--- -=-j--�---�-- -- ._ DEPARTMENT OF ENGINEERING � CITY OF FORT W �-x'� j ,. : � �r- ( '`� � _ t ! � � �.7� _i._; . �_ �� � _ � f i� �� € � Tftl O 1. iY �� I ; i j � (y�.. j "'_.�.-- s�8 '----f -�' � t-i � ? � � � � � . �� E - ��. � � � I � � i �.i ��'---�-, { ---- i ; . � -'_. i � c, , ; , .. i �' -{ T , ; `• � � � � � �. � ( + � i I � ; � 618 2007 CRITtCAL GAPiTAI. PROJECT i � � � ` �°"� � � E7([S NGi. + � _ . i � � i ( � � � �- ; � • ! � � � � m � ( � � � , � J � - � ' � .• '`�-- - �.. ..__... . - ' _ ' - - - - „ ` - �`'�-o „-i� - - -- - - - . - - I - - - .F�s�Nc_s9�)IARX�s��._�.._�._. _ ,_ ' i ? ..�_ - UNCIL DISTRICT 5 CONTRACT 5C _.,. ---,_ .._ . � CO _i - ` ' � -1__�--;-_ _ -� LT_._Ty�__i_.�._ _ .. 3... _ �_. ' � _ _,...- i - � � o o � .,. � . _. ..�... .-- • . .��.. ..�� .tl i c YOlBE� ABAN ONE�' , _ "" _ �. _ - - - _�_ ---�--�--a --�;--,� ' t � x - - � , - i •.i.._ � , , ; ` ;� �_ � PLANT AVENUE � � � , �_,- � _.-(.. -t--� ' � •;•- - - d > f- -,-i . �.� ' �1�._ � I- ' ---� -- � >>:__. � -�-� i I _ � ., � * m � � . ! � N`� � � +� y�± ': ClTY PRDJEC7 N0. 00950, DOE N0. 5878 ' i � � ; , } � 4. � '�. � ��.� _ ' _; � � j `° P OPR L -�'ii''� � �..�.�_ t 1 � / _i_..� �a � �!I �- � -'-- , -•r" -IF -�'--- tat.�__: i 3 ��t � i � % �1 � � 6i 6 � �i i� N � I ? j � �� "` , I f � � , ! � ; t � : -;- � �T c o z.�ax "_.! ` - r �- 1- '� T� i �-1 �' I- � � i � + -'' ' 616 �� � � f . r ' i 1 � � . .. � � r.�! .r � ' � + i f- J ? I . F � i i . ' t f t � . I --l. !_..,-. . _. _.. � ._1_...` _.__I...� � "� _�r�� ... �''..._i. ' . . I I ! _ , _�RROP`LT.I_ I_ ' ;rnw ,.- -....t_; � i- .-. -.- . - - ao ( i _ � _ 1 � � �'� L-i!� l '� ! - � ! � � `_ � i ; ! i � � 4 i . i j , . 1 "l- .-•i � - �€ i �� JC @�1.8i9 '- - _ _ - �- � - - - ��-.�_ .: _ ....t.._ . .___.�. ..i' - - - -- --- - - - .... � E - PLANT VE U _" _' '_' __ _' / .�_..�_.�.� . �__.... ` � i 3 }- F�. i .: J ....7.... _ � . A N E , , T-�--i__ .._ ...� g ____�-- __-_i_._.---�---:-...- ---: � _ . - - ---- � � -•- - -� _'___-- �.- , , L -: - � ,- :� ; --�---, . , . __.,,-�_ _.. _ _..�-�--I-- - - - - --- -;- , - �---I- � ; - �- �-,__.: ��� _ . �� ' PAVING AND DRAINAGE : � - - ; ; : , ... . �._.. I._ __ a � �isnNo �s• Wnt�� _...�. __ � � � � _ t. _ ` i � ' 3 .i_ i 3 ' �_ ._ ._._--�• � � �_� � � . . _� _ �__ T j .� . �_ �_� ._�_ � �,. _�__�s�s��i�� - - °- � - - � _��. � � � �-�._ F F __.� ��: �.;� � = J�:_,.___._ � � - �--.-; �-- ` - i PLAN & PROFILE s� 4 7 � �-� ( I � j RT.• T�C � E ` s..; �� ! t f�� � i�� i f' i t --- - : ; # � I � � � : - � . : � � + : ° �-! � � I � � i : i � _ STA. 0+00 TO STA. 4-I-00 �; j � � < I f I . ..: � �.. ! �...!_ � _+, i EXISTtNc a wA7E� , ; � a f t � i � , , � �'� f � � 1 � i `� ' . ... . . .. .. . . . . ...... . . _.i.. . � . � . . . ' 3 , . ,_1_ � II{ � . � � � � , ; ; ;. - ;. t- �._� _ .:...{ _, .3 ;._ _._ .:.,... ,�-� .;_ .. _..1., �-- - _: _ .;._.. -- .._ �.. � i ' I ---=-�=- --:�.._. ----�-_.__. ___.-�__----_._- -�- - -- - : ` j , � ., i. � , _-i- .. _3-.. . : -{- ". � � _ __t._�_._!. _ _ 'J.__�-, _ '_ _'_ t__ f i'_ � ' _t ' _' ' _ � . : �_: _�. : .�__._,.-._�.I _:1 ._:�,. �1 � _� i _= --- i D A i V N E N B A U M ; E , .; m. � : < < : . ..:-,_. € ; �� . �.�� ---;._._-• � ��---�N- . I : � ` :'°•!� i ' ' , o ��.�._ ._ _� �_$.l_._-.-.} `.��. � � f_.�.__�_�_ F�' _.__ ,fD � �_� > > -�o �! �V RI CORP O ._�...-:--...""' ` N_" � _"_ - M-�-....�_�_ . � ( � ��) ( ' ENGINEE NG O 612 � t � ?; �; t i € . t� � : � "�----- -- ^ : -�-- m� , i- --�-- y-� . ; � -�l -- o _ ,. � '.� � -. - - _.�_..._ _� RATI N . � . � � ( I� te .Ti i ' � . t w Si . t , f � � �� � ! E � . . �'. � y F � f 1 % � �� t 1 � � 3 � � + � ^ ^ /�� �(/ .'.` J � -'--��� �^ � �-t- � s } 2 642i CANP eDW1E8lVD. sTE40o FT. WOR7N� TX 7871ff (817) 763-8H83 � ; � : , ` . .. . .... ..._ - -- _ .. s .. . . _. , . _ ... .�.1-.It-r_. . .i_ .:. _� � . i... ....- - - - ' - �� - - � DESIG ED B J W � ' � � : i �3 � ; , _.[ � s . ` __ .: i . _`.d. i t.... _.. _ '.i �_ ._. .� ✓_ _ � ._ ._ �. .y� j- - - n. -•- �- • _�- - u- -s_�. . - - � u �i � - - .. .. __ N Y: M DAtE: 10/19/09 __-i.�_; _i . _ _ .�.._..._L._ _..� .:._. U _ . o. ..----.; _ ��._ ._..; -- .c�- c� ._�__.. _ . ____:__ _ = a o.,_J.__ _.�_�. _..'_. .�_..E._ - - v- --_i _ _ .__i.__ �.,� u o � � . � � � f t J��- 3 ( ' ` ` ' t1 t�- r�-~ � � i } r� �t ` � � � i , %� \ �. - � � -- - ' - c�..�; -- - i _ _� ��_._ .._`_._,._�_..r._.�_' _,.o �!_._L..� - - DRAWN BY: JMW f E ; � f :�. �! J f y , . ,y,,,, ! t' " j -�\ PROPOSEp '[ ' � "!" � } �� -� PROJECT N0:4397-32 � � * ��II _ �-. ,-^.�:.._ ; -':- � ` ^- ----� : � �. !' _.i.-t _ �- F � i �r �i � � � �: I I r- tr- r-' �-: 'y'--�-�%-_ -{- i�:�,.__ _ �SA}i1.TARY-._•-•--.j_____ - - -[ �,_„�- 6� O �'�_ �.�.___-i ` � �� I� 1� i I ; �� 9 . i.� !( � j�: �.� i �..i :, � I T. [ i I ~ I ' I j 1' � :SE� i � i: � a �;� i{ [ r� i � f Y CHECKEO BY: CSC H 820 1 � . . . i 61U � G�1210\4397-32\Owg\Plans�Tx00T Permit Plan Sheet��HEET N0: 3 �+�� �-I��� 2-F�� ' .. 3i-Q� 4i�OO . FlIE: PLANTS�AV_Oi.dwg Cm7 °cm w. o+ ao- Tm� 0'�4 �4 C � z � _� 'a i a�m 0¢ �m6 +L� L€� �g+ .-9� L�d moi 00 0 W X L F- L mm� ' o0 m }aa- }� L O T � Ot mC n� ; Q4�- o L pCt =�o � o�+ �pXO mr-� ba w t9mm o �+ e= o mco FY m w � J 0 . N O L v � � `v � � '�O � o t � QQ) ^ ( n �� �u LJ .�"�, c2o-2a � 48" X 24" I 500' min. � ' I „ 4 � 100' min. ��.* � � ,. .L:�. � !i '�f� M� ' � —� :� o m i9 `� `� ; Type III harrfcade, `� charx�eilzinp devices,or a� � shadow vehTole vith orange fl ,. flaps or warninp liqhts. ,. I�hen shodow vehiole is requtred, ff shaii he equtpped with Truck 1(ou�ted Attenuotor. J 1 v � L N � ,t00' min. 0 L d L 3 � ��.'�'�%`. a � , �' •� m M C � a B a 6 � � " � �" ` RIGHT FORu � � � � � ONE CLOSED ��� LEFT ' 1000' � � 48 � X260" CW20-5R (SEE N4TE 5J 48' X 48" .� I � . t eoo� L� I CL05EU .�' i� � ` Xz�( �r _ 2600' CW20-5R ' 48" X 48" .i� ..8� _ = 1 �'�-�� � ROAfI ANEAD cw2o-t � 48" X 48" t pILE �fLAGS-SEE NOTE ll TCP (2-6a) � ' One Lane Closure - ci � � � �_ ROAO YOPoC �°" ! G2�-2a I m •' , 48" X 24" v 0 L 500' min. N �� ■ L v° 0 t N m i� v 0 L � 500' min. I ♦ 0 100` min. ♦ i t: _;. - ' �ff ;�� ;° aa � �?��:� �: . � Type III bqrrioode, chamelizin0 devtces,or ahadow vehicle v(th oranpe „ fiapa or ur�ning Iiqhts. :� When shadnv vehiole ts o " requTred, it shail be A � ■d��E� � �• � ��\ EXIT . O /„/ , ' v „ E5-1� 46" X 42" N EXIT a. a ,� 40 � � .. ►neH ♦ � CW13-Z � � 48" X fi0" 6 ♦ ° EXIT �� „ "' � OPEN 0 M �� �., /� I /� E5-2 / \ ! � 48° X 48" Lt�• tJ .a.� ISee TCPl2-5a) for traffio oontrol) devices for lane closure TCP (2-6b) Lane �6�sure Near Exit Ramps 1000' 6� � W F�-� O � l� I I � � �X G20-2a 48" X 29" equipped wffh Truok m ' M t1a�rtted A#tenuator. � s ' /-SHOULDER TAPER / 1/3 L N AIGHT • J � LEGENU r� Type II1 B�ricade o■ Chmneliz(nq Oevicea q Flap � Heavy Nork Vehfole � Truok kwnted Attenwtor � Trotler idotmted � Portabie Chan9eaDle Flnshirp Arrar Panel M Itessape Siyn � Flapger .i Sipn Post Hfnim�m Destrobia Suppested I(mctmim Taper Lenpths ** Spaolrq ot Oevtoe Poated F�la /0' 11' 72' on a On a Speed Offeet Offeet Dfteet Tcper Tm4erth 30 2 15D'165' 180' 30' 60'-75` 35 L= 60 205' 225'�245' 35' 70'-90' 40 265'�295'�320' 40' 80'-100' 45 450'� 495'� 540'' q5' ( 90` -1 10' 50 500'� 550'I 600'� 50' � 100' -125' . 55 L�WS 550'� 605'i 660'� 55' I 1 10' -140' 60 600') 660` 720') 60' � 120' -150' 65 650'�715''780' 65'�130'-165' 70 700'� 770'� 890'' 70' � 14Q' -175' �Toper Impthe hove been rounded ofi. L�Lenpth af Taper (FT,) ��Mtdth of Mfae} tp7.) 5•Pocted Speed (lPH) vrPicu us�cE� IIOBILE I DIAiATION I STAIONAflY ITEfC1�STATI^ONAflYI STAT� Y GENERAL NO7ESc 1. Unless otherrtse sFoted fn the plans, flaps attoched to st4ns are REQUI8E0, 2. Chmnelizinp devices used to ciose lanes moy be suppleirented vlth the „ (� • F� , ctrevron AlTqm�ent Sfgn piaoed on every other ohanneiiz(r�y deviae. .. CLQSEO � � Chevrons may be attaahed to plaattc dru��s as per BC Stmdards. R20-2L ONE I 3. Charuiel fztr� deviaes used alaw the rork area or alonq tmtperct sea- �� �. q8" X 60• LINE ' tions moy be suppiemerrted rith verttcal pmeis tVP) piaced on every XKK � 0 tSEE NOTE 51 LEfT other charrie►iztno devtce. If niflht time oondittona muke ff difftoult - to s e afi I ast tro Vp' fihe V• � 48° X 48" _ _- 1600' 2IDo' � I � .L.i . Z I M � O 0 M � N e e s, P s may be plaoed on eoch chainel(zlnp 1000' devloe. CW20-5R 4. In areas viih safe-ty 1lqhttnfl or caM(twous iliuntnation the ohm- � ' 48" X 48" AIGHT �lizinp devtaes om be suppletnerrtad vith deltneotors. 5. The FOWA ONE UNE LEFi siqn may be uaed fiollw(np the RIGHT LANE ��Ctt CLOSED sfpn. � ���SW OnIY Pre-qualtiled produots aholl be used. A itst of conQiimt 7(q� � produnta md tt�eir aouroes moy be obtalned bY h"ttinp or fmcinps Stmd�ds EnOtneer R11-2R RAMP Trafflo Operettons Otvision - TE 46" x 30° CLOSED ' 125�Eaet 1�5 reet r���'� � � Austin, Texas 787oi-2483 CW1-6 � Phone f5121 �16-3335 48" X 24" Fax 1512) �i6-316t ,4, , E-mafl TRF-STANDARD�nvliqv.dot.aiote.tac.us cw2o-sa y R�IG� ae�� x as�', � CLOSfD ■ � fIX1( FT ■ R� '"' " � CLOSEU fOPTIONAL) ' AHEAD 500' CW20Rp-3D 48" 'X A8" � y� ORK ' �HEAD cw2o��p 48" X 98" I IIILE �FLAGS-SEE NOTE I1 TCP (2-6c) Lane Closure Near Entrance Ramps � The requiremant for shodow vehtoles rill be itstad in the proJeot GEMERAL NOTES, Item 50Z, Barrioades, St9ns md Trofflo Handiinp, � Texas Department of Tronsportatlon Tivlf/o Operatlau ONIslon TRAFFIC CONTROL PLAN TCP (2-6) -98 , QC Tx00T Decertber 1985 IM.� TxooT �cc� neaor �am T�or �ca Tzom REY3510.Y5 Cu1.T ScCT� Ju9 I NIGNRAI 2-94 8-95 � 1-97 � �i tsr� n�tn.n I s,��,v. 4-98 �� � 166 s � �m =m� w o+ O U�- �m� o' � �.� � 3 T* Z±; _,� 'a i ¢cm O 4 �°� tLV LCO ��± � mOL Cr �m r� o °o mm� ` oa m ��. +�a �mtD m n� E�� pTm ,�€o ` 1 ��+° } X'�O mr� fO � a ��mm o �+'�- m= o mc` �Y W W H � c Q►�i o u. DEFINITION OF TREATMENT ZONES FOR VARI011S EDGE CONDITIONS F.IGURE-1c CONDITIONS INDICATING USE OF Edge He i ght (D) i n Inches versus Latera I C( earance (Y> i n Feet POSITIVE BARRIER FOR ZONE 5 ( � � 3 � -`. � o � ' .' ', •. � . , � � ' � 3 0� .-----'°' i n o �---�' _._.-„ , � ' . V � .. � � O �J�i��x��i i�i i�� , . . . D D ' ��D,. O D. r , . ; D ` ' ' . � r p '� � . 24-° . o' �' • . . o',�o � � • � `�o .�; �.' • .�� . p• . . 'p' ' • � � � �� � V �� ' � D . ' . ' D . . ' . . D � � 0 , • o ,• , 'p' 5 � •`'D• ' D • D• • �r > 2 ' , v' o ,•, . v . � 1 • . . . . � . ' . . , . . � a 0 1�0 2�0 30 ft, Edge Condition I S=(3: 1) (or f i atter) �� D � �f _: Y ._� �_ �— Z ^ �( �r� . p. 5 0 0. . > 24-� �',', .'. / .�. � Q.�� �D �, 9 � • �''�• D•r > 5 . �a� . �� I. � D r b••� • r O . > � +'��'�'' '' '' � • • . . . . � � � 0 1 0 20 30 fto Edge Condition II S = (t2o99)� 1> -to (1: 1) ~ D �� ������� . ♦���d��� ••♦•.•♦•�♦�♦. � , � ������ . 0 J � � 1�0 2�0 3 0 f t a Edge Condition III S is steeper than t1�1) 5 D Zone Treafinent Types Guidelines: O No trea-rment. Warning Device or : �� 7raf-Fic 8arrier 4" White Edge Line � or Edge of 1.anes ' being used for maintenance Of tra�ff i C. .__�_._,----- �1 • H V p FACtORS CONSIDERED IN THE GUIDELINES: ; 1� 1. The "Edge CondTtion" is the siope (5) of the:;drop-ofif (H:V). The "Edge Nelght is the depth of the drop-off "D". 2. Distanae "X" is to be the maximum practicai�und?� job condltians. 7wo feet mTnimun for h19h �Need condttions. Dfstanoe "Y" is the Iateral clearance 'rrom edee.of travel tane to edge of dropaff. Distanae "Z" does hot have Q minimam. 3. in addition to the factors aonsidered tn the guidetines, each oonstruatTon zone drop-off situation should be analyzed individuaify, taktng into a000unf other varl6btes, such as: traffio mix, posted spaed tn the aonstruction zone, hori2ontoi curvature, and the practtoalfty of the treatment options. � 4. The coriditions for indioating the use of posi�-ive or protective barriers are given by Zone-5 and Figure-1. Traffia bqrriers are primarily appltoable for hiqh spaed conditions. Urban areas with speeds of 30 mph or less moy have a lesser need for sJgninfl, deifneatton, and borrlers. Rtght-anflled edges, however, with "D" greoter than 2 inohes ond _looated within a lateral offset of 6 ieet, moy fndlaate o higher leve! of treotment. 5, If the distanae "Y" must be less than 3 feet,. the use of a pastt)ve barrler may not be feasible. In such a oase, consider either: i) norrowtng the lanas to a desfred ti to 12 feet or to faot mirtlmum (see CW20-8 siqrrl, or 2) provide an edge slope such as Edge Conditton T. OCW e-11 "Uneven Lanes" si9ns, 2 CW 8-9a "Shouider Drop-Off" nr CY1 8-11 siens plus Q vertiaai panels. O CW B-Ba or CW 8-11, siyns pius druns. Where restrictad space preciudes the use of drums, use vertiaal ponels, An edge f�►I may be prov(ded to ohonBe the edge slope -Fo that of ths prefet-abie Edqe Condition I. O Cheok Indfoctions tPfqure-iT for positive barrtar. Where posifiive borrier is hot Indicated, the treotment shown above for Zone- q may be used after considerqfiton of other applioabie iaotors. Edge Condition Not.es: f. Edge Cortdition I: Ahst vehtoles are able to traverse en edge cartdtttan wlth a slope rate of (3 ta 1) or tivtfier. The slope must be construoted wlfih a oanpaoted mWerlol capable of supportinq vehTales, 2. Ed4e Condition II: Afost vehioles nre ohle to traverse on edqe condttlon with a siope between t2.99 fio 1) and ttto i) so lonp as "D' does not exceed 5 tnches. Under-carrtaqe drag on most aufambttes wtii occur rfien °D° exoeeds 6 lnches. As 'D" exeeds 2q (nches, the possibillty for roltaver is greofer In mosf veh(cies, 3. Edpe Condttion III: When siopes are qreater than (t to i) and where 'U" is greater than 2 imhes, q more difficult control faotor may exis} for some vehioies, if not properly treated� �or axrnq>le, where "D" is qrenter than 2 Inohes and up to 24 inchss dfffererrt types of vehicles may experience different steerinp oartrol at dTfferent edpe heights. Autambiles might experience rtare steerin9 ootrtroi differential W�en "D° ts preoter thon 2 lnches and up to 5 Inohes. Trucks, partTcuiarily ihose rith hiflh loads, have more steer(n0 cartrol diiferen- tlal when "D" is greater thon 5 inches and up tv 24 tnches, i4'hen "0" exoeeds 24 inches, the possibility of roilover is yreater ior nast vehicies. 4. M111ing or overiaY operotians that result in Edge Conditfon ]ii should not be tn place wiihout appropriate warntap treatments, ond these condittons should not be left in piooe for exte�dad periods of time. Oate W L 7 a 0 X w 0 � P � so, aoo — so, o00 — 70, 000 — eot��e `e� , eo, o00 — ,��o�'��a�� e�'� \'��Jg�gG�d Fg�G 50, Q00 — Qo5 Co�G•GVO< g lV�'g �� �� 1 k ao, o00 — �ilosed`o�5 to,000 — 30� OOD — 20, 000 -- � @e��res bsfo x�G� e G< Go� 0� \��` l�' `P°�'sQe �to{�l5�eo��°t� Qo51�a� 9 � a0�ti �°ka.o�� ) � ' � 1 5 70 i5 20 Laterol Clearance tY) ��� Z5 ff. 0 t �y ADTxT Wh re ADT is that portton of the averape da�fy traffic volume traveling within ZO fed} (generally two cdjaoent lanes> of the ed9e dropoff condition; and, T is the duro- �'�nn time in years of the drop�fi aondTtion. 2 Fip�e-1 provides o practicol approach {o the use of posftive barriers for.:the protectfon of vehicles frqn pavetnept drop-offa. Other fiaotors, sucl� as the presehce of heovy maohinery, oonstruation rorkers, or the mix �d volune of trafflo moy nqke the use of pos(tive barriers appropriate, sY�t when the edpe oondition alone may ryot justffy ihe use nf n bar�-1er, 3 Aniapproved end treoiment should be provided {or any Poa'ti�ive barrier end looated wifihin a loteral offset �f�20 ieet irom the edge of the travel lona. These puldelines a6v�Y ta �rary traffio corttrol areas or work zones vhere corttinuous pavemenS�edpea or drop-offs extsts parailei and adjooe�t io a lane used by traiifo. 1'� edge condtfions may be preserst beirsen shouiders md firavel lanes, betwg� adj�nt or oppostng travei lones, or at tntermediate pofr�ts across fitie wtdth ai� the poved surfaoe, Oue to the vartability in construotton opernttons, tolera;kes in the voriables moy be allowetl by the enptneer. These quldetines do not qpp�y fio shorF term operations. These yuidelines do not cons�Fitute a riqid standard or po�ioy; rather, they are quidonce to be used in aonJunotion vith en0ineerinp 1ud0�'�nGn}, 7�se guidelinas moy be updoted.on the Desiqn Divisfon`s on-iine manupls. ;. seqi- � ��� ��� �f ^p 9 �r— 4 �Texas Deportment of TransportoNon Trofflo Operallons Dlvlslon WORKSHEET FOR EDGE CONDITTON TREATMENT TYPES QC 7x00T Augusf 200D Io�,� txoot (u� Txoor ��� n�om �cp t�ar REVIS10N5 J�y.t�t 'SiCT� Ju9 I Ht03wA1 o3-oi � � OB-OI oort'eot typos � ��sr I cvu.t� � sx�. "TFU � � � • m U . �- L i�+� °'�aai°- c�9 � mmp�� Qak�0 C wfit+ �-- m�O� LI-�P tom� .aH oti v>,° o C�L m ��mr+ 0�4�.m m � w�-T �v±o vc-o 9Y� O +T�mU� tl4�-�L mo�� +�co o�o� ��3� mz o�°r Z�i~='o m w +ot c atxti c v w � a 0 + L v 0 v c 0 w 0 � 0 m a � � : _ t ai � 0 v � � t e o� w J � � � EDGE OF EXIST. CONC. PAV. OR FULL-DEPTH SAW CUT LIMITS OF SEAL JOINT, METHOD B. NEW CONSTRIJCTION _ i � � EXISTING CONCRETE �� , y Q_ . ,,� _�_� I_ o � • � . ^• �� T . °' o�O ;��C �2+�2� n . � 1 " M N�.-�,_I • -�-- — — — CONCRETE ANCHOR MANUFACTURER'S RECOMMENbATION FOR THE SPECIFIC ANCHOR USED \ _ a �� ��o - JUUIIU���IllUUUU� �c= c._';'��� _ - � �, , ' N KOPPERS BITUMASTIC N0. 50 COATING OR PRODUCTS ( RESEARCH SERVICES, INC. CHEMTITE COATING OR EQUAL , 8�� , '. HOOK TIE BOLT NEW CON57RUCTION 21" MIN. 12"_ - 29" MAX. � MIN. � TY. III EPDXY _ _ � (CL. A or C) o . - o p' • ' o • . �.Do n EXIST.- T ,.�a �p. o. �'� �6 i. PAVM'T' . �p .�o'�� 'n•�. ---- T+�2a 2 �s5 x 36" REBAR _ � _ � � 1 ~- USE ��" URILL TO DRILL HOLE IN EXIST. CONCRETE 7. EITHER THE HOOK TIE BOLT OR THE TIE BAR MAY BE USED To PROVIDE LOAD TRANSFER FOR LONGITUpINAL JOINTS. 2. THE SPACING FOR EITHER TIE BARS OR HOOK TIE 8AA5 BOTH IS 2A" C-C. 3. SEE JS-FW, METHOD "8" FOR JOINT SEALIN6 �ETAILS. 4. THIS DETAIL DOES NOT APpLY TO NEW CONSTRUCTION, STAGE CONSTRUCTION, OR BlOCKOUT (SEE CPCR STANDARDSJ TIE TO EXISTo CONCo PAVEMENT (LONGITUDINAL JOINTS) E�IST. CONCftETE PAVEMENT ' NEW PAVEMENT� U5E 3-LUG TERMINAL ANCHORAGE i__ �i /� 10' t- �/ `"'�' v 15� SAWED CONTRACTION JOINT 1 3" MIN., 6" MAX. SEAL METHOD "B" (SEE JS-FW) 1�/Z" EXPANSION JT tSEE JS-FW) � I �2° I I REINF. STEEL ---- p o U " � o � a LIMIT OF NEW CONCRETE PAVItfG EXIST. CURB & GUTTER LIP OF EXIST.CURB & GUTTER OR FULL-DEPTH SAW CUT. � - - - - - - - - - SEAL JOINT, METHOD "B". � � e" • •�� • �e; i . •' �if.- - - - '- - - -' I •i&�c,,.6:;�`n,�:, p� - - - - - - - - - -� TRANSVERSE� 2��� MIN. 12" 24" MAX. � I�+IItJ�r ORILL ��- �/e" DIA. HOLE & SECURE PAVING �5 x 36" TIE BAR STEEL � 24„ �_� �.� TIE BAR WITH TY. III EPDXY tCL. A or C). TYPE Of EPDXY AND METHODS OF CLEANIN6 AND APPLICATION SHALL 8E APPROVED BY THE ENGINEER PRIOR TO PLACEMENT. TIE TO EXISTo CONCo CURB & GUTTER NOTE: SAWING OF PAVEhdEtdT AND REMOVAL OF EXISTING CONC. WILL NOT BE PAID FOR DIRECTLY, BUT WIL� BE SUBSIDIARY TO THE VARIOUS 8SD ITEMS. , �_� NEW CONSTRUCTION VARIES DRIL� �/e" DIA. HOLE & SECURE TIE BARS WITH TY. III EPDXY (CL. A or C). TYPE OF EPDXY AN� ME?HODS OF CIEANING AND_�ARPLICATION SHALL BE APPROVED BY THE EtJGINEER PRIOR TO PLACEMENT. EDGE! OF EXIST. CONC. PAV. � OR rULL-DEPTH SAWED CUT �6 x 36"' TIE BARS� SEA� JOINT, METH00 "8". �n' . . . >•.•• •.�•?� •. e•.=•�� EX�T. CONC. ••o.+;s:. . . •.e':te.•• .o •�•. a. 1`� _P V ME T � Iv ''• i- L'"E � 21" MIN. 12" 24" MA�(. MIN. � TIE BAR SPACING PAVEMENT THICKNESS BAR SPACING 8�� 12�� 9" 14" � 10" 8.5" ( 11" 7" � 12" � 6" � >12" � 6" � ___:� : I : � ° °�o` ° o ° ° ° �q � °°° TIE TO EXISTo CONCo PAVEMENT � � ° °a'�°° ''� � � �� �° � a� (TRANSVERSE JOINTS W/0 EXISTING "S�EEPER" SLAB) � � --- , � � � ' � D\ �\ \ , ( � \ � \ , NOTE� DETAILS SHOWN APPLY WHEN MULTIPLE-PIECE TIE BARS . , ,. .,��. '. , HAVE NOT BEEN INCLUDED IN THE PREVIOUS CONCRETI� pLACEMENT I-------� . . • , . -------- ' . • . . � ..' ' . . . �TREATED SUBGRADE 2 LAYERS 30# ROOFIN6 FELT— HOT MIX TY "0" UNDERIAYMENT CONCRETE PAVEMENT ,; TIE TO EXISTo CONCRETE PAVEMENT (TRANSVERSE JOINTS W/EXISTING "SLEEPER" SLAB) � GENERAL NOTES: � TIE BARS SHALL 8E GROUTED INTO THE EXISTING CONCRETE THE MINIMUM LENGTHS SHOWN, AND MUST MEET THE REQUIREMENTS OF THE PULL-OU1 TEST SPECIFIED IN ITEM 361, WHEN RE4UIRED:BY THE ENGINEER. , O 20D3 by Texae, DepprtmeM of Trmaportatlon� !.I I YlOh+e renerved ios���YYu6e G�petBfTwrtt cP�oNeObn G�per OFort Worth Distriot CONCRETE PAVEMENT TIES TO EXISTING PAVEMENT CP-TEP-03 (FW) OfllG UMf APA 2003 j 6N�� FROJECT N0. IS�� AEY1570N5� JAN. 200E-SPECIFY 5T�7E / TYPE oF EPDXY ��� OIS7.N�. ��NTY TEXAS FTW ' COHT. SECT. JOB I NIGHTAY No. � 0 T L cw ° c . O U j �� , o�� i O E o�o 3 T 9- Z±� -•�� acoi o� a� a � � N N U � Q a�'. � o �v ��o L N mo+ OQ N W�i N t X l N F- > L - N O O U �o� T 3 O � �- � N 1. �a° oaE ��o �o� • 1. L L4�-L o + ��o ��t ��.� .n � O +�� �o � W o E N �v�� <�.-_ �L C4��- ' OF-Y O � U a —�a¢�— �� � o�N Q^� �� �m �m � � w� �� � .� � ��r Barricade and Construction (BC) Standard Sheets General Notes� 1. 2. 30 4e 5. 6. 70 :. Q 1 0. ii� 1 2. 13. The Barricade and Construction Standard Sheets (BC sheets) are intended to show typical examples for placement of temporary traffic contro) devices, construction pavement markingsp and typical work zone signs. The information contained in these sheets meet or exceed the requirements shown in the Texas Manual on Uniform Traffic Control Devices (TMUTCD)o �� The development and design of the Traffic Control Pian (TCP) is the responsibility of the Engineer. The Contractor may propose changes to the TCP that are signed,and sealed by d licensed professiona) engineer,for approvalo The Engineer may develop, sign and seal Contractor proposed changes. The Contractor is responsible for installing and maintaining the traffic control devices as shown in the plans: The Contractor may not move or change the approximate location of any device without the approval of the Engineer. Geometric design of lane shifts and detours should9 when possible9 meet the applicable design criteria conta�ined in manuals such as the American Association of State Highway and Transportal-ion Officials (AASHTO), A Policy on Geometric Design of Highways and �� Streets", the TxDOT "Roadway Design Manual" or engineering judgment. When projects abut, the Engineer(s) may omit the END ROAD WORK, TRAFFIC FINES DOUSLE, and other advance warning signs if the signing would be redundant and the work areas appear continuous to the motoristso If the adjacent project is completed first, the Contractor shall erecl- the necessary warning signs as shown on these sheets, the TCP sheets or as directed'by the Engineere The BEGIN ROAD WORK NEXT X MILES sign shall be revised to show appropriate work zone distance. The Engineer may require duplicate warning signs on the median side of divided highways � where median width will permit and traffic volumes justify the signing. AIl signs shall be constructed in accordance with the details found in the "Standard Highway Sign Designs for Texasg" Idtesi- edition. Sign details not shown in this manual shafl be shown in the plans or the Engineer shall provide a detail to the Contractor before the sign is manufactured. The temporary traffic control devices shown in the illustrations of the BC sheets are examples. As necessary, the Eng�ineer will determine the most appropriate traffic control devices to be used. � As shown on BC(2), the OBEY WARNING SIGNS STATE LAW sign and the WORK ZONE TRAFFIC FINES DOUBLE sign with.plaque shall be erected in advance of the CSJ limits. The BEGIN ROAD WORK NEXT X MILES, CONTRACTOR and ENQ ROAD WORK signs shall be erected at or near the CSJ limits. . � Except for devices required by Note 10, traffic control devices should be in place only while work is actually in progress or a definite need exists. The Engineer has the final decision o�� the location of all traffic control devices. Inactive equipment and work vP;;icles9 including workers' private vehicles must be parked away from travel lanes. ?��ey should be as close to the right-of-way line as possible, or located behind a barrier or guardrail, or as approved by the Engineera Worker Safety Apparel Notes: 1. Workers on foot who are exposed to traffic or to cons-Fruction equipment within the right-of-way shall wear high-visibiiity safety apparel meeting the requirements of ISEA "American National Standard for High-Visibility Appcarel" labeled as ANSI i07-2004 standard performance for Class 2 or 3 risk exposuree Class 3 garments should be considered for high traffic volume work areas or night time worka Qnly pre-qualified products shall be used. The 'Canplirn�t Work Zane Traffic Control Devices List' lCWZTCD) describes prequalified products and their sources and may be found on-line at the web address piven below or by contacting: Texas Deportmerrt of Transportation Traffic Operotions Divislon - TE Phone (512) 4i6-3134 WEB ADDRESSES FOR REFERENCED DOCUMENTS GompUant Work Zone Traffic Gontrol Devices Ltst (CWZTCD) hHp:/fwww.txdot.gov/publications/traffic.htm Twcas Manual on Unffortn Trafflc Control Devlces (TMUTCD) htlp://www.bcdot.gov/publlcatlons/trafflahtm Sh�ndard Htghwey Sign Oeslgns forTexas (SH5D) http://www.txdot.gov/publlcatlonsltraffic.htm Trafiio Engineering Standard Sheeis h$p:/lwww,txdot.gov/businessldlsclalm.htrn Material Producer List httpJ/www.bcdat.gov/business/producer Iist.htrn i D�ipartmenfal Material SpecNications (DMS) h�tpJ/wwwbcdotgov/servlces/construcllon/matedal spaclficatlons/ Fioadwey Design Manual Mtp://www.bcdot.gov/servlces/general servic:es/manuals.htm � STANDAflD PLANS TEXAS DEPARTl�NT OF TRANSPORTATION TrafYlc Operatlaos DNlelon ,� BARRICADE AND CONSTRUCTION : GENERAL NOTES AND REQUIREMENTS 1 of 12 BC(1 )-07 nTxDOT 11-�-02 IR"•Tx6DT I�-Tx00T Io"-TxDOT �-TxWi �°iu�oa n�rt I rmau � ea�rtcrrlem I sut 4'03 mmtn acta 9-07 6 ( M/IIT ( Ldltt[ I4RItl I Y/ i pµqT �0% TYPICAL LOCATION OF CR05SROAD SIGNS ROAD c 0 T L o > a-om O U ? T N o+i- o�a o+� Z_m - c -' a + i--- a°cw mai U L mU L c E � o �a c � o N N N ma+ C F = UG H w�i X L N t� > L = w o 0 0 .°'c + � +L� � 3 �O U N l ca° >no mo€ � L L �v-t '�O {- O 00 0 N 'x + v N � O +ao J w o E y � v a m d iA �- �- tV/1L C� ' � F Y O I ROAD WOftK I WORK CIY2o-1D .� NEXf % NILES G20-2a END Q HEXf X_{IILES ra AHEAD ROAU NOHK fOptfonai � see Note / G2o-1a \ 1 and A) . / y� � �� � �_ x X I x 7 Cfi055fl0AD t x I x 1 � X �I a � � � ROAD ROA� WDRK WORK �} � X II1LE5 � AHEAO � tExi X YILE51J I. Q x \ G20-2a �D MORN CM20-iD G20-ta (Optional \ , � sea ►+ota t and 41 QNay be mourtted on baak of CWZO-1D sign r(th approvai af engineer. t5ee note 2 belov) 1. The typical mtnimm st9ntnp on a crossroad approach shoui�d bs a CW20-1D ROAD tYORK AHEAO siqn and a G20-2a END ROAD MOAK siqn,unless noted othervise in pians. 2. The Enqineer moy use the reduoed size 36" x 36' ROA� WOHK AHEAD (Ct120-1D) siqn maarted 600k to baak vith the reduced s(ze 36` x 18" END HOAD WORK tG20-2a1 sign on low volure crossroads fsee Note 4 under 'Typicol Constructlon Warniny Si9n Size and Spaalr�"). See the `Stmdard Htflhvay Siqn Destqns ior Texas' mmwoi fa' siqn details. 7he Ertpineer moy amit the advmce rr�-nln0 siqns on low volune crossroads. The En9tneer rriii determina et�ether a road 18 low voltme. This infornntfon ahali be afiam In the plans. � 3. eased on exfstinp fteld conditions, the En4(neaNInspector may requlre addittonai siqns such as fLAGGER AHEAD, LOOSE GRAVEL, or other appropriate stpns. tfhen additfonoi si�s are required, these sSqns afil be consfdered parfi of the mTnimm requtrements. The Enqiaeer/Inspector vill determine the proper locatton mtd spacinp of any siqn not shom on the BC sheets, Traffic Corrtroi Plan sheets or the Nork Zaie Standard Sheats. 4. The G20-ta siqn shall be required at hiqh volune crossroads to advise motorists of the lenOth of constructton in either direntfon from the IrrFersect'ion. The Engineer wi►I determine rhether o roadiroy fs constdered high volune. � 5. Addttianal traffic control dsvices moy be shom elsarhare In the plans fior hiqhar volune croesroads. 6. lthen rork oacurs In the irrtersectlon oreo, appropriate t�ofiic cartrol devices, as ahom eiserfiere tn the pinns or as determined by the Enpinear/Inspector, sholl be in plaoe. WORK AREAS IN MULTIPLE LOCATIONS WITHIN CSJ LIMITS T-INTERSECTION ROAD t/0RK ROA� YlORK C20-1bL G+NE)(t X IIILES l�XT x MILES `� G20-t �ft dR d :�_ x =� INTEflSECTED 1 Block - City � 1000'-1500' - Hry ROADtlAY i000'-1500' - Nry � 1 81ook - Cffy := X = i= ' a b � ��/ � G20-9 W�K //y m n, / limli G20-9 ZONE ZONE eEGIH 7RAFFIC R20-5 TAAFFIC G20-5T ROAD WORK o RZO-5 fINES xexr x u�«s FINES � UOtlBLE 04U8LE .o �ss �s� R20-5 m R20-5 0�0„ G20-6 � � � p�ADUE ""'�" PLA�UE �'�'I �xm�c�pi I I ,//i}� / END V flOAD �'ORK / czo-za CSJ LIMI75 AT T-INTEflSECTION 1. The Enpineer xilt determtne the types and location of any oddittonnl traffio cartrol devices, such as o filapper and accanpanyfng signs, or other signs, that should be used rrt�en vork Is being performed at or near an Interseatton. 2. If construction closes fihe road,at a T-Irctersection the Confraotor shali place 1he G20-6 °Corctractor Nane' sipn behind tha 7ype II] Borricudes for the road ciosure lsea 8Ct10) also). The G20-ibL aid G20-1bR stpns shail be replaced by the c�etour siqning called for in the pl�s. t SAMPLE LAYOUT OF SIGNING FOR WORK BEGINNING AT THE CSJ LIMITS '/, ❑ I : � /� � UO � BEGIN G20-9T i%# BEGIN y� NOT ROAD O w�K 08EY iE�F GZO-5T ROAD IlORK `\ PA55 WORK ZONE MARNINC ffXT X 41LE5 1J Rq-� (as AHEAO ��� R20-59EiF StGNs C�2o-1D R4A� „� �N���� oppropriote) �� STATE LAW ROAO WORK CMi-4P �"� G20-6 WORK �� AHEAD �� irX CNi3-1 CriZO-iD �_ p�A�UE � R20-3 3F�E AHEAD 3% �irX Ct113-i TYPB IlI BarrTflade v� X \ X X \ X � X a� C1�20-7D cha»el(Zinp deviaes � ' \ i' d \� �� a G��7�' �1 'l L, i , ,. . . �.��� r., ��� � � � ��.� � � � � � � �. ,(� o �� �-�--� � ! /o 0 � ! ,�f � - `� _ � a r . � � ° � �� �� � �'� � ,I .� t` 3x -� CharielizTr� �"CSJ Ltmit � p Devlces 1� � �K M'hen e�ended distances 000ur betveen minimal �ork areas, the Enpineer/Inspector should ensure udditlonoi fload Nork Ahead (Ctt20-fU) st9ns are placed in advance of these work areas fo remind drivers they are still G20-2o �F�F vithtn the proJeot Iimits. See the appiioable TCP sheets for exoot loaation and spaoing of stpns ond ohmnelizing devices. u ¢ � � N�� � P� Q N } � N�{ m � � o m �j F ;� ui N P . �, m ,� Nmv'.� `� r � — Bep(nnfnp of ND-PASSING Iine should coa-dl�ate wffh sign loaation SAMPLE LAYOUT OF SIGNING FaR WORK BEGINNING DOWNSTREAM OF THE CSJ LIMITS �1 � �� iEiEG20-9 WORK BEGIN ZONE �Ey ROAO �%�E G20-5T ROAD WORK Tft �S MARs�C ROAD ROAD fFXT X MILES �E�E R20-5 CLOSED R»_2 wosK � WORK �� DOUBLE STATE LAW ��--''77 CNt-4L AHEAD /zMILE G20-6 cm �FiFR20-5 ,,,�„ `�►CNi-6 Bar�rioiade or XX CW20-t� CN20-tE �}� �� PLADUE """OR R20-3 iE�3F ----� ohamsliztnq xr.x. CF113-t devloas / k x�,:.��X� �- x�� �� x .. x l_a i a �a � �� d �d_ '`a � i — �I — — — —`� � — — — — T I chwnelizlno • '�'�- CSJ Limit � � 08VICB6 AA�EA � R/ // p~' RO DNYOflK G20-2a if��E _. _ � — — a� END O . 110NK ZONE G20-2b �E iF NOTES The Cartractor shall determtne fihe approprTute dtstmce to be placed on the G20-1 aeries slqns and G20-5T etpn for each specl4tc proJecfi. Thls distance shali repiace the 'X' md ahoii be roinded to the nearest Mwie mlle wlth the approval af the Enptneer. No decimals shail be ueed. �7he G20-9T atd G20-2b shall be usad when advance siqns are requlred outside the CSJ Lfmits. They Irrform ihe rtntortat of enter(nfl or leavinq o►nrk zone rhere trafiio f(nes may doubie tf rorkers are preeetst. iE�E Raquired C5J Llmit siqntng. See Note 10 on 8C(1l. �� Area for plaoemertt of `ROAD WORK AHEAD' sf�n and ofher slqns or devices as cailed for on the Traffic CoMrot Pim. TYPTCA� CONSTRUCTION WARNING SIGN SIZE AND SPACING�•s,s Sign Number or Series CW2U 4 CW21 CMI22 CYl23 CW25 CW1, CW2, CW7, CWB, CW9, CW11, CY�14 ews, cwa, CiY5, CW6, CY�B-3, CW18, CW12 SIZE Conven- Expresswoy/ tional Road Freeway 48" x 48" 48" x 48" 36" x 36" 48" x 48" 48" x 48" 48" x 4B" SPACING Posted Sign � Speed Spacing ��X �� Feet MPH �Apprx.) . 30 120 35 160 40 240 95 320 50 400 55 5002 60 60U2 65 ( 700 2 70 � 800 Z 75 ( 900 Z 80 � 1000 Z � ( � 3 � For typical efqn apocinps un dtvided htqtxays, exprescroys aW freerays, sea Pa�t 6 of the 'Texos Muxiol on Uniform TroFfic Cattrol Uevices' tiRIiCD) typlcoi �pi ication dta�aas or TCF Stmd�d Sheets. � Ilinfv`un dtafimce fran rnrk area to first Advmca ranirg a(� nearest the �wk o-eu md/or diafmce behreen each oddfftonol sf�. CM18I'O� 1i0t062 1. SpCC�U) Or �RQK 6�Z8 6�¢18 CIO}r bC Il&Cd 0.5 IfCCB&6�. 2. Dtsta�e betwan sipns sinuid be incrensed as requtred to have 7500 feet advmce rarnfrg. 3. �tstmce 6etrem sfpns dauid ba tncreased as reWtred to have %Z mile or care advmce ranirq. �. 36' x 36' ROAD M7ltK ANEAp (Ct20-1D) slpns nay De used m lar volune crossroods at tt�e discretton af the Ergiresr. See Note 2 tMer 'Typlcui Locottan of Crossroad Stpis'. 5. Onty dtmaid r�f�aped rantnp slqn slzes ae -IMlcated. 6. See sip� size lictinp fn 'TIAffCO', Sipn Appendix or ttx 'Stmd�d Hiqhray Siqn Oeslqru for Texas' I7QYMI fOr CO�pIBfB II6t Of OYO11�I8 &I¢1 d86I¢I 6TZ86. - 3"R qe, LEGEND : o� S'�, � 0 ChQV10��21lIQ OgyjC86 IType III Barriqa� XSee Typicai C�nstruction M'arninSi S(9� "tze and Spaci�9 ohart!e�- ths �TiAItTC� fOr 61�R spaafng requili�eMs. O � �� 42' 1111�UUUU�UV\:/ ����� S TAT E LAW R20-3 Leqand/Border - Black Baokqround - IYhite �� 5.5' 5"E 3' 5`U 3' 5'D 4.. 6'C - 5.5' STANDARD PLANS � TEXAS OEPARTMENT OF TRAHSPORTATION Trafflc OperaNau Dlvislon BARRICADE AND CONSTRUCTiON PROJECT LIMIT STANDARD 2 of 12 BC (2) -07 QC TxDOT 11-4-02 I"°-7xD0T Ia'-TxDOT Io"•Tx00T d•TxD07 lFT357016 ntII i�^.PLL fROILL1IDW\iif SIIT 9-07 I umnR fia f aN11 I m+im. I4cila � AB pppii � 102 � � � c `w o > c . o�; �� , o+± 09°-0 3 T 9- z° + rn -'a+ U m 7 a O CNi U bl L t 1 N aL.�a N � C E i- L �=D � mo+ aoa w�i w + � > i m u°rc r+r � 3 � a N L voo � �� > ao °�co �n v v- � L L v o w Lw� ��o `000 � 'X t � �� r�� +v� .�w o+ w O E H r�i W N N Q�,__ ���} • o F Y 0 U U a � - N "- R m N Q �� ,'; m om Q � - �ri.r �� Iff N c_ . M pf N �� !_r Slqninfl shrnm for one direction oniy. See BCf2l for additlonal advance signtng. CSJ / LIMITS � � I � � I ' � � � p I p SPEED LIMIT 7 O R2-1 NIGHT 6 5 RZ-3 GUIDANCE FaR USE: TYPICAL APPLICATION OF WORK ZONE SPEED LIMIT SIGNS Work zone speed timits shall be regulafiory, estabiished in accordance wifih the °Procedures for Establishing Speed Zones," and approved by the Texas Transportation Commission, or by City Ordinance when within Incorporated City Limits. Reduced speeds should only be posted in the vicinity of work activity and not throughout the entire projecto Regulatory work zone speed signs tR2-1) shall be removed or covered during periods when they are not needed. � � � � � _ _ _ .�� �� � _ — _ _ _ _ � � . \ \ ____ \ __ ` ______ __ \ ..` .. (� � 4 i4i`�aFDr 60 ��-5 p�za�ztt��i�aiuzz:z���p :�. .\�\\\\1\\\\\��p�����������\�\���� p i�i:�iii���l��ui��� p �ip �i������i���������������������������i��������p I ( � (750' - 150�') � �� 60 crra-s See General Nate 4 See General Note A � - I � 1 I � 1 �'- • / . ZONE G2o-s ZONE G2o-9 SPEED SPEED SPEED LIMIT LIMIT LIMIT (-O � a2-1 6 O ez-� 7 � Az-i NIGHT 6 5 R2-3 LONG/INTERMEDIATE TERM WORK ZONE SPEED LIMITS This type of work zone speed limit should be included on the design of the traffic controf plans when restricted geometrics with a lower design speed are present in the work zone and modification of the geometrics to a higher design speed is not feasible. Long/Intermediate Term Work Zone Speed Limit signs, when approved as described above, shouid be posted and visibie to fhe motorist when work activity is present. Work activity may also be defined as a change in the roadway that requires a reduced speed for motorists to safe'ly negotiate the work area, including: a) rough road or damaged pavement surface b) substantial alteration of roadway geometrics (diversions) c) construction detours ' d) grade e) width • f) other conditions readily apparent to the driver As long as any of these conditions exist, the work zone speed !3;nit signs should remain in place. SHORT TERM WORK ZONE SPEED LIMITS This type of work zone speed limit should be included on the design of the troffic control plans when workers or equipment are not behind concrete barrier, when work activity is within 15 feet of pavement edge or actuaily on the pavement. Short 7erm Work Zone Speed Limit signs should be posted and visible to the motorists only when work activity is present. When work activity is not present, signs shali be removed or covered. tSee Removing or Covering on BC��)). Stqninq sham for CSJ one d(rection only. LIMITS \ See BC(2) for \ additional odvanae \ . siqninp. y � I ( � � .� —� �_ � � �I WORK ZONE SPEED LIMIT 60 GZO-9 R2-1 SPEED LIMIT 7 O R2-t NI6HT 6 5 R2-3 GENERAL NOTES: ;' 1. Regulatory work zone speed limits should be used only for sections of construction projects where speed control is of major importance. 2. Regulatory work zone speed limit signs shall be placed on supports at a 7 foot minimum mounfiing height. 3. Speed zone signs are illustrated for one direcfiion of travel and are norrri�lly posted for each direction of travei. ;' 4. Frequency o-F work zone speed limit signs should be: 40 mph and greater 0.2 to 2 miles 35 mph and I ess 0. 2 to t m i l e ,` 5. Regulatory speed limit signs shali have black legend and border on a white reflective background tSee "Reflective Sheeting" on BC(4)). . 6. Fabrication, errection and maintenance of the CW3-5 sign, G20-9 plaque ar,d the R2-1 and R2-3 signs shall not be paid for directly, but shall be considered subsidiary to Item 502. � 7. Turning signs from view, laying signs over or ciown wiil not be allowed, Unless other- wise noted. - 8. Techniques that may help reduce traffic speeds inciude but are not limited to: A. Law enforcement. B. Flagger stationed next fio sign. C. Portabie changeable message sign tPCMS).. Q. Low-povrer (drone) radar transmitter. E. Speed n�on i tor tra i l ers or s i gns. . 9. Speeds shown on details above are for illustration only. STANDARD PLANS Texas lleportmarrt of Transportatlon TraffJc Operollans UNIa►on Work Zone Speed Limits should only be posted as approved for each pro�ect. BARRICADE AND CONSTRUCTION WORK ZONE SPEED LIMIT � STANDARD � 3 of 12 BC (3) -07 Qc TxWT 11-4-02 ��-T�07 ���-TxaDT �a=-TxD07 la-TxDDT .. unnms � eiwtt ( rs�°i'at ( rmo�¢�to�rorci .�¢f 9-07 6 ' � � mxn I torrm ( t[ma ( �m � wbur . ,. , , . , . � ` See General � f750' - 1500') Note 4 1., � 1-! f03 0 m T L o> v- o ai 0 0 � T G� o++ o v°- o 3 T� o t- z �- rn - c _' n + Q [ N o m m a �. U L Oi � c E aw�O c E � - � o L 10 CI N N CO+ �- t- � a� o m W �X L r- X L N � > i O U L + � �T3� � m o 0 Lam o n E U T S. �o� i. L L 4Q- L a° t- o 000 N F- + v .-�'- n o }vo � � o E N � N N J 7 ^ L U 'O t •nrL-Ya 0 U U Q _ � -� � P � � N �� m �m W �` J � 11/ N c �" _ N m.�r��yf -r 1+� rls TYPICAL MINIMUM CLEARANCES FOR LONG TERM AND INTERMEDIATE TERM SIGNS � tY min. a � � i � Q. _6. v ��1lL�iin Paved shouider � ��� ���� ���� 0' mtn. 9.0' max. � �� �����\�///h //�,����� 0 a m m � 6' or � qreater L � - f- 0 0 /iiiiiii Paved shoulder ��Bi� ���� ���� 6' mfn. � 7.0' min. S.0' max. � � � ii,�i���`///� � i�5i/��y,' 1 �PPort ��� shali not protrude �-�/ M above si9n LS�UV� u WG'����� support atwii not r�p��� �ot��� r� DO���� ��e s,�, I� \ ARE �RESEadi J $IQn SUppOT"I'S SI1ai I extend more than 1/2 Yoy Up the bock of the styn subctrate. FflONT ELEVATION Mood, metal or Fiber He(nforced Plastic ATTACHMENT FOR SIGN SUPPORTS � n �Q� �\ I 1 �0�� I 1 i i/e�Ml�/n1r � Splioinp errbedded perforoted square metci tubtnp Tn order to extend post hatqht +vill only be alioxed when the splice ts made using�fow bolts, tro above and ivo belox tt�e spice poitrfi. Splice must be tocoted erttirely behind the siqn substrate, not neor the 6ase of the support. Splice insert lenpths should be at least 5 times naninol post size, centered on the spilce and af at least tFre sane puage matertai. STOP/SLOW PADDLES 7. 570P/SLOW paddles �e tha primary mettwd to aorrtrol trafflc by flag�ers. The STOP/SLOW paddie size stwuid be 24' x 24' os detailed below. 2. Mhen used ot night, the STOP/SLON pcddle sholi be � retroreflectorfzed. 3. STOP/SLOW paddies moy be attached to a staffi vith a minimm lenpth of 6' to itie 6ottan of the sipn, � 4, My lights incorporQted into the STOP or SLOW paddle faces shali only be as speclfically descrfbed in Sectlon 6E.03 Hand Slflnalfnp Qevices in the TNUTCD. ' 10" i 1 �" � i�i6 • : �j r , \�i `. M / r ; � \ � � � � 24` 0 D 8`C 24�� �� � e��8 1111� � ' Ll U .� RoZ��I � �/ �'. ` i //fi s�° ` yi � `��a„ 2 � �OIi� mtnim.m from �ii��� curb ���@ � a � � � 7.0' mtn. ,1� � �D' tttax. I � � SIOE ELEYATION wood Attuchnerct to vooc4en supports wtll 6e by bolt6 aid nuts or scretis. Use Tx�OT's or IIIOltUfQCttlf8l'�& r9Cqi1110I1�8d procedures for otiachinp stgn substrates to othar types of siqn supports Na i I s v��i I I NOT be a I I c�wed. Each sign shall be attached directly to the sign support. Multiple signs shall not be joined or s�liced by any means. Wood supports shall not be extended or repaired by splicing or other means. CONTRACTOR REQUIREMENTS FOR MAINTAINING PERMANENT SIGNS WITHIN THE PROJECT LIMITS 1. 2. 3. 9. 5. Pernqnent at9ns ore usad to qive notloe of troffila iws or re4ulotlons, cail attentfon to oondTtions that are potentiaily haiardous to traffto operattons, shov route desiqnations, destinatians, dTreotions, distanoes, servioes, pc(rrts of interest, and ather qeopraphicai, recreattonol, or culturai tt�forrnotlon. Drtvers proceedinq thrauqh o rork zone naed fhe sane, if not better route qu(d�ae as nonnaliy fnstalied on a roadvay rithout oonstruotfon. Nhen pernanerrt requlatary or varninp siqns confiint vtth vork zone oondTtions, remove or cover the pernanertt siqns inttl the penranerrt siqn messoge m�tches the roadroy conditlon. tthen existinp pennanent siQns are moved ond relocoted due to construction purposes, they shail be visible to motoriets at ull ttmes. If exlsfitn9 sfQns are to be relocated on their oriqlnoi supports, thay shali ba inefoiled on orashrorthy bases as shown on the SA10 Stendard sheets. The siqns ahall maet the required moieitinp heiqhts shovn on the BC Sheets or tha SMD Standards. This rork should 6e poid for under the appropriate pay item for relooatinp existiny siyns. If parmanent sip�s are to be removed and relooated ustnp tenporary supports, :he Corstraator sholl use crashvorthy supports as shom on the BC sireats or the CWZT�: 'F�e siqns shail meet the requTred moimtinp heiqhts shown on the BC Sheets c� the 5l�t0 Standards durinq constructton. This work shoutd be potd fior under the a�o9riQte pay item for reiacatinp extstin9 stflns. Any siqn or traffio emrtsol devtce that is struck or dmaqed by tha Corrtractor or his/her oonstruatton equipnerrt shall be rePlaoed as soon as posaible by the Cartractor to ensure proper quidance for the motorists. This wlll be subsidTary to item eo2. � 6 6. I� 24" � �� 2A' � Le9aM% L Bafder '�hlte Le9etd k BordefQ Blook GENERAL NOTES FOR YORK ZQNE SIGNS ' t. Contractor ahali instaii md moirttatn 6IQf76 In o strafght a�d plufi condition and/or as dtreeted by the Enyineer. 2. tfooden siqn pos}s shall be pairtted +fitte. 3. 8arricades shall N07 De used as siqn supporfis. 4. Noiis shall NOi be used to ottoch siqns to my support. 5. AIl stqns shali be instalted in accordmce vtth the plons or ps directed by the Er�pineer. Siflns shall be used to repulate, rom, a�d IN1 yutde the troveltnp publtc safely throuph the rork zone. 6. The Contractor may furnish effher the siQn desiqn shom In the plais or tn the 'Standard Htqhway Sfqn Destqns for Texas" ISN503. The EngineeNInspecta- moy require ttre Corttractor to furnfsh other vork zone sfqns that are ahom in the T►NTCD bu} moy hwe been anttted from the plms. My v�ivtion tn fhe plms ehai l be docunerrted by �rritten agreemerrt Cefireen the Enptneer aid the Controctor's ad Responslble Person. Ail chatipes must be docunanted In rritinp before bet�p ir�iemartted. Thls cm Include docimanting the chmpes in the Inspector's Tx00T dlary aid having botti the inspector md Coniractor tnittct �d date the apreed upan cha�pes. 7. The Cortfraator shail flrnish stqn supporfs listed tn.ths •Compiiant Work Zane Trafiio Corttrol Oevioe List` tCNZ7C01. The Contractor shali instoil the s1p� s�port in accordmice vlth the marxrtacturer's recam�andations. If there Is a question repardtnp InstallQtlon prooeduras, the Cartractor ehail furnfsh the Enqineer a copy of the marwfaeturer`s fnstaliotion recmmendattons eo the Enptneer oan verify the correct prxedures �e 6etnp ioilored. 8. 7he Contractor fs responslble for installir�q sipns on approved supports ond replacinq stqns vith danaqed or crdcked substrates and/or danaged or marred reflective sheetinp as directed by the Enpineer/Inspector. 9. Iderrtificotlon rtarktnqs moy be ahom only on the back of the atpn substrate. The rtax(mtm heiyht of letters �d/or campany iopos used for iderttifiicotton sholi be 1 inch. 70. The Corrtractar shall replace damqed rood posts. Nery or dmiaged rood stpn posts sholl not �e spiicad. Ol1RATI0N OF WORK tos defined by the 'Texas Nmuol on Uniform Troffla Cmtrol Devloae' Pa't 6) 1. The types ofi sipn supports, styn manfitnp hafyht,the stze of siqns, and tha type of siqn substrotes can vory based on the type of vork befnp performed, ihs Enqineer is responstble for selectinp tt�e appropriota size stpn for the type of vork 6einp performed. The Corrtractor Is responsibie for ensurtng +he eten suppbrt, siqn �ro[rstting hetqht mid substrate maets m�ufaoturer's recrnmendattons tn reQard to crashvorthiness md dtation of York requtremerrts. � a. Lonp-term stvttonnry - work that oaoupfes a locatlon more th� 3 days. b. Irrtetmediote-tel�m stattonary - vork that xcupies a i000tion ma'e thM one doyllpht pertod up to 3 days, or niphttme +eork lastinp more thmi one harr. a Short-term stattonary - daytime work that xcupies u tocofion for more than 1 hour tn a sinQie doyltqht pertod. d. Short, duratton - r•ork ihat oocuptes a t000tion up to i hour. e. lbbfle - rrork thot moves cont(nuousiy or Intermitterrtly (stopptnq for up to approxfmately 15 mtrurtes.� SIGN IFOUttiING HEIGHT - L The bottan of Lonp-term/lrttermediate-term sipns shall be at leaet 7 ieet, 6ut not more than 9 feet, above the paved surface, except as shom for supplemer�tal plaques motmted belar other stgns. 2. ihe bottan of Start-term/Short DurQtion sipns shall be a mtntmtm of 1 foot ahove ftre povemerrt surface but no more th� 2 feet above the qrota�d. 3. �on0-term/Intermedtate-term Styns moy be usad in lieu of Short-tern✓Short �uration stqntnp. 4. Sha-F-tern✓Short Ouratton siqns shull be used only durinp doy!(yM• and shaii be raravad ot the end of the rorkday. or roised to approprtate Lonp-tern✓Intermediafe slfln het9hfi. 5. Requlotory siqns shail be mou�ted ot least 7 feet, but not mot� thm 9 fieet, above fihe paved surface repardless of vork duratim. SFZE QF SIGNS � i. The Enqineer m�y allow the use of amaller stze oonstruaFlon waminp siflns on seoondpry roads or oity streets rhere speeds are iow fi ihe siqn size is Iisted as � option on the 'Typtcal Constructton Warninp Sipn Size ond Spac(np' ohart shom on BC(2). 2. 7he Cartractor shull fiurnfsh the sipn sizes shom tn pims, the 8C Sheets, the TCP aheets or as d(rected by the Enp(neer. SIGN SUOSTRATES t. The Contrnctar shalt ensiae the si� substrate �s Instotled tn occardance rith the rtanufocturer's recam�andatlons for the type of slpn support that is befn0 used. The CMZTCD lists each substrute tttat can be used on the differertt types �d models of sipn supports. 2. 'Mesh' type mofierials are NOT m approved siqn substrate, re0�diess of the ttgMness of the rewe. 3. AIl vooden indtvfduol stpn panels iabr(coted firan 2 or more pi�ces sholi hwe one or rtare plywood oleat, 1/2' thtck by 6' ride, fiastened to the baok of the siyn md extendiry fully aoross the siqn. The oleat shall be atiaohed to the baok of the siqn ustn0 voad sorevs thvt do nat penetrafie the fxe of the stqn ponsl. The sqrevs ahoii 6e piaced on 6oth sides of tha splice �d spaoed vt 6' aerrters. The Enpfneer moy approve other methods of splioinp the siqn face. flEFLECTIVE SHEETING ' 1. AII siqns ahall be retrorefleotive and construated of sheettny,meetinp the color md retro-refteativity requlrernents of DA�S-8300 ior rtqid styns or DA15-8310 for roil-up sfpns. The web address'for pN5 specffications Is ahown on BCIi). 2. M'hite stieetinp, maetir� the requlremertts of DMS-8300 Type C(H�qh Speoiftc Irrtenslty}, shall be used for sipns vlth o xhlte bock- flround. 3. Ormipe sheettnp, msetfng the requlremants of OMS-8300 Type E(FluQresaer�t Prtsmattc), ahail be used for riptd sfpns aith oranqe backqrands. SIGN LE7TEfl5 1. AII siy� letters and rxmbers sholl be clear, and open roundsd �typb upparcase olphabet letters as opproved by the Federol HiOh'�aY Adninistration (FHMA) md as publtshed In the `Stond�d Hiqhvay Siqn Oesign for Texos' manuai. Siflns, letters and nurbers sholi be of first class rorkmanship tn accord�ce w►th Depariment St�dard� ond Spectficat►ons. PE}AOVING OR COVERING t. Ylhen stpn messages moy be oonfustnp or do not apply, ttre siqns shatl be removed or canptetely covered. 2. Lonp-term stattonary or irrtetmedfate statlonary stQns instolleU on square metal tubtnp may be turned v.roy from troffio 90 deprees when the siqn messaps is nat applicable. Thts type of siqn support';meets ihe crastworthiness st�dm�ds repardless of the direntTon of inpoct. This technique may nofi be usad for siqns installed in ihe medion of dtvided hiqhvoys or near any itttersections +rhere the stqn may be seen fran approachinp traffto. 3. Siqns Tnstailed on rooden sktds shall not be turned at 90 depree ca�pies to the roadvoy. These siQns shouid be removed or completely � covered rhen not requtred. 9. When siqns are covered, the moterlal used shali be opaque, such n6 heovy mil biack piasttc, or other mQterlals rhich vtll cover the entire siqn face and maltrFotn their opaque properties u�der au}oopbtle headfiqhts ot nipht, rtthoufi danapinp the siqn ahaetinp. 5. Buriap shail NOt be used to oover etqns. b. Dunt tope or afher adhestve mQterial shall NOT be offixed to aisi�+n fiace. These mvtertais can danape the retrorefiactfvtfiy af sheettnp. 7. Sfyns cnd mchor st�s shall be rc�noved md holes baokfiiled uUon oampletion of work. SIGN SUPPORT IIEIGHTS 1. Where stgn supports require the use of xelqhfis to keep fran t�ninp over, STANDARD PLANS the use of san�ags vith dry, cohesfonless sand is recotmiended: �Texas Diepartmentaf Ti'ansportatJon 2. The smidhaps vfll be tfed ahut fo keep the sand firan spfllinp C�d to motrrFatn a aonstmt vefphfi. Trolf/c Opera/ions DNlslon 3. Rock, canorete, iron, steei a- other soltd obJects shail not be permttted for use as siqn support reiqltts. BARR I CADE AND CONSTRUCT I ON 4. Sandbaps should retqh o mtnimm of 35 Ibs and a maximm of 5D Ibs. 5. Sandba9s shol i be made of a durabie materiai that tears upon Vehicular TEMPORARY S I GN NOTES (mpaot. 6. Rubber fsuch as tire inner tubes) aholi NOT be used fior sandbaps. T. R�her ballasts desl9rad for ohevielizinp devtoes should not b� used for STANDARD Daliast on portabie sipn supporis. SiQn supports destqned �d �pnufoatured vfth rubber baaes may be used vhen ehom on the CWZTCD Itst. s. Sandbaps aholi only be placed aionp or loid over the base suppea-ts of the tj Of 1 2 B C ( 4) - 0 7 firafiic control devfce and shall not be auspended ahove flrand:level or hunp vith rope, wire, chains or other fasteners. Sandbogs shoi� y� plaoed cQT�cDoi 1f-4-o2 I�-Tx00T �u�-Tx6oT (a=-TxDDT Ia�-TxOOT alonfl the length of the skids to we(ph dom the sfqn support. � 'm,noa e��� � ���o�, � 9. Sandbaps sholi NOT be plaoed under the skid and shali not be uFed to level 9-07 � I 6 I � � siqn supports placed on slopes. � _ \ � � / �o� � . \ ��Q� �0�� ���� XX �E�' aP.it � 6.0' min. �� �3E � 14hen placln0 skid supports on uilevel qround, the lep post lenpths irust be adJusted so the sipn appeors straight md plurb. ObJects shatl NOT be placed under sktds as u meons ofi leveitnp. �EiF Mhen piaquee are placed on dual-leq supports, fihey should be attxhed to the upriphfi ne�est the travel lone. Supplemerrtal plaques lodvfsory or dtstmce) ehould rat cover the strface of the parenfi s(qn. � mxrc � m�2t ( sma pe mva� � � ' 104 0 � c m a > v-om 0 0 � T al o++ o � o o+� z=c ='a+ a c m om N a L � N N U L U i °c °E � N �° C F L 50 �� N m o+ a o oi w�x� � a + X L m F- > L = m O O O L � C t L L T 3 O .O 4- vu�iL m o 0 c v aii � + o a E OiT L C O u� o v- L L L 40-,L v° �- o +°-�x+° ��-v ��L �- a a �ao + w o E � .�+ N N �l a �n - �- N = C � " GF-Y O � U < �� � �� N a� � �, o m �r � '° � P M_ N N m `_ F_ SKID MOUNTED WOOD SIGN SUPPORTS GROUND MDUNTED SIGN SUPPORTS � Refier to the CWZTCD and the m�ufqcturer's Installctlon prxedure for each type sfqn aupport. LONG/INTERMEDIATE TERM STATIONARY - PORTABLE SKID M�UNTED SIGN SUPPORTS ❑ Top me maximm stqn square foo4ape shuil adhere to tMe manufocturer's recamiendation. Two post instaliqtions can 6e used for larqer slqns. Front 51de Top Front ►{aximtm Side Maxfm�m 4x4 12 sq. it. ofQ 21 aq. £t. of � � siqn faoe , � stpn face 0 �pO� _ � � � � II 2x5 Z�i i I 4 II 4x4 1 1 'l� � vood � • �_ `/. post � � See 8Cf4) for slpn 30' height ■ ' requiremant 1.1 ►.J� t� � 40' � � 2X4 X 40' 24' � � �!Y� 2X6 1 .i� , 36' -� 4x4 72. b►ook _ � �/ 4x4 vood PQ� � See BC(4) for sifln heipht requiremerrt �� � t �24' � 2x6 �c_�s�skid 2x6 '� � � 2x6 60' 4X4 blook ��� J� Lenyth of ekids moy be increased tor add(tfonai stabi)(ty. 24' �x4 broce 3/8" bolte w/nvte nr 3/8' x 3 1/2` (mfh.) lag •� — acrerrs 4x4 block 4x4 bloak SKID MOUNTED PERFORATED SQUARE STEEL TUBING SIGN SUPPORTS 48 x 48'-10mn 6- 5/16"bolt x 2 1/4' 9rode 5 bolts, extruded E Z•� 6- 1 1/2' plastic dasher, thirnroll plastto 12 - 5/16' ffot �ashers; stqn - 6 - nuts per siqn SINGLE LEG BASE 48° C� Side Vier� ° � : \ a � � ' ` 2' X 2' x 2. �5�..........i�.........i ]2 qa. upri9ht 0 0 ,� �, i 5" 2' x 2' x � ���. 12 qa. ^uprtqhts - •� 1 3/4' x 1 3/4' x 11 foot / \ - • 12 ya ppbt 4� y �� (00 NOT SPLICE) ',' '; : : DUAL LEG BASE UPrtpht rtust `' , A8' E•••••••••••� Front Viev � telescope to •' 3/8' x 4/14' �� 34. �: t provfde 7' heiqht � qrade 5 bolt �� ' pro� obove pavement. � rinpnut cnd Y - - abc washer 48' i`� .� � � Weld 'ain i n ;; , f"L...........c�� � top o �: �, . �, I; � I` , . : �ti_ y 1 3/4" x 1 3/4' x 14 qo , mox. ' oross 6raae 5, 2°X2"X �/' 12 qo, skids � bn!+ �nru g at t' off f skid Welds to start on �/— opposlte sides qolnp .� in opposfte directions. ��d r Aiinlmm reld, do not back fiil'puddfe. veld starts here \� � yeid starts here wald WEDGE ANCHORS Both steel and piastic Wedge Anchor Systems as shown on the SAtD Standard Shaets moy ba used as tetrporary sl9n supports for siqns uD to 10 squore fieet of siqn face, 7hey maY be set fn conarete or in sturdy solis .if aDProved by the Enptneer. (See reb oddreas for 'Traff(o Enptneerin9 Standard Sheets' on BC11)). . � 0 �1 t/2° / ota. ctyas 4° H � 6' � � �8� � � �•� �DirectTon of Trofflo 36 x 36`-tOrrtn xtruded all plastic s(pn �� 7 3/4' x 1 3/4" x 11 foot - . 12 yo post ' � lD0 NOT SPLICE) 1 3/4° 9oiv, rcund wtth 5/i6° holes or 1 3/4' x 1 3/9' pht r�ust , squa�e tubing �soope to / e paveme� �, ( a . o o,�o e o e o� 48' : W � �� � 5' � ptn at angie • • • • • • • • • e ' needed to � � motch sidestope 36' WOOD POST SYSTEM FOR GROUND MOUNTED SIGN SUPPORTS INanlnai Maxim.m Mtntmm Urtiled Past No. of Sq. feet of So(i Hole(sl Size Posts Stqn Fncs Ertaednertt Required I4 X 4 1 12 36' NO 4 x 4 2 21 36' NO � 4 X 6 i 21 36' YES � 9 X 6 2 36 36" YES PERFORATED SQUARE METAL TUBING Slqn �' Siqn � Post � � Post ,�o� a so �td� m : : 4By � mtnimm .� . .. :. :: .. ._. .. .. u ' '/ . N • :� . OPTION 1 tD(reat F�rbednerrt) 4�� � � G<�.a 5� 1 .. �: ; destr�le . . y_ �. . J, • • ; � 3A' min. in . '.� 6f1'O�p S0� 16� : : 55' min. in Anchor Stub . ; ; ►�eak sol ls. (i/A" larqer : : than sign .,,�, �. �t� � .. .. ur � � �• L OPTION 2 `_iAnoha' Stub} i i_ I' ;i GENERAL NDTES 1. Notis moy be used in the assarbly of vooden ��q�' supports, but 3/8' bolts vith nuts or 3/8" �{ 3 �/y� laq soreva must be used on every loirrt tor iT,�� ootv�eatlon. ' 2. ►fore detafls of approved Lonp/Irrtermedlote a� Shorf Term supports oan be fand on the CWZTC,� Iist. See BCIt) for rebslte Ixatton. 3. No more than 2 sipn posfis shoil be plaoed yHhtn a 7 ft. oirole, except for spaolfic motertais tioted on ihe CWZTCD Lfst. ; 9. Nhen proJeot ta oanpleted, ol! a19n supports_� foundvf�ions sholl be removed fran the proJec}.sfie. This viil be considered subsidiary to Item 502, � ❑ See BGI4) ior defTnition of "Work Otrotl�,• �i ,�, Wood siqn posts NUST be one pleoe. Splta�� Y��� NDT be alloved. Posts shafl be pairtted ��fQ, 0 See the CWZiCD for the type af siqn sub4tro�e that oan be used ior eaoh opproved stqn.��p�p�}, � � STANDARD PLANS � Texas Department of Transportatlon Traffic Operatlons DJvisfon BARRICADE AND CONSTRUCTION TYPICAL SIGN SUPPORT STANDARD 5 of 12 BC (5) -07 �C TxDOT 11-4-02 ��-TxDOT �n+-Tx04T ��-7�d10T a�-TxDOT ¢Y15106 ' OIni1R � t[t�iu I �L 110 i81FR I pQj 9-07 6 J� � wxrr � mrte�. I mnrw I � i na.�r 105 s�� 51qn � Post �• .� � d�e"strable �: : / 18' Opttonal • retnfarcinp � ' &�@0VB _�„� �i (i/2' IarQer ; ;; 34• min. in fihan siqn i� �ronq sotls, post) x 18' : 7 55' min. in ` • veak sotis. � Anohor Stub ; ; (t/4' larqer _� � 'frt0ll SIQIt �� F305'f) � . OPTION 3 tAnchor Stub and Relnforcfnp Sieeve)l WING CHANNEL Lap-splice/base Eolted �ohor '� Sipn : � Post � s�� ? a G�� � 4' mmc � _ � Base See the CNZTCO � Posfi for embednent. c y o > 4-om O U ? T � C�} o- 0 4°- o 3 �� z° } � _'�+ U N 7 ac�n o m N a L U � N U L 01 a � o 4/ U C � L �� � 0 w a+ OO N co m W�X L N } X L N � G7 L ~a�io O U CI N C L i- �- � 3 `O 'O ��p L c o. ° L L N o a E aT� v) O 4 �o o aLi o�+ �oo +�+ N~a �no +=-mc , w o E � �mu�u� a v� �- �- �� r �=C� � OF-Y O �- U U a � M Q M N' W- '�" m om � N W r N � � N ul N P � r� °1 m N � � ��r PORTABLE CHANGEABLE MESSAGE SIGNS 1. The Enpineer/lnspeotor shail approve oii messapes uaed on portable chonpeable messaqe stqns fPLMS). 2. Messapes on PqiS should contoin no more than 8 words tabout four to eiqht charaoters per vord), not includinp slmpie rrords suah as 'T0,' "FOR," 'AT,' etc. 3. ldessaqss should consist of a single phase, or tvo phasas that atternote. Three-phase messapes are not alioved. Each phase of the messape should convey a sinple thouyht, ond nust 6e understood by itself. ' 4. Use the rord 'EXIT' to refer to an exit ranp on a freaxay; i.e., 'EXIT CLOSED.' Oo not usa the term "RAAiP." 5. Alvays use the route or irctersfia4e desfpnvtton tIN, US, SH, FM) olong with the rwrbar When referrinp to a road�oy. 6. Ylhen in use the bottan of a sfiatfonary PC115 messape panel should be a mtnimm 7 fest above the roadvay, vhere posslbie. i. The mess4pe term 'WEEKEND' ahouid be used only tfi the vork is to start on Soturdoy morninp and end by Sunday evenin0 at midnipht. Actuai days and ha�s of vark shouid be displayed on fhe PCMS tf rork is to beg(n on frTday eveniny and/or corrttnus loto Mondoy morn(np. 8. The Enpineer/Inspector moy select one of tro optians rfifch are avaii- able for displayinq o tWo-phose messape on a PCMS. Each phase moy be dtspioyed fa- elther four seconds each or for thres seconds each. 9. Do not 'flash' messapes or rords inoluded in o messape. The messape shouid be steady burn or cotrFtn�aus whlle dispioyed. 10. oo not preserrt red�dmt infornption on a t►ro-phase messaQa; T.e., keapinp tvo Iirres of the message the sane md ahanOfnU the third Itne. it. Oo not use the vord 'Danoer' in messoGe. 12. Do not dtspiay the messaye 'lANES SHIFT LEFT" or "LANES SHIFT RIGHT' on a PCMS. Orlvers do not tnderstand the messape. 13. Oo not displaY meseapes that scrotl hortzontolly or verticaliy across the tace of the siqn. ' 14. The follovfrq tobie ilsts abbrevfated vords and tvro-vord phrases that are acceptobie for use on a PCMS. 8oth words in a phrase rnust be dtspiayed topethsr. tlords or phrases not on fihts Iisf shouid not be abbrevtated. 15. PC6i5 oharooter heiqhfi shouid be at least 18 inahes fibr trotler marrted unTts. They should be vlsibie fran ot least 1/2 1.5) mile and the text shouid be lepible fran at least 720 feet. 7ruoh mourtted units rtust have a character heiph+ of 10 inches arid must he 1e91b1e fran at least 400 feet. 16. Each Ifne of text should be cerrtered on fihe messape boord rather th� teft or rfqht justified. 17. If dlsabied, the PqAS shouid defailt to an illeptble display tfixrF rlll not alarm motorists and afli only be used to olert rorkers thot the PCMS has molfunctioned. A pvttern such as a series of horfzorttal solid 6ars is appropriQte. INord ur Phrase Abb. Word or Phrase Ahb. Access fload ACCS flD Ma�or NAJ Air �ualitv AIR �LTY Mt es I/I Alternote ALT Mties Per Hour FPH Avenue AYE Ninor 6R7R Best Route BEST RiE Monday NON 8oulevard BLVU Nornal NORM Brld qe BRDG North N Canrw� CANT Northbound troute) N Cenfier CNTR Parkirw " PKING Construotion ' Ahead CONST AHEAD Parkinp Lot PHK LOT Uetour Rovte OETWR RTE • Hoad flD ' � i Do Not �ON'f Riqht lane RGS LN � East E SofUrdaY ' SAT l I Eastbatnd Ira.tte) E Service Road ' SERY pD 1 � Emerge ncy EMER Shoulder SHLDR ��j�e faencv Vehicie EMER VEH SI[Qp� rY SLIP Em}rmce. Enter ENT South � 5 1 Exoress L�es EXP LANE Southbound (rovfie) 5 I Xf(XXgFeet XXXXYfT Sfreet 51'D �Fy,G Ahead fOG AND SundaY SUN Freewav FRM7YI� fNY Telq one PHONE Freevo Bloaked FwY eLKD T arY TFAIP fr(d _ FRI r �y TH�RS 1 Haza' ous Drivinp HAZ ORIYING To Dov�tom � TO DYlNTN I Hazordous Nateriai HAZMAT Traffio TRAF IHtqh-Occupancy Vehtcie HOV Travelers TRVLRS I HT yjivraY HwY TuesdoY 7UE5 I Halrs HR T)me Minutes TIltE IdIN i Infornwtion INFO llP�e r Level UPPR LV� i It ls ITS Vehiole _ VEH i Junotion JCT warnjqq NAftN � Left Lane LFT LN Me(nqJtt�L)mit , M(T I.IMIT I Lane Ciosed 6N CLSD We$t M ILowar Level I.OIUR LYL Nesfibound (route) W Malntenance IAAINi wet Pavement MET PYNT , xtii Nat YIONT Roadway destqnotion � IH-nurber, US-ntmbar, 5H-ntmber„ FM;nurter NHEN NOT IN USE, HEMOYE THE PCMS FHOM THE RIGHT-OF-WAY OR PLACE THE PCMS BEHIND BAFRIER Oft GUAHORAIL WITH SIGN PANE! TURNEd PARALLEI TO TRAFfIC RECOMMENDED PHASES AND FORMATS FOR PCMS MESSAGES DURING ROADWORK ACTIVITIES (The Engineer may apProve other messages not speci�icolly covered here.) Phase 1: Condition Lists Other Condition List ROADWORK ROAD XXX FT I REPAIRS XXXX FT FLAGGER LANE XXXX FT � NARROWS XXXX FT RIGHT LN I� TWO-WAY I NARROWS TRAFFIC XXXX FT XX MILE MERGING I ( CONST � TRAFFIC TRAFFIC XXXX FT XXX FT LOOSE UNEVEN GRAVEL LANES XXXX FT XXXX FT DETpUR ROUGH X MTLE (. ROAD XXXX FT ROADWORK I � ROADWORK ( PAST NEXT SH XXXX FRI-SUN BUMP US XXX XXXX FT ( EXIT X MILES TRAFFIC I � LANES I SIGNAL SHIFT XXXX FT Road/Lane/Ramp Closure List FREEWAY I I FRONTAGE I CLOSED ROAD X MILE CLOSED ROAD SHOULOER CL05ED I CLOSED AT SH XXX XXX FT ROAD I I RIGNT LN I CLSD AT CL05ED FM XXXX XXX FT RIGHT X I� RIGHT X( LANES LANES CLOSED OPEN CENTER I � DAYTIME � LANE LANE CLOSED CLOSURES NIGHT I-XX SOUTH LANE EXIT CLOSURES � CLOSED VARIOUS EXIT XXX lANES CLOSED CLOSED X MILE EXIT RIGHT LN ( CLOSED ( � TO BE CLOSED MALL X LANES DRIVEWAY ( I CLOSED CLOSED TUE - FRI XXXXXXXX BLVD CLOSED iF �F LANES SHIFT in Phase i must be used wifih STAY IN LANE in Phase 2. Appifcatlon Gufdelirses 1. Only i or 2 phases are to be used c�n a PCMS. 2. The tat phase for both) should be selected fran the 'Road/Larte/Ranp Ciosure List° ond ihe 'Other Condlt�on Ltat'. 3. A 2nd phase oon be eeleoted from the 'Aotton to TakelEffeot on Travel, L000tion, General Narninp, or Advawe Notice Phase Lists'. 4. A Location Phase is neoessory only if a dfstance or looation is not included fn the ftrst phase eeleoted. 5. If trro PCNS are used in sequence, ihey irust Ge separated by a minim�m of 1000 ft. Eaah PCtfS shgil be limted to tvo phoses, and should be inderstmdable by ihetnselves. 6, For advance notice, rhen the cur�erit dcFe is rithTn seven days of the aotual York date, oalendor doys shauld be repiaoed rtth days of the veek. Advmce notfficcfiton ahould typtcaliy be for no more than one xeek prtor to the work Phase 2: Possible Component Lists Action to Take/Effect on Travel �IS'f MERGE RIGHT DETOUR ( NEXT X EXITS USE �EXIT XXX STAY ON I U5 ?CXX 50UTH TRUCKS I U5E US XXK N WATCH � FOR TRUCKS EXPECT � DELAYS REDUCE SPEED XXX FT USE OTHER ROUTES STAY IN LANE FORM X LINES RIGHT USE XXXXX RD EXIT I USE EXIT I I-XX NORTH � USE I I-XX E TO I-XX N WATCH FOR TRUCKS IEXPECT I DELAYS I PREPARE � TO STOP END SHOULDER � llSE ( WATCH I FOR WORKERS � Warning LISt SPEED ( LIMIT XX MPH MAXIMUM I SPEED XX MPH MINIMUM ( SPEED XX MPH ADVISORY � SPEED xx MPH RIGHT I LANE EXIT USE ICAUTION I DRIVE SAFELY DRIVE WITH CARE ** Advance Notice List TUE-FRI � XX AM- X PM APR XX- XX X PM-X AM BEGINS � MONDAY BEGINS MAY XX MAY X-X XX PM - XX AM NEXT FRI-SUN I XX AM � TO XX PM � NEXT � TUE AUG XX (TONIGHT I XX PM- XX AM iF�ESee Application Guide►ines Note 6. Ylordfng Aiternotives L The vorde RIGNT, LEFT md ALL oan be (m}erohmged as appropriate. 2. Roadray desf9�'��e IH, US, SH, FM and LP co-� be trtterchmped as approprlate. 3. EAST, NEST, NORTH ond SOUTH (or abbrevictions E, W, N and S3 oan be irrterohmped as appt�opl-tafie. � 4. NtQhway nanes md nurbers replaced as appropriate. 5. ROAO, HIGHMAY md fREENAY aan be inierchmiped os needed. 6. AHEAD moy be used Instead of distances if�i�ecgssary. 7. fT ond Ni, MILE and ►fILES Interchanfled as•opp�opriate. 8. AT, BEFORE ond PAST tnterchmiQed as needed: ' 9. Dtstarrces or AHEAD oon be eliminoted iranithe messape If a location phose ts used. i PCMS SIGNS WITHIN THE R.O.W. SHALL BE BEHIND GUARDRAIL OR CONCRETE QARRIER OR SHALL HAVE A MINIMUM OF FOUR (4) PLASTIC D(�UMS PLACED PERPENDICULAR TO TRAFFIC ON THE UPSTREAM SIDE OF THE PCMS. �.00at 1 O!1 �ISt AT FM XXXX BEFORE RAILROAD CROSSING , NEXT ( X MILES PAST US XXX EXIT XXXXXXX � TO : XXXXXXX US XXX ( TO FM XXXX FULL MATRIX PCMS SIGNS 1. When Full Matrix PCMS stpns are used, the character hetpht and IaqlbilltyNtstbiiity requlrements shall be malntained as 1(sted in Note 15 under 'POHiABLE CHANGEABLE 1fES5AGE SIGNS" above. • 2. When eyrzbol siqns, suoh as the C1120-7a FiaqOer Syrrbol, are represerrted qrophioally on the Fuli Motrtx PCMS sTqn md, with the opprovat of the Enptnyer,, Tt sholl maintatn the le9Tbtlity/vlslbtllty requ(retnerrt Itsted above. ; 3. When syRbol siqns are represerrted grophicaily on tfie Fuil Matrix PCA15, they shail only supplement the use of the stottc stpn represented, und shall!nati substftute for, or repiace that siqn. � 4. A full matrtx PCMS moy be used to stmuiate o flasMnp an-ov panei provided it meets the visfbtlity, fiash rote and dlmninp requtrements on BC(7), fGr fhe sane size arroW. � STANDARD PLANS � Texas Departmerrt of Trarxsportatlon Trafflc OperuUans tNvlsfon BARRICADE AND CONSTRUCTION PORTABLE CHANGEABLE MESSAGE SIGN (PCMS) STANDARD 6 of 12 BC (6} -07 QC TxQOT 1f-9-02 ��-Tx00T �a�-Tx�OT (�-T�d1DT a-Tx007 anstas � a,n�un � as�i'a� I r¢�a �U maxtr 4¢t 9-07 � 6 �� � CQHIY �� 56IId I' JB YtWu1 � 106 � 0 � , ?. L ° c o °o � +cm , ot-t 3 � 1 b+� z- o -c _' a + Q C N o m om` t L O o a L c E n_ o mv cn m ` � o va+ wo � � X L d F�- > L = m o 0 0 w a � +o� T 3 O n � v- m o 0 i °u, > aa b T L N O y�- L. L L4�-t v°E-o +°�+ N t- n N T L .c�v +mc . � o E m J 7 NL v�imc* � �FL-Y O i.i U a � NM r M � N W `-av �o ^� �m o m `� �r �� U1 N P • m m N N m Q `_ r BARRIER REFLECTORS FOR CONCRETE TRAFFIC BARRIER AND ATTENUATORS 1. Borrier Refleators sholl ba prequol}fied, ond oonform to the color and LQW PRQFTLE CONCRETE BARRIER (LPCB) refieetivlty requfre�nents of DMS-86�0. A Iist of prequaltffed Barrier Asfiectnrs 17ype C Delinentorsl cm be fac�d ot the l�oteria! Prnducer Surfoce iAovnt 3` x 3' min. List veb od�ess shorn on BCtt). flexihle oeli�eotors �� reflective 2. Co1or of 8arrier Reflectors shal! be as speaifled in the TAlUtCO. The sheettnp cost of the reflectors shnil be consldered subs(diary to Item 502. CONCRETE TRAFFIC BARRIER tCTB) �� � ��1s• /�� � �� Barrter Reflectors 3. Hhere traffic ts on one side of the CTB, -Fvo (2) Barrfer Reflectors shail be manted tn approxtmaiely the midsectton of each seatfon ofi CTB. An a►tertwte mauitinq i000tton is uniformly spaced at one end of each CTB. Thfs wfll ailow for vttacMient of a 6arrter qrappie vitMut danayinp the refleetor. The Barrier Reflector mourtted on the side of the CTB shail be l000ted directly 6elow the refleotor mamted on fiop of the borrier, as shorn In the detatl above. 4. Nhere CTB separates tro-way traffio, three barrTer refleatore shall be mamted on each sectlon of CTB. The reflector tn(t on top shail have tro yellov refilective faces lBi-Dtrentionol)rhtle the reflecfiors on eacti side of the barrfer shall hove one yellow refiective face, as shom In the detoil above. 5. Mhan CT8 seporates traffic trovelinp in the sane diraction, no 6arrier refiectars �lll be requUed on top of the CTB. 6. Bnrrier Reflector �tts shoil be yeilov or vhite !n color �o motch the edpeline being supplefnertted. Ysilov Barrlar Refiectors shall be rtqde wJth 7ype E Flua-escerrt Prlamotic Yetloy Retrorefleative Sheetlnp, Nhite refleators ahall be made vith 7ype D Nhite Prtsnwtla sheetinfl. 7. Moxtm�m spaolnp of Barrler Refleators is forty (40)'9eet. 8. Pavemertt morkers or temporary fiexfbie-refleaFive roadvay marker tabs shali NO'F be used as C78 de!lneatton. 9. Attaqhnertt of Harrier Reflecfiors to CTB shall be per manufacturer's recam�endvtions. t0.�iissinq or drnqqed 8arrier fleflectors shall be replaced os dtreeted by the Engfnaer. 11.Stnflle stope barriers shail be deltnsated as shom bn the ahove detall. � � " --L° �_ C l Typa C Nrn-nlnp t,lyht or approved substttute motmted adjaaent to the travei voy. �----, i � i 1 I � c - � � � 1 C � Warnin0 reflectnr moy be round or square.Must hwe a refteative surtaae area of at Ieast 30 aquors inohes Fdax. spoofng of surfaos maait {texi6ls delineotors is 20 feet. Attach the delineotors as per manufacturer's recarmendattons. DELINEATION OF END TREATMENTS ��� �,-�-' r OM-1 or �' r''�r OM-3 �.,-�- `Y �--r , � � APPROACNING TRAFFTC 80TH SIDES ONE SIDE OM-3 DELINEATION p�,t_� or Vert�cal Panei Install a minimm oi 3 Barrier Heflectors as per mmufocturer's recartnendotfons. END TREATMENTS FOR CTB`S USED IN WOR�K ZONES End treatments used on GT8's in vork zones shall maet crashvorthy etqndards as defined In the,Natlaw! CooperatJve NTqhrroy Researah lieport 350. ftefer to the CN17CD List iix- approved end treotments �d mdwfaoturers. TYPICAL FLASHING ARROW PANEL Arrow Panels may be iocated behind channelfzinp devices in piace for n � shoulder taper or merptng toper, a}hervise -thay sholl be dellneotad vlth • �o �O fax- t4) ch�uielizinp devices plcced perpendicular to firoffic on the � o 0 upstrean side of frafiJo, a o 0 a O O i. The Floshinp Arrow Pmel should be usad for ol! lane claaures cn trulfii-Iane roadrays, or slow moving moftrtenmoe or construction oattvities on the trove! lones. 2. Fiashinp Arro+r Panels should not be used on two-iane, tro-woy roodwoys, detours, dlverslor�s or rrork on ahaulders unless the 'CAiJTION` dfsplay lsee detatl below) ts usad. 3. The Enptneer/Inspector ahol! choose ol! oppropriate elqnc, 6arrtcades and/or other trofiic controi devices that shouid be used !n oonjetnotlon vifih the Flashing Arrov Pane1. 4. The Flashinp Arrow Panei ahould be abfe to disploy fihe foilowin0 symbols: Flashfng RIGHT (LEFT) ABROW O e O • • • o e s O • O e O p Flashtnp DOUBLE AHROW • � o � a o s•• o e � e 0 0 fiashing CAUTION O O O O O o O O O o 0 O O • • SequentTal Chevron o • o O O Q e • o � • O • • o e o • o • • • s e � • e a • o REUUIREtdENTS NININVM MININIIM NINIIiUA! NL�9ER VJSIBIIITY TYPE SIZE OF PANEL LAAPS OISTANCE 8 30 x 60 13 3/4 mile C 48 x 96 15 1 mfle ATTENTION: Flqshing Arrow Panels Shal) be equipped with oufianotic dimning devices. WHEN NOT IN USE, RENOVE THE ARROW PANEI EftOM THE HIGHT-OF-IYAY Ofl PLACE THE ARRO'X PANEL BEHIND CONCRETE TRAFFIC BARRI£R OR GUARDRAIL. 5. The 'CAtI'fTON' display conststs of four corner larps fl�fnp simulianequslY. 11. The Floshihfl Arrar P�ei shail be tnourt}ed on S. iha s?roipht Itne cautton disptay ts NOi ALLORED. ' a vehtcie, trailer or other sultable support. �. The Flashtny Arrox panel shail be cap�ble of minimJn 5��peroen} 12, p Plashtnp Arrow Ponel SHALL ND7 BE USED io dimninp fran rvFed (mp voifiaye. The ftashinp rvte of the Imps laterairy shift troffto. shall not be less thm 25 nor more th� 90 fiashes per m'inute. 8. Mtntmtm lanp `on ttme` ehall be approxTmatety 50 percenf�fot=the �3. A full matrlx PpAS moy be used #o slrtulote a tiashinq qrrow md equai Intervals of 25 perosrrt for eaop Flashinp Arrov Pme1 provtded Tt meets sequeM�tai phuse of the fiashir� ohevron. �isFbtlfty, flash rate and dtrtmfng requtrernertte 9. The sequerrtfnl arrow dtspiay (s NOT ALLOriED. � on thts sheet for fhe sane siza nrrow. 10. The ftashing orrow dtaplay fs the Tx00T stmdard; horevej-, the �4' �i��� �t�� �«' af troiier mourfed arrov NARNING LIGIfTS sequentiai Chavron dtsplay moy be used du-Inp doylt9ht oPerat(ons. Pmels shauld 6e 7 fieet fran rocdwoy to bottan of panei, i. WcPning Itghts shqll meet the requiremants af the TAIUTCD. � 2. Narninp Itqhts ahall NOT be instoiled on 6arrfcades. �- 3. Type A-L'or IrrFensiiy Flashinp'Warninp Lt9hts are camia�ly used v►th druns. They are Irrtended to ororn of or mork a poterrtiai ly hazardous ` area. melr use ahati be as tndTocted on this sheet anci/or othar sheets of the plans by the destgnotion •F�". The Type A Warning Ltqhts TRUCK-M�UNTED ATTENUATORS shall �ot be used r(th stqns manufaatured �tth Type E Sheating (Fluorescent Prisnwtic) meetlny the requlrsmartts of Oeparf�nerrto► Hoterfoi � SpeoifiaQtton OUS-830�, i. Truak-tnotnted ottenuotors ITt�A)'used on Tx00T faoilittes rtu5t maet the requfremartts oufiilned In the Natiorml 4. Type-C �d Type D 360 degree Steady Burn Llgh}s are Inte�ded to be used In o series for deilneot�on io supplement oiher trofflc confrol Coaperative Hiflhway Reseoroh Re devices.: Thetr use shall be as indiooted on thfs sheet and/or other sheets of the plans.by the Oaslqnafiion °SB°. P�'t.�No. 350 (NCHRP 35U). 5. 7he EnQlneeNInspector or the plons sholl speoify fhe lonoiia� �d type of vorninp liphts io be JnstQlled nn ttre irvffle corrirai devloas. 2, Refer to the CM7ZTCD for the requirej��{s of Levet 2 or Level 3 TW�s. 6. Nhen requtred by tt�e Enpineer, the Contractor shall iurnfsh a copy of the varninp IiQhts certifieatton. The r�nfng Ilqttt tranufacturer riii J• Refer fo the dates shom Tn the GWZjCU �o ensure thut the TMA maets the ape requirements �d the orashrorthiness certliy'tha r�lnp llqhts meat tha requtrarerrts of the latest I7E Purchase Speciflcattau t'or Flashlnp ond Steody-6urn Warnlnp l.iqhts. oriterta established by the Federal;Hi6hvoY Adnfnistratton tFHNA) for 71A+Is, 7. Mhert used to dellrteate curves, Type-C and Type D Steady Burn Liqhts shouid only be plaoed qn the outside of the ourve, not the fnside. q• Refer to the Ctl1TCD for a Itst of cBpraved TA1ps, 5. Tt1Ns are requfred on freeroys unless oifietyise noted tn fihe plrnis, RARNING LIGHTS MOItNTED ON PLASTIC DRIAAS' 6. A TIIA should be used anytltne that I�} cc�t be posttioned approx(moteiy 30 to 100 feet in advw�ae of the area of orev expoatre r[thou} odversely affyattnp fhe xork perforn�toe, �� 1. 7ype A flashTnq varntnp iiflhts are iMandad to vorn drivers tfiv} they are appraoohlnq or are in ,-;gtenttuliy hazartlous areo. �• T� only reason o TNA should not be re4ulred is vhen a aork area ts spread dovn ihe roadway and the vork crex is 2. Type A r�dan fiiash(nfl rarninp �!ynts are not trrtended for deiineotfon and shatf not be usad fn:Q ssrtes. an extended dtsta�ce fran the 7AA. !- 3. A series of sequemttal ftcshinq warninp Iiqhts piaced on chmneliztnp devices to ferm a marqinq taper moy be used for delineartion, If used, ' 4hs suocessive flashing of fhe sequenfiaf varning 1lghfis should oocur fran the 6egtnning of the_�aper to the end of the mergfnq tapar tn � order to identify the desired vehtole path. Tha rate of fiashin0 for exh Ifqh-F shall be 65.flaeryes per minute, plus or mtnus 10 flashes.• i 4. Type C and D steady-burn vcrnthg I19hts are ir�tended to be used in a serfes to delineate the ed�y � the travel lane on detaurs on Iane ` chonges, on lane ciosures, ond an other simfiar conditTons. ' ; 5. Type A, Type C and Type D varninp Iiflhts shali be Instalied at Ioovtions as detailed on other sh;cets in the plans. 6. WarnTny lights shail not ba instolied on a drun that has o sifln, chevron or vertioal pcnel. 7. The rtaxim�m spacinq for varnirtq Iiphts on drtms should be identtcal to the �elizing device a�eping. WARNIN6 REFLECTORS MOUNTEO ON PLASTIC ORUlAS AS A St185TITltiE FOR TYPE C(S7EADY BUHNI NARNING L]GNTS 1. A warninp reflector ar approved substitute moy be mourtted on a piastic drun as o stt�stttute for a Type C, steady burn varninfl Iiqht at the dJsaratton of the Cotrtractor untess othervtse noted fn the plarts. 2. The rarnfnfl refiector ahall be ye11oW tn wlor and shall be manufactured using a sign substrate �proved for uss wtth plastlo druns Iisted an tha CM2TCD. 3. The vorninp reflector ahoil have a mTnimum retrorefleot►ve surfaas areo lone-side) of 30 square Inches. 4. fiound reftecfa-s shall be fu(iy refteoforized, inciudtttp fhe orea rhere ai-Fached to ihe d�tm 5. Square substrotes mist hava a minlmim of 30 aquare tnches ofi reflectorized shesfilnp. They do not hova to he refleotorized rhere it atiaohes fio the drun. 6. Tha eide of the varnl�p raf►ector facinp approochtng trofflc sholl hove sheeting meetinfl the co�or and retroreflectivity requirememts tor �i5 8300-Type D tNon-fluarescent Prismatio}, 7. When.•used near tva-�ay tr�ffic, both stdes of the warniny reflector ahall be reflectarized. B, The vm-ning re�Fiector shouid be mamted on the sTde of the hantlte nearest apprboching t�affic. 9. The mmcim.m apacinp for varntnfl reflectors shouid be identicol to the channeiiztnp device spaciqg requirerneM�s, STANDARD PLANS � Texas Deportmerrt of Transportailon Tiaf!/c O�ratla�s plvlalon ' BARRICADE AND CONSTRUCTION : ARROW PANEL, REFLECTORS, ; WARNING LIGHTS & ATTENUATOR STANDARD ; ' 7 of 12 6C (7) -07 �� ,OO Txt)0T 11-4-02 ��-TxDDi �a�-TxDOT �u+-TxIX1T �w-TxDOT • . Fm:�as nirt �aau � 9-07 e�smn � ��a � rtmutuapmra � 6 � �� • ' : 1 canr � amac � scna � ,m { p�.r ! 107 c 0 . T L o� c o °o m � T N ^ o + fi- o w°- o 3 T'F Z i- c -'n+ acw o m GI n L U � y t L N i c E a a y U CE� L i�» � O! N N �o+ �F� UO N C O N W X L N ~ t F�- > L = m o o n L -�F C + L L T3 O n �+- m � o 0 >no O E p>.L �n o 4°- � o m L 'r L C O � Nhx-t v �n a +vo + w o E � �-�+ d N f0 a w �- - u"imc+ • �FL-YO .--. � U a _� _ N M v � m N a^ 0 m om ,�„ r � '° N N ? • M m N N m `_r H�dle � 18" min _I 9I16` dla. ttyp) i for mountinp Top should not � � signs and ollow coliection varninp Iights ofi vater or debrls � 4" mmc " ' . ' mtn � Each drun shali hove q a minlmm of 2 orange e� � -......... mid 2 white stripes (typ) usinp Type C retro- . .... .. refleotive shaettng . .........:::::::::••::;:::::::::::::::::::: 2' max with the top strTpe �tYP•� being oranqe. E E MC .."'""'""" ................ ., .,, ,,..,,,., .,,- .., . _.,. �- 0. 07' ma�t x Taper to o I i o�u � .--- ior staokinp a min(mum of 5 � druns Y � � _ � i � � ��--- Bose 136' dia. max) GEHERAL NOTES t. For lanp term stattonary work zones on fireevays, c�uns shall be used as the prlmary chameitzinp devtoe. 2. For tnterniedlate term stationary �ork zones on t'reeways, druns should be used as the primary ahannelizlny device but may be replaced in tmflerct sectiau by verticol panals, or 42' trro-piece cones. In tmiqent secttons one-pieae oones rtay be used wtth the approvai of the Enflineer but only if persannel are preserri on the proJect at ail ttmes to rtaitrtafn fihe oanes in proper position and l000tion. 3. For short term stationary vork zanes on freeways, druns are the preferred oharnelizinp devfce but'may be replaaed in tapers, transftions �d tmpent sectfais by verttcoi poneis, tvro-piece cones ar one-piece cnnes as approved by the Enpineer. 4. Onms and all related items shali crnply vith the requiremerrts of the ourrertt version of the 'Texas tAmual on lfiifarm Truff(o Confirol Oevines' tTA4JTCD) md the 'Cmpliart Work Zone Trafffc Cartrol Dev(ces List' tCMICfCD). 5. Oruns, 6ases, and related materlals sholl exh(bit qood vorivn�ship and shail be free iran ob]eotlonable trarks or dafeats ihat rould adversely uffect their appearaice or servtaeability. 6. The Corrtraotor shall have a moxtmm of 24 hou's to rep►aoe any piast(o druns identlfied for replacemant by the ErW(neerlInspeofia'. The repioce- ment devloe must be an approved device. GENEflAL DESIGN REQUIREIIENTS P�equolifled plasttc druns shall mset tfie faliariny requirements: t. Piastia druns shali be a two-pieoe destqn; the `body' of tha drun shall be fhe iop por+lon and the '6ase' shall be the bottan. 2, ihe body ond base shali lock topethe� In suah a mTaisr that the body saporetes firam the base rhen impacted h� u veh(cie travelinp at o speed of 20 If'H or flreater but prever+ts ocoideM�al separation due to normai hondiing md/or oir turbulence araated by passing vehioles. 3. Plustic druns shall be aonstruated of Iiqhtreiqht ilexibte, and defornable matertols. The Corrtraotor shali NQT use metai drtms or sin0le piece plastic druns as channelizatton devtces or s(qn supports. 4. Oruns shoil preserrt a proffle thvF ts a minimm of 18 Inchas in ridth at fihe 36 fnch height vhen vieved fran my dlrection. The hefqht of dnm uiit Ibody instailed on basel sholl be a mintmm of 36 iRches and o mmsim�m of 42 inchss. 5. The fiop of the drun shall have a hullfi-tn handle for eosy pickup and shall be destyned to dra(n vater and not collect debris. The handie shall have a minimm of t►ro videly spaced 9/16 inch dianeter holes to ollow a�Ftact*nent of a xarninp itaht, varniny raflector unit or approved aompliartt sign. 5. The exterlor of tfie drun body shnll tx�vs a•minim.m of four aiternatinq txv oranpe �d vhite retrorefiective olrcurtfereni+ii�k rs�rtpes not less thcn 4 inches nor qreoter than 8 inches in vidth. Any nomre�Fl�t�ized space betveen mry t+ro adJacertt sfir(pes shall not exceed 2 tnches irr wfdth. 7. Bases etwli have a rtaximm vldfih of 36 inches, a maxirtun tteipht of 4 inches, and a minim.m af tvo footholds of suff(cierst size to olior base to be held dom tfiile separatinp tha drtm body fran the base. 8. Plastic druns shali be constructed of uttro-violet atab111zed, o�anqe, hl9h-density polYethylene (HOPE] or other opproved moteriol. 9. Drun body shail hove o minimim unbaliasFed reiqht of 7.7 tbs. �d maximim un6ailasied weiqht of 11 Ibs. The +rall of the dnm body shail be o mintrtun of 0.07 Inch in thickness. WeTpht of any dnm suppiled shail not vory more than 0.5 16. from that of the prequailfied smqie. t0.�run md bose shall be marked vith manufxturer's �ane md model nunber. RETROREfLECTIVE SHEETING t. The s?ripes used on drtms shaii be aonstructed of eheetfnq meettnp the oolor and retrorefieotivtty requiremerrts of OepartmeMal MCFerlols Spsolfication �MS-8300, `Fict Surfooe Raflect)ve Sheatinp.' Htph Speotflo Intenaity IType CI retrorefieotive sheefiTnO ahail he aupplied unless otherv�fse speoifled fn the plais. 2. The shsetinq shall ba sultable 4or use on ond shati adhere �o the drun surfoce such that, upon vehleular impaot, the sheetin9 sholl remoln adhered In-plcae and exhtblt no delantnatinp, oraokinp, or lose of retrorefieativity ofihar thon thafi loss due to abrasion of the eheetirw surfaoe. ea�usr 1. Unbailasted bases shail be larpe enough to hold up to 50 ibs. of s�d. Th(s base, �fien itlled wlth the hnllast materlal, should rreiph betraen 35 Ibs Imintmm) md 50 Ibs tmmcimtm). The bailast may be sand in one to three s�a4s separate fran the base, s�d tn a sand-filled plastia hase, or ather ballasting devices os approved by the Enqineer. Staakiny of s�dbops wTil 6e ailowed,�hovaver heiqht of snndbaps obove pnve�nerrt surfuce may not exceed 12 Inches. 2. Bases with bufit-in boilast shalt welqh betveen 40 Ibs. and 50 16s. 8uilt-in bailast oan be oonstructed of an irtteprol crunb r�ber boce or o solid rubber 6ase. 3. The 6allast shull not be heuvy objeots, vater, or any mafierial that vouid beeame hvzardous to mota-ists, pedastrims, or rorkers rfien the drun ts struok by o vehtole. 4. Ythen used In reyfons susoepttble to freezinp, drtrns shail have dralnape holes In the bo4tans so that Water wfll nai coilect md freeze becaninp o hazard Wien struok by a vehinle. 5. Ballast shail not be plaoad on top of dru�. 6. Adhestves moy 6e used fio secure base oP druns to pavemarh. CW1-6 _� 36' I 2A° I� �� ,� 12' r 8a � 4' Nhite � � DIfiECTION INOICATQR BARflICAOE i. The Dlreotion lndicatar Barrtoade moy be used In tapers, transttlons, and other areas xhere speoifio direotional 9utd�oe to drivers is neoessory. 2. lfi usad, the Direatlon Indlcater B�ricade ahould be usad In aerles to direot tha driver thrauph ths tronstttan and Into the lrrtended travel lana. 3. The Olreotlon Ind►oator Borrtoade shoil oonsist of Ona-Uireation Larpe Arrory tCWt-6) slyn in the size ahuvn wfth o blaok crrow on o 6aakpround of Type E Fluopreeeent Prlanwtfo OranOe above a raii v(th Type C Htqh Speoifiio In4anoTty retrorafleotive eheetTnQ In altarnation 4" rhlte and oranpe strlpes elopin0 dornward at an an9�e of 45 deprees In tha direatton road ueers ere to pass. 4. Double arro�rs on the Oireotton Indioator 8arrtoade will not be allowed. 5. Appraved manufaoturers are shown an the CWZTCD List. Ballast aholl be os approved by the monufaoturers instruotions. � -1 � 1 18' x 24' SI� 12` X 24' (Nmcimm Sfpn Dimenston) Vertfoai Pmel Chevron C►lt-B, Opposinp Trofffc Lane �nt vith dlugonals Divider, �rtveroy sipn D70a, Keep R19ht slop(r�q dom tovords R4 series or other s(qns as opproved trovel woy by Enpineer Plywood, Aluminum or Metal sign substrates shall NOT be used on plastic drums SIGNS, CHEVRONS, AND VERTICAL PANELS MOUNTED ON PLASTIC DRUMS i. Siqns used on plasttc dnms shall be manufactured usinp s�strates listed on the CWZTCU. 2. Chevrons md other rork zone stqns vtth an or�qe bockpramd shali be mmiufactured vfth Type E(Fluorescent Prismotic) sheetinq meetinp the aolor �d retra-eflectivity require- martts of DMS-8300, 'Sipn Face ltnterial," untess othervfse spectfled In the plans. 3. VertTcal Paneis shall be mmufoctured With oronqe ond rhite sheetinp meetinp ths requiremartts of QA15-8300 Type C(Hiph Speciftc Intensity). Diaponol stripes on Verticoi Pmels shail siope dom tarord the intendad iraveled lone. 4. Other siqn messapes (text or eyrrboltc) rtqy be used os opprovad by the Enflineer. STpn dimensions shall not excaed 18 tnches (n vidth or 24 inches in hefyht. 5. Siqns shail be instailed usin4 a 1/2 fnch bolt lnomfnal) and nut, tro vashers, and one Ixktng vasher ior each .. COfI(18C'f1071. 6. Mourtinp bolts md nuts shall be iuliy enyapad and adequately torqued. Bolts should not extend more thm 1/2 Tnch beyond nuts. 7. Chevrons may be piaced on druns on the outside of ct�ves, on merqinp tapers or on ahTfitinq tapers. Ilften used In these locations fihey moy be pixed on every drun or spaced not more tfion on every third drun, A mTnirtun of three (3) should 6e used at each Ixai�ton cailed ior in the plans. 8. R9-9, R9-10, fl9-ii and R9-ita Siderulk Closed siqns rhtch are 24 tnohes ride rtay be motmted on plaStic drtms, Wtth approval of the Enp(neer. i i I i i ! i , � ' STANDARR PLANS � Texas Qepartmedf af Transpnrtatlon TrofPlc Operallons ONlsion BARRICADE AND CONSTRUCTION CHANNELIZING DEVICES STANDARD 8 of 12 BC (8) -07 QC Tx00T 11-4-02 �un•Tx007 �a-Tx00T �u�-Tx00T �-TxDOT . � [[Ylsltrb SLIL rteoLL 4-0� � o�mia tuia tuoutilettu[ti sm- /. 9-07 � 6 /�` � axrt mnw. � �r,w as 'wF.,r 108 0 m - c m o > a- o m O U N � T d . o++ o w o 3 � 4- z}m - C _' a + acm a m 41 O. L ti L � i c E �m�D C E L L N � m N N � O t ' F- � � o m m~+ X L OUl m W L = m o O U �+ � T 3 O n � v- C �. � O a E O T L N O 4O- L L o�+ v t- o y�+ v :� a o +vo . �v-o+ � O E � Q t�il UJ y ���+ v�L c� ' �F-Y O U U 4 _ N � P � M � p N W �N �o '^ m om �ti � J � Yl N . �� �, __~ CHANNELIZING DEVICES 8" to 12` F v� Surface Mou^t Raadvoy � Base�Surfaae L8"� _t-o 1_2'' ('� i q. 24' min. 4' 4' � � (Riptd or selfi-rightTn91 PORTABLE VERTTCAL PANELS (VPs) ' . �' to i2" 8' to 12" �-� f"-"i � '� � � � 4. 0 24" +�- 4\ q� mtn. � � O d � VP-1R o `v . E � ' in 18.1 �Seifi-righ I �; Support -�- ' . 36" min. ! I �' BL' -to�_�_� �1�_21` I� � '� `v N � 4` 7 � X \ i � ���1 Riptd �� Support 12" minimm e�rbednant depth „ _ V DRIVEABLE V �1. Yertical Pmiels (VP'sl are normally used to ctiamelize ' truffio or divtds oppostng Ianes ofi trnfflo. '2. VP's moy Ce used in dayttme or ntyhttlme situailons. They moy be used ot the edge of shoulder drop-offs and ather oreas suoh as i�e trmsittons where posftive daytime mid niqFMtfine delineoi-ton is required. The FnfltnaerlInspeotor shail refer to the Roadray Destqn IAarxtat AppendTx 6'Treatrnent of Paven�erct Drop-offs fn Nork Zones' for additionol puldeiines on the use of YP's for drop-offs. 3. VP's should be nnurted baok to'back if used at the edpe of cuts adJacent to tvo-vay tro lane roatrays. Stripes are to be reflective oranpe and reflective vhite md ahould olways siope domward tovard the trrnel lane. 4. VP's used on expressvays a�d freerays or other hiqh speed roadroys,stwil have a mintmm ofi 270 aquare inches of retrorefleotive areo fGotny traffito. 5. Self-riphtinp supports are available with portable base. See 'CanplfarcF Nork Zone Trafftc Controi Qevices List" tCWZTCO). 6, SheatTng for the VP's ahott be retrorefiective Type C (Hlqh Specifto Irrtens►ty) conform(np to Departmantai Maferlal Specificatlon OMS-830D, unless nated otherrrtse. 7. Ilhere the helpht of reflectTve materlol on ihe verticai ponei is qreater than 36 Inches, a panel strtpe of 6 inchas shall be used. NOLIOW OR WATER BALLASTEU SYSTEMS USED AS LONGITUDINAL GHANNELIZING DEVICES OR BARRIERS LONGITUDINAL CHAf�ELIZING OEVICES 1. Lonpitud(nal channelizlnp devioes are crashxorthy, Iiphttireiqht, defornable devloes thot are hiqhiy visible, have qoad tarqet vaiue md cai be connected topether. They are no+,desiynad to castatn or red(rect a vefiiole on (rtpaat. 2. Lonqitudinal oharnel(zinp deviaes may be used tnstead of p iine of oones or druns. 3. Lonpitudinol oharneltziny devtces shatl be plaoed tn aoaordmoe to appiication and installotlon req�trements speciflo to the device, md used only �+hen ahom on the CNZTCD Iist. 4. Lon9ltudinai charmellzinp devices shouid not be used to provide positfve profiectlon for obstactes, pedestrlans or vorkers. 5. Lonqitudinal chomellzlnp devices ahatl be retroreflective, or supplemarrted rith retroreflective del(neation as requlred tor temporary barrfers on 8Ct7)-07, NATER BALLASTED SYSTENS USED AS BARRIERS 1. Water bollasted systems used as barriers ahall rwt tse used solely to ahannelize road users, bufi aiso to proteot the vork space per the appropriate NCHRP 350 crashxorthtness requfrements based on road�+oy speed md barr{er appiicotlon. 2. Water bailasted syetems used to chameltze vehieular traffio ahali be suppiertiented vith retroreflecttve deifneation or chameiizinp devtaes to improve doytime/nlphttime vtsibtlity. They moy also be supplemar�ted vith pavement markin9s. 3. Water baliasted systems used as barr(ers sholl be placed,in accordmce to applTootfon and Tnstaliot(on requiremer�ts speoifia ta the device, and used only vhen shom on the CWZTC� Iist. q, Woter baliasted systems used as berrters shoutd not 6e used for a merqinq taper except in lor apeed liess than 45 A�H) urban areas. When used on a taper in o lor speed urban area, the tapar shall be dellneoted and the taper lenqth should he desipned to opt(mize road user operations considering the woilabte qeortiatric conditions. 5. Ythen vater 6aliasted systems used as 6arriers have b{urtt'ends exposed to trafftc, they should be attenuated as per mmufacturer reaam�endations or flored ta point ou�Fside the olear zons. If �sed to channeilze pedestrians, langi+udinal chmtt�eliztnQ Q�vices or vater baliosfed systems must hove o continuous detectobie bottan for users of lonp ccnes md the top ofi ttie wIt st�alt be not less than 32 inches in helqht. CHEVRONS �-- 18` -r� � 24` 36" Fixed Bose v/ Approved Adhesfve tDrive�le Base, or Fiextbie Support con be used) 1. The chevron shall be o verticaf rectanple rith o minttnm si2e of 12 by 18 Irtches. 2. Chevrons ore tntended to qive notice of a sharp chanpe of aliqnnerzt vtth the directSon of t�avel �d prov(de additionoi etrphasis and puidmce for vehicle operafors rtth reyard to changes In horizoMal aliprmerrt of the roadwoy. 3. Chevrons, vhen used, shai! be erected on the out- sfde of o sharp curve or turn, or on the fiar side of m i�rterseatton. They ahol( be in iine +rtth and at right a�ples to opproachtnp troff(c. spaaing should be such that tha motorist alrays has ihree tn vler, urrtti tfie otwnfle in aliqrniertt eliminates its need. 4. To be effective, the chevron should be visible far at least 500 feet. 5, Chev�ons shail be oranpe With a black nonreflec- tive legend. Sheattng for the chevron ahali be retrorefleotive Type E (fluorescerrt Pris+rat�fo) corrformtnp to Departmarctol ►Eateriol Speatfifcvtion OIAs-830D, u�less rwted othervfse. The tepend shall be btaok vinyl non-refleotive deoai sheet- Inp meetl�p the requtre�tiertts of DldS-83U0. 6. For Lon9 Term Stutionary use on topers or transttions oh freeWays and d(vided higtwoye selfi-riphtfrq uhevrons may he used to suppleineM plastto druns but not to repiaoe plastto druns. OPPOSING TRAFFIC LANE DIVIDERS (OTLD) lY _,� CW6-4 1= � -�--� �- , ,t � 36" . V � Pme I s /'1 mounted buck to book � Portable, Fixed or Oriveable Base lnoy be used, or moy ee mourrted on druns. b� GENEAAI. NOTES: 1. M'ork Zone channeliz(n0 devioes IilustraFed on thie sheet moy be installed tn close proxtmity to traffic �d are suttable {ar use on hiqh or lar speed roadways. Tha Enginaer/Inspactor shoii ensure that spaoing and placernerrt is unfiorm and in c000rdonce with the '7exas ►tmual on Unifiorm Traffia Cartroi Devices' ITUUTC61. 2. Chanhelizinq devtces shom on thts aheet rtay have a driveeble, fixed or portable 6ase. The requiremertt for self-riqhttny chavieliztnp devices rtust bE speoifited fn the General Notes or other pian sheets. 3. Chamet(zin0 devtces on salf-r(qhtfnq supports should be used in vork zone dreas rhere ohanneliz(ng devtces �e irequemtiy (mpaated by errmt vehloles or vehicle reiated ►rind yusts makit� aligimerrt of the chmnelizinp devioes difficuit to matrrtain. L000ttons of these devices eholl be detafted else- N�ere In the pims. These devices &hall conform to the Tt�tJTCD and the 'f,ampii�rt Work Zone Traffia Corrtrol Oevines List' (CMZTCD). 4. Tl�e Contraotor shall maintatn davioes in a oiem nondttfon md repiaoe dmbged, nanrefitective, taded, or broken devices and bases as required by the EnO��NInspector. The Ca�tractor shall be requlred to matntain proper dnvfce spaatnfl md aitprmerrt. 5. Portable bases shall be fobrtoated fran vfrgtn mid/or recyoted ruhber. The portable bases shall reiph opproxtmately 35 Ihs. 6. Puvemertt surfaces shall be prepared In a m�ner thvt ens�es proper bondinp betneen the achesives, the fixed mourrt bases and the pavememF surfaae. Adheslves shoil be prepared md appl(ed acoording to the mmufaoturer'e rocamm�dvtions. 7. The fnstallatton md renwvai of channelizirq devfces shali not cause dutrimentat effeots to the finai pavemerct surfaces, inoludtnp pavemeRt surfaae disooloration or surfooe trttegrity. Drlveable hases shali not he porr�ttted on fina) pavement surfaces. The Enytnaer/Inspector shali approve all applicufiton and removol proceduras of fixed bases. 8. Exmples on this sheet are oarrnoniy used channel(zinp devices in rork zonss. For other devtoes, rafer to the CWZTCD. t. OpposTnq Traft'to Lane Dlvfders (OTLD) are deliheatton devioes desiqned to oonvert a normal one-way road.ray sectfon to two-ray operatlon. OTLD's are used on te�tporary oenteri ines. The up►rard ar�d dovrw�ard arrows on the s19n's fane indicate tha direotion of trofftc on etther side of ihe dTvider. The bflse ts aeaured to the pavemeret vifih an ad- hesive or rubber weiqht to mtnimize movemerrt oaused by a vehicie Impaot or wind yust: 2, ihe OTLO moy 6e usad in carb(nation with simpie tubutar markers qr VPs. 3. Spacinp betreen the OTL� shall nat exceed 500 feet. Tubular morkers or 4Ps piaaed between fhe OTLO's should not exceed tOD foat spacinp, 4. The OTLD shail be ormpe vtih a triack non- refleetfve lepend. Sheetinp for the OTLD shall be retrorefleotive Type E tFluorescent Prismotto) aonfortning to Departmerrtal Ataterial SpecTficatlon DNS-8300, tnless noted otherxise. The lapend shall be black v)nyl non-reflective decal sheeting meetiny the requtrements of D�IS-8300. VERTICAL PANELS & OPPOSING TRAFFIC LANE DIVIDERS 5EPARATING TWO-WAY TRAFFIC tTypicai application? - Cerrterline � - � - - -- - - - - ---`�___ -- -- -� --__-- '� � ` �` - ' - - � "�' � � � � � � � � L 4 500' 1 � i �� ���� Ylnitnm Des�roble Supqeated ►Wxlmm Spoolnp � 7�er Lenpths �E3E ot Channei�z�rq Devloea �Poeted fo1�mllo 10' 17' 12' On O On a Speed aFieaf aftaet Oftaefi Taper TaWeM 30 2 150' 165' 180' 30' 60'-75' 35 L= 6O 205' 225' 245' 35' 70'-90' 40 265' 295' 320' 40` 80=-100' 45 � q50'j 995' S40'! q5' 90' -11 O' 50 �500'�550' 600'� 50• �tOo'-125' 55 L�WS �550'�605' 660' S5' 110'-140'� 60 �600' 660',720'� 60' (120'-150' 65 650''?15'�780' 65' �130'-165' 70 700'�770'�840'� 70' �1q0'-175' 75 750'�825`�900`� 75' �150'-185' 80 � 800'� 880'�960'� 80' ( 160' -195' �Toper lenqths have been randed oif. L�LenQth oi Taper (FT.1 1Y�NIdtn of Offeet ffT.) S�Poated Speed It1PN) �� Refer to BC and/or TCP _,� ° � sheets for approach , � ° � (�� � \ reGuiremerrts. � � � � \ �%i \\\ \ ��oV - T��-� �� � � - � I i i �`i% i � i/� i .y.e e° .��,.. 1� �? � l� , Opposinq � or Oppostn0 Opposin0 VP or! �� Tub��°r Lone Lone iubulor IAarker Oivider Morke� Divlder Divider QSpacinp betxeen the VP's or tubular markers shall not exoeed 100 feet. On roadvoys with apeeds less thyn A5 ►,PH, spacinp beiween the tubutar markers or VP's shail be as shorn on the chameliztnp spaclnp tobie ehom on this paye. If the table stwws spaeinp qreoter than 100 {eet baeed on the roadway speed, then use a maxtrtun of fa0 fieet spaci�y betreen the tuhular markers or VP's. Every f(fith chmneiizing device sholl be an 0T4D, exoept.ghen ihe OLTD m.ist be spaced closer to accaradate an infiersecfiton. Spactnp betveen the OTLU aholl nat exceed 500 feet. � �� STANDARD PLANS � Texvs IJepvrtment af Transportatlon Trafflc Operallons Dlvlslon BARRICADE AND CONSTRUCTION CHANNELIZING DEVICES STANDARD 9 of 12 � BC f 9)-07 OO TxpOT i1-4-02 ��-Tx00T �d-TxDOT ��-7xQ0T a-TxDOT 9�07 I nmia �� � ma�x �m reun I /'� � I m�m I cvr� � gnta I.m i aoza � 109 FIXED (Rtyid or seif-riqhttnp) 0 N T L � o> v- o ti O U ? + L a , o++ L L L O E 3 � L T 4 Z± Q � [ -' n + a[m o m m a� U � � U L mU L C E a a N U � � o L ul �o+ �c� o m W�X L F o n X L N F > i - m o � N C +o� � 3 �O � ca° > aoE UTC N O 9�- ~ L i o�+ C O � +�x+° m�� m T L -a o }vo w o E h r�i y y ul Q N�—^ � � F Y O �,; U Q _��- P' P � � N Q W ^ �o � m c� ymN W F � j� Q � m P M N N m'�T �_~ 0 TYPE III BARRICADES 1. Refer to the Caipliarrt Work Zone Troffic Confirol Dev(ces Lfst ICWZTCD) ior detalis of the Type III Barrfcades and a iist of ail matertals used in the constructian ofi Type III Barlcades. 2. Sypa III 8arrtcadas shall Ge used at each end of constructTon proJects otosed to ail trofftc. 3. Barr�cades extendinp acroes a roadvoy should have stripes thot slope dom+�ard in the direction toward which traffic must ticn in detourfnp. Nhan 6oth right �d left turns ore provided, tha ahavron striptng may siope domrard fn both directions fran the cerrter of the borricade. where no turns are provided at n alosed road striptnp shouid slope dorrnard tn both directions toward the certter of roadraY. 4. Strtp(n0 of raiis, for the riqht side of the raadray, should slope dornward to the left. For the left sfde of the roadroy, strlpinq should siope dornr�ard to the riqht. 5. IderrtifTcotion marktnps rtwy be stwrn only on the back of the barrlcade ratls. The rtaxfmm heipht of letters md/or canpany logos used for identtficotton shall be t'. 6. 8urricades ahall not ba placed parallel to trafftc unless an adequate cleor zone is providad. 7. Warning Iiphts shall NOT be tnstalled on barricades. ' 8. Ylhere barricades require the use of xeiqhts to keep fran turntn9 over, the use of smdbags vith dry, cohesionless s�d is reoamiended. The sandbaps vt I i be tied shut to keep the smd fram apt I I in0 �d to maintain a constartt reiphfi. S�d bags shall �ot be staoked in o rtanner that covers my portton of a barricade raiis reflecttve'sheetinp. Rock, aoncrete, iron, steel or other sol(d objeats xfII.NOT 6e permitted. Satdbaps should reiqh o minim.m of 35 ibs and a maxim.m of 50 Ibs. Sand6aps stwll be made of a durabie moteriul thvh tears upon vehicular Irtpact. Rubber tsuch as t(re Inner tubes) shall not 6e used for sand6aps. San�aqs shail only be plaaed olanp or upon the hase supports of the devtce ond shal► not be suspended obove'yround level or hung rith rope, vire, chains or other fasteners. 9. SheetTn9 fa' barricades shall be r�efiroreflective Type C(H(ph SpecTfio Irttensity) oortforminq to Dep�hnerrtal tlaterial-Speafiicotlon DMS-8300 uniess othenvise noted. ; �Barricades shall NOT I be used as a sign support. � TYPICAL STRIPING DETAI! FOR BARRICADE RAII B� � � ��� Width of naminai_ Reflective Sheeting 45° s, 6� 7 inches. TYPICAL PANEL DETAIL FOR SKID OR POST 'fYPE BARRICADES 4' min., 8' max. � �" a�'' �' I�+��' • • • _ _ �� N~ ._P � N Stlffner _ _ � Flat rafl Stiffiner moy be tnstde or outside of support, 6ut no mora than 2 atiifeners shall be ullowad on one bnr.-����fe. Alternvte � Approx. � �1 50, ill Mtn. 2 druns or 1 Type III � barrtcade � � On one-roY roads domstrean druns or barrioade moY 6e anitted here TYPE III BARRICADE (POST AND SKID) TYPICAL APPLICATION Each roadvoy of a divided htyh�ray shali be borrfcaded fn the sane monner. R�i_2 ROAD CLOSED ua-io� r� � ���� � ..___•� ,.�'�.�' �- .� - ��"� ��� � ~ •1 �'3j �/ PERSPECTIVE VIEW � � t0'� � m W 8' max. fenyth Type III Borricades The three rotis on Type III barrfoades shali 6e reflectorized or�ge and refiective V�1�'f0 6�7'�p86 O(1 IX1B 6�d9 factnp one-rray traffic and both sides for trn-rray traifilc. Barrfoade stripiny shouid elortfi domvard tn the direction of detour. � �� G20-6 wrtnAmm .l � �-�-. _i / — ^ — — 1. / J � J T"�`�"�30 feet - � \� Detour Roadway rP _ ' 111 1. Sipns should be mounted on independent supports at a 7 foot mouMinp hefptrt tn center of roadvay. 7he stpns should Ce a minfmm of 10 feet behlttd Type III Burricades. 2. Advance siqniny aholl be as speclfiled elsewhere in the pinns. CONES 3��_q�� , �6" mtn. 2' min. �4" m1n. 28u min. 1 _' $u_4u :; �' 4' mtn. oranpe 2" min. 'r4" min. whtte -r 2" min. ::i. �4° mtn. orange 2" mTn. 4" min. white 42" mfn. Two-Piece oones PLAN VIEW 3"-4" 6" min. 2" mTn. 4" min. 28" min. i One-Piece cones CULUERT WIDENING OR OTHER ISOLATED WORK WITHIN THE PROJECT LIMI75 � �� -�= �~- 1. Ythere positive redireotional � �i -� �- aapabfltfiy is provided, druns ,- r-�� ^ � �� maY be anftted. � \ � � TypIC01 P�astto orun PERSPECTIVE VIEW These druns � are not requlred O!1 O('tB-YO`f �OOfi'YOy � I 2. Piastic construntion fencinp may Ce used rith druns for safety os requfred In tha plans. 3. Yertical Panels on fiexfble support moy be st�etituted for druns rfien the shoulder v(dth is less than 9 feet. 9. N'hen the shoulder vidth is qreater ttwn 12 ieet, steady-burn iiqhts moy be anitted ifi druns are used. 5. Druns must extend the length of the ctiivert widening. � Increase nurber of plasttc druns on the stde of opproach(np trafflo ti fhe crom � f� r(dth npkes tt necessary. (m(ntrtun of 2 and mmc(mm of 4 druns) � m �►�, � y-- , , � ( �++' � � W to� mmc. ta� rnax. to� mox. PLAN VIEW k' rl.� _I_, +_� � A minitnm of tao druns shali '� be used aoross'the work area. � 2 ° tnax. ,— 3" min. � 2" to 6" ] 3" min. - 28° - min. � � Tubular Marker 28" Cones shali have a minimurn weight of 9 1/2 Ibs. 42" 2-piece cones shall have a minimum weight of 30 I bs. i nc 1 ud i ng base. t. Troffio cones and tubular markers shail be a mtntm�m ofi 28 inches in heiphfi rt�en used elther on free�ays or at nightttme. Alternate 2• Canes or tuCuiar markers shoii be predantnarttly oronpe, fluorescerrt red-orange, or � ftuorescent yeilov-ormpe. They should be kept ciean and bripht ior maxfm.m visTbtlity. 3. Cones used oniy fnr doyttms operotions do not requlre the refiectorized bands. 4. Cones md tu6ular markers used for niqhtt(me operatfons shall be reflectorized. TRAFFIC CONTROL FOR MATERIAL STOCKPILES Uruns, verttooi ponels or 42' cones at 50' maxim�m spaoing Approx. � 8eflectorized material shall hava a arraoth, seoled arter surface that dtspioys �IL 50' �I � the smie approxtmQte color durtnp the day md ntqht. The refiectorized bmds . � shall be retrorefteottve Type C tHiqh Speotfila Irrtenslty> aonforminq to �epartmenfioi Material Speoificotlon �AIS-8300, uniess othervtse noted. Min. 2 druns 5. 67ien used at niqht, appropriate persornel shatl ens�e that cones and tu6ular or 1 Type III morkars remain fn their proper locotion and tn an uprtpht position. � barricade 6. Refleotorizatlon of 28'cones shali oonsfst of a minimm 6 tnch band plaoed at STOCKPILE � least 3 trwhes but not more than 4 inches fran tha top, suppiemer�ted by a mTntm�m 4 lnch bmd aponed a minim.m of 2 Inches belar the 6 tnch b�d, 7. Refieatorizofiion af 92' cones shali be provlded by olternotinp 4 to 6' oranpe and rfiite strtpes with ormpe on tap. � ��^ � 0 � 8. Refleotorizatian of tubular markers shnll be o mintmm of two 3 inch bands placed Oesirable a rtaximm of 2 inches fran the top wtth o maxim�m of 6 inches befween bands. ���11e ����� 9. One-piece aones or tubulor markers ore qeneroily suitable fior temporary usape (up is.outstde Channeitzin9 devfoes parallel to troffic to 8 howsl vith other chonrtelizatfon devtces such os vertical pmels, druns or should be used when stockplie is tvo-ptece cones for long ierm usoge. Cora ahould 6e taken to ensure they rematn in clear zone. � althin 30' from trovel lone. thair proper tocotlon and In m uprlqht positlon. Lepend � Plasttc drun �Plastio drun �rith ateady burn liqht or yellow rarnin0 refiecta- 5 B Steady burn Yarntnp iight or yeilor worninq refleota- , � 4' to 4' 2° � 4" � 4; q2u EDGELINE CHANNELIZER � i. Thts device is Intended only ior use tn place of o verttcal p�el to i chainelize traffic by indtcofitnp the edpe of the travel lane. It Ts i not intended to ba used in trm�sittons or tapers. i;. Thts devioe shali not be usad to separote fanes ot traffito toppostng , or otherv�se) or varn of obJects. 3. This device is based on a 92 inch, fwo-piece cone vffh an alternote strfpinq pafitern� four 4 inoh retrorefieotive bmds, Wtth on approxtmote 2 tnoh qap befiveen bmds. iha oolor oi the band shouid ' correspond to the cotor of the edpeline (yellow tor left edpeline, rhite for rtqht edpeifne3 for rhich the device is substftuted or for ►tiloh it supplemertts. Tha refleatorized bmids sholl be ratrorefieattve ' Type C enaopsulated beod (Ntqh Speciiio Irctensity) oonForm(ng to Departmental AWtertai Speciftcotton UMS-8300, tniess othervtse noted. A. The base m,ist veiph n minimm of 30 Ibs. tO.Conea or tubular markers ueed on eaoh proleot ahall be of fihe same size and shape. . G� ii.The hondie moy be desiflned es a hook or other shope, fabricafied fran non-riqid _ _ — — — — — — — — — — mQterials similar to the cone moterlai, and may extend up to a maximm ofi B inches c� obove the top of cone. Lenpth of the hondle shall not be considered vtth repard to the overail hetqht of the oone. , STANDARD PLANS � Texas Deportmerrt of Tronsportation T�offtc Oparallau Olvislon BARRICADE AND C4NSTRUCTION CHANNELIZING DEVICES STANDARD � o of � 2 BC (1 �l -07 OTxOOT ii-4-02 ��+-Tx00T I�-TxOD7 ��-ixDOT �•Tx110T RYISICa) n�rz I Imwt �m(IIl1IolF4CA 4Q7 9'Q7 � unun' n�ia l � � 6 ,�_ N1rtY � N(I61 ( �Iip 10 tllFltT tU9A G O � c m o> 4-oai O U ? T m o++ i o E 3 � L o+� Z-c _' n + U�n � ac� m ni V N N +�m � c E � v mv C E L L � � mv�m �o+ •- f- � com W X L F m + °xia°i F�- > L = a� o G1 N C + o� t� � 3fO � a y � cn° L L �n > aa a>,i N O 4�- `iL vow iv-t v�o ±�+° v NTL L � � +mc � � o E � 41 N u) Q N �- �- U V iL- ''�' t G 4- Of-YO U U a � � �� N' Q <� a� �„�Q o� �m �� J � � P m N m ` = N WORK ZONE PAVEMENT MARKINGS GENEflAL t. The Contractor shall be responslble ior motrrtafntnq vork'zone md existinq povement markinps, in accardmce rtth the st�dard specifi- cations and spaotai provfstons, m ali road+roYs apen to trafffo within the CSJ Iimits tnfess other►rise stoted tn the plans. 2. Color, patterns and dimenstons shoil be Tn confonrance rith the 'Texas 1lanuai on Uniiorm Traffic Corttrol Devices' ITMUTCDI. 3. Additional supplemental pwemerrt morkinp detalls moy be found in the plans a- speclficotfons. 4. Pavement rtarkinps shali he instalied in accordance With the T}AUTCD and as sfirnm on the plms. 5. When short term markings a-e requfred on the plms, short term markings shall oa�form rtth the T►IUTCD, tha plans and detalls as shom on the St�dard Plm 5heet f!Z(STPM). 6. Ythen standard pavemerrt markinqs a�e not in plaoe ond the rondway is opened fio troffic, 00 NOT PA55 siqns shail be erecFed to mark the beqtnning of the seotions vhere passinp ts prohibited and PA55 WITH CAHE sfqns at the beptnntnp ofi sections where passinp is permiited. 7. AII rork zone pavemant markings shall be instailed fn accordmce w]th Item 662, "Nork Zone Pavement IAarkinps.' RAISED PAVEl�NT lURKEfiS 1. Ra(sed povemerrF mvrkers are to ba placed according to the patterns on BC(121. 2. AIl ratsed pavemerrt morkers used for work zone markinps shall meet the�requirernents oi Item 672, "RAISEO PAYEMENT NANKEflS' and Depart- mantal Nnterlal Speciftcatlon DMS-4200 or DlAS-4300. RE�AOVAL OF PAYQIENT t,tARKINGS t. Pavemer�t marktn9s thofi are no lonper opplicoble, could create confu- ston or direct a motorist toWard or lnto the closed portion of the roadaay, shail be removed or oblTteratad betore tha roadroy is open- ed to truffic. 2. The above shali not appiy to cfetours (n pluce for less than trro : weeks, rfiere fiaqpers aid/or sufficiertt chenneiiz(np devtces are used fn Iteu of mork{n4s to outline the detour route. ' 3. Pavemant marktnge sFxili be removed to fihe tullest exterrt posslblaj so os not to leave a dtscernobie markinq. Thts shail be by �y m3thod approved by TxDOT Specifioation Item 677 for 'Eliminatinp Existtnp Pwement Morkinps and I.Wrkers". 4. The removal of pavement marktngs may require resurfaaing or seol conttn9 Pon tons of the roadway. ' 5. SubJect to the approvai of the Enqineer, my method thot proves to be successful on o particular type pavertiertt may be used. 6. Blast cieoning may be used 6ut rfll not be requ(red unless speotfical- Iy shom in the pians. 7. Over-paTntinO of the markinps SHALL N07 8E permitted. e. Removal af ro(sed pavement markers ehail 6e as dtrected by the Engineer. 9. Rertavol of exTstinp povemerrt rtprkings ond markers vtii be patd for d3rectly in accordance With Item 677, "ELIMINATING EXISTIN6 PAVE!lENT MARKINGS AND 1.IAPKERS,' inless othervriee stated in the pians. tO.Black-ovt markln9 tape nay be used to cover' conflicttnq extsttnp markings for pertods less than tw ►reeks when opproved by the Enginear PflEfA@RICATED PAVOENT 61ARKINGS i. Removabie prefabricoted pavemerrt markinfls shall meet the requiremetrts of DhfS-8241. 2. Non-rermvable prefabricated pavemerrt markinps (foil back) shail meet the requiremerrts of dM5-8240. NAIN7AINING MORK ZONE PAVd�ENT NARRINGS 1. The Corttractor vili be respons161e far matrttotninp rork zone pavemetrM markinfls vithtn the rork Iimits. 2, Work zone povemerrt markinps shali be inspected tn acca-danoe rttfi the frequenay mid reportinp requtremarrts of rork zone trafftc control device tnspeetfons as required by Farm 599. " 3. Tha markinps should provide a vfsibie reiere�ce ior a minirtun dTstonce of 300 feafi d�ting nonnal dayiiphfi twurs and 160 feet Yhen iliuninnted by autanobile lov-bean headiiyhfis at nipht, �miess siqht disfiarae fs restricfied by roadiroy Qeanetrios. 4. Markinge failinp to maet this criteria vithtn the first 30 doys after placemarrt shall be replaced at the expense of the Contractor as per Spectfication item 652. Temporary Flextble-Refieotive Roadway Marker Tabs TOP YIEW �________� i'- 4�_' ��,' -'i FRONT YlEN SIDE VIEW �fi �.��.�����s�.��� � 1` ,.. ,.. ..,,. ..... .,., ...,.. ,_ . . ... _. + Adhesive pod Heipht of sheetinp is usualiy more thon ' 1/4" and lass than 1'. • STAPLES OR NAILS SHALL NOT BE USED TO SECURE TEMPORARY FLEXIBLE-REFLECTIVE ROADWAY MARKER TABS TO THE PAVEMENT SURFACE t. Tenparary flexlble-reflectiva roadrray morker tobs used as putdamarks shall tneet the requtrert�nts of DFdS-8242. 2. Tabs detofled on thts sheet are to be inspeoted �d aocepted by the Enqineer or designafed represerttotfve. Srnpitnp und testing is not normally requtred, horevar at the option ofi the Enptneer, elther "A' or '8" below moy be trtposed to assure quollty bsfore plaaemertt on the road�uoy. A. Select fifve (5) or more tabs at rmdan fran each lot or shtD- ment and submtt to fihe Constructton Otvisfon, Moterfals m�d � Pnvemant Seation to determtne speolftcvttnn campitmae. B. Seleot f�ve t5) tobs and perform the fiotlorinq test. Affix ilve f5} tabs at 24 ihch Intervols on m asphalttc pevement in a stratqht Ifne. Ustnp a medlun stze passenyer vehicle or pickup, run over the markers vith the front ond rear tires at o speed of 35 to 40 mties per hour, i'our (4) ttmes in eaoh direatlon. No more than one (1) out af ihe five 15) refieotive swfaces shall be lost or dispixed as a resuit of ihts test. 3. Smoll destqn vm-lmces may be noted betreen tob mrnwfaoturers. 4. See St�dard Sheet WZ(STPIA) for tab plaoement an ne� pavements. See Standard Sheet TCP(7-t) for tab place�riertfi on seal noat rnrk. Rotsed Pavement Markers used as Guidemarks 1. Raised pave�neM markers used as quidenarks shall be fran the opproved produot list, and meet the requirements of DMS-42Do. 2. AII tm�porary oonsfiruatton ratsed pavemant markers provided on o pro- Ject shall be of the sane npnufacturer. 3. Adhesive fior puidemarks shali be bitunina.is moterial hot applied or butyi rubber pad for all surfaoes, or thermoplastio for oorwreta surfaoes. Guidemarks shal► be desl4nafied as: YELLOW -(tao miber refleotfve surfaoes dith yeilwr 6ody). WHITE - lons eliver refiective surfaoe vith rhite body]. � DEPARTMENTAL MATERIAL SPECIFICAT10N5 PAVEMENT 1fARKERS (REFLECTORIZED) DAIS-4200 iflAFFIC BUTTONS ONS-4300 EPDXY AND AOHESIVES DNS-6100 BITUTAINOUS AONESIYE FOft PAVEMENT I,tARKERS DAIS-6130 PREFABRICATE� PAVEMENT 4fNRKINGS-PERIWNENT DUS-8240 PREFABRICATED PAVEMENT AUtRKINGS-flE1dOVA0LE DNS-8241 TEMPORARY FLEXIBLE-AEFLECTIVE ROADWAY WIRKER TABS DMS-8242 A list of prequalifted reflective raised povement tnarkers, non-reflective trafflo butfions, roadway mm-ker tabs �d other pavement markings can be fiound at the btaterial Producar U st �eb address shorn on BC(1). STANDARD PLANS � Texas Departmsrrf of Transportotlon Traff/c Q/sroBons O/vision BARRICADE AND CONSTRUCTION PAVEMENT MARKINGS STANDARD 11 of 12 - BC (1 1)-07 O7xU0T Fe6ru�y 1998 ��-TxDOT Ia'-Tx�OT Ia�•Tu�OT ��-TxDDT /rtYlsiva I nut (muLL �pj�AIDRD�R p([f 2'98 mstun �ia 1'02 � 6 � �� 11-02 � mu+n � mnxt � s[rna I .iaa � �nuur 9-07 I � + � 1098 C O N . T L � C . D U N T N = � o++" a w o 0 � � z-o - c _' a + Q C N Gl a L � N �l - + L m L C E a N ,on c E L � o ;o+ c�� Woo m~+ O . U = XL Cl mmL 1— > L = N O ' o 0 GI N C L+•— �T3� � moo > ao � C O N O 4 ~ L L vL�°L C O � +°Ox+° N F—� N T �- a o - +mc a o w o E N �-�i � Vl N J�� L v�imc+ - c •- v- OF—Y0 PAVEMENT MARKING PATTERNS CENTER LINE & NO-PASSING 20NE BARRIER LINES FOR TWO-LANE, TWO-WAY HIGHWAYS 10 to 12 Type Y bufitons 10 to 12" Type II-A-A /�, i � f. ,„ ..,,. , ,,, .. � � O O O O Q O�O O O O O SO ' '"_ .0000 0 0000 O � �� � � o�o o� o 0 0 o n o 0 0 0 0 0 o a o o qo 0 0 0 0 0 0 0 0 0 0 0 0 � „ ., ,.,.. , ....... . , , . Yeliow � Yellow � Type II-A-A Type Y buttons REFLECTORIZEO PAVEMENT MARKIN�S = PATTERN A RAISED PAVEMENT MARKERS - PATTERN A . a Type II-A-A Type Y buttons �7 .�,.�....�.,..._..,,,�.������.�.......���4".��.�,.,...,���,�.„�.�.���,.,�.��., .��.� .,+.� . Q O O�O O O O O O O Q!D O O O D O O O O O O O O O O /.! O O O O O O�O O O � � � �000 O 0000 O 0000 � � �� Yell� � �1/ q to $�� � Type Y buttons 6 to 8" � Type II-A-A REFLECTORIZED PAVEMENT MARKINGS = PATTERN B RAISED PAVEMENT MARKERS - PATTERN 8 Pottarn A is the TXDOT Standard, howevar Pottern 8 may be used ff approved by the Enpineer. Prefabricoted markings moy be substTtuted fior refteotorized pavernent markings. EDGE & LANE LINES FOR DIVIDED HIGHWAY 7ype i-c ..__���.,��,_� .....�......,Yif'I1..�,._�. � ,.,... , ,,,�.... .� .�.� �,,...�.......�..�.�,.y..,.., . _...,�...� te ... ,m� r�, � a'� �' Ye I 1 ow a . ,... _,.. , ..,_.. . , ,. � ,,o, ,. _. . . ., . .. � . ,. ... ., ... .,. . _,, , ._.,. . ., ,. . ,� .�...�...�,.�..��.��.��...�.��,����.�.��..,�.�,. a�.,���.,�.r��.��.���_ .�,,...��..��,...,•.���in�� . .������n��.. �..,�...�.....�����.�n,�..����.r,.����i � Yellow � �+ Wh i te ��• om � �„ REFLECTORIZED PAVEMENT MARKINGS .. , Prefabrloated markinps may be substituted fior ref►eotorized pavement markinps. O O O O O O O O O 0 O O O O O O O 0 O O O 0 O O O O O O O � O O O O O O O O O O O O Type W buttons � Type i-C or II-C-R �] 0 000o n o000 0 0000 0�.000o a o000 � Type I-A� Type Y buttons O G O O O � O O O O O O O O O O O O O O O O O O O O O O 0 0 O O O O O D O O O D O O i �O.t �O D O O O O O O � O O O O O O O 0 O O O O O O O O�O O O O O O O � O D O O O O O O '�/ Type I-A� TYPe Y bufitons� � o00o n o00o a o00o a�\0000 a o00o a Type W buttons� Type I-C or II-C-R 00000n0000000n000n00000000000n000000000000 RAISED PAVEMENT MARKERS � Type I-C LANE & CENTER LINES FOR MULTILANE UNDIVIDED NIGHWAYS / � �a�p White �� �—' ...._._.._, ...............,,,..._.,........,....,,........,,....,.. ....,.,,..,....,�,... ..,,__,,..........._ . .. ._.. „ ., .. „,....,,, .�,,,.,.,,.,.� ... ....... . ........ . ....... .�� ,.,. ,,,,,.., ,,..� .. .,...,..,... .., , ��,. � � �� � Yellow � ,s� Wh i te � �� REFLECTORIZED PAVEMENT MARKINGS Prefabrtcated markin9s may be substituted for reftectorized pavement markTnps. U a -� � m Q M � N" W ^ 5 0>, m m�`� om �r � J f-� � . P 'n �`n `N� /Type W buttons Type I-C a ❑ 0000 O 0000 O 0000 0� �0000 O 0000 U Type II-A-A Type Y buttons �7 0 0 0 0 o n o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0�o a o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O O O O O O D O G O O O O O O O O O O O O O O O O O O O O O O O � O O O❑ O O O O �,..t� o00o a o00o a o000 0 000o n o000 0 `t/ �Type W buttons �Type I-C RAISED PAVEMENT MARKERS TWO-WAY LEFT TURN LANE a � � — —a �White� ���., .�,....._._.,,......,...��,, �.. ... .. ,.,.,...._.. ���Ye•l � o i��. ,o�„�. � ��� ..,. �.,.,��, .��,��„�,� ..............�._....���....���..,�.....������..��.��„����.,.����� . .. �����..��..•��.�.....� � � � s��White�' � REFLECTORIZED PAVEMENT MARKINGS . Prefabricated markinqs moy 6e substituted for refiectorized pwemer�t markin9s. a 0 oaao 0 0000 0 ooao 0 0000 0 0000 0 �Type W buttons �7ype I-C � 0 0 0 0 0 0 0 o a o 0 0 0 0 0 0 0 0 0 o a o 0 0 0 0 o a o 0 o n o 0 o n o 0 o a a o00 0 0000 0 0000 0 0000 0 000o n a�TYPe Y buttons TYPe II-A-A 0 000 0 000o a o000 0 0000 0 0000 0 O O O O O G O O G O O O O O O O O O O O � O O O O O O O O O O O O O O O O O O 0 "o 000� n o000 0 0000 0 0000 0 0000 0 C� Type W buttons �Type I-C RAISED PAVEMENT MARKERS STANDARD WORK ZONE PAVEMENT MARKINGS DETAILS DOUBLE p�75� W,HIlfflS NO-PASSING AEFLECTOfl72E[1 L I N E ivax1f° Ncs 60" ± 3" Type II-A-A Type Y buttons 4 to 72" '� ° � o ❑ o 0 o�O o O�o ❑ o �D o O o O o 0 0��O O O O � O 4" �....����o���,n.� .: _, . ..,. _ 4 1'O 12" d 1 �d�n,iWi��.ui,����i,id�wd�wu� �' Yeilow Type I-C , I-A or II-A-A �Type W or Y buttons EDGE LINE ""'`ED y SOLID PA� oo� �00000000000. OR SINGLE �xms 60" ± 3" L I NES NO-PASSING LINE REFLEC70fl12ED PAVEfEIi� WRKTNGS q�� � Wh t te or Ye I I ow wz�E LINE �rox t� zuu+ cxunm.izixc uxe Ofl CtIANflEL7ZIMG L1NE U'.,ED TO DISL041HACE LANE GWICING.) BROKEN LINE IFOFi CEMEFI LINE Ofl LAkE L7N& 1 M15ED PAVEYFJIT wwx�s REFLEC70fi1ZED PAYELENi WiRKINGS REMOVABLE MARKINGS WITH RAISE� PAVEMENT MARKERS It raised pavement markers are used to supplemertt REl10VABLE marktnps, the markers sholl be applted to the top of the tape vF the approx(mote mid lenqth of tape used for broken Itnes or ot 20 foot spaotnp ior solfd Iines. Th{s allovs on easier removal of raised pavemerrt morkers and tope. Type I-C 7ype W butfions � � � 60t + 3, � `�'�0 , o o� ❑ o 0 0❑ o 0 o n o P"� 7-2� '�-❑ o 0 0 ❑ o 0 0 ❑ o 0 0 0 0 whK¢as a��cronrzeo g n (AVEIElfT �"�:W�u�i,o�'�:�uu���px�.ua�.•i��.1t��F�we��r „�,t�ciwlY�4�� 6ka�W�lbul.aineun�.e�„� �,�,oasn.oai,ie�� IUflKINGS W�l �'f'6 �— 40� ± t � —�''� 40�� + 3,� O O O O ❑ O O O O O O O O O �-10' --�— 30'� jyPe I'C or II-A-A %�� � / Type W or Y buttons �9�' ± �` =� � ❑ ❑ � �e- 7 0' --►Ie— 30' —►{ Wh i te or Ye ( 1 ow Type I-C or II-A-A fwhen requtred) , 5, + B° � tmG� � 10' � 30' � ' Raised Pavement Markers �me — ._�...,...,.�__� �._�"'..,..=.e� _._.� __._�.._..�._.—.."'_�. . �.._�.___..�s.._. �._._� ' I_ �l 20, + t • Cemteriine only - not to 6e used on edpe Ifnes Raised p ovemarrt inarkers usad as stand�d povement rtarkfr�s shali be fran the opproved products ifst and meet ihe requfrements of Item 672 `RAISED PAVENENT MAflKERS.' STANDARD PLANS � Texas Departmerrt of Transportaflon Trafflc Operaffons DNlslon BARRICADE AND CONSTRUCTION PAVEMENT MARKING PATTERNS STANDARD 12 of 12 BC t 12 )-07 QC Tx00T Febru�y f998 ��-TxUOT �4-TxpOT �u�•T�07 �-Tx➢07 nnntaa i n�tt I rrmu I ROFulnoRaEtf �4II�..� OIStA1Q ILS14� 1-97 b � ' 2-98 ,/ 11-02 i w+m . I mrmi � sma � te I �uaur 9-07 109C 0 � c w o > v- o ai 0 0 � T N [ + + o - 3 � L T V- O + Z _ P -��+ . t}i �a � a c � N R L U N �1 tiv 000 L C E a o �n D a� m C E L •-�o L N wm�n mo+ c •- F- � C.� O �n C o m W X L N ~ t X L W O1 N L �>� _ vo � o� v�� L + — + L L T 3 O D 'F- m L Vl 4 m o 0 >nE � T L m o v°- L L v o m L 4-L U 1- O 00 0 + x+ mF-� � .� O . � w c v o � w O E h �a��w a w•-•- mmc+ _ ..L.-v- � F-Y O U U a _��� _ P M. M M � Q N ��m _� r o m o }n N N J �}�Qy� W 1p "'- ' N J N N r Q _�v • M1 � N N m � �_-�� CHANNELIZING DEVICES FOR URBAN ROADWAY TYPE PROJECT /WOR�PA E // � � � � �� � m � �'i � Plasiic Orun � L\ � RI1-2 c� Vertical Panel `r �� �, /{1Q'�.,, � / / � � �`"'' � ����j � /SPACE ��� m � � � � ' � � � � - - m � rr TYPe III � m � / 8arricade � Multl-Directionai Barricotle / �� with doubie heoded orrow Muiti-Oirectionol Barriande with For spacinp between devices, see BC(8>. sinqte heotletl orrow or CW1-6. Use seif-riqhtinq supports in areos where there is a high potentioi for channelizinq devices +o be siruck. BARRIER DELINEATION WITH SAFETY GLARE FENCE � -a - � � ' � \ � � � Concrete Borrier \�� \�� � � � � B 0 ■ � � � � a � \��� � � � �j� �� � � � � � \ \ � L•'� r � � NOTES: I. Length of Sofety Giare Fence will be specified elsewhere in the plons. 2. The cunulative naninal length of the rtrodular units shaii equai the length of the individuol sections of temporory concrete troffic barrier on which they are installed so the joint between barrier sections wiii not be spanned by any one unit. 3. Ponel/biades will be desig�ed such that reflective sheeting conforming with Deportmental Material Specificotion OMS-8300, Ftot Surface Reflective Sheeting, Type C lHiqh Specific intensity), minimm size of 2 inches by 12 inches can be ottached to the edpe of the panel/blode. The sheeting shall be attached to one panel/biade per section of concrete borrier not to exceed o spacing of 30 feet. Borrier reflectors ore not necessory when panel/blades ore instolied. 4, Moduler Glare Screens for head light borrier shaii meet the requirements of DMS-861D. Only pre-quolifietl proCucts siw11 De usea. A eopy of fne •Compiimt Nork Zone Trotfic Canfrol Uevicea Liat" tCrITCD1 desCribes pre-qWlifiCtl proQiCts Ontl ttseir SotYces OrW m0y be Obtai�2d by ContOCtiffp: . StOndOrda Ergineer . iraffic 8peroti0ns Oivision - TE Texos Oepertment of Transportotion �25 Eost iith Street lWstin, Texas 78701•2�83 Ptione t5127 �i6-3�20 Fex f5121 �16-3299 Insfructions fo locote tt�e 'CNZTCD' on Tx00i rebsite ore: Stori ot veDsite - m.6ot.stcte.ix.us C�Iai on ��oou} Txooi�� CliCkort'OrqoniZ�iorlol Ghd't'. Ci;ck on Troffic Operotions Box. Click on •Campli0nt Nor'k'Zone Traff�c Contro� Devices', Click On 'ViEx PDF', Shis site ia pPiniGbie. � LEGEND � Borricade ■ e Chonnelizing devices �'� Trailer mounted LP!/ flashinq arrow panel \\ � \ Safety glore fence PREOUALIfICATION PROCEDURES ARE OBTAINED FROM: CONSTRUCTION OIVISION-MATERIALS AND TE5T5 SECTION TEXAS OEPARTMENT Of TRANSPORTATION tTxODTi 125 EAST itth STREET AUSTIN, TX 78701-2483 DEPARTMENTAL MATERIAL SPECIFICATIONS FLAT SURFACE REFLECTIVE SHEETING DMS-830D DELiNEATDRS ANO OBJECT MARKERS OMS-8600 MODULER GIARE SCREENS DMS-8610 COLOR USAGE SIGN SHEETING ORANGE 80.CKGft0UND TYPE E tFLU0RE5CENT PRISMATIC) YIHITE OACKGROUN� TYPE C(HIGH SPECIFIC INTENSITY> BLACK LEGEND & BOROERS V1NYL N�N-REFLECTIVE SHEETING REFER TO THE BC SHEETS FOR SHEETING REDUIREMENT ON CHANNEIIZING OEVICES. � MULTI-DIRECTIONAL BARRICADE � � / / /^^\\ \ / ,. ✓�///� ^ \ \ u u Double Heoded Arrow t. Muiti-directionoi borricade s�oll not be used for lane closures. 2. May be usetl for sharp chonpes in oliqrnient, nr across rootlway 4ran stem of 'T" intersection. 3. TyDicaliy used for Intermediate Term Stationary, Shorfi Term Stotionary or Sho�t Duration work 2one operotions. 4. See the CWZTCO List for approvetl tlesiqns. C7 a � T `�`�`v' Paveirent Surioce � 35 m1�' '� // \�\U.� Pavement Sttrface u u Sinpie Heoded Ar�ow USAGE OF CW1-6, ECW1-6o AND CW]-8 SIGNS CW � � $ The CHEVflON sign (CWl-B) rnoy be used to replace roadside delineation on curves or used in tran- sitions or topers. ECWt-6a An UPWAflD SLOPINC ARROW siqn tECNt-6o) is iniended to be used to indicote the beginninq of a curve or transition. It should be p�ecetled wiih on app�o- priote curve si� wfien needed, and shouttl not be used throughout the curve ar transitio�. Advisory speed piaque is optional. /� I CW1 -6 v � A LAHGE ARflOW sign fCWI-6I is intended To be usea to 4ive notice of a shorp change in � alipm�ent ttu�N in the a- direction of trovel. It �- should 6e preceded with an appropriate advance � �\���V�� consiruction warninq turn siqn. Pavement Surfoce �W�'8 � �' 6y / `Y / .! / D� � / TYPICAL � r ILIUSipATlQN QF STGNING fOR A CuavE ' II � u,� CWl -8 6A �p T' ��Q � 1 � 1 CWI-6 TYP�GL ILLpSTRAT(QN Of SIGHIHG fOR A TURN � . � � ' NOTES: l. CWt-6, ECW1-6o 6 CWi-B signs sholl be mounted on fixed supp�rts. 2. Chevrons, when used, shall be erected on the outside of a sharp curve or turn, or on ihe far side of an intersecfion. They 5hoi1 be in line with antl nt riqht �qles to opproochin4 traffic. Spacing , shouid be such thot fhe moiorist olwoye hos three in viev, unttl , the chanqe in oliqmient eliminotes its neetl. 3. For two-way trafffc, use sm�e arranpement oi siqns on outsiGe oi � curve for each direction of travel. . 4. Apprapriate advonce warninq CURUE or TURN siqn wiih Advisory Speed � piaque Shoultl he used when needetl. The five categories of work duration ond their time at a location shall he: A. Long-term stotionary is work that occupies o locotion more than 3 days. B. Intermediate-term stotionary is work that occupies a location more than one doylight period up to 3 doys, or nighttime work lasting more than 1 hour. C. Short-term stationory is daytime work thot occupies o locafiion for more than I hour, 6ut less than 12 hours. D. Short duration is work ihot occupies a location up to 1 hour, E. Mabile ts work thot moves intermittently or continuously. � STAI�ARD Pi.ANS � iEXAS DEPARiI�NT OF iRAHSPORi�TtOte Trafflc Operatlons Dlvlslon TRAFFIC CONTROL PLAN TYPICAL DETAILS � wz cr�� —03 CQTx00T Pebruary 1998 ��•LR �a�-D7N ��-DN �n�-GB t��� intnnrs :u rm.0 ruaunorwna � mm�a I uqn � Wn 4-98 5 3-03 j ��! I ttam I mrzxc � stnioi � re � r�anr 170 �m �m� �GN y.' ot 0 0- TL � ��� O'1�- C 3 T+ Z+m �A i acm O O °m� t L'O °co °'am ��+ � moi �o m �~o X�.0 mm- m °w a°- '- � o amm C 4� m �v°- O ai arm t°�o _� ov�-+° ooa a� o L � t�� o�E+ e�o�o mCa rz`m w � J � 0 SiGN SUPPORT DESCRIPTIVE CODES (Descriptive Codes correapond to proJect estimote and qvontities sheets) SM RD SGN ASSM TY XXL XXX (X? XX tX—XXXX) P06't TYAe FHP � Fibergiass Rei�forced Piastia Pipe tsee SuOfFRP)) TYfT = Thin-Wailed Tubtnq (see S�(D{7WT)) tOBWG = 10 BWG Tubing lsee SFtDISLIP-t) to tSLIP-3)) 580 = Schedule 80 Pipe (see SMDISLIP-1) to (SLIP-3)1 Nurber of Posts tt or 2i Anonar 'fype UA • Universai Anchor - Concreted (see SMDtfRP) and (TWT)) U8 = Universal Anchor - Bolted dom isee SMD(FRP) md fTw'f)) NS � YledQe Anchor Steel -(see SMDtTYlill WP = Wedge Anchor Plastic (see SA�D(TWT)) SA = Slipbase - Concreted (see 5?AD(SLIP-ll to (SL1P-3i) 58 = Slipbase - 8olted Dom (aee SMDISLIP-i] to t51.IP-31) St� ►iosrtti�q UesiQnotim P- Prefab. "Ptain' tsee 561Dt5LiP-fJ to tSLIP-3), (7WT), iFRP)) � T� Prefiob. "T" fsee SMOtSLIP-i) to (SLIP-3), (TYlT11 U = Prefab. 'U" (see StID(SLIP-f) to (SLIP-3)) ' IF REQUIflED tEXT or 2EX7 = Ntmber nf Extensions isee SfA0f5LIP-11 to (StIP-3), (TWf))� Bhl � Extruded Wind Bean (see SMD(SLIP-13 to (SLIP-3)) WC - 1.12 �/it Winp Chonnel (see SASOtSLIP-i) to (SLIP-3i) EXAL = Extruded Aluntnum Sign Paneis (see SHDtSLIP-3)) � TYPICAL SIGN ATTACHMENT DETA,1� Single Signs Back-to-Back u-no�t-, S i gns , � ;�//i_. � Sign c�arp took ww � a� 5t{ Ctc REQUIRED CLEARANCE SIGN LOCATION FOR BREAKAWAY SUPPORT PAVED SHOULDERS portion of sUpport fi.e., stub). _ '�r�''--�,_ 4" mau. Ground Surface To avoitl vehtcle undercarrioqe snopptn9� anY substantiat remains of u breakaray suppor-F, whe� (t is broken away, shouid not p�oJect more �thon q tnches a6ove a 60-tnch ahord ti.e., typical space beiweeq-xheel paths), 6 ft min NIGHWAY � �� INTERSECtION AHEAD � -�---- - Greater than 6 ft '� Travel 7•5 ft m�x tane ��� f+min * ..a,t,.,� .,.-a_ Paved Shoulder GREATER THAN 6 FT. WID� When the ahouttler is greater than 6 ffi In width, the sign must De placed at least fi ft. fran the edge of the shoufder. BEHIND BARRIER i•.- �� No more �than 2 sign ��� \`� Acceptable posts should be located � } within a 7 ffi. circie. ^� ��� � / \ sign Panel� Nytan rasher, filat --�� washer, lock vasher, �� 51� panel nut �' ��� �. 7ft. � ��.._.�\ � 7ft. � dianeter � ♦ � dianeter � � � ♦ � � � � o(rcle. i � � � � ctrcle � i � , �`^� / ` �_,r � �� � � Not Accepi-able ;� � -�� � j � r � r � 7 ft. � � 7 ft. � � dfaneter � � dianeter � . � o�roi_ � . Not Acceptab ( e � , �tr�ie � . Not Acceptab l e ���— Nylon washer, flat washer, look wosher, nvt 8olts used to moteit eiqn ponels to the clanp are ' 5/16-18 UNC Qaivanized square head with nut, nylon washer, fiat vosher and lock washer. the bolt length is i inoh fior aluninun. When two sign olmsps are used to mo�mt siqns • back-to-baok, use n 5/16-18 UNC galvanized hex head per A51M A307 witfi nut and heltoai-sprinq laok , washer. The approximnte boit �engths for various post � sizes and siqn cianp types ore given in the table at r1Qht. 7he bolt lenpth moy need to be adjusted dependinp upon field oalditions. Stgn olanps moy be either the 6(�CI'FIC size clanp or the universat clmip. i�_-_1 �♦ � � / � / t ��� � � � / \ Nui�, tonk washer �2 tt HIGHWAY � min "1 INTERSECTION AHEAD Oto6{t ��, 7.5 ft max Trovei Z � fi{ min * Lqne ✓- Paved 5houlder LESS TNAN 6 FT. WIDE iVhen the shoulder is 6 ft. or less in width, ihe sign m�st be plaaed at least 12 fit. fran the edge of the travel lane. 5 t+ min�� --�--►� HIGHWAY . z tt mtn�+� ---� HIGHWAY� INTERSECTION INTERSECTIO� AHEAD AHEAD i Guard 7,5 ft max 7.5 t� Travet • �ae>> Concl-ete � �.0 f{min * Lane � 7•0 ffi min * Travel 8��er i '{ Latie Paved � Paved Shoulder Shouider BEHIND GUARDRAIL BEHIND CONCRETE BARRIER +x51gn Qiearance bosed oh distance required tor propar yuard raii or cor�crete barrier perfornqnoe, SIGNS WITH PLAQUES RES7RICTEO RIGHT-OF-WAY (When 6 ft mtn. ta txit poselbl�. ) Atax tmtm' Possib�e ` HIGNWAY INTERSECTION AHEAD 7.5 ft rmx �** 7.0 fit m(n � Travei 4 EAST j f rusi 14�4�N �� � 3T13 EAST � � ru++ 7.5 ft max-- 3713 7.0 Tt mfn * �n� �P� i��— � ! " I � � 3 When a suppiemental plqque 5 Travel or secondary siqn ts used, Lone - the 7 ft sipn hetght Ts ^' '" measured to fihe bottan of Paved the suAA���a1 Alaque Shouldar or secondary sfpn. T-INTERSECTION �� , -�— 12 fit min -�- 6 it min � 7.5 ft mox 7rQve1 7•a ft m�n +� Lane � Paved Shoulder YJhen this s1Qn Is needed at the end of a two-Iarte, two +uay roadwoy, the right edge of the slgn &hould be !n 1lne with fhe centerlfns of ths raadway, p�oce as alose �to ROW as practfoa�, NEST EAST 259 259 � a b ROW ------- ��--- � �-- _ Paved Shoulder _ _ Edqe of Travei Lane �o �a .� � � gSTOP x Sipns shai� be mounted us3ng 4he fibllorinq conditfon thot results in the preotest s(gn elevvt)on: (1) q minlmm of 7 to a maxirrun of 7.5 {eet above the edpe of the travei lane or t2) a minlmm of 7 io a maxtmm of 7.8 feet above the grade ot the base of the support when sipn is installed on fihe backsiope, The moximm volues moy be fncreosed vhen dlreoted by the Enqineer. See fhe 7rofffc Operations Dfvision website for detotled drovrings of stgn oimps, Triongulqr 5iipbose System conQonents and NedAe Anchor 5ystem cortq�onerrts. The �rebsi-te address is: http://rvw,txdot.9ov/publtoations/traffic,htm . ,.• CURB & GUTTER OR RAISEO TSLAND Poved � Texas Dep�artme�of Transpo�atlon . Shou I der T�afffc O�rollons Divislon L Cla�qi Bolfi � �51@n PQne! � 2 ft 2 ft Rf9ht-of-way restrictions moy 6e ore<ted by rooks, woter, vegetatton, forest, S I GN MOUNT I NG DETA I LS Nylon washar, flat —�' mi� min � butidings, o narrow island, or other rasher, Iook washer, � Sten 8olt HIGNWAY � fxfors. ��+ iNrERSEcrzoN SMALL ROADSIDE SIGNS AHEAD In situottons vhere a ��era� restricrt►o� GENERAL NOTES & DETA I LS � Approxirtqte 6olt Lenqth Prevettts the minimm horizontai clearonce Pipe pianeter fran the edge of the travei lane, siqns Speoiflo Clanp Universai Cianp shouid be placed as fqr from the travei � 2` nominoi 3` 3 or 3 1/2' —� lone as ProottaoL 1,5 ft mox � (2 1/2' naninal 3 or 3 1/2' 3 1/2 or 4` Faoe of 7.0 ft mtn * Fece of �■* post may be sharter If protecied by Qc TxooT Ju1y zooz �' 3` pqninal � 3 ft2 sr 4` 4 1/2' Curb � j t� Curb guardratl or lfi Englneer determines ihE 9-08 PEY1570H5 w �„� post couid not be hit due to extreme stope, , 26A � SMD tGEN) —08 'M.� 7xDOT Ici� T%DOf �On� TXoOT 'U(i 7%DOi � CVI.T +ScRI JWI + NI.�Ai I I ( i � �IST Q�.Tt I 5�[T �. � �m �m� �CN O Cl± �+m Fd O+'/ o4�-C 3 Ti- Z}= _ ,� c�L1L a ��rng �m8 oLa L C O 6'mm ��� mNm m O L 00 0 �ri mm� maw '~� o T � m+ � �� p1 TL t0�o �� o°°-+° oXo f0~ o t0 a a +�mm o�+ m= o mco FL-.Y m w � U 0 1-W- J � � TRIANGULAR SLIPBASE INSTALLATION GENERAL REQUIREMENTS �` Post Bolt 10 BWG Tubtnp or Keeper Piate '�- Schedule 80 Ptpe (See Generai Note 3) � / Siip Bose � ( � �� 5/B` 61NC'FUfai ' ' � � i i � bolts t3), nuts f37, nnd washars Washers l6) per ASTlA A325 if required by or A449 and manufaoturer qaivonized per � Item 445 •Coivanizinp." o 0 0 Bolt len9th is , 2 1/2". 4' Max..�� �l/i.�"/r.V'7/�/.y'.a. ' - -' . V"lr.�`�Y/.V'Yr�'FlY/ 1 • � ,, : : �". Stub -��; - ' - : ;., 3/4 ' dianeter hole, � • Provlde a � ,•: •�;.•: ,� 36' 7 x 1/2 dianeter � - - - _ �'`�. rod or #4 rebar. - - - ;,� .�'� I 42° Ciass A concrete --� � ' • �p min. • 24' max. • ' �,� � •t. �t. Non-reinforced concrete footing fshal l be used +�� � � �� �� uniess noted -� �: , . �' ; eisew+here in the �•' .'�. ,.. plans). Foundation ;�:- shouid take opprox. 2.5 af of concrete. •• �' •' +- 12" Dta -�- SM RD SGN ASS}A TY XXXXX{XSSA(X-XXXX) NOTE There are various devices approved for the ?riangular Slipbase System. Piease reference the Material. Producer List for approved slip base systems. http://www.txdot.gov/business/producer list.htm The devices shall be installed per manufacturers' recommendafiions. Insfiallation procedures shail be provided to the Engineer by Contractor. C�;`�CKt I � ANCHOR �- 6" m i n ---► to edpe �� �� � or jofn# . ��_ � .�. � .lLIL \. ^� • ��: •�: :�-+•*' .. .. 5/B dianeter Concrete Anchor - 8 plaoes leirbed a mfnimm of 5 1/2' and torque to mTn. of 50 ft-Ibs). Anchar may 6e exponsfon or adhesfve type. SM RD SGN ASSM TY XXXXXtX15BIX-XXXX) Conorete onohor consisFs of 5/B° dfaneter stud 6olt With UNC serles holt threads on the upper end. Heavy hex nut per ASTL1 A563, ond hardened washer per ASTM F436. The stud bolt shalt have a minim�m yteld ond ult(mote tensile strength of 50 and ?5 KSI, respectively. Nuts, bolts md washers shall be qalvanized per Item A45, 'Galvoniz- ing.' Adhestve type anchors shail have stud boits tnstoiled with Type III epoxy per DMS-61U0, °Epoxies and Adhestves.° Adhesive onchors may be Inaded after adequate epoxy cure time per the manufaoturer's recamiendatlons. Top of bolt shail extend at leost fivah wtth top of the rxrt when installed. The anchor, when tnstalled in 400D psT normai- welght concrete with o 5 1/2" minim�m eirbednercF, shal I have a minim.m allowable tension and shear of 3900 and 3100 psi, respecfiively. GENERAL NOTES: 1. Slip base shail be pern�erttly marked to indicate mnnufacfiurer. Method, design, and looation of marking are subjeat to approvol of tha TxDOT Traffic Stondards Engi�eer. 2. Afaterfai used as post with this system sholl conform to fihe foliowing speoifiaotions: 10 BWG Tubinp (2.875' autside dimieter) O.S34' naninol Wali thickness Seantess or electrtc-reststmce welded steel tubin0 ar pipe Steel shail be NSLAS Gr 55 per A511A A1011 or ASTM A1008 Other steeis moy be used ifi they meet the following: 55,000 PS1 minimm yield strenpih 70,000 PSI mfnirtun tensile strenptfi 20'/. mfnim�m elonpotion in 2' Wall tM okness (uncoutedl shall 6e ��Ithtn the ronpe ofi o.i22" to 0.138' Outsfde dianeter (unceatedl shall 6a vithin the range of 2.867" to 2.883' Galvanization per ASTM A123 or ASTk1A653 G210. For precooted steel tubing tASTI.I A653), recoat tube outside dianeter veid serniby metaliizing with zino wire per ASTM 8833. Schedule 80 Pipe (2.875' outside dimieter) 0.276" nominol vail thiciviess Steei tu6lnp per ASTM A50D Gr C Ott�er seaniess or eleotrio-reeistanae velded steei tubing or pipe rith equlvolerrt outstde dlmteter md va11 thlokneFrs may be used if they meet fihe {olloving: 46,00o PSI minlrtun yleld atrength 62,000 PSI minfmm tenslle strehpih 21� minimim elon0a+ion ln 2' Wall fihiakneas funcoated) shall bs wlthin the range of 0.2q8" to 0.304' Outstde dianeter (uncoated) shall•be within the ran8e of 2.855° to 2.895' GalvanTzatlon per ASTM A123 3. See the Traffto Operotions Dtvision xcbsite for detailed drowtnps of sipn olmps and Texos Universa► Triangu�ar Sitpbase Syste�p ronponertts. The rebstte address is: http://ww.txdot.gov/publioutfonaftraffic.htm 4. Siqn supports ahali nof be spliced gxaept rfiere shom. Siph suppo�t posts shall not be spliced. ASSQABLY PROCEDUflE Foundation t. Prepare 12-tnch dfaneter by 42-fnch deep hole. If solid rock ts encourrtered, the depth of the fioundation moy be reduced such that i•f fs ert�edded a mini�nm of 18 inches tnto the soifd rock. Z. The Engtneer may permit batches of �aicrete less thon 2 cubic yords fo he m(xed vlth a portable, motor-driven concrete mixer. For smpi) p�xemerrts less than 0.5 cubto yards, h�d mixinp in a suitable corttainer moy be alloved by Enqineer. Concrete sholi be Class A. 3. Push tha pipe end of the slip base �t5b irrto the center of the concrete. ftotate the stub baok �d {orfih vhile pushin0 It down trrto th; donerete to assure good contact betireen the ooncrete and st�. Cont{nue to vork the stub irrto the caicrete untit It is 6etreen 2 to q inches �ve the 4round. 4. Piurb the stub. Al low a miNmm oi -0 �iays io set, Unless otherwfse dirented by the Engtneer. 5. The trfanpulnr slipbase system is mal•-idtreotional and is destgnad to release when struck f�an any d trecti on. Support ' 1. Cut support so that the bottan of the si9n Wiil be 7 to 7.5 feet above the edpe of the travel�ray (t.e., edpe of the closest lane> when sltp piate is below ihe edge ofi povemerrt or 7 to 7.5 feet a6ove siip piote vhen the sltp plafe is above the ed9e of the troveiway. The cut sfiall be plurb ond stralqht. ` 2. Attach sign to support using conneotione ehown. When rtuitiple stqns ore (nstolled on the sane suppart, ensure the min(mm clearance between exh sign is maintained. See SMDISLIP-2) for cieorances based on sipn types. ' � Texas Deportmerrt of Transportatlon Tralfla opeiatlau D/vlalon ; SIGN MOUNTING DETAILS SMALL ROADSIDE SIGNS TRIANGULAR SLIPBASE SYSTEM SMD (SLIP-1 ) -08 Qc Tx00T July 2D02 9-08 ecv�s�au 268 rva ntnoT ! u� ncoar � mo txooT p�.T StMI Ju9 I ' � nl5t Mh.�1 � �' � NlCfib�,l � SN �Li �,y, � ,m ca�i� w o it0- 0 0 �- Tm � c+ � 3�� z � _w -'a � aoa om� .F La �co amm C �t L�� mOL ooa W X L f- L F;c m°ww } O,C L T7 � �m+ �a� m�° p�T= :°�o i i a°-+° 0 Oo 0 i0~ o `0.n w �v= u�+ b^ O mco rY N w ti J _ U G � -- _ --� /� � � i .` i. �--- _-J �-----, _''-_�= __"� � _ � ,�' � `„� _ ,� ir'�-', _ ' � i r � -i � � � ( ♦ � � } ����lli --�-'�,\i/ i�i �`I i Y y� x x i i�l� - �I . �' � � �� ��� i��I � / � �� /� � 1 �� i i,� L `=s'� -`-'- �. i �� �� I .� ; ; r - -� ',l �, ,' ,�' �` '�� � � i �� � '-' i i i i � -, . ' }- --�--• _ _J 4tt i � . � �� , � �-• •'� �� '_' � �_ _`_`: �-. J� �---� � - , ,t��z � � � �. , 1 I -�r- -� tt%Z i i ��� ,�� I i _, � ` --� �-�' =�-� i i it%z � � ` � L - -� SM RD SGN ASSM TY XXXXXt11XXfP) � �--� --� `--- -� i i i � L- �-= J �--- --� � __� ---•-, / ,. � \ 4 i i � t t %z A I I\ /I � � � � ��� ��t l_ ��: '.-� J L `_"_' J r -' � 6t1 � � 1 1 I I 1 I I 1 L_ �_ l- �-J 9A RO SGN ASSM TY XXXXX(1)XX(Ul SM RD SGN ASSM TY XXXX%!t)XX(T) ----------------- I _ . 18 � .. � , �'� I � � i Wfmax?•6f7 � H i � i i I �� � � • ----t-`- l-- ----- -------- � B 39 w-39 2 W ` � SM RD SGN ASSM TY XXXXXli)XX(U) r___ _ � i � ! L� , __--; � �"U' Extender � � L, � � : � J $EE (- �l � Detatl F j �'� 11FT 9IN L. J (m6x) r- ,. -} r- � --� � � � � �---� _ -� �--a --J i =_�--� Y =- ,. - Y I I A 1 �` � I\ /1 � � i� �i L _"_' J L�_'"=_�J i - 1 r �-1 � � � � i � t i �-- �-� �---� SM RD SGN ASSM TY 580(1)XXtU-tEXT) �-- z --� �-----� I I 1 1 L_:"__J l-- --J � __�_•-- r �r-�- __ � 1 1 A A I� /I � � � � �\♦ i�l L �_."._'_J L_�'__ J r- � � r-_ � i i i i � � � � l_�_J l_' _J �- y--, �- ---� � � � � �-__ �, -_� v i==- ==J / \ i I � A I\ /I � � � � ��. i�i L��.-._�J L.` :'J r- � -� r- ,_� i i i � i i i i l._=� J. �_ _J \� See � Detatl E ONE-WAY iR6-1) or �-�- - - - SFreet Nane �� � siyn L___ (if required) _ _ , , _ _ y _ _ _ \ �. 9TOP (R1-1) .. or YIELD`(Rt-21 t � Gap betveen - - - Plaques � sholl be -- ' 4_+1 - =. � _`\ �� / i i i . � � � . �\. \ - '}-(� � % See �\ �� � Extruded Alun. WlndDeQn Detail D ` 7 (See SMDt2-11) PLAQUE - 1 - variabie iength STOP = 2 - 32•fnch pieces YIELD = t- 8 inch pieae & 1 - 32 inch plece SM RD SGN ASSM TY XXXXX(1)XX(P-BM) t.12 �/fit W(n0 Channel �-- - �-- ---, - �T_ � _ L_- _J `� _J ' V =- ' �-= V M � Y � i i i i 1 A 1 1 40 i� ii i� i� I� � � � � � � � �\\ L �� -�J � ��_ _��J L` (_ __l (_ _, i _ SM RD SGN ASSM TY 580(1?XXtU-2EXT) 0.25 H - - - - w tmox)_aFT : ------ -----------� i ��� _ ��i i H� �� � � i ----- ----- {`- --------------� 0.2W - � 0.6W Q.2�{ -► �_ w - ww C LL �__ _J l-_ _J / l_' %z 38 38 SM RD SGN ASSM TY XXXXXtt)XXIU-HCl l5ee Note it) i- � ------ ^ --� I m a 1 � � I I � � i i i i i � � � � i t i � � � � i � �� j i � W(mox)=6FT � ~� i ' i i � W + � � � ,�_ 5W � i � 8 � i�m, �� i �-- -------- --} SM RD SGN ASSYM TY XXXXXf2)XX(P) AII dTmensions ore in enplish unless deto(led othetwtse. SM fl� SGN ASSM TY XXXXXtI)XXfT) !* - See Note 12) Nylonwasher, _�_____�___ Aluntnun 5/16" x 1 3/4" - Sf9n � hex bolt wtth . �1 � � � � Pa�� nut, look vosher, � � ' ' 2 flat rashers per ASTM A307 �yi g �� �� \ � gaivonized per �� '^ ^` 1\ Channel �r Item 445, Si9n Ciamp �� �j 'Gaivanizinp•" (SpeaTfic a�� �UniversaU \��_ j/ Wing 5/16' x 3 3/4° Channei hex boit with . nut, iook vasher Top Vtew and fiat rasher Top View per ASTAi A30T Deta i i B galvantzed per Deta i I A Item 445, 'Goivanizin9,' r� �L 58D � � �etail A ,� See � i � Detati 8 I I � See C Drill 7/16' hole 3/8" x 3 7/2' heavy hex (throu0h) after bolt vith nut, loch washer assetrbly and instuli mid 2 ilot roshers per ASTG1 holt, nut, 2 flvt 1 1/2' f A307 9alvanized per washers and Item 445 'Galvan(zin9•" Ixk vasher. ` _ � _ , Extender—� I I � � 11 � . �� � �--�-� Detail F ,� � U-Bracket Splices shail only be alioved behtnd the sign suhstrate, �- Detnii Ny�on wosher, 5/76' X 1 3/4' Alunlnun ' hex bolt with 5{qn � nut, Ixk vosher, Panal 1 /� 2 fiot vashers � '� per ASTA1 A307 galvanTzed per Win9 �tem 445, Channei�� Goivantzinp.' � � 5/16' x 3/4' � hex boit with nut, look rosher / md 2 flat vashers r per AST11 A307 Side Yiew gaivanized per Item 445, � °Golvantz(n9•' � Defia i I C SIDE VIEW �- 7&U Bracket � � V2" x 4' heavy � � rhax Doit, nut,,look rasher and 2 fiat 1 vashers per ASTIA ��'� - - - -c� A3D7 qalvonized per � � Itgn 445, � � 'Galvaniztn9." 1 I I i GENERAL NOTES: �• I SIGN SUPpORT = OF PO5T5 NAX. SIGN AREA I 10 BWG 1 16 SF E10 BWG 2 32 SF Sch 80 1 32 Sf Soh 80 2 64 Sf 2. 7he Enpineer may require that a Scheduie 80 post be used in piaae of a 70 BWG rrhere a slQn hefght Is abnormally high due to a fill slope. 3. Siyn supports ahali not be spitced except rrhere shown. Stqn aupport posts shail not be spliced. 4. Alunirum sign bl�ks shail conform to Oepartmerctal Naterial Speoiitcotlons OMS-71f0 and ahall have the ioilowinq minim.m thicknesses: 0.080 for siflns less than 7.5 sq. ft., 0.100 for si9ns 7.5 to 15 sq. ffi., and O.i25 Tor stqns qreater th� t5 sq. ft. 5. S19ns tt�ot requtre speoliio supports due to reasons in addition to windloadinp ore indiaoted on the 'REQUIflED SUPPORT' table on this sheet. 6. For harizontal reatanBWor s{gns fabrioofied fran flat . aluninun, T-brackets are used for si9ns 2q inohes or less in hefght. U-brackets are used fior sipns of qreoter hefght. ' 7. Mhen tvo trianpular sltphase supports are used to support a sinyle sf9n, they shall rwt be "ri9fd►y° connected to each other except throuqh the sign panei. Thts wfll alloW eaah aupport to act independemFly r�hen impocted by an err�t vehiole. B. riino charmel shall meat ASTN A 1017 55 Gr 50 and be 9aivonized pe1- ASTLi A 123, 9. Excess pipe, winq ohonnel, or wincffieam shatl be cut ofi so that it does not extend beyond the slfln panel (i.e., excess support chali not be vistble when the siQn is viered iran the firorrF.J Repair qalvnnized coottnp ot cut suppart ends per Item 445, `Gnlvanizinq." IO.Additional route markers moy be added vertfaoily, prov(ded the total stgn orea does not exoeed the moximm al loxable mptrtt per Note t. 11.Addittonal sign olamp required on the 'T-bracket" post for 24 inch height stqns. Place the olanp 3 inohes obove bottan of siqn �rhen poasfbie. 12.Post open ends sholl be fitted r(th friction Caps. 13.5)9n bianks ahall be the sTzes und shapes sham on the plons. REQUIRED 5UPPORT Post SIGN �ESCRIPTION SUPPORT 48-inch STOP sign (R1-i) TY 1U9W6(iJXX(T) • TY tOBWGIllXX(P-BMl ��, 6D-inoh YIELD siqn (R1-21 TY loBwGti]XX(T) Detai I E � 1Y fOBWGfi)XXtP-BlAI TOP VIE1M � � Extruded ( Aluninun W�ndbean � �---- ' -----' ---� (see SA�l2-i)) 3/8' x 3 1/2° squore �-{ head bolt, nut, flat ' r�--l� washer and iook vasher —^ � per AST41 A3o7 qaivaNzed 51gn Clanp per Item 445 """' l5pecific or 'Galvanizing.' fBolt Universal) Po��� length moy vary dependinp on sign clartp type and Detai 1 � pipe dianeter.) � Sign Clm�p (Speoific or Unfversai) �5 48xi6-tnch ONE-WpY siqn (R6-1) TY toB1YG(iIXXl7) ' TY tOBWGit)XXiP-BM7 � 36x48, 48x36, and 48x48-inch sipns TY 108WG(1)XXfT) 48x60-inch siQns � TY SBDti}XXtT) 48x48-inch stqns tdianond or square) TY tOBWG(1)XXtT) � 48x60-Inch siqns � TY SBDtt)XXtT} 'F 98-inch Advance Sohool X-Inp sfqn t51-1) 7Y 108WGtt)XXtT) 3 48-tnoh Sohool X-in9 siqn t52-ii ' TY 108WG(1lXX(T) � Large Arrow stqn !Wt-6 & Wi-7) � 7Y iOBWG(i)XXtT) � ' Frtotion oaps may be manufoctured Trom hot �oEled or oold rolied steel sheets. The mintmm aheet metal FR I��CT I ON CAP DETA I L thiokness shali be 24 gauqe for all cap stzes: The rim edqes shall be reasonably straight ond ±,05' srtaoth. Caps shall be sized and formed in such';o Skirt Iranner as to produce a drtve-on frlction fit a�d Variotfon � I� _ Pipe O.D. �i ��° mfn, have no tendenoy to rock vhen seuted on the pipe. �'��Y �0X The depth sho11 6e sufficient to give sitive Depth 025'a,010" P° proteotion agotnst entrance of ralrnrater. 7hey shali be free of sharp creases or fndentotfons Rolied Crimp to �( ) and shoW no evidence of inetal fraoture. engaqe ptpe 0.0. ptpe 0.0. Cops shali have an electrodeposited coating of . +,025",+,010' zino in nccordance with the requiretnerrts of ASTM 8633 Ciass FE/ZN e. � Texas Department of TraRsportatlon Traffle Operotlau D!v!slon SIGN MOUNTING DETAILS SMALL ROADSIDE SIGNS TRIANGULAR SLIPBASE SYSTEM SMD tSLIP-2) —08 �C 7x00T July 20D2 Ima n�oor �u� Txoor �Mr� rxoor �cK� t�or 9-OB nev�stoxs ' cv,r �secTl �„v I wcua.� I vsr ( Ru,.n sw� t.u. �-� �-�- 26C i ai cm� °cw ou±E Tm0 CtL 3�°-c z}� _,� 'a � Q°�m �¢ °m6 oLv LCO °- m m ��± � t_ �n w mo� ao 0 W X L m~ a mm� m �°o a°- to� T� � �m� cj� p�L w€o i ow+ +z� mr� ��w +n^ OE+ ��Qo v oc �s`m � w .�. J � U c 0 �i�g Nylon vasher, Charmel 5/18' x 2 1/Y hex bolt with � nut, iook wosher, � 2 flat washers � per AS7?.1 p307 qolvanized per Item q45, 'Galvantzinp.' .__ � � � 5ign t, Panel Side Vtew Detail B Orill 7/i6' hole 3/8" x 4` heavy hex (through) after bolt vith nut, look Washer assembiy and instoli �d 2 flot Washers per ASTN Doit, nut, 2 ilat A307 palvonized per vashers ond � tem 445 `Galvw�tzinp." W lock Wa6her. � ��2� ---It___t Extender—.- I I � il � II � �--�-J \ Dei-a i I C � � � T-8racket Splices sholl onlY be alloWad behind the stUn substrate. �=e Detail A W variable _� I�-- . ?w—•� See Detatl B ,. � ' ' �''� �i" 'y ' _ -- - , --- -- -�- i 1 ►_ , I �. - r� � �� � � vartable �— 1 I 4� r��67 1' � ciaro �. 1 �� � - I —�� � .d'J�� � � � Stgn clanp -� � 12' � ' ,. �1 -+ I I ( 1� 1 � t � .. 6`� ,_,� _ 53x5.7 stiffeners uttached with 2 7/8° 0.0.� Siip 6ase post alrnps Sch. 80 `'� (See SMD(2-1) steel pipe ior additionol de+atlst 0.25 H w�miN>8FT W tmox) =I6FT -- -------------------------� r-------- - _ _ i � ; p. � a_ � � _= � H � � j � _ See Deta�l C � J_ L_.___ ___________* ______�__________�1 �D. 15W - - J O.7W 0.15W � i_ w l SM RD SGN AS5N TY XXX%X(1)XXiT-2EXT> t+� - See Note 12) Extruded Aiun. Windhean l5ee Detali D on SMD (SLIP-2)) or 1.12 �/ft Win9 Channei (See Oetaii A and Detail B) --- - ----1 --- - - --------- ---- i a � 1 e. � �,.i�i .__ ii.. .i . � . �i . .... r i�.""'. . . �T � .a � .- � I i � � W(maX)�15FT � H i � i � 1 � � --_,__ ............... i ayy,.,u:�.,.��� ......... ( -- `t - ---/--------- I 8N -+-8 1/2°------- ' 81/2" ,.- W-39" - _ � 39' --.-.�— W-39" —o 2 2 r W SU Rd SGN ASSM TY XXXXXtllXXfU-XX) II I � II SlgnClanp_ --' -- tspeoiffc or Universal) � Nylon xasher, 5/i6" x 4 1/Z" � hex bolt with nut, look washer, 2 filot vashers per ASTM A307 a galvmized per j Item 445, _� 'Gaivanizing." ��� Nylon xasher, 5/16" x 4 1/2" hex bolt with - nut, look Washer, 2 fiat washers per ASiM A307 qalvanized per Item 445, . •Gaivanizinp•" Extruded Alunlnun Panei Detail D w,;; EXTRUDEO ALUMINUM SIGN WITH T BRACKET ' Q M �� Top View Detail A � 1 I � 1 I \il -' - -�- -. Sipn Panel i �ne i z�Q" � +° square t and nufi TYPiaal Sipn Motnt SM R� SGN ASStA TY S80f2)XX(P-E!(AU # Additionul stififener piaced at approximate oertter of sipns vrtten sign vidth is qreater than 10'. 6' panel ahould Sign Clmip be plaaed ot tt� tep oi See Oetuil D sign t'or pro\ r mo�mting. / i f � 6° � \ 12' � , ,� .,. Extruded Aluninun 7 Bracket Siqn — � 2 7/8" 0.0. /� Sch. 80 or tOBWCr� Slip base steei pipe j- Extruded Aluminum sign With T Bracket � >- Z Stgn Clanps ISpeoffio or Un(versall r _ � � - J �lL--- -- 3/e' x 4 1/2' square head bolt, nut, f I ut +vasher md look vasher per ASTM A307 polv�ized per Item 445, 'Caivanizfn9•' Detail E See Detail E for clanp instntlotion 6" � --�.,.��......_���,._,...��„�... � 24" or _ _ ._ _ �.�__.._,. greater ., ... ,. ...,,� . ,.- � �_ % d Use Extruded Alun. W(ndbean as stfifeners See SMO (2-t) far additfonal details See Detofl E for clanp instailation GENERAL NOTES: 1• �SIGN SUPPORT A OF POSTS IAAX. SIGN AREA � f0 8WG I 16 Sf l � 10 BWG 2 32 SF I � Soh 80 1 32 SF I � Soh 80 2 64 SF I 2. The En�ineer moy require that o Schedule 80 post be used tn place of a 1� BWG rhere o s(gn hetpht is abnornially hiqh due to a fili slope. 3. S1Un supports ahalf not be splioed excepfi where stwwn. Sign support posts shall not be splioed. q, Aluninun siqn Glanks shall oonform to Oaparhnental ►Aaterial SpeaiftcotJons DIAS-T110 and shail have the followinp mtntmun thtcknesses: 0.080 fibr signs less than 7.5 sq, ft., 0,100 for signs 7.5 fio 15 sq. fit., and 0.125 for signs qreater th� 15 sq. fit. 5. Stqns that requtre apeoifio supports due to reasons in additton to Windioadfip are tndtouted on the "RE�UIREU SUPPORT' toble on this aheet. 6. For horfzorttnl rect�pular sipns fabrfoated fran flat aluntnun, T-braokets are used for si9ns 24 inches or less in heipht. U-braakets are used fior siqns of greater heiqht. 7. When tro tri�pular sitpbase supports are used to support a sin0le sfpn, fihey ahail nat be `ri9ldly° connected to eoch other except throuph the sign panel. This Wfii allow eooh support to aat Independerttiy rhen impacted by an erramt vehfcle. 8. WinO chatmel shali meet A5TlA A 1011 SS Gr 50 and be qalvanized per AST11 A 123. 9. Exoess pipe, winq chm�nel, or windbean shall be cut off so thot It does not extend beyond the sfqn panel fi.e., excess supporfi shall not be vtstb)e rfien the siyn ts viewed {ran the fro�rF.) Repoir galvonized ooating at cut support ends per Item 995, 'GalvanizTng.' 1o.sipn blanks shali be the sizes and shapes showi on the plais. it.Addf+lonal siqn oimp required on the `T-braokefi' post for 24 (nch hiqh siyns. Place the clmp 3 Tnches above bottdn of stqn r+hen possible. 12.Post open ends shall be fiitted vith Frlction Caps. REQUIRED SUPPORT SIGN OESCRlPTION 48-inoh STOP sifln tRi-U i 60-fnch YIELD sfqn IRi-21 '� 48x16-inch ONE-WAY stqn (R6-1) ( � I 36x48, 48x36, and 4Bx48-Tnch signs � ( 48x60-inch stpns I48x48-inch siqns (dtanond or square) pI 48x60-inoh siqns c F 4B-tnch Advanoe Sohool X-ing sign lSi-1) 5 3 48-tnch School X-tnp sipn (52-1I Larqe Arraw si8n (W1-6 & Wi-7) � SUPPOR7 TY tOBNG U)XXfT) TY 10BWG(1)XX(P-BIA1 TY tOBWGtt)XX(T} TY tOBWGtllXXfP-B!A) TY 1DBNG(1)XXtT) TY tOBWGIt)XXfP-BM) TY 10BWG(i)XX(T) TY SBOt1)XX(T) TY tOB1YG(1)XX(T) TY 580(tlliXtTl TY tOBNG(1)XXlT) TY 10BWGtU XXiT) TY 108WG(1>XX(T} � Texas Department of Tronsportatlon Truff/c OperoNcns DN)slon SIGN MOUNTING DETAILS �SMALL ROADSIDE SIGNS TRIANGULAR SLIPBASE SYSTEM SMQtSLIP-3)-08 � , �OTxUOT July 20oZ IM.� ncooT �Cli T7(WT ('Mi T%Oai �cc� rxnor 9-OB flEY7510.45 � CU.T �SiCTI .1u9 ( NICNMh1 ' NST pi{M.t� SN� hV. f y� Z6Q I � Si9n Cimp t5peoifio or unfversai) J �m c�� v. o �i oo- T0 E Ct L ioo 34- C Z+�. _ ,� 'a i <cm 00 om� +Lv LCO °'mm M �± � mOL 00 0 �tX- i mm� m �4 +�a T � � m+g c=O 'o a L p1ct =°o � o�°-+° + X � 1D ~ a 1D a a +�� o�+ ��°o mco �-t-Y m w � � � c W W GLL Wedge Anchor Steel System Post csee Generai Tubular socket �' Note q) should be Wedge fiush to 1/4' nbove - j pround 3� far optimai ��Approx.l reusability. vm�/..�� a - � - - ► • o•� �, �r. � � � � 1:: Class A • � . ' , Conorete ; . > " • ' • > �,12°. - ` �A. • s `',• Tuhular �; .": �: Socket \ , ' 2�` '� . . 3 �, Non-reinforced -' ' ' Conorete �.'.' � ' ' Footing �, • .' : �. � tshall he us\ ��•{ 1H1�8SS (10�'8C� ~" �' s 4 A•A �\ elserhere ' • in the pians). '." Foundution � . • . • should take . �: , •' opprox. 2. 0 cf . . . . • ` : . - � of concrete. �-- �2• Dia-- SM RD SGN ASSM TY TWTIX)WStX) Wedge Anchor High Density Polyethylene (HDPE) System Post ' (See Generai Wedge Note A) -_ , 3" ' �tApproxJ �' vTv'ivi . ' ' . --v-, �u� vi t. . �; { �. Class A ' t `.� . Conorete � I - _ �� 15' `D `• 4,.. ` �`6 •,.', . .^ ' • Arwhor > " ' 17' \• �•'�f 30" Non-reirrForoed^ -� �.-'• � Conarete � ,` � '.' • Foflting \ �: ',•. �-. : ' tshall be used ti, > ,��� - unless noted , ; `. � ',, '; , eise�rhere ' • l,• "+ . . in the pl�s). •,' ' :; '.' Foundat ion • : • ' • ' • : • should take ^ � �. A��A •� ^ . approx. 2.0 cf � � ' ' ' � ' ' ' of concrete. �-- 12° Dto -� SMD flD SGN ASSM TY TWTIX)WP(X) Universal Anchor System with Thin-Wa(led Tubing Post Post � (See General Note A) �i.� ,� . : �� L• ! :�'s� Class A . • I I� �• � Concrste .' ' �I , I� •, �+•w t0` Stub ipe ���: ��• �i I� � .� ; P "'�" •�_=� f t . ' \ Non-rel�orCed � .: ..' Canorete . • '� • � � ' . Foofiing � � • : . 14� (shall be used ' ; •,� . uniess note� ' ' . 4 . 3'� elserhere ��� , • - ��� in the ptane). ' Fottndotio� i '� �'. shouid toke ^ : . �. - e• Oppl'OX. 2.O.Cf � • �'` � a ' " of conorete= ',' . � � , .: �.:-.: . Friot(on Cup � , ; a>.�; �. , or Plug. Ses � detail on SMD 151ip-2) ' -�- 12" Dia -► 5!A ftD SGN ASSM TY TWTiX)UAfPI � � �' �I I�'' / � A I� �I A 1/A x 2 7/8' � �i Slots l4 Equaily �� �� t/2' x 7 1/2" � steel rod acts S ced) �� �I as a'stop' for i� �I the siqn post _ 1 and prevents C - - - stub fran 3 ��2• f turning in the Olaneter / '�� foimdotion. Sohedute 90 Stub Plpe t3" Naninai) CarQression 2.375' Dlareter Ring 0.095 Thin Wail Tube (2" Nominal) Plastic Insert 3 1/2" Dianater V i ew A-A schedule 40 Stub Pipe t3` Naninol] Post (See Generai Note 4) 5/B' diareter Conc�ete Anchor - 4 piaces 6' mtn (etr6ed a min. of � to edye 3 3/6' and torque � �� ��� �� or Joirrt to min. of 50 ft-Ibs). q� ` � � A Anchor may be CX�l6�Ot1 O� - . 4 . . �.� achesive type. �� : :� - Concrete anchor consists of 5/8" dianeter sfiud bolt With UNC series boit threads on the upper end. A hewy hex nvt per ASTM A563 and hardened Washer per A5T6i F436. The stud twit shaii have minimm yield and uitimote tensile strengthe of 50 ond 75 ksi, respectiveiy. Nvts, bolts and waehers sholl be galvanized per Item 445, 'Golvanizin9.' Top of bolt shail extend ot least fluah with top of nut ►rhen insialied. The anchor, when instolied in 4000 pst nornial-raight concrete vith a 3 3/B° minimm embedrierrt, shoil have a minim�rn allowobie tensfon and shear of 2450 �d 1525 pst, respeatfvely, Adheslve type anchors ahull have stud bolfis instnlled wlth Type III epoxy per DMS-6100, 'Epoxies md Ac9�esives.' Adhestve nnchors may be looded ofter adequote epoxy cure time per the monufooturer's recanmendotions. 3l4' dia. O �O Couple� �0• 3 ��2� Pipe Stub - � Base Plate 1/2' / � (G � Piastio insert twst be used +�hen usinp the T1fT with either � the llntversnl Anohor System or the 8olt Down Universui i Anchor Systetn. The i�sert should be approx. 10' lonp ond cover the tubing fran Just above the top of the stub pipe to the bofitom of the sign post when usinq the Universal Anchor System. The insert shouid be cut ta oppruw 4 1/2" rtxn used wtth ihe Boifi Down Universol Anchor System. Sign Installation Using a Prefobricated T-Bracket for Thin-Wall Tubing Post �-------------------------`;-----� i r[ _ � i � � � i L----�-------- - --------------1 � See Detaii A 0.25 H _______Wfmax)=8FT___ ' - -------' H -r;-�' � I' � �. � - i ' -------- * ------------� D. 6k ( 0. 2W � 0. 2W I i w � SM RD SGN ASSA1 7Y tYtT(X)XXtT) (* - See General Note 61 O r 10' SM RD SGN ASSM TY 7WilX)UB(P) T-Braoket � r - � 1/2' x 4" � � � heavy hex ��Ipg� - - -� � bolt, ntrt, 2 I I fiatwoshers � � and lock � � r�asher per � � ASTM A307 qolvanized po� per item 445, `Galvantzing." 9/16' hole moy need Reta i I A to be drilled through post to accamqdate boit. NOTE 7he deviaes shall be installed per manufoaturar's recrnmendotions. Instaliation procedures shall be provlded to the Engineer by Contraotor. GENERAL NOTES: i. The Medge Anchor System and the Universal pnchor System vith thin wall tubing post may he used to support up to 10 square fset of sfqn areo. 2. The tubular sooket, redpe and pre{abriooted T-Orocket shali 6e perrtanetrtly marked to tndtcate mcmufaoturer. Method, destqn, and Ixotion of markfnp are subJect to the opproval of the Tx�OT Traffic St�dards Enpineer. 3, Except for posts (13 8WG T�inp)� ciatps, nuts �d holts� a11 cartiponerrts shol I be prequaltfted. A list of prequaiiffed vendors may be obtained firan the Alatertal Producer List veb pope. The Website address is: hitp://vrw.txdot.pov/business/producer list.htm 4. Matariat uaed os post with this system shall oor�form io the follaring speoifloations: 13 BWG 7ubtnq (2.375" outside dtaneter) tTNT) 0.095' naninal Waii thiokness Seanlefls or electric-resistance relded steel t�inp Steei ahai! be HSLAS Gr 55 per ASTIA Aloli or ASTM A1ooe Other ejteels moy be used if they meet the ioilowring: 55,000 PSI mtnim�m yleld strenQth �O,U00 PSI minimm tensile strenpth te% ndntrtun elongotion (n 2' tinli thickness fimcootedT shail be withi� the range of .083' to .099' Outsids dtaneter (wcoated) shail be vtthin the r�pe of 2.369' to 2.381' Galvmization per ASTM 123 or ASTM A653 GZiD, for preooated steel tubfnp tASTM A653)� recout tube outside dtaneter weld senn by metalifzing With zino vire per l�STN 8833. 5. Siqn bimka shall be the sizes �d shapes sham on the pians. 6, Addittonol sign cianp requtred on the 'T-brncket' post for 24' hi9h siqns. Piace olanp at inast 3` above bottatn of sfOn +rhen possible. 7. Siqn eupparts shatl not be spliced exaept rtsere sho+rn. 5iqn support posts sholi not be spliced. B. See the Trqffic Operatlons DTviston vebstte fior detatied drv+rings af sifln clanps and Nedpe Anoior System camponents. The rebs(te address is: http:!/rw+:txdot.qov/pubifcutions/traffio.htm WEDGE ANCHOR $YSTEAIINSTALLATION PROCEDURE 1. Dto fouridatton hole. where solid rock (s encamtered at qround level, the foundotion ahall be a minimm depth of 18'. Mhen solid rook is encourrtered beiow ground Ievei, the iamdation stwll extend in tfie solTd rock a mfnimm depth of'18" or provide a mtntm�m foundatton depth of 30'. If solid rook is encourrtnred, the sacket/stub moy be reduced in lenpth as required to a minimim lenpth of 18°. My moterial removed fran the so�ket/stub sholi be fran the bottan itnd the oieorawe requlremertts qtven on 5►iD(GEN) rtust be fol loved. Tha inner siirfoces of tfie sooket/stub uusfi remain free of concrete or other debris. 2. The Engtneer moy permit batches of concreie less than 2 cubic yards to be mixed With a �iortabie, motor driven conorete mfxer. For smail plaaements less thm 0.5 oubjc yards, hmid mixinp in a suitabie contatner may be allowed by Enpineer. Place cwicrete itrto hole u�tii it is approximotely fiush with the graa�d. Concret.G shall be Class A. 3. Insert �ubular sooket into conareta uitil top of socket is approximaely t/4 • above the concrete tootinq. A. Plurb ti�e sxket. Ailow o minimm 4 days ior concrete fio set, uniess othenvise direote�j by Enpineer.. 5. Attaoh �he sipn to ihe styn post. 6. Insert fi}� siqn poat tnto sxket and oltgn sign face w(fih roadwoy. 7. Drive iiie vedge irtto the sooket to secure post. This will ieove approximaiely 3 inchea of the wedge exposed. UNIVERSAL ANC'�OR SYSTEM INSTALLATION PftOCEDURE 1. Dig fiou�dation hole. Where solfd rock is encourttered at ground Ievei, the foundaf�on shall be a minim�m depth of 16'. Nhen solid rock is enaourrtered below q,-ound level, the famdatfon shall extend tn the so11d rook a minim�m depth op 18" or provtde a mintm.m fibundatlon depth of 3D'. If solfd rock Is enaoutrtj;red, the eocket/stub may be reduoed tn lenqth as requtred to a miNtmm lenpth pf 18', Any rtaterial removed fran the aooket/stub shoil be firan the bottan ond the olearanae requ(remertts qiven on SND(GEN) must 6e foliowed. The inner a;�-}aces of the socket/stub rrust remain free of concrete or other debrts. 2. Insert F�ase post (n hole to depths shown and backfiil hole with concrete. 3. Levei qid plurb the base post ustnp c torpedo level and alior oonorete adequafie time to;sot. ?he bottan of the slots provtded In the atub pipe shall remaln above i{te top of ihe concrete faaidat(on. 4. Attach t� stpn to the sign post. 5. Instail�,pEostio fnsert arand battan of post. 6. Insert �igri post inta base post. Lover untii the post oomes to rest on steel rod. 7. Seat ca;�•ession ring ustng a hmmer. Typicaily, the top of compression ring wfll be�opproximQtely Ieve1 vith top of stub post rhen optTmally installed. e. Check stpn post by hand to ensure ff is unable to turn. If loose, inorease the tightening of the compresston ring. � Texas Departmerrt of Tronsportatlon Trafflc Operoflons Dtvlslon SIGN MOUNTING DETAI�S SMALL ROADSIDE SIGNS WEDGE & UNIVERSAL ANCHOR WITH THIN WALL TUBING POST SMD (TWT) -08 QC TxDOT July TOU2 �9�•i T%DOT 'CN� 7X�oT'!�, n�oar 9�OB AEY1510N5 Cu.T SiCiI Ju4 I � I nlsr CW.n ( 26E ( u� rrmt HIGunAI �5 c1 �.u. �� �m �m� �c�o oa+ TmO o�vL- 3'�r C z°+ � —w -•� i oia m ar�a °ami� ��� i�o °'em i�m 00 0 W X L rL XLC mm- � on m w a- �o� T� � �m� m n� E �,� 0 �• U T= tD�o �� o �°r+° } X'�O m f- � 1° a w +�� O E+ �mo mca FYm w � a � � U O d W ltl QM o� . Universal Anchor System with Fiberglass Reinforced Plastic (FRP) Post 0 � � . � 3' 0. D. Fiber9�ass . fteinfnrced Plastio (FRP) Pipe �.� �—\ i it J n, rnvw wr,� • t IY :'a�'i�. ••`vrnai v �', ClaseA .,:;. I I• '10' . i i,,' + Concrete � �: . � �, ; '�: ,^. : i i. , .,'j �+'.,..f� 1 Stub pipa —� " � � .: ' .;.; Non-relnforoed � ��' � Concrete footing � � � �� . � Ishal I he used —�. � :; • ':�.' � ; .' 14' 30' uniess nofied '' ; `'� ' 8�6C11�18rC 1(1 'fflf plmsi. Foundatton • • ' should take opprox. ;: -'•�• 2.0 cf of concrete. „ Frictlo� Cap ,'; . , : or Plup. See •�,...+ :,'+•�:� ,,,,,� " deta( I ori 51AD • . . . . (Slip-2) �--- 12 DIa -- � �I; ^; IJ � I � A � � A i I � 1/4 x 2 7/B" � � siots (q j � equaily � i spaaed3 � i i i � I -�----- � �i 3 1/2 Schedule 4D Stub Plpe (3" Naninall 1/2 x 7 1/2' Steel Rod Acts as a°stop° for the sipn post and prevertts stub fran turninp fn the foundation. SM flD SGN ASS61 TY FRPtX)UA(P) Typical Sign Mounting Deta,il for FRP Support with Single Sign Plastlo ar rrylon washer, and filat washer ` ��� Sign Clunp ' (Spectffc or Untversal) 1 0 � Flat washer, � Ixk washer and nut � � Sfgn Face � II 3/e' <.l hole 'flP sort ond i face ,080" Aluntnun Stgn - 5/16 x 4' Nex Bolt FRP Post � �...��. Siqn Face � � e� Plasttc or � Nylon Washer � Flot washer, r Iook Washer ancl nut � Drill 3/B" tMax.) hole in FRP support md sign fiace ,080' Aluninun Siqn - 5/16 x A 1/2' Hex Bolt GENEtiAL NOTES: i. FRP sign supports Por a sinple type sipn support moy be used for siqns up to ond includin9 16 square feet. Dual post installation may 6e used fior siqns up to �d including 32 square feet. 2. AII nuts, boits md rashers shall be galvanized per Itetn 445, "Galvantzln9•' 3. See the Traffio Operotions Division website for defailed drwir�qs of sipn clanps: 'fhe rebsi+e address Is: htfip://wx.txdat.yov/pub►icat�ons/traffio.hfin FHP POST REQUIREIdENTS 1. RvterTols shali cortform to the requiremerrts of Oepartmental leoterlal Specifiicofiton IMAS-4410 and wlll be furntshed in a yelloW or gray color as specified elsewhere in the pians. 2. Thickness of FftP sipn support is 0.125' i 0.031", - 0.0°. 3. FRP stfln &upporfs are prequalifted by the Traffiio Operations Divtston. Prequalification procedures are obtained by writinq: Texqs Department of Tr�sportatfon Traffiic Opervtions Division 125 East 11th Street dustin, Texas 78701-2483 UNIVERSAL ANCHOR SYSiEM INSTALLATION PROCEOUflES i. Dip fiotndation hole. N'here solid rock is encountered ot 9round level, the t'oundation shall be a mintmm depth of 18'. Nhen solid rock is encourttered belov ground levei, the ioundation aholl extend tn ihe sol(d rock a mfn(m.m depth of 1H" or provtde a minimm taundofiton depth ofi 30". Ifi solid rock is enooun�Fered, tite sxket/stub may be reduced in lenQth as required to a minlmm length of 18'. Any rtaterfal removed iran the soaket/stub shafi be firan ti�e hottan and the cienranoe requ(rements 4iven on SMDfGENI rtust be followed. The inner surfaces of the socket/stub rzu6t remain free of concrete or othor debrts. 2. The Enpineer rtay permit batohes of conarete less than 2 a�blo yards to be mixed bith a portable, motor driven conorete mtxer. For smoll placemenfs less thm 0.5 cubic yards, hmd mixing in o suitabie corrtainer moy be alior�eil by Enptneer. Conarete shail be Ciaes A. 3. Insert 6ase post in foundotion hole to depths shom ond fill hole with ooncrete. Cut 6ase post fran bottan and ens�e a minimm of 18" ert�ednerrt if instal)ed in solid rock. q. Level Qnd plurb the base post with coupler using a torpedo Ievel and let concre}e set a minimJn of 4 days, unless othervise directed by Eng(neer. Bottari of base post siots shall be aDove the concrete footfng. 5. Attaoh sign to FRP poat. 6. Inserf stqn post itrto base post. Lower untfl the post oanes to rest on the steei rod. 7. Use hatmer to ensure the coupler is firmly seated. Top of coupler should be levei tirith top of bqse post i� most instmoes. B. Check'sign to ensure there is no twlst. If iaose, Increase the fitghtenTng of couple�. BOLT DOWN StGN SUPPORT 1. Positipn base plate with coupier on exfstfri9 �ncrete. 2. Drill holes into aoncrete and insert the 5/8" dianeter boits vith vedge anchor�, and tighten rwts. 3. Attach s'sgn to F8P post. 4. Insert G�ttan of sfqn post into pipe etub. 5. Use hqrmer to enaure the aoupler fs firmiy seated, Top of ooupler ahould be level vith top of base post in most lnstmoes. 6. Check sign to ensure there is no twist. If loose, increase the ti9menin9 of coupler. � Texas Departmerrt of Tronsportatlon T�offlc Operatlau Dtvlslon SIGN MOUNTING DETAILS SMALL ROADSIDE SIGNS UNIVERSAL ANCHOR SYSTEM WITH FRP POST SMD t FRP ) -08 QC Tx�OT July 200Z 9-OB flEYI51oN5 91.i ixOOT �CC� TXUOT I!�� T%udT ICMi T1tuoT CuhT S'cttI du9 I NIC�A\ �IST LLU.'f� ( SN� �`_ �/ 26F I CaRpresston Riny Fiberglass fletnforced Plastio fFflP) Pipe 3 1/2' Schedule 90 Stub Pipe l3` Namfnal) View A-A U 3/4' dfa. �y O i � SM RD SGN ASSM 7Y FRPtX)UB(P) Slqn Clanp � (Speatfiic or � ,y�//���C//A.\ Universal} � //� Typical Sign Mounting Detail for FRP Suppor-f with Back=to-Back Signs Plastio or nylon washer, and filat washer � � Sfqn Foae � � 6' min to edpe � or loint a �� �� u �� � A .� � . •�I• . . . •� 5/B" dianeter Concrete Anchor - 4 places (embed a min. of 3 3/B" and torque to min. of 50 ft-ibsJ. Anchor tnny be efcpmision ar ndhesiva type. Concrete anchor consiste of 5/8' dirnieter stud 6oifi viih UNC series balt threads on tha upper end. A heavy hex nvt per ASill A563 and hardened washer per AS7A1 F436. The stud bo�fi shoii hava mtntrtrin yleld mid ulttmote tensile strengths of 50 and 75 kei, respectively. Nuts, bolts md washers shail be qalvanized per Item 445, 'Gaivmizing.' Top of bolt shall extend vt leaet fiiush vlth top of nut wtten instolied. The anchor, vhen instailed in 4000 psf norniol-vaiflht concrete vith a 3 3/B' mintm�m embedrerrt, shaii hwe a minimm ollo+robie fiensfon ond shear of 2450 and 1525 psi, respectively. Ac�esive type anchors shali have stud bolts 1nstalled wfth T,ype III epoxy per DlAS-610D, 'Epoxtes and Adhesives." A�esive anchors may 6e loaded after adequate epoxy cure fitme per the manufucturer's recam�endotions. BOLT-DOWN DETAILS � O °—� C Coupler 10' Pipe Stub � � y� Base 0 3 1/2` Piofie _ � i � 10' I- 1 /2' � - _, _ • _ 0 � ( � PERPENDICULAR CURB RAMP ( TYPE 2 � Planting or ofiher non- wolking surfoce if dropoff is not protected S• 8.3% .. '�i., m 5. Mln Ranr � [+i> n g,3� ` d � ` 5"a�°,dino o v o� Ra�+P r, L 0-1- °'+v+ UOL— L 3 C � ...► �::: ;:,'._ . awa� .r��-- C! Nt4 COpNp Ramp Limits O�L N C of Payment w n�+- �°x�oo� ' '°°v PARALLEL CURB RAMP _ +g ;� (Use only where water will nofi pond in the landing.) a� a� . .. OL C�L+ oEovi �N�l -��t-F OC�CI �Y�o ITYPE 4 � � C TN U occc �°S� �� � Q NOi4°- Ramp Limits `b�� '� c°c o of Poymen+ y a � o� ..mo°'o t�yoc�r4 .y: � 2' min. run r W� s� L � ;;�:,.��" n � o m o ( �j. � cq �� CROSSWALK mz ov- , ,/ � cJa~=�o w �/� Q �� /JJ�pu�'P / � c+ix+ �� p�e.'^ �o�r�Q t / o af-o Sidewalk \? F� �� a � �: � � ♦ I -� v � ��c � N o N n - _ � J DIAGONAL COMBINATIOPI CURB RAMP Perpendicuiar to the Tangent o-F the Curb _ Radius and Contained in Cross�yalk S i ae�ya I I TYPE 7 � k Romp Limits LO�ui�g of Payment 2�� P� ��. ��5��� �• :?"� �/2i Ma i Cross slope not to exceed 2% on ony `"""' " "' ' portion of ramp or transition to street. R q� O °mp Wi�th DIRECTIONAL RAMP WITHIN RADIUS (5idewalk set b ack from curb7 � TYPE 8 � 5' x 5' Ramp Limits Landing o{ Payment 4' Romp `� � W i dth � ,•. F 3. °�� Moneuvering \ ., � Space 4'x 4' � �l � ` J . Sidewalk \ DIAGONAL CURB RAMP (FLARED SIDES) Ra of � TYPE 5 ' FLUSH LANDING � TYPE 9� s•X s• Londi�g Ramp Limits of Payment 4' Ramp Width _ �3�, ` Maneuver i ng \�y' � Spoce 4' x 4' �n�C \ \ � �' •E 5 i dewa I k � ' 2' min. curb aligned wifih crosswolk DIAGONAL CURB RAMP tRETURNED CUF28> � � rrt "LU � Planting or other non-wafking surface ifi dropoff is not ,...,.�.,..ie,. _. �TYPE 10 � Ramp Limits of Payment .y � 5• �/ -"'� Cross slope not to `Z� Ma � exceed 2% on any � po�tion of ramp or tronsition 'to street. � R q, � �p K'i dth . Plantinq or otner non- DIRECTIONAL RAMP WITHIN RADIUS wo I k f ng surface i f dropoff , ( S i dewa I k ad j acent to CUI'b ) is not protected ` , , \ ' �� � Min. 2' taper to existing �_ Ramp 5' Min . Side � TYP E 6� or proposed sidewalk � jjI Shored F I are ,.�•, y I Londing , 1_ 5' lAin_ I Ramp Limits �'2' of Poyment I ` �,�1� � . . . . . 8.3% Shored Lo � --'L Londing ^. . o -. �PS � Curb �_ �_37 JI,; S i dewa t k � Walk�ng � R�P I � - '...////..J � M �� Surface S i dewo I k o c Q1 ��. FIO(e J°+ N� B.3:i "i . P � � " � '~r � �a �... q I R�p ' u' R� : ,, ;;.:� ; �:�.:�3;� � .. � � • � Width \ RpmP Limits .. �.�.""'.�—` .. '... ' � of Poyment �':TYPE 1 1 � COMBINATION CURB RAMPS ; OFFSET PARALLEL CURB RAMP c� F I are � TYPE 22 � NOTE5: �.�' g, 3� See Generoi Notes . % Ramp on she'et 2 of 4 fior \ / more �„forma+�o�. � Texos Deportment of Transportotlon Ramp Limits +� Denotes planting � Des19n Dlvlslon fRaJdwayJ Flare � / of Payment �or no�-Walking � .' ` � surface. �` 5•X 5� �M;,,, PEDESTR I AN FAC I L I T I ES a.3z ��- � Shored Londing CURS RAMPS Ramp i � � I�I\ Flare l ' I * ��'flare PED-05 8.3% �--�Stop Bar Ramp COMBINATION ISLAND RAMPS 2' strip if cut throuqh is greoter than 4' in length. Otherwise piace detectable warning on the entire suriace �o� � of cut through. � �� �its nt Ranp Limits of Payment CURB RAMPS;AT MEDIAN ISLANDS SHEET 1 OF 4 vne� ped05.dpn nx� EH (�K� ( oe� BGD � cu COT%UOT NOfCh YOO2 015T ( FFDFFAL AIO Pfl07ECT SNEET PEVISIONS ���J//�� ' LWNTY ICOHfqOLI5EC7l JOB HIftIIfAY ! ' Align curb paroliel with crosswalk Curb details are � shown elsewhere � TYPE 21 �n the v�ans. �uro ttanP ......... ........ 2' min, run at 8.3% ofi Poyment I TYPE 3 � DETECTABLE WARNINGS ' General Notes for � Detectable Warnings t. Curb ramps must contain a detectable warning surface'that consists of roised truncated domes canplying with Section 4.29 of the Texas Accessibility Standards (TAS). The surface must contras-t visually with odjoining surfaces, inciuding side fiares. Furnish dork brown or dark red detectobie worning surfoce adjocent to uncolored concrete, � unless specified elsewhere in the pians. 2. Detectable worning surfiaces must be slip resistant ond not allow woter to accumulate. w U +m ti oa�io� CLO�E L3CD WNOL C O N ¢ o+nec c ��-- w at�- N >.+ � O C'f 'A �oOL ��o� tl! N O +o>� a�o� a>,°o a+n a� c tm a`iv+} >oi.� �E�o � N L �� t+ � 9-- V vc—v L Y A D - c>,ao occc + o o— w a 4- WL NO�� �oCO o�ww L tp W O�hOO �a�zoa- U~-�0 4� � �o,t o a� o � 3. Align truncated domes in the direction of pedestrian travel when entering the street. � 4, Shoded areas on Sheet t of 4 indicate the opproximate locotion for the detectable warni�g surfioce for each curb ramp type. 5. �etectabie warning surfaces shofl be a minimum of 24" in depth in the direction of pedestr:ion travel, and extend the {uil width of the curb romp or ianding where fhe pedestrian access route enters the street. • 6. Detectable warning surfaces shail be located so that the edge nearest the curb Ii�e is a minimum ofi 6" ond a maximum of 10" from the extension ofi the face of curb. Detectabie warning surfaces moy be curved along fihe corner radius. • 7. TxDOT mointoins a list of Quoiifi'ed Detectable warning Materials. Detoiis ore provided herein for the plocement of lantlscape povers. For other materiais, refer to the monufacturer's product manuol for proper installation. Detectable warning surface � ' 0 0 L �u, m u � Londinq '�O OL / --�- a �i v (L -�— Tr q" Max : Q.:iS;ti ;ii.:xi :'a-'4::0.:#�: o � :4.;0:.0;.o;o:b::o,.:o:a; and Usuo i � ;o; D::4: o:b::o;fa:A ;t1.� ;d: G:4; 41 �b:'Q.�O;: Cf,:.4! N E �;G:q:D:17:,0':�o:a:o; 'I. � � 6" min � Face of 10" max curb Typicol ptacement of detectable warning surfoce on landing afi street edge. o c .� 0 � � � Landing a> > w -o o s. a� � •- � � °' }�° Detectob l e warn i ng surface (Domes to run porallel to 4" Mox Pedestrion firavel) and Usual :Q:t4;�:viDr:C7i:4:O;Q: � ,p.:b•:4;o•i�;ti:ei:tr:�; 5 i de f i are � • :o:fl:f1..:�Y:u.cr,:S�:D:.4..• iTyP i ca I ) N �E id:tf:.o;.4Y,4i;OcT6:0:¢: ;P:i� :O:�:ag:.b?;b;a:• - 6" min � Face o-F 10" max curb Typicai piacement of detectable warning surfoce on sloping ramp run. � No. 3 rebor around pover inset Detectable warning paver with o 0 Expansion joint truncated dane surface ' _ as required +—+ y d � Landing i" mortor bed - Shall conform to � o � Side flare applicabie specifications a�� {TYP1 Control joint permissible Detectable warning pover wifh truncated `�_ _ dane surface --=z � f �� -4" Mox J �-�=a=== F=� _ �, and Usuoi L.:.:y: .( } A / �-Min. 4" � C Q' ..t._`�;'L'�`7'• Side flare 2" Sond Cushion � No. 3 rebar at —� 18" lmax.) on-center both ways Closs A Concrete - Shall conform to applicable specificotions Section A-A •E :-:: � (Typical> ! N �': ' . . . ... . . � face of curb Truncated Dome Pattern Curb Ramp Genera I Notes tPaversl, Furnish detectable worning pover units meeting a11 requirements o-F ASTM C-936, C-33. Lay in a two by two unit basket weave pottern or as directed. �' �Qy {���-size units first followed by closure units consisttng of ot least 25 percent of o Pull unit. Cut detectoble warning paver units using a power sow. DETECTABL.E WARNING PAVER tOPTION) 1. 2. 3. 4. 5. 6. �. . B. 9. Pedestrian Focitities Generai Notes AII slopes are maximum ollowoble_ The Ieost possibie siope fihot will stiil droin properly shouitl be usetl. Adjust curb ranp length or grade of approach sidewolks as directed. The minimum sidewolk width is 5'. &here the sidewalk is adjacent to the back of curb, a 6' sidewalk width is encouraged. Where a 5' sidewoik con not be provided due to site constrnints, a minimum 3' sidewalk with 5'x 5' passing areas ot intervats not to exceed 200' is required. Landings shall be 5'x 5' minimum with a moximum 2% slope in any direction. Moneuvering space qt the bottom of curb romps shoil be a minimum ofi 4'x 9' wholly contained within the crosswolk and wholly outside the parollel vehicular travel path. Moximum allowoble'cross siope on sidewoik and curb ramp surfaces is 2%. Curb ramps with returnetl cur6s may be used oniy where pedestrians would not normaily walk across the ramp, either because the adjacent surface is planting or other non-wolking surface or because the side approach is substantially obstructed. Otherwise, provide flared sides. Additional information on curb ramp locption, design, light reflective value ond texture may be found in the current edition of the Texas Accessibility Standords (TAS) and 16 TAC �68.702. To serve as a pedestrian refuge area, the median should be a minimum of 5' wide. Mediar,s should be designed to provide accessible passage over or through tfiem. Smoil chonnelizotion islands, which do not provide a minimum 5'x 5' londing at the fiop of curb romps, sholi be cut through level with the surface of the street. 10, Crosswaik dimensions, crosswaik markings ond stop bar locotions sholl be as shown elsewhere in the pians. At intersections where crosswolk markings are not required,;curb ramps shail be oligned with theoretical crosswalks, or os directed by;the Engineer. 11. Existing features;that compiy wifih TAS may remain in place unless otherwise shown on the p 1 ont;. i 12. Handroils are not�'required on curb ramps. Provide curb ramps wherever on accessible route crosses tpenetr4tes) a curb. i 13. Curb ramps ond landings shoil be constructed and poid far in accordance with Item 537 "Sidewalks", 14. Separote curb ramp o�d landings from adjacent sidewalk ond ony other elements with premoid or bpard joint of �4" uniess otherwise directed by the Engineer. 15. Provide a smooth 4ransition where the curb romps conneci to the street. 16. Curbs shown on sheet 1 within the limits of poyment are considered port of the curb ramp for poyment, whether it is concrete curb, gufiter, or combined curb and gutter. 17. Flare siope shail not exceed 10% measured olong curb line. � I i�8 ,� n //�i� ;'" i�;�'..y�/ T 2 /e � /%//////./, r^`/,./'.'� O O O O � o 4 O O O O 2 �� B �� Detectable Warning Paver � , , ., . , „ ,,.,,., ,. ,.. , , ,, , ,, , ,, , , , + �' Texos Deportmentof Tronsportotlon � Oeslgn Dfvlslon fRaadwayJ � PEDESTRIAN FACI�ITIES ' GENERAL NOTES AND ; DETECTABLE WARNINGS r P E D- 05 SHEE? 2 OF 4 FlLE� ped05. dgn os� EH ��R� � o+� BGU � cR� CQTM00T MO�th 200Z DIST I tECER�L A10 PPOJECT SNEEi NEYISIONS �// � Cd1MY ICQMqOLISECi Jo0 HI4Hl11T � Concrete Dr i vewoy - = ---"�"� Poyment \ _ _- _ _-� `��iY ' ' ' - 4�'p' �.Y ' ' ' ' " 2• - - • - "' S-q�,y� _ -- ' G - _ _ s�o. ____ - - S- b;� : ' ' --_ :.�-_= -" � P i ont i ng or other -- non-wolking surfoce Setback sidewoik U . •- L O W O ] a u�i+ N a�oa± c�oo� wmoL v �+-w tonmp w�wc w at+ �- OCV-N xooa� C! L ~�00� �. toa� a�o� D?�V O ��++ ��� L .n� iT-t V �- U vc-m L Y n O o��� +oo— NOd� +CCO o�ha L CEl tp W73N` .�+ W Z o 4�- c'�i~�'om �n �o+ o a�o W _ N � J _- _l_. J Concrete Drivewoy Poyment o. r a4� y - s. � - . i.\ R. � •� �- -' _:--:: � Apron offset sidewolk o� :""pnw°y ....,,o( . � / ' / , Concrete �rivewoy Payment � � •� �---� Concrete Driveway Poyment � Wide sidewalk :� ,yi• °,% ' e��= � 4�ralN'oy ' ;;• �S` :,,� o, s �� ;}; �i: 3�f curb he i ght i s greoter thon � s• 6 inches, use grade iess thon w ti%� or equa i to 5T.. Ka�dro i 1 and detectabie warning not required. Romp sidewolk SIOEWALK TREATMENT AT, DRIVEWAYS j PROTECTED ZONE In pedestrion circulation orea, maximum 4" projection for post or woll mounted objects between 27"and 8D" above the surfoce. � aE.�. \oF . BGTTON . ,yfq� � , \ _ !,y qN� o �/ S , \ �� ; I qE,c� op� �/" fON �4' a % Generol Notes 1. AII slopes are maximm ullowcble. The least possible sloDe that wili stiii tlrOin p�opeYly &hou(tl De USetl. 2. Place troffic siqnai or ilitanination poles, qround Coxes, controller boxes, signs, drainafle facilittes ond other items so as not to obstruct the accessible route or cleor pround spoce. 3. Usual sitlewalk cross slope equais 1.5%. The maxirttim ailowoble sidewalk cross slope equa�s 2'/.. 4: Street qraees and cross elopes snoll be os shown elsewhere in the plons. 5. Existinq feotures that eanply with TAS moy remain in place unless otherwise shown on the pions. 6. Chanqes in Ievel qreoter than �/�inch ore �ot permitted. 1. The least possible grade should be used to moximize accessibility. The runninq siape ef sitlewelks ond crosswalks, within the pubiic riqht of woy� may foilow the qrade of the paroltel roadway. Where a eontinuous grode greoter thon 5% rtust be provided, handrailc may Ae tlesiroble on one or both sides of the sidewolk to improve accessibi�ity. NanG�ails moy also he needed to protect pedestrians fran potentiaily hozordous condifions. If provitled, handrails must canply with TAS 4.8.5. 8. Hantl�aif extensions sholl not protrude into the usobie lontlinp nreo or into intersectinq pedestrian routes, 9. Drivewoys ond turnvuts aholl be constructetl antl poid for in accordonce with Item, 'Drivewayg ond Turnouts". Sidewalks shall be cansiructed an0 paitl for in accordance wiih Item, `Sitlewaiks". 10. Sidewolk deta(Is are shown elsewhere in the Dlons. I ( W Z O _ d ,. 4.� - MAX E x'� � a n � �. ' � N ., When an obstruction of 'o height greoter Protruding objects of o CLEAR GROUND SPACE CENTERED tnan 2�" from tne surface would oreate height <_ 27" are detectable AT PEDESTRIAN PUSH BUTTON o protrusion of more thon 4" into the by cone ond do not require pedestrian circulation orea, construct odditional treatmen-F. additional curb or foundo-tion ot the MAX. LENGTH OF bottom to provide o moximiam 4" overnang. pgcTp�ir.TI.ON � MIN. DISTANCE _ 2� _o�� BETWEEN OBSTRUCTIONS DETEGT ION BARR I ER FOR CURB - - 5�0 -' OBSTRUCTION VER'TICAL CLEARANCE < 8Q" �� � (POLE, HYDRANT, ETC. ) � � — i� � �, � - . Z Y 'a O � J W Z� aO O o �� ~ � , _ m z � v' N V O � CC � � tA _ • m _ �o .. � , � OBSTROC7ION (CONTROLLER CABINET, PLAN VIEW MAILBOX, ETC.) � PLACEMENT OF STREET FIXTURES (ITEMS NOT INTENQED FOR PUBLIC USE. MINIMUM 4' x 4' CLEAR GROUND SPACE RE�UIRED AT PUBIIC USE FIXTURES.) ' �" Texas Departmentof Tronspartotlon � D�sign Divlslan fRoadway) PEDESTRIAN FACILITIES SIDEWALKS PED-05 SHEET 3 OF 4 FIIE� ped05. dgn aN� EH � cK� � on 6G0 � cei QC Tx00T lAarch 2D02 015T I FEOEfl�G AID FftOJECi SXEEj� PEYI5IOH5 � � CWNTY ICONiROL SECT JOB NIGItUY 5' x 5' (MIN) LANDINGS-� � ♦ STOP BAR J .� W��....��.��..,..�. � . � � ,,, , , , f CROSSWALK � SPLIT RADIAL RAMP PLACEMENT SIDEWALK SIDEWALK ADJACENT / TO CURB � � �� r � ,. ,� \\,''---_ „---------- I�/'/ ,, _� —J` � 4'x 4' (MIN) � MANEUVERING SPACES / / , SINGLE RADIA� , RAMP PLACEMENT _ — \\ SI�EWALK \ � SIDEWALK ADJACENT TO CURB 4 5' x 5' tMIN) � t � LANDINGS y. � STOP BAR � � .� ( � � � �F / t��,�.�.�,�,...�.�.�..�..� , y,�, � � � � , f SIDEWALK � � , '; ' CROSSWALK ' i , , t t �,.� �,�' � � � I � � �, y �' SIDEWALK --------'�----------�' -- ---- ; SIDEWALK REMOTE � 4�x 4'fMIN) SIDEWALK AD,IACENT MANEUVERTNG FROM CURB I SPACES � TO CURB NORMAL INTERSECTION WITH "LARGE" RADIUS v 0 � ouo� aaa°i}w c.°� o} L Cb GlN�L W Nt'F CON �rnn�� W �Lt N A�7 OC4-N � O O L ~ooa y-•- w tow° a,x cvv �~ Ul Ev�+ a�Oa, M�''` +-+ D•- U aC�L : OYDt. �cc� +-oo— �ov,� ttOL CCD 4- o OL W�1 l EEl+ �u�i37E W � �l L ��,Zow U~=�O a� � V X iL- p QI- D o— — SKEWED INTER5ECTIOfV WITH "LARGE" RADIUS STOP BAR E .F 5'x 5'(MIN) � l AND I NG5 . .,... ......... ....... ..... �...,,.... ,.� { \ i , r � �� CROSSWALK ''/"" ��, SIDEWALK � � t. '� - ' . � SIDEWALK y / r /, , � �' � �' f * � �" --�- --------------�--- -- i � �- ; SIDEWALK AD.IACENT �,^�� q�x q�(MIN) SIDEWALK REMOTE TO CURB MANEUVERING FROM CURB SPACES SKEwED INTERSECTION wITH ��SMAL�" RADIUS 5' X 5' tMIN) LANDINGS--� SIDEWA �-�'� t � SIDEWALK REMOTE FROM CURB ; � STOP BAR }� .�....���. �... .����..���,.�.. � � y ' CROSSWAIK � � � '� '' � �� � I� `� ' ` , � � � SIDEWALK --`�-----------,�--�-- I � SIDEWALK ADJACENT 4' x 4' tMIN) �` TO CURB MANEUVERING SPACES NORMAL INTERSECTION WITH "SMALL" RADIUS ���� „ � CROSSYlALK r— �' ��� �r \ � � � � � � i i y / 5'x 5'(MINI LANDINGS 4 'Y �. � . � � SIo � �' � w e�q�k � i � t 5'x 5' (MIN) � + SHARED LANDINGS �' ( a STOP BAR 1 � I N D r � AT INTERSECTION W/FREE RIGHT TURN & ISLAND TYPICAL CROSSING LAYOUTS SEE SHEET 1 OF 4 FOR DETAILS AND DIMENSIONS Generoi Notes t. Street qrodes ond cross siopes shoil be os shown elsewhere in the plons. 2. Ranps are shown here vrlthaut tletectahle warnings ior simpiicity. Oetectable wa�ninqs are required at the locutions shown on the PED Standard ISheets 1 and 2 of 41 and in occordance with tne tletoils shown below. 3. Smali chonnelizotion isiontls, which con not praviAe a minirmm 5' x 5' landin9 at the top of ranps, sholl 6e cut thrauqh level with the surFace of the street. 5'x 5' (MINI LANDING � � I ' SIDEWALK I �5'MIN SI�EWALK � 5'MIN �' y * � '� ( j f y �.� �. � l;l i�l SIDEWALK ADJACENT SIDEWAIK REMOTE TO CURB FROM CURB MID-B�OCK PLACEMENT PERPENDICULAR RAMPS �' Texos Deportmentof Tronsportotlon � Deslgn Dlvlslon lRoodwayJ PEDESTRIAN FACILITIES INTERSECTION LAYOUTS _ l�_ PED-05 SHEET 4 OF 4 rae� ped05.dgn on� EH �cc� �em BCD ��x� QC Tx00T IAa�ch 2002 DI57 I fEOEfltL AfU PAOJECT SNEE7 PEYISIOHS 1`l � CWNiY ICONTP0.ISECT I .108 HILIRAY � m OL L04�-= c°�± �� � com� oioc W ��f- +- m��i 01�000 +om� �tX- oa mCao° L�Tt�- p�� L � �'+ vc-m aY�o �O�cc w a moma L TL+ t�co v� o oFom m5� �mzo� u �-= o m N O XL.}- C QI—O � G v 3 v- 3 N U + L 'v v � 0 + O G U n d 3 � \ � ?C i- ci + + w 0 V � � a + L a . L�i � � g� VARIES - 6' USUAL _� 3:1 Mqk � I 2, LIMITS OP PAY FOR _ SPECIAL SIDEWALK ' ; , 2-Rq BARS TYPE `E' FILTER MAT'L '��� . tfULL LENGTH OF WALL) mq BARS 9 12" C-C \ CLR.-� �---- t- M rP'. � F I �� . . %z' EXP. JT. 1� • � 1 W � 3 ���a 0 N v N 9 �2"� 2� ; . Min. .� PERMISSIBLE CONST. JOIN7 2" D WEEP HOLES 9 15'-0" C-C FIAX. SLOPE �/x" PER F00T TO ORALN. 1'-0" SQUAPE HARDWARE CLOTH tt/4' MESH) CENTEflED BEHIND OPENING. f SLOPE TO ORAIN ANO CONNECT TO STOPM OftAIN. IF� IN THE OPINIDN OF 7NE ENGINEER� USE OF UNOERORAIN IS IMPRACTIAL, WEEP HOLES MAY BE 115E0. 4 DIA. PIPE tINOEft RA N / fTYPE 5, 6� 7, OR e) /'" l�ONO CURB / OR CURB AND GUTTER „ _ 3" MLN. zq BARS � � �18" C'C 1.50% f a'.: '4'.:.:d:.'.., � i a'i:.' a:.' '.o....-�..:� • � ' o�:..t�•i,.•:Ar•. tv• . o.. SI : :.3+ 'o _ . '0 1 � CLEAR � � 2' IAIN* 7" SANQ WSHION NOTE: CHAMFEft ALL EXPOSED " CORNERS ��'. 2" FAIN. RE�UIflED FOR LATEfiAI S�PPORT. SIDEWALK ADJACENT TQ CURB SPECIAL CONCRETE SIDEWALK w/ RETAINING WALL 5-0" USUAL __ 70' MIN.� f' I H0L1 DA R b3 BARS a16' C-C EUGE OF EACN WAY ,�, DRIVING LANE Z� I1.50% MIN. � �a.^. .. - . , P';.. :4:. - �: r . . . .;. (.A� �.o � . .�• o • . . ...�o-. �:. . =.�. �. . i + �" SAND CUSHIO� , �SIDEWALK 70 BE 10' MIN. FftOM EOGE OF SHOUIDER , OR 2' MIN. FROM TOP OP �ITCH BACN SLOPE, WHICHEVER IS CREATER (10' MIN. FROM EOGE OF CONCRETE SIDEWALK SHOULDER IF NO DITCH. ) (ROADWAY W/0 CURB) �� SIDEWALK t5'-0" MIN. ANU USUA�1 _ (6'-0" SF ADJACENT TO RAILING ORfWALII +— BACK OF CURB �3 BARs a76" C-C EACH WAY � � %2" EXPANSION JOINT �4�� 1.50% . 7 �o� . . -�'� � . � �'� �• ;���•,•,• �� CONCRETE CURB OR �'� � � � � � �� • � �' • ' � ' � CURB AND GUTTER • '. e�: • . . • o ' . • . -. sa. . . . .o. '. � p. '. �I/ j t" SAND CUSHION J � CONCRETE SIDEWALK (AOdACENT TO CUR81� � 5-0" USUAL _' 5`�USUAr l � I I �--FACE OF CURB s3 BARS 016" C-C 3' MIN. EACH WAY I , �) .6 J, . f . 50% � ��� •� : : ��' • � � ���?� ��' CONCRETE CURB OR 4� CUpB AND GUTTER Q' . _� ..a.�. � : .'1 I. • � G • . . " P�• � • . . . . .�,. '. . � 7" SAND CUSHIO� . CONCRETE SIDEWALK (REMOTE FROM CURB) CONCRETE SIDEWALK DETAILS 3. 1 TYPE `E' FILTER MAT'L (FULL LENGTH OF WALU ' 2' C a �' J 2 � B' YARIES - 6' USUAL I I 2w LIMISS OF PAY FOR SPECIAI SIDEWALK : , Z-�4 BARS ' iv' �~�'-`�'- A4 8AR5 O 12' C-C � �P VAR1E5 "��: ��- ' • f4" DIA. PIPE UNDERDRAIN W� jz � tTYPE 5� 6� 7� OR B) : Q. � Q.q W "' 3" MZN. 4 BARS a gEa � � Q N �8' �"� 1.50% -µ0N0 CUflB .o�. : , : d'; : . : v: - :. :�r��Y/.c��Y'/.(�Y.l�IY�,C�Y'! o� OR CIJRB AND GUTTER 9 %z" 2 .' . . . . � Nilfi. .. :..,•.Gd�.'..Gl.�.�.,.:L': •.':GT.!\Yl� . p ' � . . 0. PEAF1155IBLE CONST. JOINT �v� �� �CLEAR I �`�\y'/.�1�'/.R\ ' �' ' "�' � �� --i- / .. ' 2" H WEEP HOLES o 15'-O" C-C MAX. ��'� g __I� � SLOPE %2" PER F00T TO DRAIN. '-' i' SANO CUSHION—J BACKFILL 1'-0" SUUARE HAflOWAFE CLOTH ft/4 ' MESH) NDTE: CHAMFER ALL EXPOSEQ CENTEREO BEHINO OPENING. COftNERS ��". �SLOPE TO ORAIN AND CONNECT TO STORM PLACE CURB AND COMPACT PAVEAIENT ORAIN. IF� IN THE OPINION OF THE ENGINEER, BACKFILL BEFORE BACKFILIING BEHIND USE OF UNOEflORA1N IS IMPRAC7IAL� WEEP wA�� HOLES MAY BE USED. SIDEWALK REM�TE FROM CURB JOINT SEALING COMPDUND fCL. 3� 4� 5, OR 7) 5� � I1^ �3Se ° i I� ° . CGNCRETE Cl1RB OR � � CURB AND GUTTER , \ CONCRETE SIDEWALK � � • � . \ 1.• , . . � 4 . Q 1" SAN6 CUSHIDN � • � Q • �, � %y" PREMOLOE� ASPNALT BOARD . ' . . a 0 � �/2 " EXPANS I ON JOI �IT (SIDEWALK ADJACENT TO CUR83 3` MIN. 6' A1AX. 18° MIN. - 24" MAX. �tTYP.I - . �� R3 X 24" oowE� 3" MIN. l 6„ MAx %Z' PftEMOLPEO ASPHpLT BOAftD TRANSVERSE EXPANSION JOINT 4"_� I_ � �. v r t=.'! w x J s --' � � S1DEWALK W2�TH + 4" � REINFORCING STEEI DETAIL SEE PLAN SHEETS FOft LOCATIDNS OF SIDEWALKS ANO RETAINING WALLS. LONGITU02NAL SLOPE OF SIDEWAlKS SHALL NOT E%CEEU 5% EXCEPT IN CASES WHEflE THE ADJdCENT pOAUWAY SLOPE EXCEEUS 5%. IF ROADWAY SLOPE EXCEEDS 5%, LONGITUU7NAL SLOPE OF SI�EWALK MAY MATCH THAT OF ROADWAY. TP SIDEWALK WIDTH I5 LE55 THAN 5'� PROVIOE 5' X 5' PASSING AREAS AT INTERVALS NDT TD EXCEED 200' SPACING. WHERE SIDEWALK W1TH REiAIN1NG WALL IS SPECIFIED, RETAINING WALL WILL BE SUBSIOIARY TO THE ITElA� "CONCRETE SIDEWALK (SPECIAL) (ftETATNING WALLI', WTTH LIM1T5 OF PAY AS SHOWN HEREON. SURFACE TREATMENT OF RETAINING WALI FACE DETAILEO EISEWHERE IN THE PLANS. :�I Pwae p�Cr0nan4 oPfl�erta�a?�ffia� OfORT WORTH DISTRICT CONCRETE SIDEWALK DE?'AILS CSWD-O8 (FW) ORIGINAI DBAYING p y;�� PflDJECi N0. ��Q T JI1NE 2000 ( b HEYIS1oH5: STATE D75T. CWNTY TEXAS COM. SELT. �OB � NIGHNAY No. �ZOOE Dy T�xnp Oaparfinni of TrQuportat(on; ' 0l7 r�pMe reaervea 0 L laO•p}m a�bt C�DE L. C b mm{°-v�- Qam C W nt} NTt7 ��o� 0 ¢ � P +om� ��09 ol m�m° E$t� °��°� i �—+�'-+ �c`� v°'Yo 0 +�rS� momo t Tt'4- ��co o�m��m3� �mz°aw°• JFL- .i-L f�il �oi c atx-� a v 43- V U 0 ii �� :: �� �� ii ��� a�� i/2" EXPANSION JOINT WHEN DRIVEWAY ABUTS CONCRETE � � �RIVEWAY WIDTN MATCH EX15T. ORIVEWAY �- AS SHOWN ON PLANS �I � tLIMIT OF PAY 'W") � _ _ — _7= USUALyI — _, — _ _ — _ _ �. _ _ .._ � � _ � - � � R.O�W.- � _ I� .. i YARIES� ���\�\���\��\��\\�\�\� � � � — — ^ — — — � O J Q '�'� / � Q LL�� \ LIMIT OF PAY "L" FOR ORIVEWAY � � � 5` USUAL. 011lRAY JOINT� U � _ � i_ ._ __ . J tn in _ __ _� _. _- _ _ _ / ��4 BARS 4 � y y�� � y� � ItEqCH WAYI \ J+ 3' R fUSUAL) 5' R fUSVAL> ��°� i z .------- -- � �. y m CURB — — — ` — — — — — � � _� MONO CURA CONSTRUCTION.JDINT GUTTER� � OR lIP OF GUTTER -�� ~—FACE Of CURB ��—�Z� EXP. JT. (TYP. ) %2" EXPANSION JOINT , tAIB UOWN M.ONO CURB OR CURB ANO GUTTER _+ f7YP'� � ORIVEWAY WIDTH PI�lJS 8'-B" � SHOP�ING SIDEWALK tADJUST FOR RADIUS OTHER THAN 5�� SHOWING SIDEWAtK ADJACENT TO CURB PLAN VIEW . REMOTE FROM CURB 3 0 1' ��USUAI I MATCN EXISTING � 2,_q�� cp 1 (_ S' USUAL I __ FACE OF CURB VARIES __ �1MI75 Of PAYMENT "L" FOR ORIVEWAY _ 7'-0" LOCATTON FOR 8�� ��-4" sioewauc 4" OO Q a0 t5' USUAL) � 00 NOT PAVE AREA BETWEEN � SIDEWALK AND �RIVEWAY CVRB. SEED�SO�, OR LAN�SCAPE AS DIRECTED. 1+ - SEE�ING Oft OTHER SUfIFACE N�T SUITABLE AS PEOESTRIAM WALKWAY. MATCH EXtST. �RIVEWAY � � . i R. O. W. _ ' _ _ ` - 1_ USUAL _ _ ^ _ ' _ - - � VARIES �� �— _ � / ORIYEHAY WIDTH ( }/p• EXPANSION JOINT WNEN AS SNOWN ON PlANS OR]YEWAY ABUTS CONCRETE � (LIMIT QF PAY "W") — - - \�������� � --------------- .�r r o 4 _ �_ _ � � L.IMIT OF PAYMcNT L a LL p- S' LJSt1AL � � ,/ FOfl �R7YEWAYS � y�� - ') � i PAY AflEA FOR ORIYEWAY SHALL � �' _ -� -- — — -� � BE 7HE PRODUCT OF "�' x"W ,� � S.Y. NON-PAY CONCRETE � � / / / / +%' ' , J� y � � ` IN DRIVEWAY RADIUS �a, 1 � � 2-9�• RADII (FTl S.Y. NON-PAY CONC.I — — — J � � y � �' �UlMIY JOTNT ` � — — — ` — — s o. az / /� � y� y t0 3.04 � � 20 75.36 / 1 30 37.19 10' R NSUAI) 70' R fUSUAL) �' � � / `� '� _ _,�t�_ y (-6� y t CONC. CUflB � �.� - - "� - - - - .� - - - - � -' - - "' - - - - '- - - - '- - } lAONO CURB & GUTTER J ' �RIVEWAY � t° R15E AT GUTTER �. � I.50% �LIMMY dO1NT 1 1 "� CONST. JT. OR -' ' � • � � ? _�_ �:'� \� FRONT OF GUT?EP � FULI OEPTH SAW C�T �.: /,�, ,' ��� , IF CONCRETE � ' - ~�- —.''�T�:=-��=+ T" SAND CUSHION �i< r �4 BARS e 12" C-C EACH WAY ^3" �' t�� fEXTENp TO FACE OF CL1R8J ' � 9fiE PAVEMENT BEND AS REQ'D TO TIE TO PAVING UNDERIAYMENT OR BASE COURSE STEEL OR TIE BARS. �E�E36" - s�q TIE BAR, 12" EMBHDMENT INTO PAVElAENT NOTE: REPLACE EXI57INC DRIVEWAY WITH (CAST-IN-PLACE OR DRILLEO AND GROIJTEO). 5PACING IF ADJACENT TO CONCRETE PAVEMENT: EQ�AL OR BETTER MATERIAL: TO MATCFI TRANSVERSE STEEL IN CONCRETE PAVEMENT. �ppID FOR AS CONCftETE PAVEMENT� [F CONCflETE� PAY FOR AS CDNCflETE � PAID FDR AS MOND CURB. Mt1LTIPLE-PIECE TIE BARS OR 24" EX7ENSION OF DRIVEWAY. TRANSVERSE PAVING 57EEL MAY BE USEO IN LIEU IF A�JACENT TO HO7 MIX OR FLEXIBLE PA4EMENT: OF TTE BARS. �c PAID FOR AS CONCflETE CURB ANo GU7TER IF HOT MIX OR OTHER MATEftIAL, PAY FOR IN ACCORDANCE WITH APPROPRIATE SPACE @�24' C-C IF A�JACENT TO H07 MIX OR T� TNICKNESS OF CONCRETE PAVEMENT Oft 8T� ITEMS. FLEXIBLE PAVEMEtJT. CONCflETE CURB ANO GUTTER LONCITUOINAL STE�L IN GtJTTER PORTION 70 MATCN CONCRE7E PAVfMENT OR CONCRE7E CURB ANO GUTTER OETAILS. � SECTION VIEW CONCRETE,RESIDENTIAL DRIVEWAY 6 VARIES _; RESIOENTIAL- 5' USUAL ' _ 5' _ VAIIES ' COAU4ERCIAL- 10' USUAL �- LOCA7ION fOR � � 1 � � � SIDEWAIK � ,i �� / I' RISE a GU"fTER �� TOP OF CURB a " � STREET X-S 1.50% 5.0% MAXOPE .�...- __ iFdE F.__.�-.��-� � � _ � _ � * MATCH EXIST ' RESIDENTIA�' S 33'/. MAX ORIVEWAY �plkAERC1AL- 7. « �B% MAX CHANGE IN GRAOE tSAG PI) w■ 12'/. MAX CHANGE IN GRpOE fCREST PI1 �+ ORIVEWAY GRAOE MU57 RISE TO TOA OF CUflB ELEYA7ION TO�CONTROL ORAINAGE IN STREET GLITTEfl. SAG CONDITION OUIRAY JO1NT � i RISE AT GUTTER 1.50% 3" OPTIONA� CURB ��� - -- - , , . ^ � Y - -•-` - � - - - � fRONT OFTGUT7ER f6. � � ` ._ .... ....f ~ �i�����';�� '_' � a-�T.•� xq 8AR5 �a )2" C-C EACH riqY � ��� SAND CUSHI0�1�� / �L.pp��E� tEXTEND TO FACE Of CUflB) / BEN� AS RE�'D TO TIE TO PAVING � �'� LUN�ERLAY/AENT OR BASE COl1R5E STEEL OR TIE 8AR5. ��. �6. _ ttq TIE BAR, 12" EIIBEUMENT INTO PAVEfAENT fCAST-3N-PLACE OR ORILL�D ND Gft011 ED) 5P / p T . ACING NOTE: TQ MATCN TflANSVERSE 57EEL TN CONCRETE PAVEMENT. IF ADJACENT TO CONCRETE PAVEMENT� REPLACE EXISTING DRIVEWAY WITH MULTIPLE-PIECE TIE BARS Op 24" EXTENSION OF � pAZD FOR AS CONCRETE PAVEMENT� EqIIAL Ofl BETTEft MA7ERfAL: ' TflANSVEflSE PAVING STEEL,MAY BE USEO 7N LIEU � PA1D FOR AS MONO CURB. OP TIE BARS. TF ADJACENT TO H0T MIX OR IF CONCRETE, PAY FOR AS CONCRE7E PLEXIBLE PAVEMENT= �RIVEWAY. $PACE 6 24" C-C IF ADJA4'ENT TO HOT MIX OR � PAID FOR AS CONCRETE CURB AND GUTTEft. FLEXIBLE PAVElAENL � T• THICKNE55 OF CONCRETE pAVEMENT OR IF HOT MIX OR OTHER MATERIAI� PAY � CONCRETE CURB AND GUTTEfl FOR IN ACCORDANCE WITH APPROPRIATE �ONGITUDINAL S7EEL IN GI17'(ER POR7ION TQ MA7CH LOCA7SON FOA SIDEWALK TO 8E PHOVIDED 82D ITEMS. CONCRETE PAVEMENT OR COf�CRETE CURB AND GUT7ER �ETAILS. ON AI,L DRIVEWAYS SECTION VIEIht FOft SI�EWALK DETAILS, SEE CSWO(fWJ CONCRETE COMMERCIAL DRIVEWAY vaAzes _ , �=� � . Biae� p+�er�nen4 OPY}�ovP�3cn I O FORT WORTH DISTRICT RESIDENTIAL- 5' USUAL _ 5' __ VAR1E5 COMMERCIAL- 10' f15UAt - � lOCATION FOR " ' � ; ! . SIOEWALR 3 o� t8% MAX CHAMGE t" RISE a.f,1777gR ¢� �I=GRADE (SAG pI) �TOP OF CURB x STflEET X'SLOPE _ L 5�% ... — � _„ _`5�6` ��� �,.�____—� _-- _• I!r. � ' � ftE52DENTIAL- 13•Z� �aX y`�CN EXISi ` •� CW.4AERCIAL- 7.33% MAX DRIVEWpY 12% MAX CHANGE IN GRADE SCREST PI) : R DRIVEWAY GPAOE Mt1ST RISE TO 70P OP CUHB ELEVATION '� CONCRE7E DRIVEWAY DETAILS CDD-08 (FW) YO CON7R0! DRAINAGE IN STflEET GUTTER. oe7ctNn4. opnNiNc �pjy.Np{ pROJECT N0. �� CREST CONDITION ,�NE Zoog 6 I REV1510N5� STA7E D757. COt1NTy ALLOWABLE DR I VEWAY GRADES . i TExAs - �200B E� Tmtae DeporfmeM oi Tr'aneportatian) WNi. � SECT, � d08 HICBMAY Na. � � '� ol� riyhis raserved , � � I / tt4 BARS p72 C-C (EACH WAY) '� � %Z" EXPANSION JOINT J � CONST. JOINT OR LIP OF GUTTER � � ( %Z' E%PANSION JOINT (TYP.) tTYP.) I �RIVEWAY WItfTH PLUS 18'- 0" � (ADJUST FOR RAOIUS DTHER THAN 10'3 SHOWING OPTIONAL CURB SHOWING SI�EWALK dND SIDEWALK ADJACENT PLt�N VI EW REMOTE FROM CUR6 TO CURB z, q O 10' USUAL � I J � - o y W LIMITS OF PAYMENT "l` FQR �RIVEWpY' 7'-0' FACE OF CURB � �� � ¢ LOCATION PQR " - ��� > SIOEWALK � 4" 8" t'-4" " I � (5' USUAU - .. Q O Q � . � �i �+ FULL �EPTH SAW CU7 IF CONCRETE MATCH EXISTING DAIYEM/AY r � � a �� m f z�� 6�� � � �L _. L0+0 I ' .} o� �+ I `� _ 12" to 4" �� permissibie � cen" Construcfiion 3�� pg„� Joint�`i w`nc�± . — -----• Usuai m�O� Pavement ; 4� m Stee I �'Y m wo �o>� 0�09 TYPE I CURB (MONOLITHIC) m�m° 2" — '4" HEIGHT m��+ 0�4�- m b� Ti -��o o`so o ' 24 ��pc I u 6�� � ��L4�- I_� ( _ ' +�°co mowyLm 2�2��� 6 �2u to 4�� W73�n� � „ � owo 3�� ozov- v"i�+nt • T e1�=� o atx- o ��y T C � 3 a 0 0 + t v L a v c 0 + m 0 � 0 m a � + � � % + � 0 t � 0 v � $ L � a�s � �� ���_ TYPE I CURB AND GUTTER 2" — 4" HEIGHT s° � 2" _ 6" for curb hei�,ht= 5" 1"� - 7" � for curb heig t= 5�'q" �' 3' � ,� - 5" to 53/-0" 2'� �-Bar C ... , ..., . . . . . 7 PermiSSibie � ��2T construction t Jointf�' TYPE I CURB 5" — 53/4" HEIGHT , a" I2° B�� �E I (l ��2" to 4" 3 �� � , �—►i �--Bar C �... . ...... . , . .. .. .. .. _ T ��z T . 24" ' 8�� _ � 1" 7" fior curb he i 9J�t= �q " 2"" 6" � for curb height= ' 3") '` �— e �. � � 2' • �/ZT 5" to 5�q" T � 3�� TYPE I CURB AND GUTTER 5" — 5%q" HEIGHT Varies BAR B L = fT/2) + <H- 1%2") 10'-0° Curb Transition (0" to 2"1 2d'-0" Curb Transition (0" to 5") _� - 30'-0" Curb Transition (over 5") Top of Curb� "'�'�Change i n __ } Height �Top of Pavement T CURB TRANSITION Note: To be paid for as Highest Curb TYPE I CURB 2" — 4" HEIGHT � 8 �� 6" 2" �E I - 2„3 � . � ,. Bar Permissibl Constructi Jointi� 5" to 8" Usuol �Pavement Stee I � --� ,,T t�2T , TYPE II CURB (MONOLITHIC) 5" — 8" HEIGHT 1 o il O � ( 6�� 2�� � (_ _I__ ' 2%z"� � °ti 5" fio B" 3t Bor C , �... ......1...� ... __ T I I�2T „ TYPE II CURB 5" — 8" HEIGHT SHOWING DOWELED VERTICAL JOINT 8 �� 6" _ 2" _ �3E t . 12" 2�� � I . . 3" �`y 5" to 8" Usua 1 � .Embed 6 ' i nt. . . Povement .' AR . C. . Bar 8--,� ' �, Stee i ' o existing concrete T — — — — — — — - pavement 3� „ TYPE II CURB 5" — 8" HEIGHT SHOWING DOWELED HORIZONTAL JOINT � " Wide Expansion 2 Joint Materal-} �T�p Of Curb \ Top ofi Pavement Use 2 layers of roofing felt 2 ea � 7�g��X 24" � to wrap bars and plug end Smooth Dowe i s _ _ _ _ _ -------- � ------- ---------- � ..._ � _... � � .. � �„r. ...�� .. b T �/2T � � ! 10" _ 14" _1%2�� EXPANSION JOINT DETAIL TYPE I-A = 2" HEIGHT TYPE I-8 = 3" HEIGHT TYPE I-C = 4" HEIGHT TYPE I-D = 5" HEIGHT TYPE I-E = 5�q" HEIGHT (See General Notes) General Notes Maximum height for Type I curb or curb and gutfier sholl be 5�4". AIl existing curbs and driveways to be removed shall be sawed or removed ot existing joints. Where concrete curb is piaced on existing conorete pavement, the pavement shail be drilled (5/8" dia.) and the reinfo�oing bars grouted in place or secured with Epoxy conforming to Departmental Material Specificotion DMS 6100, "Epoxies and Adhesives", Class III. Expansion and contraction Joints shall be construoted to match pavement joints in all curbs and curb and gutter adjacent to jointed concrete pavement. Where piacement of curh or curb and gutter is not odjacent to concrete pavement, expansion joints shoil be provided ot structures, curb returns at streets, and at looations directed by The Engineer. A!I reinforcing bars shall be No.4 uniess otherwise shown. Vertical and horizontal dowel bars and transverse reinforcing bars shall be placed afi four feet C-C. Dimension 'T' shown above is the thiokness of concrete pavement or flexible base and surfiace (e" maximum). ��USual profile grade Ilne. Refer to typioal sections and pian-profile sheets -For exact locations. One-halfi inch expansion loint materai shall be provided where curb or ourb and gutter is adjacent to sidewalk or riprap. � Wl�en vertical permissible construetion joints are used, r.esulti�g in a Iongitudinai construcfiion joint in the �pavement, the longitudinai pavement steel shail be placed in accordance wifih pavement details shown ,elsewhere in the plans fior longitudinol aonstruction ,j�oints. Reinforcing steei fior curb section shall then canform to that required for conorete curb. z4° _ ` 6�� 2�� .�. , � ( ' 2%2'� , ��1+ 5" to B" 3 �� ' „ • T • �/zT , � TYPE II CURB AND GUTTER �' 5" — 8" HEIGHT . . a�=�i�! p.am De�ari�n,�e ,,vta�oreee�n ' ' �2000 bY Texoe Daportmetrt ot T�anaOorfiotim� AII riphta reservnd TYPE II-q = 5" - 5�q" HEIGHT CONCRETE CURB TYPE II-E = 6" - 6�q" HEIGHT A N D TYPE II-C = 7" - 7�q" HEIGHT CURB AND GUTTER TYPE II-0 =, > 7�4" HEIGHT DETA I LS I CC—CG tFW) IXtIG DMM Wfl 2W0 jiy°;Noj PAOJECT N0. SxE�T FEVISIOHS� 6 I ) f �yp. �M1r �itn � STATE S7ATE �pu�y " Holvltle �1atlrN. DI5T.120. dY f005 - Ad6A NC-1YM� i� r.icm., ♦o �o�> .�m TEXAS FTW � ,� � e��„„a �lruotlmnruma„ CONT. SECT. J08 I HIGMIAY H0. t001 . [A�O� i]p � ; � ; a �L L O i�- � °'+a+ CpO" �F L Cb NNOL pl N t Y- CON .- n w at�c w nG+ NT+7 OC4-N v��L EI � N O tOCI� O � � T%Ca D h- O UL CnLN �m++ uv - >ot� �E� � N l %�tt ~L�-U vc—a L�-�- L OYnO CTcNU + O o C N O a�i� �c°co OLNq�N •• N D E O �N37€ �v=o° F'i~='o m �n +ot o ¢�o C U v � M � � v i c - 0 � 0 G U d Q N 3 t W W 7 x + + +° w �r 0 v 3 � � a L W- 'a � m � 3/8' MIN. �� 7-�/p�� � „8��_ - N i� `i N ^I _ _ l� % \ Y � / �JOINT SEALING � t/4" M1N., 3/S" ML+Xi � �r— 7/B", �' r FtiLL DEPTH ACP C. R. C. P. �, � SHOUL.DER j Z _ � � CLASS 5 .101NT SEALING COMPOUND e�1 '- / SAYIED LONGITUDINAL JOINT � P �BACKER R0� (1/2" DIA, MINIMUM> EDGE OF CONCRETE� PAVEMEN7 LONGITUDINAL SHOULDER JOINT SEAL _� 1/4" MIN. i/B"' 3/B" MAX. � t/4" MIN. 1/8"_� 3/8" lAAX. � �' �` j JOINT SEALING _� m � COMPOUND (C�A55 3 ) Z-� � JOINT SEALING COMPOUND (CLASS 3) z� u�i ` j � / — — / m %�� v 1T SPACE FILLER � j � � (SEE NOTE 4) - / � t/tfi" MINIMUM OPTIONAL � AW CUT (SEE NOTE 43 LONGITUDINAL S _ � I � CONSTRUCTION JOINT �_ � SAWEQ LONGITUDINAL SAWED LONGITUDINAL :101NT CONSTRUCTION JOINT LONG I Tl..lD I NAL JO I NT SEAL 5 �� COMPOUND (CL. 3I �� % JOINT SEALING COMPOUND I (CLA55 4,5, 7 OR 81 � '.� � � � � Q : �?�, \ `�2-t/4" 0 BACKER ROQ ~ SPACE FILLER `� U I � � 2 PREMOLDED ASPHALT BOAROS 1/16" MINIMt1M OPTIONAI 3/4" THICK OR AN E�UIVALENT r W CUT (SEE NOTE 4) \ / COMBINATION I . —�— SAWED CONTRACTION JOINT FORMED EXPAN510N JOINT �TRANSVERSE JOINT SEALS. t METHOD B� JO I NT SEAL I NG COMPOI�ND GENERAL NOTES: 1. METHOD "A" - PREFORMED COMPRESSION SEALS (CLA55 6 JOINT SEALANT) WILL NOT BE PERMITTED. 2. LONGITU�INAL JO1NT5 SHALL 8E SAYlED AS DEtAILEO 1N THE STANOARD SPECIFICATIONS OR AS SHOWN IN THE PLANS. 3. TRANSVERSE JOINTS SHALL BE SAVIED AND SHALL BE PIACED AS SHOWN ELESEWHERE IN THE PLANS. 4, A SUITABLE SPACE FILLER SHALI BE USED WHERE SHOWN AND THE .lOINT SEAL COMPOUND POURED TO THE DEPTH INDICATED, EXCEPT THAT IF THE MINIMLIM SAW CUT IS USED, THE SPACE FILIER MAY BE OMITTED. 5. AT THE CONTRACTDR'S OPTION, THE SPACE FILIER MAY BE OMIiTED IN LONGITUDINAL JOINTS ONLY, AND THE JO1NT SEALING COMPOUND POURED FULL DEP7H. 6. BACKER RODS SHALL BE COMPATIBLE Y117H THE CLASS OF SEAIANT USEO. 7. C�ASS 4 OR 5 JOINT SEALER, OR AS SHOWN IN THE PLANS, MAY BE USED iN SAWED JOINTS IN LIEU OF CLA55 3. 8. BOTH FACES OF ALL JQIN75 SHALL BE THOROUGH�Y CLEANED BY SANOBLASTING ANU AIRBLASTING, LEAVING A CIEAN, NEtYLY EXPOSED CONCRETE SURFACE. 9. IF CONCRETE PAVEMENT CONTAINS SIlICE0U5 RIVER GRAVEL, SAWED DEPTH SHALL BE T/3. e==�ffea� De�cea6cozarE o?�wedd9un OFORT WORTH DISTRICT CONCRETE PAVING DETAILS JOINT SEALS �s—o3 cFw� � put�l6 Yll[ �«� �� 5{�}E 1110AEGi I.O. N�GMAY .. i amuu� mb xoo� . 6 EXAS� � I[Y15C0 0200J Oy Te%a5 Ueo0f1[en5: Of 7f0(�SOaPtot(M{ p��SEa s���� CaW�� I�.IS[CT. ,� �Er 0151. ou riqMq reeervetl I REYISEO Fi�y m u . �- L owo� Lot a+v} O� O L �- �3vE •a�imo° N Nt4- CON O+nN C C 7•-�- w nL+ ,.— a��.� s �oo` ~oou� ,, ,�,_ w � LF-LOE } O � tl " ��o� DA�O �at� oEou�i a 4- w a t N•- T •- + + - vc=w o�ca� C AUIU O C C C �°a 4- VI L NO010 L 4- + C C O v- o � LNEi�O- w�3NL � m i o v°- at J �- .1- L � i-ot o a r�x- o ' � �� � M Q Q N � Q� N�Q � � N v � d � N .�. O� R N � N V w�" N U� t W (O J N N n i � � N, v, �'+�'n�n m Q _—� rn � , Oroin to sediment ' trapping tlevice � 50' M i n. PLAN � C QI � � 4' Min. ^0' Min. 4' Min. ° `� v � �— Approach tronsition _ - _ � Approach transition — `\ .-� d 8" Min. foundation course 6" min. �PROFILE CONSTRUCTION EXIT (TYPE 1) GENERAL NOTES t. The length of the type 1 construction exit sholl be as indicated on the plans, but not less than 50'. 2. The coarse aggregate should be open groded with o size of 4" to 8". 3. The approach transitions shouid be no steeper than 6:1 and constructetl as directed by the Enqineer. 4. The construction exit foundation course shall be flexibie base, bituminous concrete, portland cement concrete or other moteriol as approved by the Engineer. 5. The construcfiion exit shalf be graded to ailow droinage to 0 sediment trapping device. 6. The quidelines shown hereon are suqqestions only and moy be modifted by the Engineer. � , �rain to sediment ' trapping tlevice � 50' M i n. � � � ` 10" Min. Z" X 6• .I IM �� Treated timber plank ^ , � , i �, ,�/ i, � �, ,i �, � i_ , � F � � � � � � i � � �1 ' t �� � ' K i �„ .� "� _ , �, `� i "'• C _ �1� L � �I L �I L _ �i L � _I L �. �i L � � � � ,' ', ,�-', ,' ', ,' ', ,' ', ,' _ I �� I �' I � � ' , y ,� � � I` � , , �i�.� � 1 �i � `.,:�.. � � ; : : : : : : � ; � . t, . . ,- , 2" X 10" Roiiroad ties Treated timber plonk Typicai dimensions B" X 10" X 8' 4'.Min PLAN 50' Min. 9' Min. � .,..� ...6 �� � m i n......� �� PROFILE CONSTRUCTION EXIT tTYPE 2) � GENERAL NOTES t. The length of the type 2 construction exifi shall be as indicated on the plans, but not less than 50'. 2. The treated timber planks shall be attoched to the �oilroad ties with %Z"x 6" min. Iag boits. Other fasteners moy be used as opproved by the Engineer. 3. The treoted timber plonks sholl be �2 grade min., ond should be free.from large ond loose knots. 4. The,approoch transitions shall be no steeper than 6:1 and consfiructed as directeG by the E�gineer, 5. The construction exit fountlotion course shali be flexible base, bifiuminous concrete, portlond cement concrete or ofiher materiol os.opproved by the Engineer. 6. The construction exit should be qraded to ol�ow drainoqe to a sediment trapping device. 7. The quidelines shown hereon are suggestions only and moy be modified by the Enqineer, Stobilized Driveway _-R.O.W._ See nofie 2 2" X 8" treated timbers nailed onto abutted ends Disturbed of wood sheets Soii Areo � �^-•, •. ^� � • %y" Min, thick plywood or pressed wafer board sheefis i � � I ,, Q � Poved Roadway PLAN 2" X 8" Timbers Nailed onto ends of wood sheets -bed soil � 5 � � I16 Penny Noils a Ii' on centers. I%Z" Min. thick treated piywood or 1pressed wafer boord sheets , 5ECTION A-A 1 ; CONSTRUCTION EXIT (TYPE 3) 4 (;ENERAL NOTES i. The length of the type 3 construcfiion exit sholl be as shown on the plans, or as direcfed by the Engineer. e, The type 3 construction exit moy be constructed from npen groded crushed stone with a size of two to four inches spread a min, ofi 9" thick to tt�e limits shown on the plans. 3. 'The treoted timber pinnks shail be #2 grade min., and should be free firom larqe and ioose knots. 9. The guidelines shown hereon are suggestions only and may be modified by the Engineer. �" Texos lJeportment of Tronsportotion � Deslgo Dlvlsfan (Roodwoyl TEMPORARY EROSION, SEDIMENT AND WATER POLLUTIOtd CONTROL MEASURES CONSTRUCTLON EXITS EC t3) -93 F��E� EC393. DGN ox� HEJ � cR� HEJ � ox� BGp � cs� QC Tx00T JIiNE 1993 ' DISTRICT I FEDER�I 1)D PROJECT � SN� xEVI51a+5 � CDUNTY �COMROI.ISECTI.p! GHN,IY � � �— Filter fobric 3' min. widfih � - Backfiil & hand tamp. Embed posts 18" min. F�oW� gp• or anchor if in rock. _� 6 �Vy �/p/T�V�y i 'pfT�V�y' /� V //TV�� //7�V� ,��������� 3: t Max. 3: i Max. --- n �a---- � '0+ er I op tops of �` Hoy Bales I 11 I I Angle stakes oward adjocent bale Ditch Fiowline PLAN VIEW v � .� �v v L Ot � ao�� L � C O WNOL O! N t 4- COaNP G l. N C c �•-�- W nLt + — N A 7 OCPW �OOL ��c = oo� d ��N O LI-LO t001� �,x'cv n�-c°��. D T O mam C L �) LN+t 9apL� °rnEv°-w NN TL � a F-U U C-0� L •- •- L v°sao C T�dU occc N�p� H0610 L4 ++OL �oco OLNN L C1 t W�3�� aLz ov°- J!- .i- L � UX+ o a�o E] � < ! j > PLAN SHEET LEGEND SECTION A-A Sediment Control Fence SCF Connect the ends of successive reinforcement sheets or rolis o min. of 6 times with hog rings. ���`�F � i Gaiv. W.W.M. t12.5 Ga. min.) max, openinq siZe shoil be 2" x 4". SEDIMENT CONTROL FENCE USAGE GUIDELINES A sediment control fence may be constructed neor the downstreom perimeter ofi a disturbed areo olong a contour to intercept sediment from overland runoff. A 2 year storm irequency moy be used to colcula+e the flow rote to be t' i I tered. Sediment control fence should be sized to fiiter u max. ilow through rote of 100 GPM/fT2. Sediment contrcl fence is not recortmended to control erosion from a droinage area iarger than 2 ocres. GENERAL NOTES t. The guidelines shown hereon ore suggestions only and may be modified by the E�gineer. 4' min. steel or wood posts spoced at 6' to 8'. Softwood posts shail be 3" min. dia. or nominol 2"x4". Hardwood posts shall have a min. cross section of 1.5" x 1.5". Fasten fabric to top strand of weided wire mesh IW.W.M.) by hog rings or cord at a mox. spacing of 15". � Attach the W.W.M. & fabric on end posts using 4 evenly spaced staples for wooden posts (or 4 T-Ciips or sewn 2� ve�ticoi pockets for steel posts). ! i— 9Q' Woven filter �\ fabric ��o'd/4 / j' .' r,� ��� � Piace 4' to 6" ofi fabric ogainst the trench side ond approx. 2" across trench botton�in upstreom direction. Minimtxn trench size shall be 6" square. Backfill ond hand tomp, TEMPORARY SEDIME�iT CONTROL FENCE �/ Angie stokes toward adjacent bale PROFILE VIEW PLANS SNEET LEGEND Baled Hay o BALED HAY USAGE GUIDELINES ,���;���li��t� + � A Baled Nay instollotion may be constructed near the downstream perimeter of a disturbed area along a contour to intercept sediment from overland runoff. A two year storm frequency moy be used to colcuiate fihe flow rate to be fiitered. The installation should be si2ed to fiiter a maximum flow thru rate of 5 GPM/FTZ oi cross sectional area. Boletl hoy moy be used at the foliowing locotions: 1. Where the runofif approoching the baled hoy flows over disturbed soii for less than 100'. If the slope of the disturbed soil exceeds 10%, the length of slope upstream the boled hay should be less than 50'. 2. Where the instoilotion will be required fior iess than 3 months. 3. Where the oontributing drainoge area is i ess than %2 ocre. For Boled Hay instaliotions in smoll ditches, the additionat following consitlerotions apply: i. The ditch sidesiopes should be qraded as flat as possible to maximize the drainage flowrate thru the hay. 2. The ditch should be graded lorge enough to con+ain the overtopping drainoge when sediment hos fiiled to the top of the boled hay. � Bales shouitl be replaced usuolly every 2 months or more often during wet weather when loss of structural integrity is accelerated. i'n1V/�n`U'V%J,`� 4" min. to %2 height of bole Angle first stake towartl previousiy loid bole � Wire, nylon or polypropyfene binding Fill voids between � bales with hay �/e " D i a. rebor � / or 2" x 2" t wood stakes � _� L°l"' BA�ED HAY FOR EROSION CONTROL BH GENERAL NOTES 1. Noy boies shall be o minirtum� of 30" in length and weigh o minimum of 50 Lbs. 2. Hay bales shoil be bound by either wire or nylon or Rolypropylene string. The bales shali be composed enfiirely qf ve9etotive matter. 3. liey bales shoti be embedded in the soil a minimum of 4" and yvhere possibie %2 the height of the bale. 4. Hay bates shali be ploeed in a row with ends tightiy abutting the adjacent bales. The bofes shall be placed with bindings Darallei to the ground. 5. Hoy boles shall be securety anchoretl in ploce with �/e" Dio. rebar or 2" x 2" wood stokes, driven throuqh the bales. The first stake shall be angled towards -the previously laid bale to force the boles together. 6. 'jhe guidelines shown hereon are suggestions only and moy be rradifiied by the Engineer. �' Texos Deportment of Tronsportotion � lJzsfgn DlvJsion (RoadwayJ ' iEMPORARY EROSION, SEOIMENT AND WATER POLLUTION CONTROL MEASURES FENCE � BALED HAY EC t 1 ) -93 �uE� EC193.00t! w+� HEJ � cR� NEJ � ae� 8GD � cR, cQTx00T JUNE 1993 D(STRICT I FEOEPAI. 410 PPOJECT SHEET PEV75ION5 ? ' COIRITT ICONTPM, SEiT JOE H[G�Y . � SECTION B-8 SECTION 8.3 -APPENDICIES 8.3.1 Geotechnical Report 8.3 .3 Storm Water Pollution Prevention Plan (Under Separate Cover) G:\1210\4397 -32\Project\Specifications\Contract 5C\100% Set -5C\08 .3 -SECTION 8 Reports -NOTE -DOUBLE SIDE THE GEOTECH REPORT.doc ENGINEERS GEOTECHNICAL ENGINEERING REPORT MISCELLANEOUS PAVING IMPROVEMENTS COUNCIL DISTRICT 5 FORT WORTH, TEXAS Prepared For: DANNENBAUM ENGINEERING CORPORATION 6421 CAMP BOWIE BOULEVARD, SUITE 400 FORT WORTH, TEXAS 76116 ATTN: MR. BRIAND. O'NEI LL, P.E. MAY 2009 PROJECT NO . 09-1402 s ENGINEERS May 8, 2009 Mr. Brian D. O'Neill, P.E. Oar:menbaum Engineering Corporation 6421 Camp Bowie Boulevard, Suite 400 Fort Worth, Texas 76116 Re: GEOTECHNICAL ENGINEERING REPORT MISCELLANEOUS PAVING IMPROVEMENTS COUNCIL DISTRICT 5 FORT WORTH, TEXAS Dear Mr. O'Neill: Submitted herewith are the results of a geotechnical investigation conducted for the referenced project. This investigation was performed in accordance with the scope outlined in our revised proposal No. 08- 1497 dated May 28, 2008 and was authorized by you on March 3, 2009 . Engineering analyses and recommendations are contained in the narrative section of the report. Results of our field and laboratory investigation are submitted in detail in the Appendix section of the report. We appreciate the opportunity to be of service to you on this project. Please contact us if you have any questions or need any additional se~-@.it.,utttli (f # ~'G. OF r~ 1l11l )J ()1 Respectfully Submitted, § ~:,-······· ····~'fd' i>;.~ ST S*/ ···* ~ lbert Ghannoum , P.E. enior Engineer Copies Submitted : 3 S*: ·-*~ ~····························~ ! ELIE A. GHANNOUM ~ t-l ............................ ~ ~ "tl •• 81400 :Jr;: ~-,,i-~ :.,()•4/Z ~"' O~··~GJST£.~~v;·'# ,S' 'Ql-~;:s, ........ G' $ 't;1,, s,oNAL ~~ # ltttltun'\.'\.'0-'-"~ Geotechnical Engineering • Environmental Consulting • Construction Materials Testing 8908 Ambassador Row• Dallas, Texas 75247 • Tel: 214 -630 -3800 • Fax : 214-630-3898 www.stlengine ers .com MIWBE • DBE • HUB • HUBZone ENGINEERS TABLE OF CONTENTS Page INTRODUCTION ........................................................................................................................ 1 PURPOSES AND SCOPE OF ST UDY ...................................................................................... 2 FIELD OPERAT IONS AND LABORATORY TESTING ............................................................. 2 GENERAL SITE CONDITIONS ................................................................................................. 4 ANALYSIS AND RECOMMENDATIONS .................................................................................. 5 RECOMMENDATIONS FOR T HE PLACEMENT OF CONTROLLED EARTH FILL. ............. 13 CONSTRUCTION OBSERVATIONS ...................................................................................... 14 REPORT CLOSURE .................................. · .............................................................................. 14 APPENDIX A Plate VICINITY MAP .......................................................................................................... A .1A-A.1 B BORING LOCATION DIAGRAM ................................................................................ A2A -A.2J LOGS OF BORING ........................................................................................................ A .3-A .35 KEY TO CLASSIFICATIONS AND SYMBOLS .................................................................... A.36 UNIFIED SOIL CLASSIFICATION SYSTEM ....................................................................... A.37 SWELL T EST RESULTS ..................................................................................................... A.38 LIME SERIES ....................................................................................................................... A .39 APPENDIXB FIE L D OPERATIONS ............................................................................................................. B-1 ENGINEERS LABORATORY TESTING ...................................................................................................... B-3 APPENDIXC PAVEMENT DESIGN SOLUBLE SULFATES TEST RESULTS ENGINEERS GEOTECHNICAL ENGINEERING REPORT MISCELLANEOUS PAVING IMPROVEMENTS COUNCIL DISTRICT 5 FORT WORTH, TEXAS INTRODUCTION STL Engineers understands the proposed project will cons ist of repaving portions of 10 street alignments , located within Council District 5, in Fort Worth , Texas. A total of approximately 13,000 linear feet of pavement will be reconstructed . The general location and ori entation of the streets is presented on Plates A.1 through A.2J in Append ix A of the report . This study was performed in support of the design of the following streets . Contract Street Name Approximate No.of Linear Feet Borings SA Bideker Avenue (between MLK Freeway 3,350 7 and East Dead End) Bright Street (between East Berry Street 1,330 3 and Reed Street) Burton Avenue (between Vaughn 2 ,140 5 Boulevard and Campbell Street) SB Avenue M (between Miller Avenue and 1,440 4 South Hughes Avenue) Edgewood Terrace Street (between Judy 7 60 2 Lane and Hampshire Bou levard) Plants Avenue (between Craig Street and 1,420 4 Cravens Road (East Loop 820)) SC Capers Avenue (between Stalcup Road 710 2 and Farrell L ane) Osborne Lane (between South Hampsh ire Bouleva rd and Old Hand ley 1 ,060 3 Road) Ransom Terrace (between Maceo La ne 700 2 and Truman Drive} Valley V ista Drive (from State Highway 1 O(East Hurst Boulevard) to south of 100 1 ~-State Highwa}'. 10 Project No. 09-1402 Page 1 ENGINEERS This report was prepared in accordance with the City of Fort Worth Pavement Design Standards Manual (the manual), and the pavement design was performed using the AASHTO Guide for the Design of Pavement Structures guidelines (current edition). PURPOSES AND SCOPE OF STUDY The principal purposes of th is investigation were to evaluate the general subsurface conditions at the various streets, and to develop geotechnical recommendations for the design and construction of new pavements. To accomplish its intended purposes, the study was conducted in the following phases: (1) locate drill sample borings and clear utilities; (2) drill sample borings to evaluate the soil conditions at the boring locations and to obtain soil samples ; (3) conduct laboratory tests on selected samples recovered from the borings to establish the pertinent engineering characterist ics of the subgrade materials; and (4) perform engineering analyses, using field and laboratory data, to develop pavement design criteria . FIELD OPERATIONS AND LABORATORY TESTING Subsurface conditions were evaluated by advancing a total of 33 sample borings , drilled to depths of about 10 feet below existing grades. The distribution of borings at each street is presented in the table below , and the approximate locations of the borings are presented in Append ix A of the report . Project No. 09-1402 Page 2 ENGINEERS Boring Summary Street Name No. of Borings Boring Labels Plate Location Bideker Avenue 7 B-1 through B-7 A2A Bright Street 3 B-8 through B-1 O A.28 Burton Avenue 5 B-11 through 8-15 A .2C Avenue M 4 B-16 through B-19 A.20 Edgewood Terrace B-20 and B-21 A.2E Street 2 Plants Avenue 4 B-22 through B-25 A.2F Capers Avenue 2 B-26 and B-27 A.2G Osborne Lane 3 B-28 through 8-30 A.2H Ransom Terrace 2 8-31 and 8-32 A.21 Valley Vista Drive 1 B-33 A.J The borings were drilled on March 16 and March 17, 2009. Sample depths , descriptions of soils/rock , and classifications (based on the Unified Soil Classification System) are presented on the Logs of Borings, Plates A .3 through A.35 . Keys to terms and symbols used on the logs are shown on Plates A.36 and A .37. Laboratory tests were performed on selected samples recovered from the borings to verify visual classification and determine the pertinent engineering properties of the soils encountered . Unconsolidated- Undrained (UU) triaxial shear tests were performed on selected clay samples to determine the strength of the subgrade soils to be used in the estimation of the California Bearing Ratio (CBR). Classification and strength test results are presented on the Logs of Bor ings. Swell tests were performed on selected clay samples to evaluate the swell potential of the subgrade soils . The samples were incrementally air dried prior to testing in order to bring their moisture contents to at or below the Plastic Limit, in order to simulate swelling from a dry condition . Many of the soils sampled during this study contained limestone fragments and/or sand which affected the test results . Swell test results are Project No. 09-1402 Page3 EN(;INEERS presented on Plate A.38 . Descriptions of the procedures used in the field and laboratory phases of this study are presented in Appendix B of this report. GENERAL SITE CONDITIONS Surface Conditions The various project sites consist of existing streets, which are currently paved with either asphaltic concrete (AC), or AC overlying Portland cement concrete (PCC) pavement. Geology Generally, the sites are located in the following geological formations : Kgm : Grayson Marl and Main Street Limestone undiv ided . The Grayson Marl consists mostly of calcareous clay and marl. The clay and marl are blocky, yellowish gray to medium gray with thin to thick limestone beds. The formation is about 60 to 100 feet th ick and thins northward . The Main Street Limestone consists mostly of chalk and calcareous shale. The formation is approximately 20 to 35 thick and thins northward . Kpd : Denton Clay formation . The formation consists of alternating clay , marl and limestone. The clay is calcareous. The formation is approximately 6 to 25 feet and thins southward . Kwb : Woodbine formation . The formation consists of sandstone with some clay and shale. The clay is sandy gray to brown. The formation is approximately 175 to 250 feet thick and thickens northward . Qt: Fluviatile terrace deposits that mostly consists of gravel, sand, silt, and clay . Kfd : Fort Worth Limestone that mostly consist of limestone and clay . The clays are calcareous. The limestone consists of 0 .2 to 2 feet thick beds and becomes thicker and more massive southward . Project No. 09-1402 Page4 ENGINEERS Subsurface Soil Conditions Descriptions of the various strata and their approximate depths and thicknesses are shown on the boring logs. A brief summary of the stratigraphy encountered at the borings is given below. Given the various locations of the streets to be repaved , and the close proximity of the above mentioned geological formations in the general area of the project; conditions at different streets, and sometimes within the same street, are highly variable . In general, the borings encountered clay , silty clay, and sandy clay, followed by tan and gray limestone at approximately one third of the borings. At the remainder of the borings , clay, silty clay and sandy clay were present to boring termination depths. Poorly graded sands were present below the clay soils in few of the borings , and extended to a depth of about 10 feet. All borings were drilled through existing AC pavement with the exception of Boring B-33 . Boring B-33 was drilled through a concrete pavement. In most of the borings the AC pavement was followed by gravelly sand and gravelly clay base course. The borings were typica ll y advanced to a depth of about 1 O feet below existing grades . The Plasticity Index (Pl) of the samples tested ranged from 9to 47, indicating low to very high soil plasticity. A high Plasticity Index is generally associated with a high potential for swell ing with changes in soil moisture content. Due the high variability of the subsurface soils encountered ; please refer to the attached Boring Logs for a more detailed description of the subsurface soils at specific locations . The boring logs are attached in Appendix A of this report. ANALYSIS AND RECOMMENDATIONS Pavement Design Recommendations STL understands that Portland cement concrete (PCC) pavement is being considered for the new improvements. As described earl ier, our design was performed using the AASHTO Guide for the Design of Pavement Structures in accordance with the Ci ty of Fort Worth Pavement Design Standard Manual. Project No. 09 -1402 Pages ENGINEERS As a first step in the design process, the swell potential of the subgrade soils was evaluated . Swell ratios were calculated, based upon the free swell test results, and the thicknesses of the potentially active clay soil strata . The calculated swell ratios are tabulated on Plate A.38 . Tests taken in all of the 10 street alignments resulted in swell ratios of 1.0 or greater. In these locations, lime treatmentof the subgrade soils will be required in accordance with the requirements of the manual. Based on the streets classifications provided by Dannenbaum Engineering Corporation , all of the streets with the exception of Valley Vista Drive, are classified as residential-rural (low-volume) with annual Equivalent 18 kip Single Axle Load (ESALS) of 25 ,000 in one direction . A 25 year design life was used as indicated in the manual. At Valley Vista Drive , and at the request of Danneribaum Engineering Corporation, STL has performed traffic analyses for two different traffic classifications. Valley Vista Drive was classified as either residential-urban (high-volume) with annual Equivalent 18 kip ESALS of 35 ,000 in one direction , or a Collector for using annual Equivalent 18 kip ESALS of 100,000 in one direction. A 25 year design life and a growth rate of 1 .5 percent were used in our analysis as required in the manual. The results of our analyses and assumptions are tabulated below. Unconsolidated-undrained triaxial tests were performed on selected clay samples recovered. Shear strength values from the tests were correlated with California Bearing Ratio (CBR) values, and residual modulus values as presented in Plate 8 .1 of the City of Fort Worth Pavement Design Standards Manual. The CBR values were estimated to be approximately 0 .62 times the undrained shear strength (in pounds per square inch (psi)) of the soils tested . Based on that relationship, and using the averaged soil strength for each group of borings, the CBR value estimated for the various streets ranged from 5 to 40 for the natural subgrade. None of the 1 O street alignments had estimated CBR values of 3 or less. For the streets which will require subgrade stabilization, the composite CBR values were estimated using a laboratory determined CBR value of 20 for the lime treated subgrade (adjusted CBR of 14), and a thickness of 6 inches for the treated layer. The calcu lated composite CBR values ranged from 12 to 4 7 Project No. 09-1402 Page6 ENGINEERS for the 6 inch thick lime stabil ized subgrade. CBR values w ith corresponding Resil ient Modulus values for each street are presented in the table below. 6" Thick Lime Stabilized Natural Subgrade Stabilized Subgrade Street Subgrade over Natural Soil Name Estimated Estimated Estimated Estimated Resilient Composite Resilient Required? CBR Modulus Modulus (psi) CBR (psi) B ideker Yes 9 8874 16 13014 Avenue B ri ght Yes 9 8857 16 13000 Street Burton Yes 7 7299 14 11720 Avenue Avenue M Yes 14 12038 2 1 15744 Edgewood Yes 12 10743 19 14610 Terrace Street Plants Yes 24 16968 31 20207 Avenue -· Capers Yes 9 8743 16 12904 Avenue Osborne Yes 14 11975 21 15688 Lane Ransom Yes 5 6142 12 10808 T errace Valley 40 24120 47 26919 Vista Yes Drive Project No . 09-1402 Page7 ENGINEERS A rigid design for each street was performed us ing 1993 AASHTO design equations and the DARWin Pavement Design and Analysis System . The results are presented in Appendix C of this report. For the PCC pavement designs, the following design inputs were used : Pavement Type -Jointed Reinforced Concrete Pavement 18-k ip ESALs over Initial Performance Period (25 years) -625, 000 (low-volume) and 875 ,000 (high-volume) 18-kip ESALs over Initial Performance Period (25 years) with 1.5% growth rate -3,051 ,500 (Collector) Initial Serviceability - 4 .5 Terminal Serviceability"""" 2.0 28-day Mean PCC Modulus of Rupture -650 psi 28-day mean elast ic modulus of S lab -4,400 ,000 psi Reliability Level -80% Loss of Support - 2.0 Overall Standard Deviation - 0.35 Load Transfer Coefficient , J - 3 .0 Overall Drainage Coefficient , Cd - 0.7 (see note below) Mean Effective k-value -estimated by the program based upon the input Resilient Modulus Note: For PCC pavements constructed directly on clay subgrade or stabil ized clay subgrade, the quality of drainage was assumed to be "very poor", resulting in the overall drainage coefficient of 0 .7 shown above . Our recommended pavement sections are presented in the following table : Project No . 09-1402 Page8 ENGINEERS Street Subgrade Thickness of Preparation Pavement (in) Bideker Avenue 6" Lime Stabilized 7 .5 8% lime (361b./s .y.) Bright Street 6 " Lime Stabilized 7 .5 6% lime (27 lb./s.v.) Burton Avenue 6" Lime Stabilized 7.5 6% lime (27 lb./s.v .) Avenue M 6 " Lime Stabilized 7 .5 6% lime (27 lb./s.y.) Edgewood 6" lime Stabilized 7 .5 Terrace Street 8% li me (36 lb./s .v.) Plants Avenue 6" Lime Stabilized 7 .5 6% lime (27 lb./sy) Capers Avenue 6 " Lime Stabilized 7 .5 6% lime (27 lb./s .v .) Osborne Lane 6 " Lime Stabilized 7 .5 6% lime (27 lb./s.y.) Ransom Terrace 6" Lime Stabilized 7 .5 6% lime (271b./s.y.) Valley Vista Drive 6" Lime Stabilized (Residential -high 6% lime (271b./s .y.) 8 .0 volume) Valley Vista Drive 6" Lime Stabilized 9 .5 (Collector) 6% lime (271b./s .y.} Jointed Reinforced Concrete Construction Recommendations The pavements should be adequately reinforced, with expansion , contraction , dummy saw and construction joints as required in Section 4 of the City of Fort Worth Manual. The spacing of the joints will depend primarily on the type of steel reinforcement used . STL recommends , for the th icker pavement sections, No . 3 steel rebar spaced at 12 inches center to cente r in both longitudina l and transverse d irection . T he rebar spacing may be increased to 18 inches for th inner pavement sect ions . It is our experience that dummy saw joints of 12 to 15-foot spac in g , saw cut to a depth of at least one- quarter of the pavement th ickness, in both the longitud ina l and transverse di rect ions, have generally exhibited less uncontrolled post-construction cracking than pavements with w ider spacing . Frequent use of expansion and contraction joints will improve pavement pe rfo rm ance . Project No. 09-1402 Page9 ENGINEERS For Portland cement concrete (PCC) pavement, concrete with a minimum 28 day compressive strength of 3 ,500 pounds per square inch or more should be used. The coarse aggregate in the concrete should consist of crushed limestone rather than rounded gravel. We recommend lime stabilization of the subgrade on the indicated streets using a minimum of either 6 or 8 percent lime , as shown, (by dry soil weight) to a depth of 6 inches (27 or 36 pounds per square yard, respectively). Lime stabilization should be performed in accordance with Item STS 024 of the City of Fort Worth Pavement Specification. Pavement Subgrade Preparation All existing pavement, base, topsoil, vegetation , and any other unsuitable materials should be removed . The pavement subgrade should be proofrolled with a fully loaded tandem axle dump truck (or similar pneumatic-tire equipment). In areas to be cut , the proofroll should be performed after the final grade is established . In areas to be filled, the proofroll should be performed prior to placement of engineered fill. Areas of loose or soft subgrade encountered in the proofroll should be removed and replaced with engineered fill, or moisture conditioned (dried or wetted, as needed) and compacted in place. Depending on the final grade of pavement, limestone could be encountered near pavement subgrade elevation at some locations. Where bedrock is present at cut subgrade , the limestone should be undercut to a m inimum depth of 8 inches and replaced with crushed limestone flexible base, which conforms to Type A , Grade 1, Item No. 249, of SDHPT. The base should be compacted to 98 percent of the maximum dry density determined using SDHPT Test Method TEX-113-E. In addition allowance should be made at the interface of the rock with the subgrade soils , to control differential settlement and pavement cracking between the different subgrade materials . Grading and compaction of pavement subgrade should follow the procedures outlined in the section entitled "Recommendations for the Placement of Controlled Earth Fill ". The final grades must be such that drainage is facilitated, and access of surface water to the subgrade materials is prevented. Project No. 09-1402 Page 10 ENGINEERS Soluble Sulfates in Pavement Subgrade From our experience, relative ly high concentrations of soluble sulfates can be encounte red randomly throughout the Dallas-Fort Worth Metroplex. Soluble sulfates can react with lime or cement , water, and clay minerals to create a new mineral called ettringite. Ettringite expands in volume upon formation , which can create heaving in the chem ically-treated port ion of the pavement subgrade . This su lfate- induced heave of the chemically-treated subgrade can manifest itself as slightly e levated and elongated mounds (commonly called "gopher tra ils") or blocks of clay subgrade thrust up and over adjacent subgrade. If present, soluble sulfates can occur in relatively small and randomly spaced locations . Analytical testing was performed to aid in risk assessment of sulfate~induced heave occurring . Analytical test results showing soluble sulfate concentrations greater than about 2 ,000 to 3,000 ppm are indicative of elevated risk of heave occurring . The majority of the sulfate tests performed from samples recovered from this site resulted in non-detectable (ND) levels of soluble sulfates (less than 250 ppm). It should be noted that a ND test resu lt does not necessarily indicate heaving will not occur. This is because sulfate- laden zones in the subgrade may be m issed in t he sampling process. However, in the residua l soils of the previously listed geolog ical formation , sulfate induced heaving is typically not a concern . A copy of the analytical test results is attached in Appendix C of th is report . Project No. 09-1402 Page 11 ENGINEERS General As previously discussed, limestone was encountered near the existing pavement grade at some boring locations , and we expect li mestone to be encountered at pavement level grade at some locations during site grading , utility installation and other general excavations . The limestone can be hard to difficult to excavate and the contractor selected should have experience with excavation in hard limestone . All excavations should be shored , sloped and shie lded in accordance with OSHA requirements . Groundwater seepage can occur at the g round surface where limestone is at or near the surface. Subsurface drains should be prov ided in areas where seasonal seepage may be objectionable. The drains should cons ist of 6 inch diameter slotted drain pipe embedded in a free-dra in ing gravel medium . The gravel shou ld be surrounded by a gee-textile filter fabric to prevent the intrusion of fines , and the drains should be sloped down to dra in to storm sewers or nearby drainage features . Subsurface drainage system should comply with specifications outlined in Section STS -021 of the Fort Worth Pavement Design Manual. Every attempt should be made to limit the extreme wetting or drying of the subsurface so ils because some swelling and shrinkage of these soi ls will resu lt. Standard construction practices of providing good surface water drainage should be used . A positive slope of the ground away from the pavement edges should be provided . Also, ditches o r swales shou ld be prov ided to carry the run -off water both during and after construction . Root systems from trees and shrubs can draw a substantial amount of water from the clay so ils at this site, causing the clays to dry and shrink. This could cause settlement beneath grade-supported pav ing . Newly planted trees and large bushes should b e located a distance equal to at least one -half thei r antici pated matu re he ight away from t he pavement edges . Project No. 09 -1402 Page 12 .ENGINEERS Fill and Backfill Materials RECOMMENDATIONS FOR THE PLACEMENT OF CONTROLLED EARTH FILL General site fill in the construction area should consist of on-site material approved by the Soils Engineer. Imported fill should comply with specifications requirements descried in Appendix C of the Fort Worth Pavement Des ig n Standard Manual, and should be approved by the Soils Engineer. The fill material should be placed in level , uniform layers , wh ich, when compacted , should have moisture content and density conforming to the stipulations called for herein. Each layer should be thoroughly mixed during spreading to prov ide uniform ity of the layer. The fill thickness should not exceed 8-inch loose lifts. Prior to and in conjunction with the compacting operation, each layer should be brought to the proper moisture content as determined by ASTM D 698 . The clay soils should be moisture conditioned to a moisture content that is between 2 percentage points below optimum and 4 percentage po ints above optimum . After each layer has been properly placed , mixed and spread, it should be thoroughly compacted to between 95 and 100 percent of Standard Proctor Density as determined by ASTM D 698 . Density Tests Field Density tests should be made by the Soils Engineer or his representative . Density tests should be taken in each layer of the compacted material below the disturbed surface. If the materials fail to meet the density specified, the course should be reworked as necessary to obtain the specified compaction . Utility Line Backfill Backfill for utility lines should be properly compacted to reduce the risk of pavement c rack ing . Bedding around utility lines should conform to the manual and the C ity of Fort Worth specifications . The upper 24 Project No. 09 -1402 Page 13 ENGINEERS inches of backfill consist of lime stabilized soils to reduce the risk of surface water percolating down into the granular bedding layer. Water collecting in sand backfill can cause differential movement near utility lines. Water jetting of utility backfill is not recommended . Project No. 09-1402 Page 14 ENGINEERS CONSTRUCTION OBSERVATIONS In any geotechnical investigation , the design recommendations are based on a limited amount of information about the subsurface conditions. In the analysis, the geotechnical engineer must assume the subsurface conditions are similar to the conditions encountered in the borings . However, during construction quite often anomalies in the subsurface conditions are revealed . Therefore, it is recommended that a qual ifi ed firm be retained to observe earthwork and pavement construction and perform materials evaluation and testing during the construction phase of the project. This enables the geotechnical engineer to stay abreast of the project and to be readily available to evaluate unanticipated conditions, to conduct additional tests if required and , when necessary, to recommend alternative solutions to unanticipated condit ions . REPORT CLOSURE The analyses, conclusions and recommendations contained in this report are based on site conditions as they existed at the time of the field investigation and further on the assumption that the exploratory borings are representative of the subsurface conditions throughout the sites; that is, the subsurface conditions everywhere are not significantly different from those disclosed by the bor ings at the time they were completed . If during construction , different subsurface conditions from those encountered in our borings are observed , or appear to be present in excavations, we must be advised promptly so that we can review these conditions and reconsider our recommendations where necessary. If there is a substantial lapse of time between submission of this report and the start of the work at the site, if conditions have changed due either to natural causes or to construction operations at or adjacent to the site , or if structure locations , structural loads or finish grades are changed, we urge that we be promptly informed and retained to review our report to determine the applicability of the conclusions and recommendations, considering the changed conditions and/or time lapse. Project No. 09-1402 Page 15 ENGINEERS This report has been prepared for the exclusive use of Dannenbaum Engineering Corporation and their designated agents for specific application to design of this project. We have used that degree of care and skill ordinarily exercised under similar conditions by reputable members of our profession practicing in the same or similar locality . No warranty, expressed or implied , is made or intended. Project No. 09-1402 Page 16 ENGINEERS APPENDIX A STL ENGINEERS VICINITY MAP INDICATING DIFFERENT STUDY AREAS PLATEA.1 A STUDY AREA PLAN CON TRACT 5A THROUGH 5C MISCELLANEOUS PAVING IMPROVEMENTS WITHIN COUNCIL DISTRICT 5 FORT WORTH , TEXAS PROJECT NO : FILENAME: DRAWN BY: REVISED BY: REVISED BY: APPROVED BY: ~ SCALE : NTS 09-1402 091402.dwg HR DATE : 04-30.09 DATE : DATE: EG DATE : 1; i~f; t ,.. -.:J. Ill , -...LI- STL ENGINEERS .. c:_ Mosier V ~Uey ~~ VICINITY MAP INDICATING DIFFERENT STUDY AREAS ·--·-····--...,.. ..... .. -... ·· _.,-·¥ ..,.. . '-· ...... --~-"" ~ PLATEA.1B STUDY AREA PLAN CONTRACT SC SCA LE:NTS PROJECT NO : 09-1402 FILE NAME : 091402 .dwg DRAWN BY: HR DATE: 04-30-09 REVISED BY: DATE : MISCELLANEOUS PAVING IMPROVEM ENTS 1--'-';;;..;..;.~;..:;..;..;._ ____ +::,:..:.:..:;;.;.._ _____ -I WITHIN COU NCIL DISTRICT 5 REVISED BY : DA TE: FORT WORTH , TEXAS APPROVED BY : EG DATE : 8-1 8-3 t:i w 0::: 8-7 0 z w BIDEKER AVENUE 8-2 t;; ?7'?"77?777777 ~~-~~~~,..,.,...,; KEY; ~ STUDY AAF:A BOUNDARY STL ENGINEERS ,2:cn.. 0 J: V) ffi PLATEA.2A BORING LOCATION DIAGRAM PROPOS ED ROAD IMPROVEM ENTS BIDEKER AVENUE (BElWEEN MLK FREEWAY ANO EAST DEAD END ) FORT WORTH , TEXAS 8-4 t:i w ~ P,-,.-rr,...,..,'77'..-rTTTTTT777'7777-,.-r,'77':'1'?"7'77'77??i ~ t:?{au...U.L.at:LL.CLLLL.a.u.L'ZLLLL.'LLLLL~ ..J 0 (.) en 100 PROJECT NO : FI LENAME: DRAWN BY:. REVISED BY : REVISED BY : APPROVED BY: 0 50 100 SCALE: 1" = 100' 09-1402 091402.dwg HR DATE : 04-30-09 DATE : DATE: EG DATE; ~ Lu 0:: t; 0 w w 0:: 8-8 STL ENGINEERS 8-10 PLATEA.2B BORING LOCATION DIAGRAM PROPOSED ROAO IMPROVEMENTS BRIGHT STREET (BETWEEN EAST BERRY STREET AND REED STREET) FORT WORTH, TEXAS 8-9 VICINITY MAP s&U::iri'i 100 PROJECT'NO: FILE NAME: DRAWN BY: REVISED BY: REVISED BY: APPROVED BY: E25 ~ lliiia 0 50 100 SCALE: 1" = 100' 09-1402 091402.dwg HR DATE: 04-30-09 DATE: DATE: EG DATE: 8-11 8-15 W; ~ STUDY AA'iA BOUNDARY STL ENGINEERS 8-13 PLATE A .2C BORING LOCATION DIAGRAM PROPOSED ROAD IMPROVEMENTS BURTON AVENUE V ICINITY MAP -===:SCAU::t.':'I (BETWEEN VAUGHN BOULEVARD AND CAMPBELL ST RE ET) FORT WORT H. TEXAS 8-12 148-14' 100 0 50 100 SCALE: 1• = 100' PROJECT NO: 09-1402 FILENAME: 091402.dWg DRAWN BY: HR DATE: 04-3~9 REVISED BY: DATE: REVISED BY : DATE: APPROVE D BY: EG DATE : Ka; w :::> z w ~ a:: w ....I I ....I I ~ I 8-16 8-18 ~ STUDY AREA BOUNDARY I I STL ENGINEERS 8-17 8-19 PLATEA.2D BORING LOCATION DIAGRAM PROPOSED ROAD IMPROVEM ENTS AVENUEM (BETWEEN MILLER AVENUE AND SOUTH HUGHES AVENUE) FORT WORTH, TEXAS VICINITY MAP iCAi.ti11n. 100 0 50 100 SCALE: 1" = 100' PROJECT NO: 09-1402 FILENAME: 091402.dwg DRAWN BY: HR DA TE: 04-30-09 REVISED BY : DATE: REVISED BY : DATE: APPROVED BY: EG DATE: OJ ~ 0 STL ENGINEERS 8-21 ., Panola Ave. g ~~ SITE- V n son St. ai ~ ai > 1/) <( o; ¥ -§ ::, 0 .,.. ::::; vi :: Cl) Judy ..... Ln. "O 0 '-0 f "" 3: ., O' FORT WORT H "O w vi Hampshire B lvd. VICINITY MAP SCALE:NTS PLATEA2E BORING LOCATION DIAGRAM PROPOSED ROAD IMPROVEMENTS EDGEWOOD TERRACE STREET (BE1WEEN JUDY LANE AND HAMPSHIRE BOULEVARD) FORT WORTH, TEXAS i--= (/) z 0 ~ 8-20 5 100 PROJECT NO: FILENAME: DRAWN BY: REVISED BY: REVISE.D BY: APPROVED BY: MD ---- 0 5 0 i OO SCALE: 1• = 100' 09-1402 091402.dwg HR DATE: 04-30-09 DATE: DATE: EG DATE: ~ ~ STUDY AREA BOUNDARY STL ENGINEERS B-22 PLANTS AVENUE 1~~,rr,...,..,..,,-,.,,.;.-,..r.,-,-r.,.,...,.,..,...,.,~,..,..,.,,..,..,.,~,.,.""7"~~~~~~~ I~ 1!z <( I(.) VICINITY MAP SCALE:NTS PLATEA.2F BORING LOCATION DIAGRAM PROPOSED ROAD IMPROVEMENTS PLANTS AVENUE ((BETWEEN CRAIG STREET AND CRAVENS ROAD (EAST LOOP 820)) FORT WORTH , TEXAS 10 0 0 50 SCALE: 1 • • 100' PROJECT NO: 09-1402 FILENAME: 091402.dWg DRAWN BY: HR DATE: 04-30-09 REVISED BY : DATE: REVISED BY: DATE : APPROVED BY: EG DATE : 100 VICIN ITY MAP SCALE: NTS 100 0 50 10 0 ~ ~ STUDY AREA BOUNDAAY SCALE : 1" = 100' STL PLATEA.2G PROJECT NO: 09-1 402 BORING LOCATION DIAGRAM FILE NAME: 091402 .dwg DRAWN BY: HR DATE : 04-30-09 PROPOSED ROAD IMPROVEMENTS REVISED BY: DATE: CAPERS AVENUE ENGINEERS {BEiWEEN STALCUP ROAD AND FARRELL LANE) REVISED BY: DATE: FORT WORTH, TEXAS APPROVED BY : EG DATE: %\ :I:. \ ~- C, • ~\ ~\ b \ 8-30 "' § rr,777-rr,,,,..,,,,.,.,.,,.,,...,...,..,...,..,.~..,.,.,..,...,..,..,...,...,..-.-, KEY; ~ STUDY AREA BOUNDARY STL ENGINEERS ~ ._ 0::: ::> 0 VICINITY MAP SCALE:NTS PLATEA,2H BORING LOCATION DIAGRAM PROPOSED ROAD IMPROVEMENTS OSBORNE LANE (BETWEEN SOUTH HAMPSHIRE BOULEVARD AND OLD HANDLEY ROAD) FORT WORTH, T EXAS u tj 1~po :i: 100 PROJECT NO : FILE NAME: DRAWN BY : REVISED BY : REVISED BY : APPROVED BY: w 5 ~ r I I I 0 50 100 SCALE: 1" = 100' 09-1402 091402,dwg HR DA TE: 04-30-09 DATE: DATE: EG DATE: RANSOM 8-31 E2S §5 .. VICINITY MAP 10 0 0 50 100 w.: SCALE: NTS ~ STIJOY AREA BOUNDARY SCALE: 1• = 100' STL PLATEA.21 PROJECT NO: 0!)-1402 BORING LOCATION DIAGRAM FILENAME: 091402 .dwg ORAWNBY: HR DATE: 04-30-09 PROPOSED ROAD IMPROVEMENTS REVISED BY: DATE: RANSOM TERRACE ENGINEER S (BElWEEN MACEO LANE.ANO TRUMAN DRIVE) REVISED BY: DATE: FORT WORTH, TEXAS APPROVED BY: EG DATE: 8-33 KEY; ~ STUDY AREA BOUNDARY STL PLATEA.2J BORING LOCATION DIAGRAM PROPOSED ROAD IMPROVEMENTS VALLEY VISTA DRIVE ((FROM STATE HIGHWAY 10 (EAST EAST HURST BO ULEVARD ) ENGINEERS TO SOUTH OF STATE .HIGHWAY 10)) FORT WORTH , T EXAS VICINITY MAP SCALE:NTS 100 PROJECT NO : FILENAME: DRAWN BY: REVISED BY: REVISED BY: APPROVED BY: 0 50 100 SCALE: 1' • 100' 09-1402 091402.dwg HR DATE: 04-30-09 DATE: DATE: EG DATE: a> J ,- 0 (:> w z 0 0: I cnr·1r • ' I l'rqject No . Boring No. Project Paving Improvements Within Council District 5, Ft Worth, TX::, . .1 ,J.__J 09-1402 B-1 E'"ICJNEJms Driller Ground Elevalion Location Bideker Avenue Compl eli on Completion Water Obscrva rion s Dep1h 10.0' Date 3-16-09 Groundwater was not encountered during drilling or upon completion Type of drilling. Auger t-0. 0 "CJ o.u 0 .l!! N (/) I-.... .... !I) 0 ~ . l1 "CJ .... z " ~ -g· a ...: C ~ 0 a. C: -Stratum Description <I: 1/) U.-c,~ ~ ~ ·;:; ~..r ~ .. II> Cl Ill C: -· 0 Q) ~ ~ 11 C: 0 "0 ::, C: C: ... 0. C: £ a. 0 "CJ -::> 'Si C: ·-II) .D ·-oi :5!:: ~<f-j .. .:; )( ... ti) "CJ 'o 0 11),-a. E (.) 0 Ill> ,n ·-., Q) Ill ... u "O ~ E 0 0 ., ti) CTE c,i E ·-C: c':' ·; C: !I) >, ti) ro w 0 <II ,-(Q "CJ oo (Q II> C: C: 'i: 0 (/) 0: 0: iii iii 0. (/) :J :J ii: :J -c :Eu cs: J: 0:: (/) a._ :::i ::n- ASPHALT, 2 inches f--64 44 18 26 14 I 15 4.5+ I\ BASE , 6 inches - CLAY, silty, hard , dark brown lo brown, wilh limestone fragm ents (CH) - • light brown below 2' 17 109 7476 - --85 15 111 4.5+ -5 --13 4.5+ - I LIMESTONE , wea lherc d, modcn11cly hard, light brown, with occasional cln y se.ums - • 10 100/4.5' -···~·---~--· BOTTOM OF BORING ·----H---- LOG OF BORING NO . B-1 Plate A.3 Q r-ir1r Pri:tiecl No. Boring No. l'rojcc1 P aving l mprovements Within Council District 5, J•t Worth, TO .ii. .1-.J 09-1402 B -2 EN CINE!ms Driller Gro und Elevalion Loc ati on Bideker Avenue Cmnpl elio n Completion Wate r Observalions De p1h 10.0 ' Dale 3-16-09 Groundwater was no t e ncountered during drilling or upon completion Type A uger of d rilling. ... a. 0 -0 a. u 0 ~ N Cl) I-0 .._ .11 ~ _.._ ' z ~ 0 :g] ~ Stratum Desc ripti on ..J • ~ C. C: • ~ 0/) u.E O)~ ~ cJ ~ Q) • .1::: • Cl) CJ ~c en r: _. 0 (l) ~ ~ 11 C: . ·c:; C: ... a. C: c: ·-ro .D .c 0. 0 ·-ai :2..; ;lJ ~ )( .... Cl) :::> °El -o'o o ro ·-a. E u 0 en > ::i·-0/)-en Q> 0/) ... 0 -5 ~ E a 0 0 ell (I) o-E ro E ·-C: c5~ c: ro (I) ro w (ll -0 0 0 ro a, C: C 'i: >, iii iii ro ·-:J :.J a: :J -C: CJ) a CJ) a: a: a. Cl) a._ ::i1 u J: a: ::::, :::> I- ~ ASPHA LT. I inch r 52 19 33 13 4.5 r\' BASE , 8 i,,'ch es ·r ,_ CLAY , ha rd , brown to li ghl bro wn, wi th li me stone ~ ~ fragments (CH) -~ LI MESTO N E, wea thered, modera tel y hard , ligh t brow n, tr: wit h oc cas ion al cl ay sea ms I-i'W 00/1.25' tr: ... - lI 1--5 -:w: I00/1" tr: -----,- rr: ~ - tr: ... - ~ ... - ... - 00/0.75 ' - -10 IW l30Tl"OM OF BOR ING I LOG OF BORING N O. B-2 Plate A.4 - C 'lf1-lf PrQjec t No . Boring No . Project Paving Improvements Within Council District 5, Ft Worth, TXJ !l ]_/ 09-1402 B-3 E>JCJNEEHS Driller Ground Elevation Location Bideker Avenue ___ ,., -Completion Completion Water Observations Depth 10.0' Date 3-J 6-09 Groundwater was not encountered during drilling or upon com1>letion Type of drilling. Auger 1-ll. 0 "ti ll. () 0 2 N (/) I-.... .... " . . 0 ~ • J!l "ti .... z u ii[ ..; C l;> . a. C: -Stratum Description :i::! "' C)~ :,!! ::e G) -... G) Cl LL -:i C Cl) C: _. 0 G) ~ t! 11 C: . u• ·u ·2...; Q. C: s=. ~..: C: ·-"' .a ci.. . ·-oj ;; ...; ~x .., G) :::, -g, i:,'i:j 0 !!?·-a. E () 0 II)> :,·-111 ·-II) Q) <I) ... 0 "O ~ E a 00 Cl) G) o-E "'E 111"0 ·-C: ~·a; C: 111 >, G) "' UJ iii iii "'·-Oo 111 Q) s:: c: ·c 0 "' a::: a::: Q. (I) :.J :J ii: :J -c :i: () 0~ :i:::o:: ::> ::n-"' ll.- r'\. ASPHALT, 3 inches / 46 37 17 20 II 111 4425 CLAY, silly , very stiff lo hard, brown to light brown , -with trace of gravelly sand seams and limestone fragments (CL) -16 4.5 c- -84 16 Ill 4362 c--5 >-----16 3.0 >-- -verysti1Ta1 7 feel . -- ~ CLAY, very s1irf. light brown and grny , slrnlc y (CH) 9 1 70 26 •M 25 98 4.0 c--· ------10 ·--·--·-------··---· -~·---·~--·-·--· BOHOM OF 130RING m 12 ~ b C) uJ z 0 IX "' u 0 lX I -g LOG OF BORING NO . B-3 Plate A.5 "' ~ b " w z 0 a: Boring No . Prqjecl ! -Pr~jcct No . Paving Improvements Within Counci l District 5, Fl Worth, T ,· 09-1402 B-4 ENCINEERS Driller Ground Eleva1ion Loc111ion Bideker Avenue Comp leli on Complelion Waler Obscrvalions Depth 10.0' Date 3-16-09 Groundwater was not encountered during drilling or upon completion Type of drilling. Auger 1-0. 0 'O Cl. l) 0 2 N U>I-... "' . . 0 ~ 'o "' 'O .... z 0 C: +: ·--ci "' Stratum Description .....: C: O>~ ~ t! i Q. o a, o. ¢:! </) 't!. ~ -Ql Ol u._ ·c ~-II> C...: 0 Q) ~ ~ ii C 'O .., 0 .., .a Ql Cl. C C ·-m ~ 0. 0 ·-ai :.:;~ .: )( ::, -g, 'O '5 0 ~-)( n ·-~ ... v,-E E l) 0 1/1 > :,·-v,·-Cl) Gl ·-C 2=' 'iii C 111 u u ro Q) {O UJ 0 00 1/1 Gl CT E ro E "''O Oo ro a, C: C: ·.:: ;,-iii in ro ·-:.J:.J 1[ :.J -c ::E<.> o:J: en 0 en 0::: 0::: a. Cl) a._ :I:O:: ::, ::, I- I \ ASPHALT, I inches r 58 42 19 23 18 94 4.5+ CLAY, silty, hard , hrown to light brown , wilh lirnes1one I- fragments (CL) ~ LIMESTONE, wearhered , mode rate ly hard. li ghl brown. wi th occasiona l cl ny senms I-l'W 00/0 .25' -- lI IW ,___ 00/0.25 - ,-5 -- .... - -- pc --,. 100/0.75' I== -----BOTr0M OF BORING ---·----· -,_ 10 ··-------i----·---- -- LOG OF BORING NO . Il-4 Plate A.6 b (!) uJ 2 0 0: g: " 0 0 0: r--"' 0nr·1f <t,., I ' Project No. Boring No . Prqjccl Paving Improvements Within Council District 5, Ft Worth, TXJ .!l Jl_j 09-1402 B-5 ENCINEERS Driller Ground Elevation Location Bideker Avenue Complcrion Completion Water Observations Depth 10.0' Date 3-16-09 Groundwater was not encountered during drilling or upon completion Type of drilling. Auger I-0. 0 "'O 0. u 0 a, N .... Cl) I-.... "' ' ' 0 ~ 't3 . .fl "O - Stratum Description ..; C :z ~ 0 0. C • :gi[ :: 0~ (I) -"' ~::: ";/!. u~ ....... ~ .. Q) ti> Ill c..: 0 Cl) ";/!. ~ (/)"' C "O ·;:; ::,C c .. 0. C c-"' .0 i C. 0 ~~ ·-oi ·5.~ ;..,: .. >< U) s ::> -a, "O°c 0 ~-)( E E u Ill> v,·-Ill a, 0 .Q.Q Ill CII er E RI E ·-C t:' ·a; C:"' U"O RI >, II) "' UJ "'·-"' 'O Oo "' a, CC·.: 0 Cl) a:: 0:: mm 0. Cl) ::i::i ii: ::i -c ::i:U o:=: (,/) a._ :x:a:: ::, ::> I- r-'\. ASPHALT, 2.5 inches r 44 19 25 JS 112 950 r\ BASE, 10 inches ,r - CLAY , silly , soft, brown lo light brown , with limestone ~ fmgments (CL) --'\ CLAY, firm to hard, light brown and gray, shalcy (CH) 29 94 1689 \ - ,---73 26 47 26 97 2639 \ -5 --\ 26 4.5 + -- ~ -----25 4.5 - --ff -··~ --10 -· -·-·~-~· -~---·~--·~ -------BO 'JTOM 01' BORING LOG OF BORING NO. B-5 Plate A.7 Proj ect No . 09-1402 Driller Bormg No . Project B-6 Ground Elevation Location Paving Improvements Within Council District 5, Ft Worth, Ts 'f "L- E:'s'ClNEl':1~s Bideker Avenue Completion Completion Water Observations Depth 10.0' Date 3-16-09 Groundwater was not encountered during drilling or upon com1>letion 1-------~-------1 Type of drilling. O> 12 ... oil t-D l!) w z 0 a: -, a. l!) "' ~ ~ "' 0 0 a: ~ "' I 2 E >, (/) Auger Stratum Description I".. ASPl-1/\L T, 2 inches CLAY , sandy, stiff, light brown , with limestone fragment s (CL) .LIMESTONE, weathered , modera te ly hard , light bro,1~1 , wi th occnsio nal clay scams BO'ITOM OF 130RING LOG OF BORlNG NO. B-6 r ..... - ..... - -s ..... - ..... - -- -- 10- IW IW !tit *' a 0 0:: ' t-0. o.u (/) .... 00/0.25' 00/0.25 ' ---l---f,00/075' 0 0 N 0 z C)~ C: • 'iii §! ~.!!! 0. II) 49 32 17 15 ~ 0 Q) • ....... ::, C: .... Cl> C/1 ... ·-C: Oo :!: (.) 12 112 3255 Plate A.8 ,C'ifl l f Prqject No. Boring No . Project Paving Improvements Within Council District 5, Ft Worth, Tl..J ]. '.LJ 09-1402 B-7 ENCINEERS Drille r Ground Elcvntion Locntion Bideker Avenue Completion Completion Water Observations Depth 10.0' Date 3-16-09 Groundwater was not encountered during drilling or upon completion Type of drilling. Auger I-a. 0 '"O a. u 0 .Sl "' (/) I-... "' ' ' 0 ~ ... . ti '"O -z 0 ~-ga ... t: ~ 0 a. C • Stratum Description ~ "' c,~ ~ ~ a, --a, Cl U.-:, C (I) c..: 0 Cl) ";;?. ~ ~~ C :2 .._-1.)0 ·o ·c..; D.. C c·-"' .i::. C. 0 ·-ai :;J ,w .::. )( ]!~ ::, '6i 'O 'ti 0 "'·-.D a. E u Cl ~ ~ t~ ;J ·-Ill ·-VI CU o-0 ~ E 0 0 CT E 111 E i!:-"cii C Ill Q) "' w 0 111'"0 Oo Ill Q) c: c ·c >, Q U) er c:: io iii a. (I) :J :J ii: :J -c ::i:U Cl s: :c 0:: ::,::,1--CJ) a._ i-,... ASPHALT, 4 inches r 60 44 19 25 15 115 2.0 CLAY , si lty , stiff to hard , brown to light brown . with ~ - lim estone fragments (CL) I-21 I 15 3198 I- -43 20 23 12 4.5+ I-5 I-II 3.5 -- L1..... LIMF)ffONE, wea thered , moderately hard , light brown. II with occasional clay sea ms I-- tr: 10 ... I 0/0.2 " BOlTOM OF 130R ING ' LOG OF BORING NO. B-7 Plate A.9 -· .... 0 (!) w 2 0 "' -, a. (!) ~ ·- I crir1f Project No . Boring No . Project Paving Improvements Within Council District 5, Ft Worth , TU . .1. .!L..J 09-1402 B-8 El\JCINEERS - Driller Ground Elevation Locntion Bright Street Completion Co mplet ion Water Observations Depth 10.0' Date 3-16-09 Groundwater was not encountered during drilling or upon completion Type of drilling. Auger ... Q. 0 "ti Q. u 0 ~ (/) I-N ... I'll . 0 ';f!. 't3 • .l!l "ti -z ·-"O 1/) Stratum Description ...; C O)~ ~ (!) -... a. r: • 0 (!) a. 4:: 1/) U.-~ 0~ ...... Cl> Ol th r:...: (!) ';f!. ~ "in ih • ·c::; :, t: ·c:..; Q. C 0 t: -"C -t: ·-I'll .D .c a. ~~ ·-II) ·s~ ·..::...r ~x ... (!) ::, '5, ,, 'o 0 I'll-a. E u 0 1/) > 1/) ·-1/) II) 1/) ... o-6 ~ E ·-r: ~·iii t: " (!) (lJ w 0 1/) II) C'E " E Ill,, 0 0 <II <II C C: 'C: >, ii'iiii I'll·-:J :J a: :J -r: :i:u o:: en 0 (/) a: er Q. (/) Q._ :r 0:: ::, ::>1- " ASPHALT. 3 inches \ BASE, 3 i~chcs r T_ 27 93 3607 CLAY, silty, stiff to hard , brown to light brown, with trace gravelly sand scams and limeston e fragments (CL) -38 42 20 22 15 109 4.5 -- -21 110 4872 - 5 --very stiff al 6' 13 3.0 - -19 4.0 - f---·-··--BO'iTOM OF BORING .... ___ -10 ----·-----------·------- LOG OF BORING NO. B-8 Plate A.10 - C 'lfilf Project No. Bo ring No. l'roj ec1 Paving Impl'Ovements Within Council District 5, Ft Worth, Tx:J _fl LJ 09-1402 B-9 -E'/CJN E ERS Driller Ground El evalion Loc ati on Bright Street -Completion Complecion Waler Observ ation s Depth 10.0' Date 3-16-09 Groundwater was not encountered during drilling or upon completion Type of drilling. Auger I-0.. 0 'O a.u 0 ~ (/) I-N .... ro ' ' 0 -;f!. --!!! 'O -z <.) ~-gR ...; C C. C -Stratum Description ~ <II OJ~ ~ 0~ Z;-~...; .... QI 0) U..-·c3 C ... ~ u, C _ .. Q) -;f!. -;J!. ii C 0 :, C: a. C: 0 ]~ c: ·-ro .c a. ·-ai +4...: ~ )( ... Q) ::> '51 'O 'o o e·;.: ..0 15. E u 0 1/) > u,·-II) O> 11) .... E 0 0 1/) Q) o-E ro E ·-C: ~~ C ro o 'O ro O> ro w 0 ro 't:I oo ro <ll C C::: ·c: >, iii in "·-:J:J ii: :J -c Ul 0 Ul 0: 0:: a. en o.._ :Eu :I:O:: ::>::>I- I ~ ASPHALT, 3 inches r J BASE , 8 inches -~ CLAY, stiff to har d, liglll brown , with lim es tone fragment s (CH) - l'W' 7 98 22 ,- ~ -50 22 28 22 102 38 42 ~ -5 ~ -23 4.5+ --- - f---- ~ 92 53 21 32 19 4.5+ ,__ --o----------·BO'I TOM OF BORI N G ----~,o ___ ,.... -----~-------· I LOG OF BORIN G NO. B-9 Plate A.11 £'i 'lf'i"l f ... _ ! ! Project No . 13oring No. Project Pav ing Improvements Within Council District 5, Ft Worth, TXJ' .ll .'.LJ 09-1402 B-10 F/'1C 1N1 ·:1ms Driller Ground Elevation Location Bright Street Completion Completion Water Observations Depth 10.0' Date 3-16-09 Groundwater was not encou ntered during drilling or upon completion Type of drilling. Auger 1-0.. 0 "tJ 0.. () 0 ! N Ill f-... "' . . 0 ~ -. .fl "tJ -z u ii~ Strat um Descri ptio n ....; C: C>~ .?;-Q) • .... a. C • ,t:: II) u. -~ ~ :i 'E Q) OJ Ill C..: :g Q) ~ ~ 11 C "O • uo ·o ·c...; Q. C c·-ro .i::." a. 0 ·-Q) ·5 .~ ;l..; ~ )( .... Q) :::, -g, "O 'o 0 I!·-a. E (.) 0 II)> 111 ·-II) C!I f/) ... u "O l;j E .2 .2 II) QI c-E '° E ·-C ~-<ii C n, Q) <1l w 0 n, "O Oo n, a, C: C 'i: :,.. "'·-:J :J ii: :J -C Cl 3: (/) 0 (/) 0: 0: CD CD Q..(/) o.._ ;;!:(.) ::c 0: :::, :::, f- ~ =-. ASPHALT, 3 inches /::. 23 IOI 4744 ~ \ BASE , 2 inches I >- CLAY , ve ry stiff to hnrd, brown to light brown, with limestone fragments (CH) >-84 60 25 35 18 108 4.5 - "' l2 ~ b Cl w 2 0 "' 1 , CLAY , silty , hard , light brown , with lime stone fragments (CL) -------13·0 ·1TOM OF BORING LOG OF BORING NO . B -10 >--5 - - - >-- JO --r--- 88 35 17 18 ltl I 17 4.5+ 17 118 10025 18 4.5+ ------·--- Plate A.12 n~r·f ~ 1 ' ..., • r Prqjecl No . Boring No. Projccl B-11 Paving Improvements Within Council District 5, Ft Worth, Tl...J .!1 . .!L.J 09-1402 E>.:c;J"lEERS Driller Ground Elevation Loca1ion Bur·ton Avenue Completion Completion W.1ter Observations Depth 10.0' Date 3-16-09 Groundwater was not encountered during drilling or upon com1>lction Type of drilling. Auger 0 Stratum Description .D E >, (/) ASPHALT, 1.5 inches r\. BASE , 6 inches ~ ~ b " w z 0 er -, a. W'.-, r:r:; ~ " ~ "' 0 "' g er CLAY, silly , stiff to vel)' stiff, light brown , wi1h limesto ne fragments (CL) -hard with lrncc snnd sea ms below 4 feel LIMESTONE , wea 1hcred, 111otlera1ely hant lighl brown , with occasion al clay scams BOTroM OF BORING ~ I LOG OF BORING NO . B-11 - I-a. 0 a. (J 0 N (I) I-. 0 z ....; C: ;:i 1/) C)~ Q) 'if!. u._ ';f!. ui ui C ~ C. ;: ;: ·-<» a. E u 0 Ill> 00 CIJ QI Q) (ll IJJ 0 iii iii "'·-0 (I) 0:: 0:: a. (I) / 60 -/ .... ~ ,... - ,... 59 c-5 - ... - ... - ... -- 10 l'W ·--- ,, .s ... (ll ~ -. .fl ,, ... 0 ·-,j C/1 Z' . a. C • 0 QI a. ~ ~ ~...; .. QI Ol ·.:; ·c..: Ill C..: :2 :r o• :, C a. C C ·-IV +I ..r ; )( .., Q) ::i '5, ,, '6 0 I!'>< ::i·-CIJ ·-1/) QI CIJ"' t7 E 111 E ·-C §~ C "5 0,, (ll (ll -0 oo ftl QI C C 't: :J :J a: :J -c :ii:() :t:O:: a._ ::i :> I- 41 19 22 18 106 3.0 14 115 2843 28 16 12 14 113 4.5+ ·-----~--~ )()/1.2 " Plate A.13 Ol 12 ;;; b C) w 2 0 IX "' u 0 IX ' .J ... U) C 'lf1-lf l'rojecl No. Boring No . f'rC)jCCI Paving Improvements Within Council District 5, Ft Worth, TX.:, .ll .!LJ 09-1402 B-12 E~Cl'.'IEERS Driller Ground Eleval ion Local ion Burton Avenue Comple1ion Completion Water Observations Depth 10.0' Dnle 3-16-09 Groundwater was not encounterecl during drilling or upon completion Type of drilling. Auger '""o.. 0 'O Q. () 0 ~ Cl)'"" "' ... 111 ' ' 0 ~ ... . !1 'O -z 0 :g i ~ .; . ~ 0 a. C: • Stratum Description ¢:! "' u. .!: o,~ ~ ~ QI ..r ... G> en 0 Q) ~ ~ ii C: 0 00 ·.:; ... C: ·c...: Q. C Ill C: -· :2.., 3<11 C: --111 ~ a. 0 ·-ai .:; .J ~ )( ::, -§, ,, 'ii 0 111 --.D a. E (.) Cl Ill> :,·-Ill "-Ill Cll <II ... 0 'O: E .!lE "'Cll a-E 111 E --C: ~-iii C:"' Q) "' w 0 "''O oo "'Cll C: C: ·c: >-111-:J :J ii: :J -c Cl;: (/) a (/) a:: a:: CD CD ll.(I) ll.-:a:() J: a:: ::,::,'"" ASPHALT, 0.5 inches r 53 28 15 13 II 123 4159 '""'-BASE, IO inches r_ -CLAY, sandy , very stiff, light brown , with li111cstone fragments (CL) - -lir111 at 2' 15 112 1483 - -. -LIMESTONE, weathered . 111odcrmely linrd, light brown , with occasional day se ams -5-I .. 00/0 .75' -- -- -- -- --·-·------10 :'W I 0011" ----·------.. BOTfOM Of BORING LOG OF BORING NO . B-12 Plate A,14 ;; g ;ii b c., w z 0 0:: .., Q. c., "' $; m 0 ,.: u 0 a: ..J ... "' crir·,r . ' ! Projecl No. Boring No. f'rojccl Paving Im provements Within Council Distdct 5, Ft Worth, TXJ .Jl .lLJ 09-1402 B-13 E:'JCl\'EEHS Driller Ground E le val ion Localion Burton Avenue Comp lei ion Complelion Waler Observalions Dcp1h 10.0' Dale 3-16-09 Groundwate1· was not encountered during tJrilling or upon completion Type of tJrilling. Auger 1-ll. 0 "O Q. 0 0 .'!! N Cl) I-.... Ill ' ' 0 ~ 0 ,!!I "O ..... z ·-"O 1/l Stratum Description ..i . Cl~ I!' ~.._; .... C. C • 0 Q) C. ~ "' LL,!: ~ ~ Q) C) 1/l c..: 0 II) ~ ~ Ji C 0 00 ·u ::, C ·c ...;-0.. C :!:! ..r c ·-111 .i=. a. 0 ·-a; ;:; ..r +:. )( .i~ :J "Bi "O '6 0 111 --.0 a. E u 0 1/l > ::, ·-1/l'-1/l Q) o"O ~ E 00 :3 .9! er E 111 E a~ C 111 Ql Ill w 0 Ill "O Oo Ill Q) C C 'i: >, a 0::: 0::: iii in 0..(1) :.::u ii: :J -c :Eo :r a: (J) (/) Q._ :::>:::>I- \ CLAY , stiff lo hard, dark brown to brown , with limestone 19 108 3248 fragments (CH) ,... [ .... 62 54 19 35 18 105 4.5 + -light brown below 3' ... ... 26 4.5+ ,__ 5 !'I... L1.... LIM ESTONE, wca1hcrcd , moderately hard , light brown , ·- ~ wi th occasional clay seams ... - I--tr tr I-- -10 l'W 00/0 .75 ' IKYITOM OF BOR ING ·--- LOG OF BORJNG NO . B-13 Pla t e A.15 #.,~ i -Project No . Boring No. B-14 Prqjc ct Paving Improvements Within Council District 5, Ft Worth, T i ! 09-1402 1::NCJNEl1:ns Driller Ground Elevatio11 Location Burton Avenue Co111ple1io11 Completion Water Observations Depth 10.0' Date 3-16-09 Gro11ndwate1· was not encountered during drilling or upon completion Type of drilling. Auger 0 Stratum Description .0 E >, Cl) !!!Ill!! =-ASPHALT, 4 inches b C) w z 0 a: a' (!) N 0 " ; g: " 0 w.., tr I 0 a. ,__ \ BASE , 2 inches CLAY, sandy, stiff to hard, light brown, with lime stone fragments (CL) LIM ESTONE , weathered , moclcralely hflrd, li ght brc,w;1. with occasio nal clay seams ---·---· BO 'ITOM OF 130RIN G -' ,-' LOG OF BORING NO. B-14 "' <I: "' Q) :,!! t!-~ a. 0 a E u 0 w 0 cu <U 0 a:: a:: Cl) /.: ~/ '- ~ '- -· ·- ,_ 5 - .._ - I-- -- .._ - -10---~ ---- I-a. 0 "O a.u 0 s Cl) I-N ... <II ' ' 0 ~ .... . J!l "O -z 0 :g-g~ +J . ~ 0 a. C: • u...!: en~ ~ u~ Q) • .~ .. Q) O> ....... Ill c:...: ]] C: 0 ·.:; :, C: C: .... a. C: :E.., C: ·-<U ·-w '.;j..: +:i )( ... Cl) ::> "§, "O '6 0 l! ')( Cl)> :, ·-111 ·-Ill cu Cl)+' ·-C: C: <U 0 "O <U 00 Ill Cl) CT E "'E Ill "O Oo t:-'Gi <U ·-<II GI CC: "t: min :.J:.J ii: :J -C: :i::<J o:": :Ca:'. a. <I) a._ ::>;:) I- 70 32 17 15 16 114 3606 17 4.5+ 100/1.5 ' .Q9f0.75 ---------- Plate A.16 07lf'1 1( Prqject No . Boring No . l'rqject Paving Improvements Within Council District 5, Ft Worth, TV .. 1 j_J 09-1402 B-15 F.:-,iCJNEERS Drille r Ground Elev ation Locution Burton Avenue Completion Co mpletion Water Observations Dep th 10.0' Date 3-16-09 Groundwater was not encountered during drilling or upon completion Type of drilling. Auger I-0. 0 'O ll.U 0 ~ N (/) I--... n:, . . 0 ~ . !1 'O -z 0 ·--o· II) Stratum Description ....; C: i:, C. C • 0 Q) C. ;::: II) o,;,,e ~ ~ Q) • .~ .. Q) Cl u. -..... Ill C _: 0 Q) ~ ~ --C 'O 0 o• ·o ::JC C .. 0. C c·-m .c a. II) II) ·-o; :.:i ..r .:; X .... Q) ::, -g, 'O :s 0 ~-)( D a. E (..) 0 ~ ~ II)> ':i .~ ,,,.-II) Q) U) ... E .Q .Q "'Cl) er E ni E ·-C ~·a:; C n:, O'O n:, :>, Cl) (II w a n:,._ n:,,:, oo n:, Q) C: C: ·~ 0 (/) er a:: ID CD a.(/) '..J::J 0::'..J -c ~(..) Cl~ :i:a:: ::, ::, I-(/) Q._ -ASPHALT, 6 inches 69 47 19 28 26 97 17 53 ~ ~ "' b t, UJ z 0 0: " "' CLAY , silty, !inn to stifl; dark brown to brown, wit h Ii rncstone fragments ( CL) -very stiff to hard be low 4' ~ LIM ESTONE , wea th ered, mo dera tely hard, light brown , with occasional clay seams ~---·-----130Tl'OM OF BORING I LOG OF BORING NO. B-15 - --- -5 -- - -- 10 -~ -- 66 46 19 27 26 93 2115 14 117 6519 16 4.5+ 100/1" ------·---·--~---1------ Plate A.17 -- Q ~ b C) w z 0 a: ii C) N 0 :; "' <.) 0 a: I C'1f"l l f Prqject No . Boring No . P~jcct Paving Improvements Within Council District 5, Ft Worth, TV .11. .i.LJ 09-1402 B-16 E'~CJNEE RS Driller Ground Elevation Location Avenue M Complelion Completion Water Observations Depth 10.0' Date 3-16-09 Groundwater was not encountered during drilling or upon completion Type of drilling. Auger t-Q. 0 V Q. u 0 ~ U) I-N -"' ' ' 0 ~ -,.:!! "O .... 0 =a 1 [ ,._. C z 0 Q. C • Stratum Description O>~ i!' Cl> • ..., .i:: (I) U.-~ ~ 'i3 .... -·c ..: QI C) Ill C _. 0 41) ~ ~ 11 C: .~o .. ::, C: C. C C: ·-I'll f 0. 0 0 ·-(D "O -+J )( ... Cl) :::, 'E, "O,; o E·x .D E u Cl Ill> ·5 .~ 1;,.~ Ill 41) .,, ... E Ill Cl> cr E ""E ·-C ~·~ C: tll 0 "O I'll Cl) l'O UJ 0 "'·-"'"O Oo "' ., C C 'L >, iii ai :J :J [:J -c 0~ C/) a C/) IX IX C. U) n._ ~u ::t:C:: :::, :::, t- ASPHALT, 2 inches r 12 Ill 1665 I\ BASE , 7 inches r_ CLAY, silty , firm to vc1)' stiff, dark brown to brown , with limestone fragments (CL) -65 45 21 24 24 97 3.0 - .... 21 109 3350 ~5 --61 45 20 25 19 104 3.5 - -16 4.5 - BO'ITOM OF BOR ING 10 --· ,___ __ ------·--t--·------- LOG OF BORING NO . B-16 Plate A.18 ----· ~ .. ;;i g uJ z 0 a: -, 0. C) "' 0 ., ~ ~ <..) 0 a: F "' Qrir·1f Project No . Boring No . l'~jec1 Paving Improvements Within Council District 5, Ft Worth, TO 11. lLJ 09-1402 B-17 E NCJNEEl{S Driller Ground EleViltion Location Avenue M Comple1io11 Complet ion Wuter Observations Depth 10.0' Date 3-16-09 Groundwater was not encountered during drilling or upon completion Type of drilling. Auger I-a. 0 'O 0..(.) 0 ~ N Cl) I-.'Pl ro ' ' 0 ~ .... "O .. 'w z 0 0 'a -g a. Stratum Description ~ .; C en~ i:-Q) -... 0. C: • :/1 u._ ;;!! ~ :i C QI Ol Cl) C: _. ~ ·o ·-...r 0. C: 2 .c 0. ~ 0 en vi C: :E ...r o• C: .c: C: ·-<II :r: ~ ·-41" ',P..; 'P )( -QI :::, Ol 'O 'c 0 I!·; a. E () Cl Cl)> ::,·-V, ·-Cl) QI Ill .... E .2.2 Cl) Ill CT E ro E ·-C ~-; C: <II 0 'tl <II >, QI ro w 0 '°·-ro 'O Oo ro QI :3:3~ Cl Cl) a:: a:: IXllll a.(/) :J :J ii: :J -C: ~u Cl~ ]: a:: Cl) a. - r---. ASPHALT, 2 inches r 36 49 21 28 14 114 r,.. BASE, 8 inches r._ CLAY , silty, hard, brown to light brown , with interbcdded clayey sand scams (CL) .... 9 119 939 3 - - --30 :iT 18 13 6 I 15 4.5+ I-5 ,- 7 4.5+ --14 4.5+ - -·-BO 'ITOM OF BORING ----i--J()· -------!--· 1---·-·---- LOG OF BORING NO. B-17 Plate A.19 ! ,-. 0 (!) w z 0 0: .., a. (!) N ~ 0, 0 "' 0 0 a: .., ~ I £.i 11rqf Project No . Boring No . Project Paving Improvements Within Council District 5, Ft Worth, Tx.J . .1 . .LJ 09-1402 B-18 ENCJNEEns Driller Ground Elevnlion Location Avenue M Co111plc1io11 Co111p le1io11 Wnter Ob servatio ns Depth 10.0' Date 3-16-09 Groundwater was not encountered during drilling or upon completion Type of drilling. Auger I-C. 0 'O c..u 0 Q) N ... Cl) t-... "' ' ' 0 ~ .... -~ -0 -1n 0 Stratum Description .... C: z 2i' 0. C: • ~~ 0. ¢: II) C)~ ,,e ,,e Q) -... Q) C) U.-u ...... ·c ~-Q. C II) C: _;' 0 Q) ,,e ,,e 11 C: 'O 0 ~:-:::, C: c:·-"' .1= 0. 0 0 ·-cii .:: >< ... Q) ::> 'Bi 'O 'o 0 !? ·-.0 a. E u 0 II)> ·3:t;: v,·-II) Q) II) .... 0 'O ~ E II) Q) o-E "' E ·-C: ~-ii C: "' Q) "' w 0 "'·-"''O Oo "'QI C: C: ·.:: >, a.ia.i :J:J a: :J -C: ::i:U 0~ V) 0 V) a:: a:: Q. Cl) Q. -J: 0: :::> :::> t- rm ASPHALT, 2 inches r 22 112 2914 rs. BASE, 8 inches r-~ CLAY, stiff lo very stiff, brown 10 lig ht brown, with li111estone fragments (CH } --70 75 28 47 22 92 4.0 ' -- ~ ... -21 104 7720 ~ ...... 5 1---------light brown nnd gray below 6' l •l 4.5+ ~ 1----very hnrd below 6' 1---19 4.5·1· - ~------f30'ITOM OF BORING Ill LOG OF BORING NO . B-18 Plate A.20 J>rojecl No. 09-1402 Driller Boring No . Project B-19 Ground Eleva ti on Location Paving Improvements Within Council District 5, Ft Worth, Ts nf .[_J- E:\ICINEl.:RS Avenue M Complclion Completion Water Observations Depth 10.0' Dnte 3-16-09 Groundwater was not encountered during drilling or upon completion 1-----=:..:...::.-....L.-------; Type of drilling. f2 ~ g w z 0 a: ] E >, (/) Auger Stratum Description ,~A:..:S::,.1'~1-1=-A:.::L:;..T,:..;2=-i=-n=-ch=-e-s __________ _,/ I'\ BASE , 7 inches · ,r ~ CLAY, silty, hard , brown lo light brown , wi1h limestone fragments (CL) .... .... L. L-5 .... ,_ L.. ·------·-uo'ITOM Of BORING ···----···---I 0 ~ . 0 CJ a:: 56 44 20 ~ ·o ;; )( 1/1 QI ro -o -c 0.- 24 ~ . e..- :i C .... GI U) ... ·-C: oo :Su 20 11 107 4.5+ 14 I 17 13 4.5+ 13 4.5+ 13378 i-----·--·--·----··-·-""--------~--·--i·--+--- " gL-L--------------------''---....L.--1.---'--·-'----'----,____,'--__,_ _ __,_ _ __,_ _ _._ _ _,_ ___ _ ;·L.:.:L~OG~Of:.....:· B::::::O~R:.:.:.IN:.:::G:...:...N:.:::O~. __::B:.....-.::.:19=---_________________ P_la_t_e_A_.2_1__. Pr~ject No . 09-1402 Drille r Boring No . B-20 Project Ground Elev~tion Loca1 ion Paving Improvements Within Council District 5, Ft Worth, Ts rri:_.J- F.~CJNEERS Edgewood Terrace Street Completion Complcl ion Water Obscrv utions 1-o_c_r_1h_..::l..::O.:..:.O:...'_..__D_at_e_J_-_l_7-_0_9--1 Groundwater was not encountered during drilling or UJ>On completion Type of drilling. ! l-o C) w z ~ -, 0. C) ~ ii 0 ..c E >, (/) Auger Stratum Description '-1...A;;.:;.:SP:;l-,;:IA:..:,L;:,l.:.2·,c.;:2:...:i.:.;.nc:.:.h:.:.cs:__ __________ -// -\ BASE, 6 inches ~/ .... CLAY, sandy , very stifTto hard , brown to light brown , with interbeddcd sandstone seams (CL) BOTTOM OF BORING .... ~ ,_ .... 5 ,_ '- ,_ ,_ 10 VI i ~ E u (II w (/) ~ 0 0 ~ ii .5 11 00 iii iii 0 0 N 0 z o,~ C • ·-GI ~~ .,._ Cl.II) 33 111 19 22 ~ . e! ..r ::, C ;;S •-C oo :a:u 14 18 13 28 22 114 5805 110 5423 4.0 4.0 4.5+ " 81--'------------------'----'---'--'---'-----'--'---'---l.....-....J_--'---L-J___-I a: ~ LOG OF BORING NO . B-20 Plate A.22 I b (.!) UJ z 0 IX I crir1, Pr~jccl No . Boring No. Pr~jecl P11ving Improvements Within Council District 5, Ft Worth, TV .1 JLJ 09-1402 B-21 L '\ICJNEERS Driller Ground Elevation Localion Edgewood Terrace Street Completion Completion Water Observations Depth 10.0' Dale 3-17-09 Groundwater was not encountered during drilling or upon completion Type of drilling. Auger I-0. 0 'lJ 0. (.) 0 ~ "' (I) I-0 ... .E ~ --' ' z :,!! u 'a a:~ Stratum Description ..; C: ~ 0 0. C • ¢: CJ)~ a, • Ill j] ,11 (.)~ ....... ~ . QI Cl Ill C:...: 0 QI ,11 ~ C: • . 0 ::, C c ... 0. C .c a. ~ ... ::, -§, C ·-l'O 0 'iii~ ;;...r ;; )( ... QI 'lJ '6 0 l'O- .0 C. E u 0 ::,-111 ·-Ill a, 1/) .... u~ ~ E 0 0 0 Ill Q) er E cv E ta,, ·-C ~·ai C: l'G >-QI Ill UJ iii ai l'G ,-:J :J a: :J -C: OQ 0~ l'O QI C C: •c: en 0 en a: a: 0. (/) 0. -:'ii(.) :ca: ::>:a- t-,.. ASPHALT, 3 inches r 41 32 16 16 12 116 573 9 r\ BASE, 6 inches ~/\_ CLAY, sandy, very sliff lo hard , brown 10 light brown, wilh inl crbedded sandslone scams {CL) I-45 35 17 18 14 104 4.5+ ..... I-9 120 13099 L.... 5 I.... 13 2.0 I.... ..... 16 4.5+ I- .. --BO'ITOM OF BORING 10 LOG OF BORING NO. B-21 Plate A.23 "' g a: .., ... "' I Ci r'lf1 "1( Prqject No . Boring No . Prqject Paving Improvements Within Council District 5, Ft Worth, TX., .!I .. !..LJ 09-1402 B-22 E"1(;JNEERS Driller Ground Elevation Location Plants Avenue Completion Completion Water Observations Depth 10.0' Date 3-17-09 Groundwater was not encountered during drilling or upon completion Type Auger of drilling. ... a. 0 "Cl a. (J 0 .!I cni-N .... 111 I I 0 ~ .... • J!I "Cl -z <) ii~ Stratum Description ..J • ~ ... Q. C: • ¢! "' I:!: 4§ CD~ i!, ~ ~.,J Ill Cl Q) ~ ·;:; :, C: ·c~ ... a. C: CII C:..: 0 ~ C: • ..,o c ·-111 £ 'ii 0 0 ~~ ·-QI :2 ..... ~..; .., )( -111 :::i '§, "Cl '6 o e ·;:; .D .,. .. E a. E (J C UI > :::,-UI ·-rn 111 ·-C (5~ C: "' c.>'1:J., 0 00 rn Ill uE 111 E "'"Cl Ill 111 w "'·-oo "'Ill C C: ·.: >, 0 V) a:: a:: a'ia'i a.(/) :J :J 0::J -c ::e (J :x:a:: :::l:::11-V) a._ I""'\ ASPHALT, 2.5 inches r 36 17 19 II 113 14914 CLAY , sandy, very stiff lo hard, reddish brown to light .... brown, with interbedded sandstone seams (CL) .... 28 33 16 17 II 95 4.5+ ~ .... 4 4.5+ I-5 ..... 53 24 15 9 9 97 3.5 ..... ,• SAND , very dense, light bro,\~1 (SP) ,_ - ·. ,___ 10 l'X 5014.5" B()'ITOM OF BORING ·-- LOG OF BORING NO . B-22 Plate A.24 Ci rirlf Pr~ject No . Boring No . PrQject Paving Improvements Within Council District 5, Ft Worth, TXJ .!l. .!LJ 09-1402 B-23 E>JC l'.\/E ERS Driller Ground Elevation Location Plants Avenue Completion Completion Wn1er Observations Depth 10 .0' Date 3-17-09 Groundwater was not encoun tered during drilling or upon completion Type of drilling. Auger I-a. 0 "Cl a. u 0 .5 N Cl) I-0 ... -~ ~ .... ' ' z ~ 0 '5 'g :g_ Stratum Description .;:i (/) .._. C a,~ z. a, • a. C: • U.-~ u~ ...... ~J QI Cl (/) C:..: 0 a, ,!! ~ ll C: • 0 ·u ::, C: a. C: ~ a. 0 "Cl C: .c C: ·-I'll .D 0 ·-a, 'S·~-:.:,. ... · ·.: >( ..., GI ::, 0) -o'o 0 I'll ,- E E u Cl (/) > (/)'-(I) GI <I)-o-6 1;l 00 l3 .!! o-E 111 E ·-C: ;:,ai C: "' >, <D I'll w 0 I'll "Cl Oo Ill QI CC i: Cl) 0 en 0: 0: moo a. Cl) :J :J a: :J a: 5 :Eu 0~ :co: ::, ::, I- h. ASPHALT, 3 inches , 39 18 21 JO 116 16068 ~ BASE, 5 inches r ._ CLAY , sandy, hard, light brown, with sand seams (CL) .... 9 4.5+ ... -SAND , vc1y dense , light brown. with sondstone senms (SP) I-5 rx: 5013.5" -- -- ·. .. .... - ... - ., ·• _ .. __ "' ---5013" ~ ,.:...:. --1301TOM.OF BORING ... -····--1-10---------,___ -----·--~~- I b C) w z 0 ,r LOG OF BORJNG NO. - B-23 Plate A.25 Ei (!) w z i? ... "-Cl N 0 ! I £: 11f1 1( Pr~jcct No. Boring No . l'r(\jCCI Paving Improvements WiCbin Council District 5, Ft Worth, TV .JJ. .. lL.J 09-1402 B-24 E>JCINEERS Driller Ground Elevation Loca tion Plants Avenue Completion Completion Waler Obser vnrions Depth )0.0' Dote 3-17-09 Groundwater was not encountered during drilling or upon completion Type of drilling. Auger I-a. 0 ,;, a.(.) 0 .! (I) I-N ... "' . 0 :,t 'ti .f ,;, - .,,; C z ~ 0 .... Q. C: • :g-g ~ Stratum Description ;i: "' C)~ ~ ::,!! II> • Cl> lj) I!:-...... U) C:...: Cl> :,t ::,!! ". 'ij ::, C: -.; ll. C I ;J C "O C: .c C: ·-a, .i= a. 0 . ·-,; ~...: +:i >< .. QI "O '5 0 <11·- C. E u 0 U) > ·:5~ 111 ·-Ill Ill II) .... ::, 0) 0 .a 1,1 00 Ill QI C"E "' E ·-C: i:' 'ii C: <O Ill "' w 0 "'·-111"0 0 0 "' 4> C: C: ·c: >, 0 (/) a: a: iii iii a. (I) :J:::i a: :::i -C: ~u 0~ :ca: ::, ::, I-en a__ ASPHALT, I inch r 45 50 21 29 15 109 4.5+ CLAY, sandy, hard , reddish brown , with occasional L.. clayey senms (CL) <-II 115 15664 <-- I---grade s with sand seams below ,1' 23 28 16 12 9 96 4.5+ '-5 - ~ 6 4.5+ '- SAND, dense 10 very dense, liglll brown , wirh sandstone .. scams (SP) ~ - -··---·M-•-'-10 IX 50/0.5'' BO'ITOM OF BORING LOG OF BORJNG NO . B-24 Plate A.26 ,:: u 0 a: .., ti; c r-ir·1c Pr~jecl No. Boring No . Project Paving Improvements Within Council District 5, Ft Worth, TV .1 . .lLJ 09-1402 B-25 E ':\lCINEl·'.l<S Dr iller Ground Elevnt io11 Location Plants Avenue Comple1io11 Completion Wntcr Observations Depth 10.0' Date 3-17-09 Groundwater was not encountered during drilling or upon completion Type of drilling. Auger ... Q. 0 "O Q. 0 0 s N (/)I-... ... ftl . . 0 ',fl. • .!!J "O ... z u ·--ti'"' Stratum Description ,..; C .a, ~~ C • 0 Q) 0. ¢: "' a-ae ~ ~ Q) • Q> 0, !!:::: ·u ..... Ill c..:- 0 Q) .fl. ';/? l~ C • ~:,. uo ::, C C .. 0. C c ·-.,, .0 .c a. ·-I) +l ....... ',W )( iiiS ::> '5, "O '6 0 .,, __ a. E u 0 Ill> :,·-v,·-"' Q) u'ti ~ E Ill G) t:TE ra E ·-C ~·; C ftl Cl) <ii w 0 Ill ·-""O oo ftl G) C: C •;: >, 0 (/) " " iii iii ll.(I) :J :.J i:i::.J -c ::i:U Cl~ l: Ct'. (/) o._ :>:::, ... """ ASPHALT, 3 inches r 17 112 5786 CLAY , sandy , ve ry stiff to hard , reddish brown, with -sa nd sc ams (CL) -wit h cl ay ey sca ms at 2' -42 53 22 31 16 108 4.5 ,... -s ti ff al 4' ,... 13 114 2707 ,-.. 5 - ,... -20 4.5+ - SAND . medium dens e, light brown (SP) .. ·. -x 18 - 10 -·----· ---· ----_,._. __ -·--·-------BO'ITOM OF BORING LOG OF BORING NO . B-25 Plate A.27 £1 r-ir·1, Prqject No . Boring No . Project Paving Improvements Within Council District 5, Ft Worth, Tx.::" . .ll _!J_J 09-1402 B-26 ENCJ!'H'.ERS Driller Ground Elevation Location Capers Avenue Completion Completion Water Observations Depth 10.0' Dnte 3-17-09 Groundwater was not encountered during drilling or upon completion Type Auger of drilling. .... 0. C> "O a.u C> s N Cl) I-... tll I I 0 ~ ... -~ "O ... z u ·-"0-Ill Stratum Description .J • z, ... Cl. C • 0 QI Cl. ¢:: :3 u.. ..5 Cl)ae :,e u';;!. ·u I!!.; "Ej QI 0, IA C ~ 0 ~ :,e 11 C -"O . :, C 0. C c-ftl J: ci 0 . ·-QI ·5~ ·.:;..: ; )( 1;;! ::> 0, "O '5 0 !!·- D a. E u C Ill> ia ·e Ill Q) U"O ~ E IA QI er E •- C 5~ C OI QI 111 w a "'·-tll "O oo ftl QI CC •.:: >, ai iii :.::;:.::; ii: :J -c (I) 0 (I) 0:: 0:: 0. (I) a._ !:i:U :i:: a: ::, ::> ... CLAY , silty, stiff lo hard , brown to light brown, with 19 109 3310 limestone fragments (CL) ._ -70 39 18 21 19 106 4.5 - '--' 16 119 5161 L... 5 ------19 4.5+ - -21 4.5+ .... ---10 ---------·~ ---·--·--·--·--·-·--·- B01TOM OF BORING LOG OF BORING NO. B-26 Plate A.28 s "' 0 0 a: I ~ C 'lf'l l f Pr~jectNo. Boring No. Pr~ject Paving Improvements Within Council District 5, Ft Worth, TX:, .!l ll.J 09-1402 B-27 E NCINEEns Driller Ground Elevation Location Capers Avenue Complet io11 Completion Water Observations Depth 10.0' Date 3-17-09 Groundwater was not encountered during drilling or upon completion Type of drilling. Auger I-Q. 0 ,, a. (.J 0 .s N (I) I-0 .... . 'E ~ .... . . z ::,e 0 ·-'O II) Stratum Description ...: C . 0. C • 0 QI a. 01~ ~ QI • .... ~ <J> U.-::,e ~ .3~ QI C, Cl) c...: 0 Cl) ~ ~ 11 C • 0 o• ·o ·c .... 0. C .c C. 0 ~.,J ::, '6, c ·-"' .0 ·-Cl) ~J +J )( II)+' 'O 'o 0 "'·-a. E 0 0 II) > :,•-111 ·-VI Cl> di~ E 00 Cl) QI o-E "'E ·-C ~-Qi C: "' Cl) (I) w 0 "',, 0 0 "' Q) CC '.'.: >, iiio:i "'·-::; :J a:::; -c o::= U) 0 (I) Q:'. 0: a. Ii) "--:E (J ::c er ::, ::, f- ASPHALT, I inch I 59 41 18 23 21 107 3962 I'\ BASE, 6 inches r .... CLAY, silty, very stiff, dark brown to brown , with limestone fragments (CL) .... 18 107 4312 >-- -55 19 104 3.0 -5 -18 3.0 - >---hard below 8' 22 4.5+ >-- ~ 10 ----···· ------BO "ITOM OF BORING ----·----,_ -----·~-- LOG OF BORING NO . B-27 Plate A.29 £"1 r:r ·1r ....... ! !. Project No . Bori ng No . Proj ect Paving lm1>rovcment s Within Council District 5, Ft Worth, T>C' .:.1 .lLJ 09-1402 B-28 ENCJNEEHS Dr ille r Ground Elevation Location Osborne Lane Con1pl etion Completion Water Observations Depth 10.0' Date 3-17-09 Groundwater was not encountered during drilling or upon completion Type Auger of drilling. I-Q. 0 "O Q. u 0 .$ N Cl) I-.] "' ' 0 ~ .... "O -u '5 -g ~ ...: C z 0 a. C: • Stratum Description ¢: U) C)* ';/!. (.)';/!. ~ (I) • ... Gl C> 11.-..... U) C: ...: ] (I) ';/!. ::l! }~ C: :E.r ·.:; :J C: ·c:..; Q. C: C: -"' .c C. 0 ·-a,· :.:; .; p )( ... Gl :::, "El 'tl'o 0 ~->< 0 U) > Ill'"' E a. E (.J :, ·-1/1 "-Ill a, ·-C: c:,'iii C: "' u 'O '" (I) ro w 0 00 U) a, CTE "'E "' -0 0 0 "' Gl C: C 'i: >, ii5iii '"·-:J :J it :J -C: ~u 0~ CJ) Q U) 0:: a: a. Cl) a. -ra: :::, ::) I- \ ASPHALT, I inch r 32 16 16 18 111 53 I l , BASE, 6 inches r ,_ CLAY , sandy, stiff 10 very stiff brown to light brown, with sand seams (CL) I-59 36 17 )9 18 I 15 3438 I- ---· -I 8 l 13 3610 -hnrd be low 5' >-5 16 ,1.5 .... - .... .. 22 4.5 .... 10 ------1---·-·---------·---·--------130-ITOM OF BORING ., .., I LOG OF BORING NO . B-28 Plate A.30 ,,, .., '7 O> 0 "" 0 0 1%'. ... l;; C 'lf1lf PrQjcct No. Boring No . Project Paving Improvements Within Council District 5, Ft Worth, TXJJ !l JLJ 09-1402 B-29 E\'CINEERS Driller Ground Elevation Location Osborne Lane Completion Completion Water Observations Depth 10.0' Date 3-] 7-09 Groundwater was not encountered dui;ng drilling or upon completion Type of drilling. Auger 1-ll. 0 "O ll. l) 0 2 Cl) I-N .... <II ' 0 ~ .... • .1!3 "O .... :z 0 :g ,g a ...; C 0 a. C: • Stratum Description ¢:: "' O>~ ~ u~ ~ a, • .. Cl> C) U.-... -"'c:...: 0 QI ~ ~ ll C: ·;:; ::I C: ·c...: ll. C: £ a. 0 "C -::J-§, C: -<II .D ·-41 ·s~ :.Q..; :,p )( ... a, -0'5 0 111-a. E u Cl "'> VI·-VI a, <fl ... u {; ~ E 00 VI O> crE "'E ·-C c':'·.; C: <II a, <II w 0 ., "C Oo <II Cl> C: C ·.: >, ai iii .,, __ :J :J 0::J -C 0~ (/) 0 (/) r:r r:r a. Cl) o.._ ~u :x:r:r ::J ::JI- i\-ASPHALT, 3 inches / JO 4.5+ r--.. BASE, 6 inches ,,._ CLAY , silty , hard, dark brown, with limestone fragments (CL) -58 40 18 22 II I 17 4.5+ 10496 - t-I I 121 4.5 + 15585 ..... 5 t-15 ,1.5 t- -· ~ CLAY , hard , gray and light brown, shnlcy (CH) 22 ,1.5 - ~ ..,_._ ___ B0Tr0M OF BORING 10 --·-··-----------·-··-·----~---- LOG OF BORING NO . B-29 Plate A.31 ' d e ~ ' ... 0 C) w z 0 "' ~ s ., { ' -Project No . Boring No . Proje ct Paving lmp.-ovements Within Council District 5, Ft Worth, T 1 09-)402 B-30 E '."JCJ'.\!EE HS Driller Ground Elcvntion Location Osborne Lane ·-Completion Completion Water Obscrvntion s Depth 10.0' Date 3-17-09 Groundwater was not encountered during drilling or upon completion Type of drilling. Auger I-0.. 0 "tl 0..(.) 0 .e N (I) I- 0 -.n ~ -~ . . ~ u .; C: z 0 a. C: • ~ al a. Stratum Description ~ Q) • .... ~ 1/l LL-O)~ ~ ~ ....... a, 0, 1/l C: _. 0 a, ~ ~ "u;'in C: "tl . .20. ·.:; :J C: ·c~· 0.. C C: ·-t'll .r:. a. ·-oi :.:. >< ti !I :J '§, -o'o 0 t'll ,-.0 a. E u 0 3: 3: 1/l > ·s~ t; .~ 1/l Q) u -0 ~ E 0 0 1/l a, O" E t'll E ·-C: gi C: t'll Q) t'll w 0 t'll 'O Oo t'll a, C C·t: >-ii5 ro t'll ,-:J :i a: :J -C: (I) 0 (I) Ir Ir ll.<n ll.-:'.iu :i:: 0: :J ::i I- ~ ASPHALT, 2 inches r 18 112 4178 "'""\. BASE, 6 inches r- CLAY, silty , still: gray and light brown (CL) ... 67 45 19 26 15 116 3778 ... ... -har d below 4' 13 4.5 + ._ 5 --17 4.5 I- - ' CLAY , hard. brown to light brown , shnlcy (CH) 21 4.5 + 0 - ----10 ··-·-~----·-· .. -·---~ ···--·---·--· -f.-·-----BOTTOM OF BORING I LOG OF BORING NO. B-30 Plate A.32 b C) ,u z 0 a: ..., Q. C) ~ gi ~ u 0 a: ..J :;; Ci rir ·1c Proje ct No . Boring No. Project Pav i ng Imp rove ment s With i n Coun ci l Distr ict 5, Ft Worth, T V .ll .lL..J 0 9-1402 B-3 1 E .~CJNE E R S Dr ill er Ground Elev atio n Loc ati on R a nsom Terr ace Complet ion Compl etion Wate r Observa tions Depth 10.0' Date 3-1 7-09 G roundwa ter was no t en coun tered durin g drillin g or u po n completion Type o f drill ing. A uge r I-a. 0 'O ll.O 0 Cb N ... U) I-... Ill ' ' 0 ~ ... . J!l 'O .... z <) ·-"C"' ..J • z-. 0 11 C • g~~ Stratum Description CJ)~ (I) • ¢: en u.-= ~ ~ .... ~ .. Cl> 0) E Q) ::l? ::l? ih ~ C 'O 0 <) 0 ·;:; :, C C .. ll. C c ·-"' .c a. 0 0 ·-a, z....r '.Q )( +J a, ::, "El 'O '5 0 ['!·-:C J ·-... a. E u 0 "'> :i ·-en ·-Cl) Q) IJI +' 0 "ti~ E 0 0 0 "' a, o-E "' E "'"ti ·-C ~-.; C n, >, (I) "' w in iii 111.-oo Ill a, C: C ·;: U) 0 (/) ex: ex: ll.(/) :J :J a: :J -c ::E u o :i: ICX: ::, ::, I-a._ !!Ill!!! ........ ASPHALT, 4 inches /" 48 19 29 24 102 3130 BASE, 3 inch es -; C" CLAY , si lty. stiff, brown I<> light brown (CL) -46 19 27 12 117 4.0 C" -18 Ill 2046 -5 - \ CLA Y, hard , gray and li ght bro wn. shnle y (C H) 22 4 .5+ - ~ -25 4.5+ - 10 ------~. ----------···-··-· -·--·····-BO'ITOM OFBORlN G LOG OF BORING NO . B-31 Plate A.33 b Cl UJ z 0 0: '• 0 0 "' <.> C1 rir l f l'rqject No . Boring No . J'rojecl Paving Improvements Within Council District 5, Ft Worth, TV !J. !l__J 09-1402 B-32 F.~CJNE1ms Dri ller Ground Ele va tion Location Ransom Terrace -Completion Completion Water Obse rvatio ns Dep rh 10.0' Dare 3-17-09 Groundwater was. not encountered during drilling or upon completion Type of drilling. Auger I-a. 0 "O 0. u 0 2 N en f-,2 <II ' ' 0 ~ -"O -z t.) '51~ ..: C ~ 0 C. C -Stratum Description .;:i Ill u. -D)~ ~ .~~ ~.; ... Q) Cl Ill c...: Cl) -t!-u; uj 0 ·u :J C ·-...; 0. C 0 ,I!. C C .C C ·-<II .0 .r=. a. ~ ~ ·-oi :E...; ci>·~ ;:; )C ... Q) ::, Cl "O '5 0 <11-a. E l.) 0 Ill> :,·-VI Cl) Ill .... u-0 ~ E 0 0 VI Q) c-E "'E -c a~ C <11 >. G) <1l w 0 iii iii Cl)._ <1l "O Oo ta QI C C 'i: 0 VJ 0:: 0:: 0. (/) :.J:.J ci::.J -c :li:u :co:: ::, :::, I-VJ a. - .. . --..._ ASPHALT, 3 incb es f_ 27 93 1347 \ CONCRE TE , 5 inches CLAY , si lty, firm lo stil I brown to li ght brown, shaley (CH) -24 104 3472 -- -----hard below 4' 76 45 20 25 19 112 4.5 -5 - \ CLAY, hard , gray nnd light brown , sbaley (CH) 2 1 4.5 + -- ~ -21 4.5+ -- ~ ·--· ---10 --BO'JTOM OF.BOR ING -0 Q'. ..J I-v, ·., LOG OF BORING NO . B-32 Plate A.34 I ... D c.:, w 2 ~ .. -Project No . Boring. No. l'r~jecl Paving Improvements Within Council District 5, Ft Worth, Tk I 09-1402 B-33 E:-:Cl :"J fE RS Driller Ground Elevation Location Valley Vista Drive -Completion Completion Water Observniions Dcplh 10.0' Date 3-17-09 Groundwater was not encountered during drilling or upon completion Type of drilling. Auger I-Q. 0 u Q. CJ 0 2 "' 1/)1--'" . . 0 ~ ... . ti u -z u ·--a"' Stratum Description .; C C)~ l:' a, • ... a. C • 0 a, 0. ;::: 1/) u.._ ~ ~ ·u ~~ ·2..r .. Cl C/1 C..: 0 a, ~ ~ r~ C 0 u 0 Q. C .i:f 'O • c·-RI a. 0 ·-ri ~:ti' :;:J )( :::, -§, "O 'ti 0 '"·-.0 a. E CJ Cl UI > ·5~ 1/) a, 1/) .... 0 'ti :ij E 00 1/) .. c,-E '"E ·-C ~·; C <a >-a, '" UJ 0 iii iii RI --RI -0 oo '" .. C C ·.: 0 II) 0: 0: a. II) :J :J a: :J -c ::i: CJ 0~ :c 0: (/) a. -:::) :::) I- ~i} CONCRETE, 7 inches 34 31 16 15 JO 116 184 36 I CLAY , sandy. hard , reddi sh brown to lig ht brown , wit h ..... - san d seams (CL) ... 15 29 17 12 4 .. - SAND, li gh t brown. ve ry dense, ccmcn1cd (SP) I-5 X 5014" ..... - ..... - -- ... - ~ 50/4" 1--- ..:..----· 130TIOM OF BORING 10·--·· -------r------·-· ----·- I LOG OF BORING NO. B-33 Plate A.35 SOIL OR ROCK TYPES --=-GRAVEL -. •• •• • • • SAND •••• SILT HIGHLY PLASTIC CLAY LEAN CLAY LIMESTONE SHALE CONGLOMERATE Shelby Tube Auger Spli t Spoon TERMS DESCRIBING CONSISTENCY, CONDITION, AND STRUCTURE OF SOIL Fine Grained Soils (More than 50% Pass ing No. 200 Sieve) Descriptive Item Penetrometer Reading, (tsf) Soft 0.0 to 0.5 Firm Stiff Very Stiff Hard 0.5 to 1.0 1.0 to 2.0 2.0 to 4 .0 4 .0+ Coarse Grained Soils (More than 50% Retained on No. 200 Sieve) Penetration Resistance Descriptive Item (blows/foot) Oto 4 4 to 10 10 to 30 30 to 50 Over50 Very Loose Loose Medium Dense Dense Very Dense Relative Density 0 to20% 20 to 40% 40 to 70% 70 to 90% 90to100% Rock Core Contains appreciable deposits of calcium carbonate; generally nodular Having inclined planes of weakness that are slick and glossy in appearance Composed of thin layers of varying color or texture Containing cracks, sometimes filled with fine sand or silt Cone Pen No Recovery Soil Structure Calcareous Slick en sided Laminated Fissured lnterbedded Composed of alternate layers of different soil types, usually in approximately equal proportions TERMS DESCRIBING PHYSICAL PROPERTIES ·oF ROCK Hardness and Degree of Cementation Very Soft or Plastic Soft Moderately Hard Hard Very Hard Can be remolded in hand ; corresponds in consistency up to very stiff in soils Can be scratched with fingernail Can be scratched easily with knife ; cannot be scratched with fingernail Difficult to scratch w ith knife Cannot be scratched w ith kn ife Poorly Cemented or Friable Easily crumbled Cemented Bound together by chemically precipitated material ; Quartz, calcite, dolomite, siderite, and iron oxide are common cementing materials. Degree of Weathering Unweathered Slightly Weathered Weathered Extremely Weathere d Rock in its natural state before being exposed to atmospheric agents Noted predominantly by color change with no disintegrated zones Complete color change with zones of slightly decomposed rock Complete color change with consistency, texture , and general appearance approaching soil KEY TO CLASSIFICATION AND SYMBOLS PLATE A.36 Major Divisions Grp. Sym . Typical Names C: 0 ,.._ ti -~ l: VI Q) > Well-graded gravels , gravel- GW sand mixtures, lillle or no fines Poorly graded gravels, gravel GP sand mixtures, little or no fines ~ "' ~ ·o (/) -0 <11 C: "§ 'fl ~ <11 8 ~c ~ Q) <ii ~ -~ > > ro 1/)1-----1----1-----------~ o, ro o '<t .iii : .. (.) . ~ ~ GM Silty gravels , gravel-sand-silt 4i ·~ ro ,.._ mixtures .,, <11> :€(1)~ '- 0 '-''+-0 o ~z N -C o ~ 1 1/) Laboratory Classification Criteria D60 (030)2 C0= -----greater than 4: Cc=········-----between 1 and 3 0 ,0 010 X 060 Not meeting all gradation requirements for GW Liquid and Plastic limits below "A" line or P .I. greater than 4 z C: -ro C: 1/) ro = ..c o-1/) ... 3 :o .§ 1----+------------B -~ "'ro <llo o,t-----------l Liquid and plastic limits plotting in hatched zone between 4 and 7 are borderline cases requiring use of dual symbols <I) "O Ol Q) ... . 5 ..!l! C1l VI .... ·-en-' ro Q) ·-(/) ... .... Q) ro .... 0 co o E Q) £ 0 -ro .c £ <I) 0 ~ aiUo No > <ll GC Clayey gravels, gravel-sand-'iii N ~Q. cci <.9 a. clay mixtures ·00 z 1/) rn (.) • Q) : .s : i::: : Q) Liquid and Plastic limits above "A" line with P .I. greater than 7 ~ rn~ E ,s :~i-----------'----------1 :o : co 0 .... ~ ~~ <1> SW Well-graded sands, gravelly ~ <E sands, li!tle or no fines ] ~ <II O '-C .!!? (/) C Ol O § Q) ~ a ---------------<-g ·u :;;; N Q) Q) Poorly graded sands ; ro ; ...: c ~ ·iii c3 E SP gravelly sands, little or no ~ -;;; ~ 8 ~ g? d fines ~ .~ ~ <ii · Doo (03o)2 C.,= ·••·· grea ter than 6 : Cc= --------------between 1 and 3 D,o D,o x Ooo Nol meeting all gradation requirements for SW <l)<lJQ) -vo....: ~ ~ ~ .(/)inl-----1------1-------------lO o o. N c t-----------r-----------l roroo'<t o (/)<II L!')..-~ = U) o · :g, g' ~ ~ <ii Liquid and Plastic limits ~ 0 ~ 1/) c Silty sands , sand-silt ro c .c ..c a. o ~ 15 SM c <11 v; --N below "A " line or P .I. less Liquid and plastic limits E := c: <+= E mixtures v l:? 3 VI Q) ..-th 4 ~ ro rn .c ro ,.._ o <11 o ~ o o an plotting between 4 and 7 ~ :S j ~ g 1----+---------------~ ~ ~ ..J ~ ;;; 1-------------are borderline cases n> a; .iii 0 0 N ci z C ro .c 1/) :: ::: Q) g ';ij "O E ~ VI ·ro .!!? .... _ 9>.~ ~~ ·-ro u. E 0 .... <ii ..c C: ro :S ~ 0 ~ g (/).g'+= Q)~~ ~u .5~-o Liquid and Plastic lirni1s above "A" line w ith P .I. greater than 7 requiring use of dual symbols ~ rn ~ SC Clayey sands, sand-cla~, E -g ~ '5 (fJ a. mixtures v <11 u> :;:;. a. -c.u> ~ ~~~ >,-~ -C <I) .c ro = .Ql 0) (/)0 I.._ 0 ML CL Inorganic silts and very fine sands, rock flour, silty or clayey fine sands , or clayey silts with slight plasticity Inorganic clays of low to medium plas1icity, gravelly clays, sandy clays, silty clays , and lean clays OL Organic silts and organic silty clays of low plasticity MH CH OH Pl Inorgan ic sills, micaceous or diatomaceous fine sandy or silty soils, elastic silts Inorganic clays of high plasticity, fat clays Organic clays of medium to high plasticity, organic silts Peat and other highly organic soils r,o,..--t---·r--;-----.---1---t---+---r---+I/-~ 5 .. / CH / / 401---ll--l---1~---+----1----1---1--/,"---I--+--~ 1il / 'E '5 301--1---1---+----+---1---+--1---+--+---l I .. ~ ·~ OHa1 dMH CL V 7 t---C--'L---M-L~-/-?'I ML a 1d OL 4 V 0 L--1---L---'----"---L---"---L--....L.---L---l 0 10 2 0 30 4 0 50 60 7 0 80 90 100 liquid Lim il Plasticity Chart UNIFIED SOIL CLASSIFICATION SYSTEM PLATEA.37 Boring B-1 B-1 B-3 B-3 B-4 B-6 ---· 8-7 -----B-8 B-9 B-10 . B-10 --8-11 8-11 B-12 .. B-13 8-15 8-15 8-16 8-16 -·-·-8-17 8-17 .. B-18 B-19 8-20 8-21 8-21 B-22 8-22 __ ....... ..., Sample Depth (ft) S-1 0-2 S-3 4-6 S-1 0-2 S-5 8-10 S-1 0-2 S-1 0-2 S-1 0-2 --·-· S-2 2-4 S-3 4-6 ·-S-2 2-4 ··-S-3 4-6 1------· S-1 0-2 -·-·-S-3 4-6 S-1 0-2 S-2 2-4 S-1 0-2 S-2 2-4 S-2 2-4 S-4 6-8 ~------S-1 0-2 ·-----S-3 4-6 S-2 2-4 SWELL TEST RES UL TS PROPOSED PAVEMENT IMPROVEMENTS COUNCIL DISTRICT 5 FORT WORTH, TEXAS STL PROJECT No. 09-1402 -Liquid Plastic Plasticity Initial Final Limit Limit Index MC(%} MC(%) 44 18 26 14 21 NT NT NT 15 23 37 17 20 11 21 70 26 44 24 27 -·· 42 19 23 18 28 -. 32 17 15 12 23 -44 19 25 15 20 . 42 20 22 15 18 50 22 28 22 28 ---· ---60 25 35 18 21 ------35 17 18 14 17 ·---------------41 19 22 18 22 ···-----f---28 16 12 14 18 ·-· 28 15 13 11 17 54 19 35 18 24 -· 47 19 28 26 27 46 19 27 26 29 45 21 24 20 25 45 20 25 19 21 ·-----··--·---· 49 21 28 14 18 ---------31 18 13 6 19 ---------75 28 47 22 33 __ .. _ ·-·---· S-2 2-4 44 20 24 11 24 --S-2 2-4 41 19 22 14 19 S-1 0-2 32 16 16 12 18 Load (psf) 125 625 125 1125 125 125 125 375 625 375 625 125 625 125 375 125 375 375 875 125 625 ----· 375 375 375 125 ·-· S-2 2-4 35 17 18 14 20 375 --·---S-2 2-4 33 16 17 11 22 375 --------· S-4 6-8 24 15 9 9 20 875 .. . --~-=~=== -z1.~•UD.: -Swell Swell (%) Ratio 1.5 1.44 2.1 2.00 2.1 2.52 0.7 0.84 ·--0.4 0.24 2.9 1.74 -· 3.2 3.07 ------··---·· 0.5 0.60 2.9 2.78 0.1 0.12 0.1 0.12 ------0.3 0.22 ----------···-0.1 0.07 ---·-"-----·--.-· 0.5 0.30 0.7 0.50 3.3 3.17 0.2 0.19 0.4 0.48 0.1 0.12 ----4.6 5.52 3.4 4.08 ----------2.8 3.36 --2.6 3.12 0.3 0.36 1.7 2.04 --0.1 0.12 --·-0.1 0.09 0.1 0.09 ··-· Plate A.38 Boring Sample Depth (ft) B-23 S-1 0-2 B-24 S-1 0-2 B-24 S-3 4-6 B-25 S-2 2-4 B-26 S -2 2-4 B-27 S -1 0-2 -B-27 S-3 4-6 8-28 S-2 2-4 -·---·--B-29 S-2 2-4 B-30 S-2 2-4 - 8-31 S-2 2-4 B-32 S-3 4-6 -···------B-33 S -1 0-2 NT=Not Tested SWELL TEST RESULTS PROPOSED PAVEMENT IMPROVEMENTS COUNCIL DISTRICT 5 FORT WORTH, TEXAS STL PROJECT No. 09~1402 Liquid Plastic Plasticity Initial Final Limit Limit Index MC(%) MC(%) 39 18 9 9 20 --·-50 21 29 15 20 28 16 12 9 22 53 22 31 16 20 39 18 21 16 19 ----·~·------- 41 18 23 16 24 --- NT NT NT 19 21 ---·-··--.. --36 17 19 17 18 --···· -----··----40 18 22 11 20 ----·-· 45 19 26 15 17 ----I--··-------------------46 19 27 12 20 -----· ·----·-------·-45 20 19 15 18 --------------· --------·-· 31 16 15 10 21 ·-----------··-·----------·-'---·-··--·----'--· Load Swell Swell (psf} (%) Ratio 125 3.1 1.86 --125 0 .9 0.86 625 0.1 0.09 375 1.2 1.15 !--· 375 0 .1 0.12 -----· ··-·---·--· ~---125 1.5 1.8 625 0.1 0.12 ---375 0 .1 0.12 375 3.1 3.72 375 04 0.48 ----A------·-375 0 .3 0.36 ---------~-~------·-·-----·-625 1.0 1.2 125 2.7 1.94 -·--·---------- Plate A .38 B ori ng No. Depth ---------___ _Jfil B-3 0-2 -· B-5 4-6 --------B-12 0-2 -----------· B-16 2-4 --· B-19 2-4 -----·---··-·--B-21 2-4 -·---B-22 0-2 LIME SERIES TEST RESULTS GEOTECHNICAL INVESTIGATION PROPOSED PAVEMENT IMPROVEMENTS COUNCIL DISTRICT 5 FORT WORTH , TEXAS STL PROJECT No. 09-1402 ·---------- Descript io n Perce nt Li qu id P lastic Lime{%} Li_~i t (!:!:L. -· Li m it {P L) 0 37 17 ·-Pl asticity I nd~~(!:'_~-- 20 C la y, silty, ·------------. bro wn t o 3 37 23 14 ------light brown 6 36 29 7 9 36 34 2 ---· -- Cl ay, light 0 73 26 4 7 -· ·---·-b rown and 3 74 32 42 ··---------·-··--, ·-------g ra y 6 73 37 36 --···------------·--------·------------------- 9 74 44 30 -·-· ---· ___ ,._ --·-···-----r---· C lay , sandy, 0 28 15 13 -·-----------light bro wn 3 28 21 7 ·--··-----------·- 6 28 26 3 ·-··--·----· 9 28 26 2 --· ··-·--· C la y, silty , 0 4 5 2 1 24 dark brown 3 44 27 17 -· ---to brown 6 45 31 14 ------·--··--------· ---·-·--·--··-···---~-----··- 9 44 36 8 ·-··-·-· -----· ···----_______ ,, ___ --C la y, silty, 0 44 20 24 -----~---.. ··· ------------------------- bro w n to 3 44 26 18 ------··-··-·-· ··-¥·------···----li ght br own 6 44 33 11 r-------·--·--------------9 44 37 7 ·-·----------------·--------- C lay , sa nd y, 0 35 17 18 -·-----·----------brown t o 3 35 25 10 ------·--·-·--· ,__ ______ ·-------·----li ght brown 6 36 30 6 --------;..-.. 9 36 3 5 1 -~·------~--·-~- Clay , sa ndy , 0 36 17 19 ·--redd ish 3 35 22 13 b rown t o 6 35 29 6 --li g ht b rown 9 34 30 4 Plate A.39 Bori ng No. -B-27 B-2 8 ---··-B-31 --· B-33 .___. _____ De pth (ft) 0-2 0-2 LIME SERIES TEST RESULTS GEOTECHNICAL INVESTIGATION P ROPOSED PAVEMENT IMPROVEM ENTS COUNCIL DISTRICT 5 FORT WORTH , TEXAS STL PROJECT No. 09-1402 ·--· Des cr ipti on Perce nt Li quid Li me (%L ,-. Limit (LL) C lay, s ilty, 0 4 1 dark brown 3 4 1 to brown I- 6 4 1 9 42 Pla stic Pl astic ity Li!!.!!!J.~!:L __ I ndex .iPI)__ 18 23 25 16 30 12 37 5 --·-· -------· C lay, san dy , 0 32 16 16 ------··--~···· -------------------·-brown to 3 32 20 12 ligh t b rown 6 32 25 7 ~----·-·--··------·---·-i--·--··-------------··----·---9 33 3 1 2 ---------------·-· 0-2 Cl ay, b ro wn 0 4 8 19 29 t o lig ht 3 49 23 26 ·-·-----·------brown 6 4 8 29 19 ,___ _____ ·--------~----·------·----··-· ····-·------·-9 49 36 13 ·-0-2 C lay , s a ndy, 0 31 16 15 --····· --re dd is h 3 32 22 10 . -·-·------b row n to 6 32 28 4 light bro w n -----·---->-· 9 33 31 2 -------·-··---.. --··· -- Plate A .3 9 s ENGINEERS APPENDIX B L ENGINEERS FIELD OPERATIONS Subsurface conditions were defined by 33 sample borings drilled within existing paved areas to be reconstructed . The borings were advanced between sample intervals using continuous flight auger drilling procedures. The results of each boring are shown graphically on the Logs of Boring, Plates A.3 through A.35. Sample depths, descriptions, and soil classifications based on the Unified Soil Classification System are shown on the Logs of Boring . Keys to the symbols and terms used on the Logs of Boring are presented on Plates A.36 and A.37 . Groundwater observations during and after completion of the borings are shown on the boring logs . Upon completion of the borings, the boreholes were backfilled as recommended in the manual from the top and the pavement was patched at the surface. Relatively undisturbed samples of cohesive soils were obtained with Shelby tube samplers in general accordance with ASTM D-1587 at the locations shown on the Logs of Boring. The Shelby tube sampler consists of a thin-walled steel tube with a sharp cutting edge connected to a head equipped with a ball valve threaded for rod connection . The tube is pushed into the undisturbed soils by the hydraulic pulldown of the drilling rig . The soil specimens were extruded from the tube in the field, logged, tested for consistency with a hand penetrometer, sealed, and packaged to maintain "in situ" moisture content. The consistency of cohesive soil samples was evaluated in the field using a calibrated hand penetrometer. In this test a 0 .25-inch diameter piston is pushed into the undisturbed sample at a constant rate to a depth of0.25-inch. The results of these tests are tabulated at respective sample depths on the logs. When the capacity of the penetrometer is exceeded, the value is tabulated as 4 .5+. Some samples were obtained using split-barrel sampling procedures in general accordance with ASTM D-1586 . In the split·barrel procedure, a disturbed sample is obtained in a standard 2 inch OD split barrel sampling spoon driven into 18 inches into the ground using a 140-pound hammer falling freely 30 inches. The number of blows for the last 12 inches of a standard 18-inch penetration is recorded as the Standard Penetration Test resistance (N-value). The N-values are recorded on the B-1 ST _ ENGINEERS boring logs at the depth of sampling. The samples were sealed and returned to our laboratory for further exam ination and testing . The limestone · encountered was evaluated using the Texas Cone Penetration test at selected locations. Texas Department of Transportation (TxDOT) Test Method Tex-132-E specifies driv ing a 3- inch diameter cone with a 170-pound hammer freely fall ing 24 inches . This results in 340 foot-pounds of energy for each blow. In relatively soft materials , the penetrometer cone is driven 1 foot and the number of blows requ ired for each 6 -inch penetration is tabulated at respected test depths, as blows per 6 inches on the log . In hard materials (rock and rock-like), the penetrometer cone is driven with the resulting penetrations, in inches, recorded for the first and second 50 blows, a total of 100 blows. The penetration for the total 100 blows is recorded at the respective testing depths on the boring logs. B-2 ENGINEERS LABORATORY TESTING General Laboratory tests were performed to define pertinent engineering characteristics of the soils encountered . The laboratory tests included mo isture content , percent passing a #200 sieve ; Atterberg limits determination, unconsolidated-undra ined (UU) triaxial compression tests, lime series , soluble sulfate content , and visual classification . Classification Tests Classifications of soils were verified by natural moisture content; Atterberg limits determinations, and percent passing a #200 sieve. These tests were performed in general accordance with the American Society for Testing and Materials (ASTM) Procedures. The Atterberg limits, percent passing #200 sieve, and natural moisture content determinations are presented at the respective sample depths on the Logs of Boring . Unconsolidated-Undrained (UU) Triaxial Tests -Soil UU tests were performed on selected samples of cohesive soils. In the UU test, a cylindrical specimen is subjected to axial toad and confining fluid pressure at a constant rate of strain until failure occurs . The applied confining pressure was equivalent to approximately the existing overburden pressure on the samples. Test procedures were in general accordance w ith ASTM D 2850. Strengths determined by this test are tabulated at their respective sample depths on the logs of borings. Results of natural moisture content and dry unit weight determinations are also tabulated at the respective sample depths on the logs. Free Swell Tests Selected samples of the near-surface cohesive soils were subjected to free swell tests . In the free swell test, a sample is placed in a consolidometer and subjected to the estimated overburden pressure . The sample is then inundated with water and allowed to swell . Moisture contents are determined both before and after completion of the test. Test results are recorded as the percent swell , with initial and final moisture content. The results are shown on Plate A .38 . B-3 ENGINEERS Lime Series Tests A lime series on selected samples of the near-surface cohesive soils were performed . The lime was added to the soil samples at 3%, 6% and 9% by dry weight. Test results of the lime series on selected samples are shown on Plate A.39. B-4 s ENGINEERS APPENDIX C 1993 AASHTO Pavement Design DARWin Pavement Design and Analysis System A Proprietary AASHTOWare Computer Software Product STL Engineers 8908 Ambassador Row Dallas, Texas USA Rigid Structural Design Module Avenue M, Council District 5, Fort Worth, Texas 09-1402 Pavement Type 18-kip ESALs Over Initi al Performance Period Initial Serviceability Terminal Serviceability 28-day Mean PCC Modulus of Rupture 28-day Mean Elastic Modulu s of Slab Mean Effective k-value Reliability Level Overall Standard Dev ia tion Load Transfer Coefficient, J Overall Drainage Coefficient , Cd Calculated Design Thickness Rigid Structural Design JPCP 625,000 4 .5 2 650 psi 4,400,000 ps i 50 psi/in 80% 0.35 3 0.7 7.39 in P'10P l 1993 AASHTO Pavement Design DAR Win Pavement Design and Analysis System A Proprietary AASHTO Ware Computer Software Product STL Engineers 8908 Ambassador Row Dallas , Texas USA Rigid Structural Design Module Bideker Avenue, Council Di strict S, Fort Worth, Texas 09-1402 Pavement Type 18-kip ESALs Over Initial Performance Period Initial Serviceability Terminal Serviceability 28-day Mean PCC Modulus of Rupture 28-day Mean Elastic Modulus of Slab Mean Effective k-value Reliability Level Overall Standard Deviat io n Load Transfer Coeflicient, J Overall Drainage Coefficient, Cd Calculated Design Thickness Rigid Structural Design JPCP 625,000 4.5 2 650 psi 4,400,000 ps i 39 psi/in 80% 0.35 3 0.7 7.47 in P11Pf': 1 1993 AASHTO Pavement Design DARWin Pavement Design and Analysis Syste1n A Proprietary AASHTO Ware Computer Software Product STL Engineers 8908 Ambassador Row Dallas, Texas USA Rigid Structural Design Module Bright Street , Council District 5, Fort Worth, Texas 09-1402 Pavement Type 18-kip ESALs Over Initial Performance Period Initial Serviceability Terminal Serviceability 28 -d ay Mean PCC Modulus of Rupture 28-day Mean Elastic Modulus of Slab Mean Effective k-value Reliability Level Overall Standard Deviation Load Tran sfer Coefficient , J Overall Drninage Coefficient, Cd Ca lc ulated Design Thickness Rigid Structural Design JPCP 625,000 4 .5 2 650 psi 4 ,400,000 psi 39 psi/in 80% 0.35 3 0.7 7.47 in P~oP I 1993 AASHTO Pavement Design DARWin Pavement Design and Analysis System A Proprietary AASHTOWare Computer Software Product STL Engineers 8908 Ambassador Row Dallas , Texas USA Rigid Structural Design Module Burton Avenue, Council District 5, Fort Worth, Texas 09-1402 Pavement Type 18-kip ESALs Over Initial Performance Period Initial Serviceability Terminal Serviceability 28-day Me an PCC Modulus of Rupture 28-day Mean Elastic Modulus of Slab Mean Effective k-value Reliability Level Overall Standard Deviation Load Transfer Coefficie nt , J Overall Drainage Coefficien t, Cd Ca lculated Desi gn Thickness Rigid Structural Design JPCP 625,000 4.5 2 650 psi 4,400,000 psi 37 psi/in 80% 0.35 3 0.7 7.48 in Pau e I 1993 AASHTO Pavement Design DAR Win Pavement Design and Analysis Syste1n A Proprietary AASHTOWare Computer Software Product STL Engineers 8908 Ambas sado r Row Dallas , Texas USA Rigid Structural Design Module Edgewood 1errace Street, Counc il District 5, Fort Worth, Texas 09-1402 Pavement Type 18-kip ESALs Over Initial Performance Period Initial Serviceabi I ity Terminal Serviceability 28-day Mean PCC Modulu s of Rupture 28-day Mean Elastic Modulus of Slab Mean Effective k-value Reliability Level Overall Standard Deviation Loacl Transfer Coefficient, J Overall Drainage Coefficient, Cd Calculated Design Thickness Rigid Structural Design JPCP 625,000 4 .5 2 650 psi 4,400,000 psi 47 psi/in 80% 0.35 3 0 .7 7.41 in PAPe 1 1993 AASHTO Pavement Design DAR Win Pavement Design and Analysis System A Proprietary AASHTOWare Computer Software Product STL Engineers 8908 Ambassador Row Dallas, Texas USA Rigid Structural Design Module Capers Avenue, Council District 5, Fort Worth, Texa s 09-1402 Pavement Type 18-kip ESALs Over Initial Performance Period Initial Serviceability Terminal Serviceability 28 -day Mean PCC Modulus of Rupture 28-day Mean Elastic Modulus of Slab Mean Effective k-value Reliability Level Overall Standard Deviation Load Transfer Coefficient, J Overall Drainage Coefficient , Cd Calculated Design Thickness Rigid Structural Design JPCP 625,000 4.5 2 650 psi 4,400,000 psi 38 psi/in 80% 0.35 3 0 .7 7.4 8 in P~o,• I 1993 AASHTO Pavement Design DAR Win Pavement Design and Analysis Syste1n A Proprietary AASHTO Ware Computer Software Product STL Engineers 8908 Ambassador Row Dallas, Texas USA 'Rigid Structural Design Module Osborne Lane, Council District 5 , Fort Worth, Texas 09-1402 Pavement Type 18-kip ESALs Over Initial Performance Period Initial Serviceability Terminal Serviceability 28-day Mean PCC Modulus of Rupture 28-day Mean Elastic Modulus of Slab Mean Effective k-value Reliability Level Overall Standard Deviation Load Transfer Coefficient, J Overall Drainage Coefficient, Cd Calculated Design Thickness Rigid Structural Design JPCP 625,000 4 .5 2 650 psi 4,400,000 psi 50 psi/in 80% 0.35 3 0.7 7.39 in P:H>e. I 1993 AASHTO Pavement Design DARWin Pavement Design and Analysis System A Proprietary AASHTOWare Computer Software Product STL Engineers 8908 Ambassador Row Dallas, Texas USA Rigid Structural Design Module Plants Avenue, Council Di st rict 5, Fort Worth, Texas 09 -1402 Piivement Type 18-kip ESALs Over Initial Performance Period Initial Serviceability Terminal Serviceab ility 28-day Mean PCC Modulu s of Rupture 28-day Mean Elastic Modulus o f Sl ab Mean Effective k-value · Reliability Level Overall Standard Deviation Load Transfer Coefficient, J Overall Drainage Coefficient, Cd Calculated Design Thickness Rigid Structural Design JPCP 625,000 4.5 2 650 psi 4,400,000 psi 60 psi/in 80% 0.3 5 3 0 .7 7.33 in 1993 AASHTO Pavement Design DARWin Pavement Design and Analysis System A Proprietary AASHTOWare Computer Software Product STL Engineers 8908 Ambassador Row Dallas, Texas USA Rigid Structural Design Module Ransom Terrace, Council District 5, Fort Worth, Texas 09-1402 Pavement Type 18-kip ESALs Over Initial Performance Period Initial Serviceability Terminal Serviceability 28-day Mean PCC Modulus of Rupture 28-day Mean Elastic Modulus of Slab Mean Effective k-value Reliability Level Overall Standard Deviation Load Transfer Coefficient, J Overall Drainage Coefficient, Cd Calclilated Design Thi ckness Rigid Structural Design JPCP 625,000 4.5 2 650 psi 4,400,000 psi 32 psi/in 80% 0.35 3 0 .7 7.52 in P:ioP I 1993 AASHTO Pavement Design DARWin Pavement Design and Analysis System A Proprietary AASHTOWare Computer Software Product STL Engineers 8908 Ambassador Row Dallas, Texas USA Rigid Structural Design Module Valley Vista Drive (Collector), Council District 5, Fort Worth, Texas 09-1402 Pavement Type 18 -kip ESALs Over Initial Performan ce Pe riod Initial Serviceability Terminal Serviceability 28-day Mean PCC Modulus of Rupture 28-day Mean Elastic Modulus of Slab Mean Effective k-value Rel iability Level Overall Standard Deviation Load Transfer Coefficient, J Overall Drainage Coellicient, Cd Calc ulated Design Thickness Rigid Structural Design JPCP 3,051,500 4 .5 2 650 psi 4,400,000 psi 70 psi/in 80% 0.35 3 0 .7 9.32 in P;inc~ I 1993 AASHTO Pavement Design DAR Win Pavement Design and Analysis Syste1n A Proprietary AASHTOWare Computer Software Product STL Engineers 8908 Ambassador Row Dallas, Texas USA Rigid Structural Design Module Valley Vista Drive (High Volume}, Council District 5, Fort Worth, Texas 09-1402 Pavement Type 18-kip ESALs Over Initial Performance Period Initial Serviceability Terminal Serviceabi I ity 28-day Mean PCC Modulus of Rupture 28-day Mean Elastic Modulus of Slab Mean Effective k-value Reliability Level Overall Standard Deviation Load Transfer Coefficient, J Overall Drainage Coefficient, Cd Calculated Design Thickness Rigid Structural Design JPCP 875,000 4.5 2 650 psi 4,400,000 psi 70 psi/in 80% 0 .35 3 0.7 7.67 in P~oP I _ Ana-Lab Corp. ~~ -·-·-------... ..-------"'-"'* .... ____ ............... -Q ... , -.... -.... , ,_..,,. ........ -............. .-," ........ _ ....... _________ _. .... ~---P.O. Box 9000 Kilgore, TX 75663 == ..=. Pho1u: 903/984-0551 FAX 903/984-5914 t•-M,1il co r p{ii\rna -lab.w111 LELAP-accrcditcd #02008 ANAfL.· ~ 1 Results CORF.~' ~sP· I Tl-IE COMPLETE SERVICE LAB 'W Brian M Martinez STL Engineers 8908 Ambas sa dor Row . Dallas , TX 75247 Accredi1ed Parameter 089251 B-7 S-1 0-2 So lid Tex-145-E Sulfate by Turbidity • Dry Weight Basis Results Re s ults Units GrayBrclayw/LSF Co/lec1ed by: Cl icnt Account Printed: 04/06/2009 STLS-N Page 2 of 17 Project 436967 Paving Imp. District 5 RL CAS Bottle Received .· 04/02/2009 Affiliation: STL Eng . Ana/y:ed: IILX 04 /0212009 1440 QCgroup <231 • mg/kg 23 1 3/3135 01 ~~-.~~~;t 2d:,~!!l c:1 ,,~~~~:IMCl\••::a*;::u..swt~"-="""'$~~-'C"o;,,,;,,'~~~~JIIQI~~ 089252 So lid B-8 S-1 0-2 SM 2540 G, 20111 Ed . Total Solids RedclishBrsclclayw/LSF Collected by: Client A.ffiliarim r STL Eng. 80.0 % t lna(v::ed: MLC 04102/2009 0.1 1434 Received: 04 /02/20 09 QCgroup 312805 01 ------·----------------·--------- Tex-145-E Sulfate by Turbidity 089253 Solid • Ory Weight Basis B-9 S-3 4-6 SM 2540 G, 20111 Ed. AN Total Solids Te x-145-E Sulfate by Turbidity 089254 Sol id • Dry Weight Bnsis B-IOS -10-2 SM 2540 G, 20th Ed. ib\' Total Solids ;/11a/y::ed: 11/.X 04102/2009 <250 • 1111;/l1g 250 YellowBrshel lyclayw/CN Co/lec1ed by: Client A/filiario11: STL Eng . A110/y::ed: MLC 04/0212009 85.1 % 0.1 ;lnaly.:ed: AJX Ot/l OJIZ009 <235 < mg/l<g 235 TanBrsiltyc layw/FG,CN Collecled by: Clien t 1l/fi /10 1io1r STL Eng. 1440 /./34 1440 QCgroup 313135 01 Received: 04/02/2009 QCgroup 312805 or ------QCgroup 313135 01 Received: 04/02/2009 ---------·--------------···-----··--·-·--· i/110/_v=ed: MLC ().f/0212009 90.3 % O J 1434 QCgm11p 3/2805 01 ------·----·-·--·--·---------·---------··--·-------------·--·-- Tex-145-E A1w(1'::ed; ;II)( 04/02/2009 I 440 QCgroup 313135 Sulfate by Turbidity <221 • mg/kg 221 01 • Dry Weight Basis ( orpor;llrShipping: '.:(.lllJ llutlk., ll1I. l~ilg11rc, I'\ i":'-(,(,2 \11r1!1 I ,·,a , H,·~ion : 11,lJI !· .. !.am:or· Bild ;i 11/, \rl in!(IOII T\ ;1,1:11 MEMBER Rll IS0-17025 # 0637-01 NELAP-accredited #Tl0470420 1-08-TX 2007 Seal of Excellence 1~~~~1l'll~toe1'~'1'.?.Wnt~...itt~~~la JIClii 1.ac, ,u• ,,, """"m,'!l'l~~.1~'"'~~,.A'4~m--~~'l'l"*"':i11 .,,.d ,1• •••~ LDSC/ie111vl.O . 1.232 www.ana-Jah .co111 Fom11p1PRO.IR£SCreu1ed /Oil 3/200,, vl.2 -Ana-Lab Corp. P.O. Box 9000 Kilgore, TX 75663 ;"'-?~ ----------------------------------------------a -=-Phont' 903/984-0551 FAX 903/984-5914 t'-Mllil cor()(iii,a11.1-lab.com LF:LAP-m:crcditcd #02008 ~111ft7 i Results COKP.~~ I THE COMPLETE SERVICE LAB W w§&mi Brian M Martinez STL Engineers 8908 Ambassador Row . Dallas, TX 75247 Accredited l'aramctcr Results Results Units Account Printed: 04/06/2009 STLS-N Page 3 ofl7 Project 436967 Paving Imp . District 5 RL Flags CAS 13otlle '"':.o _____ u.,.., _____ ,,..,, .. ,.,, ............ _..,., ... ,..,__,__,"""....,.-,""""""tst""""""*• .. •·"'.1111 .. ,._.., __ ..,., ____ • .. •--n,,..,,_._.,.,¥,.SlfOOl.,..N"'"'"'""'., ... _______ .... _.::s::rw.~ 089255 So lid B-11 S-1 0-2 SM 2540 G, 20th Ed. AN Total Solids Tex-145-E 089256 So lid Sulfate by Turbidity • Dry Weight Basis B-13 S-1 0-2 SM 2540 G, 20111 Ed. AN Total Solids Tex-145-E Sulfate by Turbidity • D1y We ight Bas is 089257 B-15 S-1 0-2 Solid SM 2540 G, 20th Ed. ..JN Total Solids ·---·--· Tex-14 5-E 089258 Solid Sulfate by Turbidity • Dry Weight Basis B-16 S-1 0-2 Brownclayw/FE,gravel Collec ted by: Client Affiliation: STL Eng. 92.l <2 17 • % Analy:ed: MLC 04/02/2009 0.1 Analyzed: AlX 04102/2009 mg/kg 217 DrkBrsdclayw/CN .LSF Col/ec1ed by: Clien t Affiliation: STL Eng. _____________ ,. 86 .2 <2 32 • Drl<Brclayw/FE Collec ted by: Clie nt 80 .9 --·----·-·-· 294 • DrkBrsi ltyclay Co /leered by. Client Ana(i,;ed: ML C 04/0212009 % 0.1 · //naly=ed: ALX 04/0212009 mg/kg 232 Aj]iliatiolt' STL Eng. Analy:.ed: MLC 04/02/2009 % 0.1 Ana/y:.ed: AIX Ot/!0212009 rng/l<g 247 Aj]iliatio1r STl. Eng. Jr/34 /440 1434 1440 1434 1440 Received : 04/02/2009 QCgroup QCgro11p 312805 01 313/35 01 Received: 04/02/2009 QCgro11p QCgroup 312805 01 3 /3/35 01 Received: 04/02/2009 ---------·---QCgroup 312805 01 ·-----·-QCgroup 313135 01 Received: 04/02/2009 ----·-·----------· SM 2540 G. 20th Ed . Analy=ed: MlC 04/0212009 /43 4 QCgl'OIIJ) 3/2805 AN Total Solids 90.2 % 0.1 01 Tex-145-E Analy:ed: Al.X 04/02/2009 /4.-/0 QCgl'OII/J 3/3/35 Corporal<· Shipping: 21,lJ[) lludlt-)· Hi.I . !,i l~11rc. T\ ~5(,(i2 '\orlh Tr~a~ l{(·gion: 1611 I L. !.,1nrnr Bh·li :I 11 c, ·\rlini:11>11 'I'.\ 7(,ll 11 MEMBER NE LAP-accredited #Tl 04704201 -08-TX 2007 Seal of Excellence LDSC/ie111 ,, I. 0. 1.2 32 ww,v .n na-la b.rom For1111ptPROJR£SCre(lfet/ 10//312004 vl .2 Brian M Martinez STL Engineers 8908 Ambassador Row . Dallas, TX 75247 Accredited Par~mctcr Ana-Lab Corp. P .0. Box 9000 Kilgore, TX 75663 Phone 903/984-0551 FAX 903/ll84-5914 t·-Mail corp(ii;ana-lah.com LELAP-at·crcdi(('d #02008 Results Results Units Account Printed: 04/06/2009 STLS-N Page 4 of 17 Project 436967 Paving Imp . District 5 RL flags CAS Bottle ,..,..,,. .. , .. , ---••.,.~--.. -..,., .. .,.,.., __ .. s:,-umra .... ..,.,.llzaa,_ccu..,,~ .. ,-..,.,._,._,.,m .. .,,,_,,. • .,..,.._.....,_....,,,.1_, _____ ii;iz,;:s,.,,ec...,..=-.•"'-'""""""'_,=..,_•,.••c="~----...... •..,.,_•,,,.,..,,. ... _ _, ___ ..... ,...,. .... 089258 Solid B-16 S-1 0-2 Tex-145-E 089259 Solid Sulfate by Turbidity • Dry Weight Basis B-18 S-1 0-2 SM 2540 G, 20th Ed. AN Total Solids DrkBrsi llyclay Collected by: Client Aff,liatio,r STL Eng . Analy::ed: AL'( 04/02/2009 <222 * mg/kg 222 Brsi ltysdclayw/FE Collected by: Client 82.2 % Ajfiliotio,r STL Eng . ;lnaly:;cd: ML C 04!0 ?/2009 0.1 /440 1434 Received: 04/02/2009 QCgroup 313135 01 Received: 04/02/2009 QCgro11p 312805 01 ----·--------------· .. ---------·-----·----- Tex-145 -E 089260 Solid Sulfate by Turbidity • Dry Weight Basis B-19 S-1 0-2 SM 2540 G, 20th Ed. ,,JN Total Solids Tex-145-E 089261 Solid AN Sulfate by Turbidity • Dry Weight B~sis B-20 S-l 0-2 Total Solids Tex-145-E Sulfate by Turbidity •· Dry Wei ght Basis < orporalt' Shippi11 .I!: ~<,tJO fl u<lll'y l{tl . l~il!!nl'(, T\ 7:-<,c,2 /..DSC/ient vl.0. l .232 A11(J(1•::cd: lll X 04/0)./2009 <243 • mg/1,g 243 Tanclayw/weatheredLS C ollec ted by: Client Aff,liatio11: STL Eng . An a/y::ed: MLC 04/02/2009 90 .5 % 0.1 A110(1>:ed: AL'( 04102/2009 <221 • mg/kg 221 RedclishBrclayw/FErocks Collected by : Client AJ(,lwlion: STL Eng . 88.3 % 0.1 1440 QCgro11p 3/3135 01 Received: 0419212009 /43:/ Q Cgro11p 31?805 OJ ----------I NO QCgroup 313135 01 Received : 04/02/2009 -----·-------------·-----· 01 313135 01 A11a(v:.cd· AIX ().f/0212009 /440 QCgro11p <227" mg/kg 227 '\nr1h ! t·\·" ll t1!in11 : li,111 I·. l.,11t lllr' lllnl # l 1(1 ,\r li n~tnn I':\ 76!111 www.ana-lab.com Form qJtPIIOJRl'S Created 10/13/2004 vl.2 -Ana-Lab Corp. P.O . Box 9000 Kilgore, TX 75663 .::--r;?~ -~--= .=. Phou£' 903/984-0551 FAX 903/984-5914 £'-Mail corp(,i)a na-lah.com ANAfE-=; 1 R es ults LEL.·\ l'-aecrcclitnl 1102008 coiw.· ~ I THE COMPLETE SERVICE LAB.,. wwiiiiii Brian M Ma1tinez STL Engineers 8908 Ambassador Row . Dallas, TX 75247 Accredited Parameter Res ul ts Res ult s Units Account Printed: 04/06/2009 STLS-N Page .5 of 17 Project 436967 Paving Imp . Distric t 5 RL Flags CAS Boule --------~----............. .._, .. tA .. :Nftt ... , .. 1111 ....... !r:wr-·-------------------------.~~~--111"1 Wla 089262 B-20 S -2 2-4 Soli d SM 2540 G, 20th Ed. AN Total Solids Tex-145-E S ulfate by Turbidity ~ Dry Weight Basis 089263 B-21 S-2 2-4 Solid SM 2540 G, 20th Ed. AN Total Solids Tex-·t45-E Sulfate by Turbidity • Dry Weight Basis 089264 8-22 S-1 0-2 Solid SM 2540 G, 20th Eel. AN Tota l So li ds RcddishBrclay Collected by: Client 86.5 <231 * DrkreddishBrclay Colle cted by: Client 90.5 <221 * . 1!ffiliatioir STL Eng . Analy=ed: MLC 04/0212009 % 0.1 Anal;ced: ALX 04/0212009 mg/kg 231 Affiliation: STL Eng. Annly:ed: ML C 04102/2009 % 0.1 A11nly=cd: AU 0.J/0212009 mg/kg 221 ReddishGraysiltysdclay Collec1ad by: Client Afjiliatio11: STL En g. Ana/y=ed: MLC 04/02/2009 92.3 % O.J /434 1440 1434 Received: 04/0212009 QCgro11p QCgro11p 312805 01 3/3135 OJ Received: 04 /02/2009 QCgro11p 312805 OJ ---------···----~--------· 1440 QCgroup 313135 01 Received: 04/02/2009 /43 -f QCgroup 312805 01 -·----------------···---·--·------------·--·---·---~----- Tex-145-E Analy;ed: Al.X 04/02/2009 /440 QCgro11p 3 /3135 Sulfate by Turbidi ty <217 * mg/l<g 217 OJ • Dry Weight Basis ~1>+w.+M11:•b•111.·11:r.""~~~a•-""'~""*~hllf~~=1i:_,,_.,....,.,,.,...,,1.,n:ir..t-~~---.~~~-~~..:..q,~~)I' 089265 Solid B-24 S-1 0-2 SM 2540 G, 20th Ed. AN Total Solids Tex-145-E Co1·pnr;i11· Sliipping: ~!itJII 1)1t<lll'~ lltl. hlil!.!11rc, I"', 7;',(,(,2 ReddishBrsdclay Collected by: Client 85 .l % Received: 0 4/02/2 009 ,1ffi/ia1io11: STL Eng . -----·------- Analy:ed: MLC 0410212009 1434 QCgroup 312,~05 0.1 01 Analy:ed: AlX 04/02/2009 /440 QCgro11p 313/35 .'\r,rth Tna, Rt l!ion: 11,11 1 1· .. 1.anrnr l!hd "I!<, .\rlin:.:wn I\ 7601 I MEMBER ISO-I 7025#0637-01 NELAP-accredited #Tl 04704201-08-TX 2007 Seal of Excellence -.... ,.,. ::i .... * .... ~~ .. ~~~~~,.c;m."lal !,1fl~:-Onz;-:;aa:uc-~~~ LDSC/ie11t vl .O. 1.232 www.ana-lah.com For111rp1PJI OJRESCrea1ed 10/13/2004 vl .2 -~~ ~ ~~ .=:: =. Ana-Lab Corp. P.O. Box 9000 Kilgore, TX 75663 Phone 903/984-05.51 FAX 903/984-5914 c-Mail corp(ii}nna-lab.com LE LA P-accrcdit1.•d #02008 a. -Ati~IV 'Results Printed: 04/06/2009 Page 6 of 17 THE COMPLETE SERVICE LAB .. mYii•J,id Brian M Martinez STL Engineers 8908 Ambassador Row . Dallas, TX 75247 Accredited Parameter 089265 B-24 S-1 0-2 Solid Tex-145-E Sulfate by Turbidity * Ory Weight Basis Results Results ReddishBrsdclay Collected by: Client <235 • Account Project STLS-N 436967 Paving Imp . District 5 Units RL Flags CAS Bottle Received: 04/02/2009 1!ffllialio11: STL Eng . Analy::ed: AIX 04/02/2009 1440 QCgroup 313/ 35 rng/kg 235 01 .. ---------·· ---••N<•1:1 .. l1P .................. -.... 1,coi,~~~ w;iqg I ,a.,1 t•u.1 r ____ ............................ , --·---... -._,_.. .. _ .... __ , ..... , .. , _ ...... 111, .. , ... ,---...... . . 089266 Solid B-25 S-2 2-4 SM 2540 G, 20th Ed . AN Total Solids Tangraysiltyclayw/FE Collec/ed by: Client 87 .9 % A_(fllialion: STL Engineers Analy::cd: MLC 0410212009 0 .1 1434 Received : 04/02/2009 QCgroup 3/ 2805 OJ ----------Tex -145-E Sulfate by Turbidity • Ory Weight Basis osn61 Solid B-26 S-1 0-2 SM 2540 G, 20th Ed. AN Total Solids Tex-145-E Sulfate by Turbidity • Dry Weight Basis 089268 So lid B-26 S-2 2-4 SM 2540 G, 20th Ed. AN Total Solids Tex-145 -E Sulfate by Turbidity • Dry Weight Basis Corpnntt1· Shi1>11in .tt : '.1(,t)(l l)nclk)" Hll . !,;il~urc, T\ 7%(,2 e IS0-17025 # 063 7-0 I l ... t t LDSC/ient v/.0./.232 A11a(y::ed: ALY 04/0212009 <228 • mg/kg 228 Ye llowtanclayl;l'/CN ,LSF Callecled by: Client tlffilialio1r STL Eng. 84 .0 <238 ~ Yel lo wTa ncl ay Collected by: Client tl11aly::ed: Ml.C 04102/2009 % 0.l Anal1=ed: 11/X 04/02/2009 111g/l1g 238 1/Jfi/ia1imr STL Eng. --·-··~----~.--··---------------· A11aly::cd: Ml.C 04/0212009 85.9 % 0.1 AMly::cd: ALY 04/0212009 <233 • mg/kg 233 1440 /434 1440 /434 /555 QCgroup 3/3135 01 Received: 04/02/2009 QCgro1,p 3/2805 01 QCgro11p 313/35 01 Received : 04/02/2009 QCgro11p 312805 01 QCgro11p 3/3/,f8 01 \.,rih ., C\:I> tl1·gion: !/1111 F. l.:0111>11 " ll lnt ii 11(, :\rlin(((OII ·, \ 7(,HI f MEMBER NELAP-accredited #T l 04704201-08-TX 2007 Seal of Excellence www.ana-Jab .rnm For1111pt/>l/OJflES Crea1ed I 01 I 312004 v I. 2 ~~ --..-Ana-Lab Corp. P.O. Box 9000 Kilgore, TX 75663 = -Phnm· 903/984-0551 FAX 903/984-5914 l'-Mail corp(i"ilana-lab.com ANAilffr: ' Results CORY.:'~ I LELA P-accreclikd #02008 THE COMPLETE SERVICE LAB '11P Wilii& Brian M Martinez STL Engineers 8908 Ambassador Row . Dallas, TX 75247 Accredited Parameter 089269 B-27 S-1 0-2 Solid SM 2540 G, 20th Ed. AN Total Solids Tex-145-E Sulfate by Turbidity • Dry Weight Basis Resu)ts Results Units Account Printed: 04/06/2009 Page 7 of 17 Prqject STLS-N 436967 Paving Imp . District 5 RL Flags CAS Bottle Received : 04/02/2009 DrkBrsiltyclayw/CN Collected hy: Client i /ffiliatio11: STL Eng. Analy::ed: MLC 83.9 % 0.1 Analy:ed: ALX <238 • mg/kg 238 04/0212009 /4].j -04/02/2009 1555 QCgroup QCgro11p 3/2805 01 3/3148 01 ......... ~'**'-CC IIOlltAdl~~,otOl ______ , _______ ,_,._.,.,._,,_, ... ,_ ........................ _1,~Ac.'°Tfl"tl•o ___ ,,, ___ Mn,,_ .. __ 089270 Solid 8-28 S-1 0-2 SM 2540 G, 20111 Ed. Total Solids Olivegraysiltyclayw/FE Collected by: Client Affiliation· STL Eng . Received : 04/02/2009 -----------·-------A11oly::ed: MLC 04 /01/2009 /434 QCgro11p 3/2805 84.<I % 0.1 0 1 --------·-------·------·-------Tex-145-E Anoly::ed: 1/lX 04/02/20 09 1555 QCgroup 313148 .Sulfate by Tu r b idity <237 • mg/.kg 237 01 • Dry Weight Basis WA.1..e • c~·~~ .. -"",:,c"''_.,,,_., ___ .,.."' • ..,,...,.,.,.,.._DIXl'.t('lffl'•~~"~'"'-""•""•-=---.., ... .,.,. __ ,.,.,..,,_.,~.~~ ,o •:4• ~~cf'l:ll~~~e.QraQilra+c , ••••~ 089271 Solid 8-29 S-1 0-2 SM 2540 G. 20111 Ed. Total Solids Tex-145-E Sulfate by Turbidity • Dry Weight Basis Brsdclayw/fE Collected by: Client 91.0 <220 • Received: 04/02/2009 AffilitlliOJL" STL Eng . A1w/y-..ed: MLC 04102/2009 1434 QCgroup 3/2805 % 0.1 01 ·---------A11al)':ed: AU( 0410212009 1555 QCgroup 313148 mg/kg 220 OJ ~~••••• ,,., •• ~.,...,~~,..,....,_.,.. __ .,.,..,.~r-•,m.-111.,.,:o,q,_:o:~-~~~~~~ 089272 So li d B-30 S-1 0-2 SM 2540 G, 20th Ed. AN Total Solids Tex -145-E Corpora fl' Shippirt)!: 2/,00 ll111llt)" llll. 1.,:;1!!11 rr, T.\ 7:,(,r,2 ll.!'- IS0-17025 # 0637-01 Brclayw/CN Collected by: Clicnl 86 .3 % Affilialion: STL Eng . Anal),;ed: MLC 04/0212009 0.1 Analy:ed: AIX 0410212009 Received: 04/02/2009 1434 QCgroup 312805 01 1555 QCgroup 3/3148 ,,w1h fc,a, Hti.:iun ; tr.lit 1-:.1.,1111;11 · l!l\d :: 11{, ,\rlini:rnn T.\ i(,111 r MEMBER NELAP-accrediled #Tl 04704201 -08-TX 2007 Seal of Excellence lllt ,:a -.cr.iwt~•.i.ol J IIIU1 t 1t l -W ~~~--------------- LDSC/ienl v/.0.1.231 WWW .HIIH-falJ.tOlll FormrptPROJ/IESCreated /0//312004 vl.2 Ana-Lab Corp . P .0. Box 9000 Kilgore, TX 75663 ..... ~~ .-...... _...,.._. --- -=-~ ... :=. Phone 903/984-0551 17A X t)IJJ/984-5914 t•-M ail rnrp(ii;ana-lab.com LE LA l'-accrcd ill'd 110200/l f.tNAijBJ 1 Results CORP:~·~ I THE COMPLETE SERVICE LAB ,_. WdiiiiD Brian M Martinez STL Engineers 8908 Ambassador Row . Dallas, TX 75247 Accredited Parameter Results Results Units Account Printed: 04/06/2009 STLS-N Page 8 of 17 Project 436967 Paving Imp . District 5 RL flags CAS Honie _____________ ,...,_....,., ..... ,ca..,..,...,m•.z....,_,.,_.,..,._ ..... __ ...,.l'r,.., .. u....,~s,..,, ..... .__ .. _"""'"'""_, ___ ,..,, ___ .. ,_ .. __ .,.....__..,..,... .... ,_..,.,..,.,..,~-.,...,,__,, __ ,_..,.....,..,._., 089272 Solid Tex-145 -E B-30 S-1 0-2 Sulfate by Turbidity * Dry Weight Basis Brclayw/CN Collected by: Client <232 • Ajjiliation: STL Eng . Analy:ed: 111.X 04/02/2009 1555 mg/l<g 232 Received: 04/02/2009 QCgroup 3/3148 01 ___ ............. iJM: ..... ,.,~~~~...,~M,.o,1~1~~'Ull~l'fa-~ ... AIOQO ....... .__ .. , ............ --""'"""'t:;1, ..... ·~~':W~~~oV"..41 089273 Solid B-31 S-1 0-2 --·-----------·--·----- SM 2540 G, 20th Ed. AN Total Solids Tex-145 -E Sulfate by Turbidity • Dry Weight Basis ReddishBrsi ltysdclayw/FE Collected by: Client Afjiliatio11· STL Eng . Analy.:ed: Mt,C 04/02/2009 82.3 % 0.1 Analy:e d: AU' 04/02/2009 <243 * mg/l<g 243 Received: 04/02/2009 1434 QCgro 11p 312805 01 /555 QCgro11p 3/3 /,/8 01 lb~'-''"'t*"''--.""•~""'""'·""°"=r:,a,iv.,,.w"'~ff'r!fWr1.•~~-.-o,:o,~,-.,,..~~~.«w•~---~~~-»'t6flrk 089274 .B-31 S-3 4-6 Solid SM 2540 G, 20th Ed. AN Total Solids Tex-145 -E Sulfate by Turbidity • Dry Weight Basis Tangrayclayw /CN ,FE Collected by: Client A.ffilialio11· STL Eng. J/i,a/y.:ed: MLC 04/02/2009 84.l % 0.1 A1wly=ed: AL)( 04/02/2009 <238 ·> mgn,g 238 Received: 04/02/2009 .. 1434 QCgrm,p 312805 01 .. ____ 1555 QCgro11p 313/48 01 r-.~~,....~~~~~1':"'-',iuo:.'l~« ... fM.it:t,,,,.o:w,l(:wt.-""':w .. ~~~1,M'.ibWW.l,»Jo1,;1.,,1c>~~'""'-'"':u~·~---Tt•:u1,frrw:,.'l~~-.,~~~.,l'W'M,_,..aat-. .. e..Y.-., 089275 Solid B-32 S-2 2-4 -------·--·--·--·--·----- SM 2540 G, 20th Ed. AN Total Solids Oliveclayw/CN,FE Co/leered by: Cl ie nt 83 .5 % 1/ffl/iario11: STL Eng. Analy:ed: MLC 04/0 2/2 009 0.1 143-J Received: 04/02/2009 QCgro11p 312805 01 --------------···----·-------·---------- Tex-145-E Sulfate by Turbidity • Dry Wei ght Basis Cor p11 rall' ~hippin/!: 261JO flndlt·~· lld. l,ilgurc, r\ 7;;(,(,2 LDSC/ie1/f ,,J .O.l .l.l2 Analy:ed: AL'< 04/0212009 1555 QCgroup <240 • mg/l<g 240 313/.18 0 1 'firlh Tt,n~ lln:ion : 1(,01 I .. l .a111ar Bll'cl ti I JI, .\rli11g11>11 I'\. 7(,1111 MEMBER www.aua-hlb,corn Formrptf'ROJRESCreated IOI/ Y2004 v/.2 Ana-Lab Corp. P.O. Box 9000 Kilgore, TX 75663 .A''*~ S --~ Phone 903/984 ... ()551 FAX 903/984-591:.l e-!Vl a il corr>r:ti~nna-lab .con 1 LE LA P-accrcdicc<I 11020 08 ANA.6: 'R lt coKY.'' -~;f,v I esu s lHE COMPLETE SERVICE LAB '«!11 Brian M Martinez STL Engineers 8908 Ambassador Row . Dallas , TX 75247 Accredited Parameter Results Rrsulls Units Accow1r Primed: 04/06/2009 STLS-N Page 9 of 17 Project 436967 Pavi ng Imp. District 5 RL Flags CAS Boule ...... ,...,.,,..._ .. , _______ ,_ .. ,,... __ .__. .. , .... .,.,.""_,,"_ .. , .. ,lilill,_ __ .,..,,, .. __ ,_ .... _.._,,._.....,,,.,. .. =-""•..,•••"'•"""",.'"'"'"' ... -.--.,,.n_..,......, .. ,,_,..,__....,_._ ___ .. _.,.,. 089276 B-33 S-1 0-2 So li d SM 2540 G, 20th Ed. AN Total Solids Tex-145-E Sulfate by Turbidity * Dry Weight Basis Reddishtansdclayw/FE Colleeted by: Clie nt A_{flliatiou: STL Eng. Aualy=ed: MLC 04/02/2009 91.7 % 0.1 ·------· Analy=ed: AV( 04/0212009 <218 • mg /kg 218 Received: 04/02/2009 1434 QCgro11p 3/2805 01 /555 QCgro11p 313148 01 ,...,. .. .,,.,11111,.,.e_,_,._,_,. .. ,"'" .,.J:11,.., ... "''"":11_ .... ....,_"_".,.,..,_e.:,o ... .,,_...,..-,_,,.c,...t1?Qb: c,1 s ••111.:a111 ,.,nw:r:,11~~~..1: 1;1 mll'l•••Miilll•lli.~1~~~--... w-•"'"'"""'._ ..... ~,..,..,..u_.._,_.._, .. ,.,.11,...., •• _,,..,,.,.,,.. ____ .,. 089277 B-33 S-2 2-4 Solid RedBrsdclay Collected by : Client A_{fllialioff STL. Eng. Received: 04/02/2009 ---·---------··------·--------- SM 2540 G, 20th Ed. AN Total Solids Te x-145-E Sulfate by Turbidity • Dry Weight Basis 089248 B-1 S-l 0-2 Bottle Temperature on Receipt -Calculation Ana!)cad: ML C 041//2/2009 88.4 •;;, 0.1 A1wly=ad: AL'( 04/02/2009 <226 • mg/kg 226 Sample Preparation Drkgray +y ellowclayw/LSF 143.f /555 QCgro11p QCgro11p 312805 01 3/3148 01 Received: 04/02/2009 -----·-·-------------····-·---- 21 Ana(v:ed: K1IT 04/0212009 degrees 01 ----·-·---···--·---·----A 11aly=ad: CAL 04 /06/2009 14· / 8 As Received to Dry Weight Basis Calculated :r~~~~~~ien:<el'amt~~H'.1'0MW'~.,.~Jl'Uo~:l'"~~~~~Nl.~~~~TT.-~;..v•~.ndll,-..c.~~"lill't~~-~~""''f 089249 B-3 S-l 0-2 Bottle Temperature on Receipt < ·orpon11,· Shipping: 21;no l)udlc~· l{d . l~il~11,·c, T:\ 75(,(,2 yellowBrsdclayw/grnvel 21 A11aly=ed: KAT 04 102/2009 degrees Received: 04/02/2009 01 ',;,,,-n , Tna, ltniio11 : l<,01 1-:.1.,1 111a1· Bhd t: 11<, -\rlin1:1011T\ 7Mll I MEMB E R IS0-1702511 0637-01 NELAP-accredited #Tl04704201-08 -TX 2007 Seal ofExcellence !al t ...,.. .... )WT6:4iC2""'~~~4tM.,,.,4,& .. ,.,.t L.,..,...,_ .. ,mm.,,_, '"''""•~""'"-a"'ta• .. ,...,_ .. __ .,.., _____ ,. __ ""'c==,-.:i.<Nm:W."M:.:o~~R!l-mr~~~~- /,DSC/ienl v /.0./.232 www .anu -lab.co m Fom11ptPROJRESCreated /01/3/2004 v/.2 Ana-Lab Corp. P.O . Box 9000 Kilgore, TX 75663 FAX 903/984-5914 c-Mnil eorp(i'i;a na -lah .co111 LELAP-accrcditcd 110 2008 Primed: 04/06/2009 Page IO of 17 Brian M Martine z STL Engineers 8908 Ambassador Row . Dalla s, TX 75247 089249 B-3 S-1 0-2 Sample Preparation ye llowBrsdclayw/gra vel Account Proj ec t STL5-N 436967 Paving Imp . Di s trict S Rece ived : 04/02/2009 ____________________________________________________ .. ____ _ Calculation Ancrly:ed: CA L 04/06/2009 /4: 18 As Received to Dry Weight Basis Calculated ~:,:c,tt~i.tei.:i11~1·t~~~t,,:,;('-l.l~~~_....~~~~"'W'~t.>~~~~~ 089250 B-5 S-1 0-2 Brye !lowclayw/LSF Bottle Temperature on Rec eipt 21 -------·-.. -----·--·----~--------- Calcula tion As Received to Dry Weight Basis Calculated Ancrly::ed: KA T 04 /0212009 deg rees 1/na~i•:ed: CAL 04/06120 09 Received: 04102/2009 01 /4:/8 !~,~~~.~~MlttJ .,."t1t.-11~°'~''h::;;c,,~N;•u~-~~~~~.....,_~-~f:W.>~,oir'~p~I-J+<W~~~ll'Vt-~IC!t>'l~Vff;,tl~ 089251 8 -7 S-1 0-2 Bottle Temperature on Receipt Calculation GrayBrclayw/LSF 21 A11aly::ed: KAT 04/02!2009 degrees --------------------· Analy:ed: CAL 04/0612009 As Received to Dry Weight Basis Calculated Received. 04/02/200 9 01 /,f·/8 ~~~)0~'S.f~'1'):0'bl,."'ZC~hf.1'.,,~~~~~-.-,;!'f~~«.~~~'ft«P,.l~~~-~~~~ .. 7.'!ll'~...r.lfltl~«f~ • ..,.~-l,.'ll('Ct~ 089252 8-8 S-1 0-2 Bottle Temperature on Receipt Redd is hBr sclclayw/LSF 21 Ana (i •::ed: KAT 0410212009 deg rees Received: 04 /02/2 009 01 ---------·---·-------•••-·-~----------·-·----·--•-·,•-••••••-•W••••-•••--•·•~••••--------••-•·---·•-•••-• Calculation Ana ly:ed: CAL 041061?.009 /4:/8 As Received to Dry Weight Basis Ca lcul.tkd ~)I/Jl'.JW~.m'~~~~J:Sllll,~l,1'l'l'f?il.~«'+~~~~~•":'WY~~~..""l'O..,,~~)'~l'J~..f!..c?:'1t~~~L"n:'~..li:"«.c:",(1'0~'.l.\W~"-l':"~~~'-,":-Al:J.f:ll'Jrtflu.t'faNHfft:~~'n!~...:.C.,,q1,c,,u~...ir.~t~.r~.-i::t~\>tH-,"m:'W.t.W$."t.i 089253 B-9 S-3 4-6 YellowBrshellyclayw/CN Received: 04/02/2009 Corponll<' ',}1ippin~: '.!r,O ll l.ludlc)· H1l. hil !!1>1·t. T\ ry~C,/,} "\,ir th lc~a ., Rt •td un: 11,11 1 I· .. l.;1111ar !llltl ,, 11 (, ,\rli n1i10 11 I \ 71,iH I MEMBER !S0-1702 5 fl 063 7-0 I 2007 Se al of Excellence LDSC/ienl v/.0.1.232 1\ ,,,w.n,rn -l ab.,o m Form 1p1/'RO.IRESCrea /ed /0/13/2004 v/.2 ~ Ana-Lab Corp. P.O. Box 9000 Kilgore, TX 75663 ---..---- -.=:: === Phone 90 3/984-055 1 FAX 903/984-5914 e-Ma il corp(<i)a na-l ab.co m LE LA P-atcrcdit(·d t/112008 ANA!~ I Results (ORP.'~ I THE COMPLETE SERVICE LAB "911' Brian M Martinez STL Engineers 8908 Ambassador Row . Dallas, TX 75247 089253 B-9 S-3 4-6 Bottle Temperature on Receipt Account Printed: 04/06/2009 STLS-N Page I l of 17 Project 436967 Paving Imp . District 5 Sample Preparation YellowBrshellyclayw/CN 21 Ana/y:;ed. KA t 04/02/2009 degrees Received: 04/0212009 01 Calculation llnal)'::ed: CAL 04106/2009 14:18 As Received to D~ Weight Basis Calc ulated :i.~~rs r 1.11•11 i"1Mtr.r:,~~~ . .._~,,.,...~~'tl.~,Jilk#iww:-~5'.*-"~~~-·JHt~AW~~~<t.,~~~ 089254 B-10 S-1 0-2 Bottle Temperature on Receipt Calculation TanB rs iltyclayw/FG,CN 21 1l1 m()'::ed : KAT 04102/2009 degrees A11aly:.ed: CAL 04106/20 09 Received: 04/02/2009 0 1 14 :18 As Received to Dry Weight Basis Calculated !,;:N)t:W,:«,&-,.;,~q~~~~,......>!!..~>;(lb19:.W6 ~~..:S~~l'.C¥(t-~ffl<l,l,..,..r."~~~~~~ .... ~~ .. l~"l~,C.,v,,;.)!CW'A'\trlT'~~~tt'"'""IC~»~ 089255 B-11 S-1 0-2 Bottle Temperature on Receipt Brownclayw/FE ,gravel 21 Anoly.:ed: KA T 04 /0212009 degrees Received: 04/02/2009 01 -----------------·-------··--~-----·----------------------·--------·----"· Calculation tlnoi)'.:ed : CAL 04/06/20 09 I 4: 18 As Received to Dry Weight Basis Calcuh1tcd fl\'l):.1.-...,~r.w.~,w.*"'.to;""~-~'f,:!"#t-U'.t,w-,~.t:O..-,:;i.:.a~fl~~~:14~L?"t,.."t(>.Tl'°"'~f,~.,.,-~.f>'111','-f'./'~v;;e..._,,.,:.....,.i,,o,.,~~~-·.~J,1,!>;,~f,:ol,'l',(lf'ly"M~~~~"r,.q,'tt1;:w.;t.U.'J!<.'!!lf'>.!l'~~c,:a~~~~--~4~~~r,.·~ 089256 B-13 S-1 0-2 DrkBrsdclayw/CN .LSF Received : 04 /02 /2 009 ·-----------------------·---------· ·---------------------·--·------.. --•--A••---------- Analy=ed: KAT 0410212009 Bottle Temperature on Receipt 21 clcg rc cs 01 Calculation tlnaly=ed: CA L 04/06/2009 14:18 As Received to Dry Weight Basis C,1 lcul atcd ( orp.,rall' S hippi11;:: 1(,t:0 l.>Hdl<·y ltd. t-.:il !!11rc , T:\ 7 :'-(,(,2 '\nnh Tl'\a~ l{t~io11: 1/ill l 1-:.1.a111:11 · !!IHI ;/ 11(, ,\rling111 11 ('\ 76011 LDSC /i e111 v/.0.1 .232 IV ll'W .Hll}l-Ja h .('(Jnl Fom, rptPROJ RESCreated /011312004 v /.2 ~ Ana-Lab Corp. P.O. Box 9000 Kilgore, TX 75663 E -.=. Phon<.· 903/984 .. ()551 FAX 903/984-5914 <.·-Ma il corp(li.)1rl a-f ab.co n1 LELAl'-nc1:rcdill'd 11020 08 ANAif&7 i Results coiw.··~.,,. I TH E COMPLETE SERVICE I.AB '11B' w•Mii'I Brian M Martine z STL Engineers 8908 Ambassador Row . Dallas, TX 75247 Sample Preparation Account Printed: 04/06/2009 STLS-N Page 12 of 17 Project 436967 Paving Imp. District 5 .... ,,. .............................. -....................... _, ,_,, ........ ,,_ ... ______ , ___________ ...... , ......... , ___ _.._, ... ,., ......... ~ .......................... .__,.., ___ .... ..,..,.._ ............. ~, ... fl..,Dll~~~---~tll:tMrl: ~ ljl!l;'!'.tl~-.......... _ .... .__ .... _. 089257 B-15 S-1 0 -2 Bottle Te mperature on Rec ei pt Calculation As Received to Dry Weight Basis -089258 B-16 S-1 0-2 DrkBrcl ay w/FE 21 Cn lc ulnte<l DrkB rs iltyclay Ana~v-..ed: KAT 0410212009 degrees Ana(Jced: CAI. 04/06/2009 Received : 04/02/2009 01 14:/8 Received: 04/02/2009 -------------------------------------··----------------··----- Bottle Temperature on Receipt CBlculation 21 A11a(J ,;ed : KAT 04102/2009 degrees 01 --------·----------------------Analy:ed: CAL 04/06/2()09 /.f: /8 As Received to Dry Weight Bas is Catcul~tc<l ~Mt~·.c.:.c ~:n:all:ff¥"'~':i!:aldto .. .-S.~.....-..,.~~.-.~.,....x,.:.,11,M11C.~~'5~.,.......,.i,w~.-~.,...to11w.•11S2~~·-.,t "=' ~~ r-.1a, ..... l'!te"··= Wl~ltftll 089259 B-18 S-1 0-2 Bottle Temperature on Receipt Calculation Brsil ty sdcl ayw/FE 21 Ana(r:ed· K11T 04102/2009 degrees Received: 04/0 2/20 09 01 -------------·-----------·-··-· ;/11a/y;ed: CA I. 04106/2 009 14.· /8 As Rece i ved to Dry Weight Basis Ca lculated -~~~...-~~~ ..... I IOlle'l!U:C'A .... ~--·1 F J .. ,.,..~.,,~~!r.'l'W.~.W.~""'«.w.h,.,_~<t-.'>1-.-... 1".r;t.-~~dt.'r'.---..,.~ .. ~~~A'IIN't'---.t~tllQIIIII'~ 089260 B -19 S-1 0-2 Bottle Temperature on Receip t Calculation As Received to Dry Weight Basis Corporac,· :ihippin!!: 11,1)(} Dud It-)· l<tl . l,il!!nrt, T\ i 566?. W SC/ien t v/.0. /.232 Tanclayw/weatheredLS 21 Calculated !lnaly:ed.· KAT 04i 02i2009 deg rees llnc,ly:ed: CAL 0410612009 Received: 0 4/02/20 09 01 /4 :/8 '\orth ! na., Hl"!!.i,,11: !l;n I I·. I ;1,n:11 · Bh-d ,, I I t. .\rl i n~11>11 ·1 \ 7(,1111 www.11na -lah.c o m Fon111ptPROJ/IESCreated /0!/312004 vl .2 .,.;;;::--4 -~ -~ Ana-Lab Corp. P.O. Box 9000 Kilgore, TX 75663 ----Phnnt 903/984-0551 FAX 903/984-5914 t·-Mail corp(ii.)ana-lab.co m U ·:LAP-acc rc<litt·d 1/112008 :::::, ... ~ ANll~Im1'7 ! Results CORP.'~~ I Printed : 04/06/2009 Page 13 of 17 Project THE COMPLETE SERVICE LAB., Brian M Martinez STL Engineers 8908 Ambassador Row . Dallas, TX 75247 Sample Preparation Account STLS-N 436967 Paving Imp . District 5 .,,,. ___ ..,...,...,,..,u .. _""''"'" _.. ...... ._.,.,.....,., .. ,..,,..,,..,_ • .,.., .. ~...,.,..,,...,11.,1 .. ~..,, .. rcita.....,,... .. ,,....,._,_, ___________ ,~~~$.~-. •= ••11:1t 089261 B-20 S-1 0 -2 Bottle Temperature on Receipt Calculation As Received to Dry Weight Basis ReddishBrclayw/FErocks 21 Ca lculated A11a(1ced: KAT 0410212 009 degrees Ana(l'::ed: CAL 04/06/2009 Received: 04/02/2009 01 I 4: /8 ,.n_•_,.., .. , .. , ,..,.,...,. _ _,....,r.,., """'"'~""-....,. -·=-••-... 11·~•••1"''""' ,..,,.,,._,,, .. ,.,,_,...,_,.,,i,:~....,. .. u;.,._,..l':o:•--·---·---,..,~ .. ~-,., ... -•;n••'"'"'••------""""·""-.. *"'·•r ·--------,.,,.,,,,._..,,._ 089262 B-20 S-2 2-4 ReddishBrclay ----···-·-----·----·-----·-------·----------- Bottle Temperature on Receipt 21 Calculation As Received to Dry Weight Basis Calcul~tcd Analy::ed: KAT 04102/2009 degrees /111a(v:::ed: CAL 04/06/20 09 Received: 04/02/2009 OJ /4 .· 18 ~~t.,.,11r,lll:iiA l'll1';1'9)Ct:at:•tst . ".lic:,!lo~l,U411,llll-...a<~~.Jl:MU~~#~~~:«,:,,:;r~i,r~~M'*W~~~ 089"263 B-21 S-2 2-4 OrkreddishBrday Bottle Temperature on Receipt 21 -----··-----·-----Analy=ed: KAT 04/0.?/2009 degrees Received: 04/02/2009 01 ------------------·------------·-···----··--- Calculation Analy=ed: CAL 04106/2 009 14:18 As Received to Dry Weight Basis Calculated ,..~~~~ .... ,~~.,;::~~~~.,.---, ... 089264 B-22 S-1 0-2 ReddishGraysiltysdclay Received: 04/02/2009 --------·---~----·------··-~---~·------------·--M-·-·-----------·--·-Analp!d: KAT 04/02/2009 Bottle Temperature on Receipt 21 degrees 01 ·----·----- Calculation A11a~11=ed: CAL 0410612009 1418 As Received to Dry Weight Basis Calculated Corpnra tl' ShitJping: 2<,l.lO Dnd!ty l{d. l,il!!1tn·. T\ 7;',1,(,2 \orlh ·1 nas l{1•g io11: IC.Ill I· .. l.,1111 :i r Bhtl ,; 11 (• \r ling tr,n T\ 7(,111 1 rlili\ MEMBER IS0-17025 # 0637 -0 I NELAP-accredited #Tl 04704201-08-TX 2007 Seal of Excellence m1a. A• -,,.....Al~~~-~~"',~"W~~PJtttd MWs Ja.!IMG:t)d,bf .... ~'le)f;l:"~~":c,a,''"''°""'" .. r.,."'°"""'-""m,,:sl":,w.~rawr.:~.,..... ... )10:. ldli LDSC/ienr v/.0.1.232 www.a1111-lab.com Form rp 1PROJ RES Crea led I Ol/ 3/2004 v J. 2 ~~ Ana-Lab Corp. P.O. Box 9000 Kilgore, TX 75663 -~------.a\ _.-Pho11c 903/984-055 I FAX 903/984-5914 t•-Mail corp1_i(ana-lah.co111 U:LAP-atcrcdit(•d 1102008 AN/.1~&1'7 1 Results CORP.·~' I THE COMPLETE SERVICE LAB W l@!filiiD Brian M Martinez STL Engineers 890& Ambassador Row . Dallas, TX 75247 Sample Preparation Account Prinled: 04/06/2009 STLS-N Page 14 of 17 Projecr 436967 Paving Imp . District 5 __ ... ___ .. _ .. , _____ PMll ... 1--~ .. ~ .................... __ IQ'!i""""'"''"'"""::e: .... ____ ,_,_,_,..... .... n.-.---~-v,ara.~~ .. ,: ..,,'IIIWM ......... Eata ..... S:it __ .. _.,._ ..... ...,.Jt .. d. ... .._ ....... _,. .... _ _,,,_....,_ 089265 B-24 S-1 0-2 Reddi shBrsdclay Bottle Temperature on Receipt 21 ---·----------------------- Ca/cu/a lion As Received to Dry Weight Basis Calculated e,ut~j .IM ;.,llal lf.f CIMIIIFt • LU JW~lll1 U I - Received : 04/02/2009 A11a/y:ed. KAT 04/0212009 degrees AMly;ed· CA I. 04/06/2009 14 :/8 01 089266 B-25 S-2 2-4 Tangraysiltyclayw/FE Received: 04/02/2009 Bottle Temperature on Receipt 21 Calcvlalion As Received to Dry Weight Basis Calcu lated :1 110/y:ed: Kl1 1' 04/02/2009 de gree s Anllly;cd : CA L 04/06/20 09 Ol 14 .·/8 :f~~~tR~:IQI -...... Itri .. ,; lh iM'll"~,r,,ri~~~"°""~JoO,*-.... #.Wl ........ ~1'1W""""'JJIG ... A-HI ___ 01A~~~YJl"*""-l'tt1,.~~~Nw:II 089267 B-26 S-1 0-2 Yellowtanclayw/CN,LSF Received: 04/02/2009 ·----------···----··--··--·----A11a(1 ,-:ed: KAT 04/01/2009 Bottle Temperature on Receipt 21 degre es Ol -------------·---Calculation Anal;--:ed. CAL 04106/2009 14 : /8 As Received to Dry Weigh t Bas is Calculated r~)'f;.V~~~..,,,.~--=,,....,..,,.._~~·,~,,'i:( .. ~-*""~~~1',,._~~~ ... -.c1~~.~~..,.~~ft"~~~~~~"'"ll!t.,..,....no,.1 089268 B-26 S-2 2-4 YellowTa nclay Bottle Temperature on Receipt 21 Calculation As Received to Dry W eight Basis Calculated Analy:ed. KAT 04 /0212009 degrees Ana/y ;ed: C1ll. 04/06/2009 Received: 04/02/2009 Of 14:49 ',orril T n a< l<L'(ti oro : I (iO I I· .. I .arnar llh d ,, I I<, \.-Jin:.:H,11 ·1 \ 760 I 1 MEMBER IS0-17025 # 0637-01 NELAP-accredited #TJ04704201-08-TX 2007 Seal of Excellence ---------~~~~--1'\t~uciJctemt i;etn! ............... ,. 12 · .....,.~e¥.,...o:iltlllff tsc·'C <n;•l'Al•~l*~~'f,y"~~~~.,._. t 191, 111 LDSClienl vl .O.J.232 www .ana-lah.com For 111 rp1f'ROJH £SCrea1 ed /0//312004 v/.2 ~ -----Ana-Lab Corp. P.O. Box 9000 Kilgore, TX 75663 = ~ Phon(· 903/984-0:-SJ FAX 903/984-5914 c-Miiil corp(ii~an a-lab.com LE LA P-accrcd i!cd 1102008 -= ==:-. -ANA~m-., 1 Results CORY.·~? I Printed: 04/06/2009 Page 15 of 17 Project THE COMPLETE SERVICE LAB._, W•I•l,iGI Brian M Martinez STL Engineers 8908 Ambassador Row. Dallas, TX 75247 Sample Preparation Account STLS-N 436967 Paving Imp. District 5 ~ s 1·u:, :a:aE:S::Jlll ea Ul 3 a:VMF 1 , t:1.1 -~ JCICJl:tllllll*11 Ult.I t:ir»w;:r.sa.: 089269 8-27 S-1 0-2 Bottle Temperature on Receipt Calculation DrkBrsiltyclayw/CN 21 1lnaly;ed: KAT 04/02/2009 degrees AnalY=ed: CAL 04/0612009 Received: 04/02/2009 OJ 14:49 As Received to Dry Weight Basis Calculnted ,.._ ~~lti:IQ>Urt .. 1,1;W.\~~ Mr'1ffl la WW: ~'Clffl!ASlltC31UIOll7tll*•.t,Watn'!ltld·W·M~~ ; tl&l;lc,~~ 089270 B-28 S-1 0-2 Olivegraysiltyclayw/FE Received: 04/02/2009 ---------------·-------·---------·--·-----------Bottle Temperature on Receipt .. --·----Calclllation As Received to Dry Weight Basis 21 Cnkulatcd Annf)ced: KAT 0410212009 degrees Anc,/y:.ed. Cll l 0410612009 I .f. 49 OJ ~!OtN'IN.~~~V...~~ 4J$i....&.iLls., i:.are,..(CIW.6Nli'~~~~~,..,..,.,.<1o,.~~~~~ A.i.lL\)4!141•1-~~ . 089271 B-29 S-J. 0-2 Brsdclayw/FE Bottle Temperature on Receipt 21 Analy:ed: KAT 04/02/2009 degrees Received: 04/02/2009 01 Calculation Analy:.ed: CAI. 04/06/2009 /,/·49 As Received to Dry Weight Basis CAicuiated 1t~Jt--.i:tllt-' ... ~~til""1CP.m11l1C,t:911R:it..,i.~,:1,....~~~~W~~.M,l4'llllill<:: ••r,w;,,;.cwa._·~"Kn,"t:i,tt'~>S,._-.:~"111"'~~-..,_-0.:-.,.,1',,:r;z'"##.'n.~,.,,..""..._.,_~--~"~~C(~-~\~ 089272 B-30 S-1 0-2 Brclayw/CN Received: 04/02/2009 ------------·----------·---·-------------------·------··--·-----------------·····-----Bottle Temperature on Receipt -·-----· Calculation As Received to Dry Weight Basis ( nrpm·HH' :ihippi11J!: 2(,(llJ OutUt·.'· ltd. 1-;il!!nrc. I'\ 7;';(,(,7. 21 Analy:ed· KAT 0./10212009 degrees 01 ------------------------------·-··--·----------------1/ncdy::ed: CA I. 04106/2009 /4: 49 Cnlculnted '\1 ... 1h ·11·~:i, l!q:i<>n: 11,01 L. l.:1111ar llh<I ;i 111, .\rling1011 ·r, 7/,1111 $'~ij .. ~~--JAF1e1a'.~ MEMBER !S0-17025 # 0637-01 NELAP-accredited #T104704201-08-TX 2007 Seal of Excellence ~~'f~tt'M.~ MJbl"411Ui IO,.JNG:dlktt•d ~c;~~..'l.~H..ac~'*~~~~~"""'" IIW)Nll~•Jfll'lf LDSC/ientv/.0. 1.232 www.ana-lab.('Orn , .. 0,111 rp1PROJIIESCrented IOI/ 312001 vl.2 -· .J:' r;? ..-,:--..... Ana-Lab Corp. P.O. Box 9000 Kilgore, TX 75663 -...... ..-5. ..=,. Phone 903/984-0S5 I F .,\ X 903/984-S<) I 4 (•-Mail corr>(iii ana-lab.co111 IINAfB7 'Results LELAP-accrcdittcl #02008 CORP.~ I THE COMPLETE SERVICE LAB 'W m!JttUii&I Brian M Maitinez STL Engineers 8908 Ambassador Row . Dallas, TX 75247 Sample Preparation Account Print ed: 04/06/2009 STLS-N Page 16 of 17 Project 436967 Paving Imp . District 5 ""'"""'"""'""""flll .... ..,..,"'.m11'"'""-"""'_,,,..._._.,.,.....,....., .. ,,..e11:"'" .. a1t"'"" .. "'""""-""'c=,..,;:s..,~,.,.•-~ .. --,...,,.,111 ......... ,,e..,,.-..... , ....,w..,,..,.__, ____ ,..,.....,_., .... _, • ..,.:r.n,..,.,11a ... w....,,...,_.,..,1..,11,..,~, ... ,.--------~~ 089273 8-31 S-1 0-2 Bottle Temperature on Receipt ReddishBrsiltysdclayw/FE 21 Ana /y;ed: KAT 04102/20 09 degrees ·----------·------ Received: 04/02/2009 0 1 Calcvlation !1110 /y;ed : CAL 04/0612009 14:49 As Received to Dry Weight Bas is Calculated 0'4U:tll.t~~J g, 'IM -~::llilbd.ltdlr.wttffr~~~~ .. --~,; .. a1111 .. -.. ,-,,_-, ... -............ IC-l:Cl!dD'l~IC6.1lfflilt~~~ 089274 B-31 S-3 4-6 Tangrayclayw/CN ,FE Received: 04 /02/2009 -----··-····--·-------··-------·------·-.. --------· ·---------------·-------~------·--··------- Bottle Temperature on Receipt 2 1 il na(v:ed: KAT 04!0?./2 009 degrees n1 -------------·-·------------------·---··-------·-Calc vlation ,tnaly:ed: CA I. 04!0(v2009 14 :49 As Received to Dry Weight Basis Calcu lal ctl '-'.'X'.tf~·~~~w **·c io -~~-'.,_~~,,..l:i_.,_~.,.~..N'U'l~~""~~l~'!T~~~Otf'l(~~~~~",:;~(mu,::.;~~~$~$!!>.~«rt.tvk..~~.,._..s;..-1:t. 089275 B-32 S-2 2-4 Bottle Temperature on Receipt Oliveclayw/CN ,FE 21 J/110/y:ed· KAT 04/0212009 degrees Received: 04/02/2009 0 1 ·---------------·--·-··----··---------------------------------------------------- Calcvlalion Ana/y:ed: CAL 04106/201/9 14 :49 As Received to Dry Weight Basis Calc111!11cd t-~~~ttbatto!:"••:n~l )l)li4-.~a,:1uo,,--..~,eo,"1.~..-.~ .. ;1~......-_...~~..-.:o,..~~-.-.·.•W1•1i1•,m,•ntr-••4'CIC~'t~~~~l'-l"""""""'(~fl!\.,..,...Jl'l,lC.,c!1~~~~0'l~.:.MV.:.O~;~.t, 089276 B-33 S-1 0-2 Bottle Temperature on Receipt C,1/colation As Received to Dry Weight Basis LDSC1ie11r v/.0.1.232 Reddishtan sclcla yw/FE 2[ !111(1(;,;ed: KA T 0.fl02ill/09 dcgt'ecs Received : 04/02/2009 01 -·--------·-----·----·--------·------·---------Ana(,,:ed: CAL. 04106.t?.009 /4 .·i/9 Calculated \11 rih ·1 t·,n~ l(t·i,:io11: !6!l! !-.. L 1rnar Bini "I I/, l.rli n1;to n I\ 7(,ltl I MEMBER ,. ••• \1 w,,,.ana-lah.com For1111p1P ROJ RES Crea1ed I Oil 312004 v I .2 ..r~ = ~,=:. Ana-Lab Corp. P.O. Box 9000 Kilgore, TX 75663 &·.--Phont• 903/984-0551 FAX 903/984-5914 t'-M n ii corp(1i;::ina-la b.com LELAP-a cc rcditcd #02 008 ~a:, i Results THE COMPLETE SERVICE LAB 'Ul' lmlliMimt Brian M Martinez STL Engineers 8908 Ambassador Row . Da llas , TX 75247 089277 B-33 S-2 2-4 Bottle Temperature on Receipt Calculation ~ Qualifiers: As Received to Dry Weight Basis Accounl Printed: 04/06/2009 STLS --N Page 17 of 17 Project 436967 Pav ing Imp . District 5 Sample Preparation RedBrsdclay 21 Analy::ed: K;JT Oif/0212009 degrees Ana ly:cd: CAL 04/06/2009 Received : 04 /02/2009 01 14.·49 Calculated ~---""~!ll!iw._ll!!·..i1~a"1~1tllmmR.an1:m~~ We report re sult s on an 'A s Received' or wet ba s is unless marked 'Dry Weight '. Unless otherwise not ed, tes ting was perfo rmed at Ana-lab's corporate la borato1y that holds the followin g Federa l and State certificates: Texas Department of Health Lead Firm Cert ifica te 2 110076 , EPA Na tional Lead Laboratory Ac cred itatio n Program 11637 .01, US Cons umer Product Safety Commission ii I 09 5, US Department of Agr icul ture So il Import Permit S-37592, Texas Commission on Environmental Quality Drink ing Water Labora tory Certificate TX2 l 9, Texas Commission on Environm enta l Quality NELAP Tl 04704201-06-TX , Oklahoma Dep artme nt of Environmental Quality Dr inking Water Certification Lab ID# D99 J 3, EP A Lab Number TX00063, USEPA Approved Perchlorate Testing Lab , USEPA UCMR2 Approved Lab, Oklahoma Department of Environmental Quality Laboratory Certificate 8125 , Arkan sas Department of Env ironmenta l Quality Certification #03-070-0, Louisian a Department of Environmental Qua li ty Laboratory Certification (NELAP, LE LAP) #02008, Louisiana Department of Health and Hospital s Drinking Water (NELAP) II LA030020, US Department of Energy Approved, State of Kansas Department of Health and Environment Was te Water and Solid/Hazardous Was te Cert. E-10365, Alabama Department of Env ironmental Management Drinking Water 114 15 40. Ana-Lab is a lso accred ited to the internation al !S0-17025 standard by the American Associa tion for Laborato1y Accreditation (A2LA Certificate# 0637-0 I). The Accredited co lumn designates acc red itatio n by U --UCMR2 (EPA), A -- A2LA , N --NELA C, or z --not cove red under one of these scopes of accre dit ation. These ana lyt ica l resu lts relate to the sa mpl e tested. This report may NOT be reproduced EXCEPT in FULL witho ut wr itten approval of Ana-Lab Corp . Unless otherwise specified , these tes t resu lts meet the requirements ofNELAC. RL is 1he Reporting Limit (sample specific quantitation lim it ) and is at or above the Method Detection Limit (MDL). CAS is Chem ica l Abstract Service number . C.H. Whiteside, Ph.D., President "\ori!J I l"\a < !lt~iun: J(,lll I· .. i.a 111ar l!hd "I Jr, ,\rl i ll!(ll>rl T .\ 7(,1111 \.Co \:·• ~,..,.;r. O;,.,_,..; .;,>~~ ~~=,..\, :,; .. ,;-, ·., e ~ . ·,·~ ,,, 4 ;. . . ,. . .. .. i1 . . .r: MEMBER ISO-J 7025 ti 063 7-0 I NEL.AP -accredited #TI04704201 -0 8-TX 2007 Seal of Exce ll ence U)SC/ien1 vi . 0.1.232 ,, ww.nna-lah.co rn Form 1ptPROJRES Cremed I 0/1312004 v /.l -Ana-Lab Corp. P.O. Box 9000 Kilgore, TX 75663 DI 0.•0111;il.tt• ;*?~ E. .=. Phone 903/984-0551 FAX 903/984-5914 c-M:til corpr_ti)ana-lab.1:om ANA~ 1 Quality Control LELAP-accreditNl /102 008 CORP.'~ I THE COMPLETE SERVICE I.AB '111P Brian M Martinez STL Engineers 8908 Ambassador Row . Dallas, TX 75247 12805 w Solid 1tr«meter 1),pe otal Solids Blank Total So lid s Blank arameter Sample Type Total Solids 089031 Duplicate To tal Solids 089030 Duplicate otai Solids 089248 Duplicate . otal So lid s 088957 Dupl icate 313135 w Solid Pnmmeter Type <:11ifa1e by Turbidity Blank /'ammeter Sample 7)1pe <:uJfatc by Turbidity 089248 Dupl icate uifatc by Turbidity 089258 Dupl icate narameter Type ulfatc by Turbidity Standard ..513148 w Solid ·,1rameter 7),pi! Sulfate by Turbidi ty Blank '1Jr1tmeter S11mpfe T)'pe Sulfate by Turbidity 089268 Duplicaic 'IIT(IJ1f(!(f!T Type Sulfate by Turbidity Stand ard Result -0 .000100 0.000 100 Result 88 .9 90 .2 91.8 98 .7 Re.mfr <200 Result ND ND Remit 18 .8 Result <200 Re.s uit ND Rewlt 19 .1 Printed 04/06/2009 Page I of I Project Blank Unit grams grams Duplicate J)up/icate Unit RPD Umit% 88 .8 % 0.113 25 89.6 % 0.667 25 9 1.4 % 0.437 25 98 .8 % 0.101 25 Blank Unit mg/k g Duplicate Dup/ic11te Unit RPD Li,uit% ND mg/kg ND mg/kg Standard /(11 ow11 U11it Recover % limits% 20 .0 mg/kg 94.0 90 · 110 Blank Unit mg(kg Duplicate Dt1plic11re Unit RPD limit% ND mg/kg Standard /(11ow11 Unit Re cover% Limi/s% 20 .0 mg/kg 95.5 90-110 RPD is Relative Percent Difference : abs(r l-r2) / mean(rl,r2) * 1000/o Recover% is Recovery Percent: result/ known * I 00% Corponilc Shippi11J!: 2(,i)ll tludk~-l{d. i,il:!•>l'l'. T '.\ ?~(,(,:! IS0-17025 # 06 37-0 l l.DSC/ient vl .0. /.232 \orth 'f'l''>IS Rl':!inn : l/,01 I·'.. 1.af!lnr III HI ,; 11{, \rii11)!1011 'I'\ i6ftl ! www.an a-1.i b .corn MEMBER 2007 Seal of Exce llence Form rptl' ROJQCGrp/ Cre{t /ed O J/2712005 v J. 0 1i ;;i.Cf . ( i !--!---'-'--f--!.-=-'=>L-1"'-'-~=-..(...IJ"'f.-......-"!=tc\'ll-""'-'e..!...f.-----i:-----+-----+-----.f...L<.....aL.-.::c...-'-...::c..--''-H-!---i----l!---l--l--1--1--1 !!! zso ( I / . ij f----.c.:....=---i.;._f-i.JYF--===--==,--=c..;...:::::...c..:_ __ --+-·----if----+----+-----+..::..-'~~-L--""-'""--H'-!---!---1~~--t---+--+--~ / i I I f---........;;c...-1--t-..J.!io.JLJ'--4-"''-'=--'a,..<....U.~<-=:f--"'+'--"'7='--+---+---+---l---1----r<'-'-=-~--'--~:...+-1-+-l--+--+--+-l---+---l 1-:-~~-( ! Samples Receivea on Ice? Q _fas g.----'No Method of Shipment O Bus O FedEX ~~ Siar O UPS D Hand de l!vered O Ai rborne Oother ##conOGS689 S-i CooleriSarnple Secura? .id"" Yes O No Tracking or Shipping Number Z. 5/ G 6 3 ':t.l2 003233 0 2 / i Requested TAT O Routine Gr 3 day O 2 Day O 24 Hr O 2-8 Hour Samples con1a :n HF CN ° C) Ana-Lab ersonnel collect sam lest.:i"s Sllecrfled b Ana-Lab SOP #000323. 003532 0 ! Sample ana:ysis will be provided ac cording lo Ar.a-la!>"s Standard Terms and Conditio ns oi Ag1eement. avaiia bl e upon request and at :···_:-,.-.:.,:_;; :!·';._:;,,·!·Any other terms 30388ffli~re i / deemed material allerations and are rejected unless expressly agreed to in wri~ng by Ana-lab. J · ..l I A!J,1.~, A ~~;t~~Z:,::., L:•~,ot~~~ ·::::~:::.,,::~:::;:" .. ~:~~= :::::~, ;~h I ~ ™ ~""~" ~-•ma0i'.~,':~:.;.'.:;'~~~"m "'-'" ·'"' "'·"'·"'° '8<.333.0414 255.651.7>64 §·~···I '1::,r 1--, c-=-Rco-pm-op-rta-nto-y:_na_m_e-.. ---------------+i --.:P~roc:-je_c_t·.,..noa-:--m-e/_lo-.,,c.,..at-:-:io""n_-.-------------t----,r---.-A-'-na..,.1-'-ys_is_R-re-'q'-u.;..esi-te_d---,c---,.-;:,,:~-i'l! il~,11,r1,,:~t I Billing Address (if different) I " ~ 1 ffl U ,,, I ::.:raw Sralo z;, i c,, __ S_t_a_t_e ______ 2-i p______ \: II ir'lliutl j Phone Fax : Phone Fax ~ • ~ Sampler Signature \ Printed Name I \ Affiliation PO Number ~ I ! 1 I i \·~ I I Lab Number ! I # of , -j \ 1 1 Do Not Use Field Identification ! Date Time Matrix I Containers Notes 1 ~5 9 e, r $; ff-{~< ,;,(c..., :v /F'""~:c...----+l---+----1----..... '! _...;.( __ BL..-..:..! ..... ,t;__..,;'-'-/...._D::....--=Z-=-+--+--+----,l--+--...J'-----+--1----+---'! Z ~ 0 ~ ,::~ ,,. Ir..~ <-J+/v=,.u=~=I,=~= d· 1 _.,l...-::c..~<..:.·---;11---+------+----+i _ _./'-----+! =~_.(.....,_ q...::......:<:, •• \___.f>"----=2-+---+-+--+1-4---+-+---i--+----l' 2C., { l<2_,,,1c,(i .,~ ~r ,iAJ,,.,,/F(: ,,<>d<-I i 1>~20 _s,/ Z>·"2. I Date II Time Relinquished_ oy : I Received by: I owastewater 0Drlnking Water 0SW846 I, ~ Samples contain O HF O CN OS= D other## I ~-T Prlntod Narffi_oA/1. T Si gnature Affil iation ! rinnnA ~f ~ r Sl:n7e /) Affiliation I f-:.r.4+---+-,.--._:,,:::::._~~,~~=-------------·---t-..._"""'-1-1~'-"-----~&<----f-/--~--------i 1, µ....lrt/o.L.:.o..!...1...f-!.l!i~fJO~>S:_+.-'::L=.o=.::...n:..:e~~-)t_a_r_· ---------+-' Ka_th.::_y T:_a_rv -er_M_a-la~b~ A~oo..c:-A~~Jnt1 ~ 1 .,...l-f-J,,.A:.Cr],1,<C.S/l~re--=-----, !' / v ) / ; I I I I I I I ~ j I I I ~ Samp les Rece ived on ,ce ? O~es 0"' No Me,hod oi Sh ipme n, D Bus O Fed EX ~e Siar D UP S O Hand ael,ve red O Airborne Octher ##cM'Ja6$9 ra--2 / 0 Ii I Cooler /Samp l e Secure? iZf Yes O No Tracking or Sh ipping Number 'Z-5/C. ~ 0 003233 0 (_ I I Reques\ed TAT O Rou1 ine O 3 day O 2 Day O 24 Hr O 2:s Hour Samples con ta;n HF C N 003532 CJ I g Ana-Lab personnel collect samples as specified by Ana·Lab SOP #000323 . / I Samp le analysis will be provided acco rci ing lo Ana-lab 's Standard Terms and Condil ions of Agreemen!, avaiiable upon request and at ~na--1,<).l!.&2 ~1.:'· Any other term00368~ cOi1 are l . deemed rnale dal alterations i!nd are re ·ected unless express ly agreed to i n writi ng by Ana-lab . ::;: 2600 Dudley Rd Panhandle Oklahoma North-TX Central-TX m ANA,~~~; l ~f:ir;}R:5662 I 1~1-:n/j)Jti~~~ijrf I 8 :~:::::::all:: 5 · 29 :~:~:l:na 81 :·:: 1 ~::: s:~~::~:o~s ,~ ell I (OKP:""'-''~f-<" f (fx) 903.984.5914 956.631 ,6437 318.219.9300 281.333 .9414 256.651,7264 m ·~1•1• l• l- _'Hl'_co_1.1_P_LE_,._s_ER_Y_1CE-1.A_&_-___ e-_m-al-l:_c_o_rD_(iil_a_n_a--la_b_.c_o_.m __ -+-=::-:c---:---:-:----,c,..,.,,:::-----,,,--------------+--.,......--,-;.,_+-'----.-;:..;..;,..;.;;.;:;._.,......_,...:[':gJo,H l ,1111~; 1 ~ll!l,.~I •,,}~ Report to: Project-name/locat!on 1 Analysis Requested Company name: Billing Address (if different} ~>· ~lll111I Address: tJJ State Zip ~ City State Zip City 11-----------------------1 : Phono fax I Phone Fax Sampler Signature Lab Number Do Not Use \ Printed Name Field ldontlfication i Date \ Affillatlon Time Matri1< l I I I I ! I I I I i ' i i i # of Containers I I ( I I PO Number Notes \~ I . ~--U ..,_,:a_ Z•c.f I v1 ~ 7, '1-C:,-1 ()-2-\ I (>-2 ~ >) n-'2- &20 s-/ r. ~1. I 6-30 s-1 e -?. l~-'J I i-1 6 ., t•-- I l I I 1\ I-_ _,...::2::_1_(~fl..eA=~1}~c.£./A!.-'61'!A~vl.-..'----L--....!..\ __ ..!..__-..1.._.,:_/ -~~~-'J.:...:';l~~·...::.."Z_-i,--l---'(.!.....-..J.......-.!..i ----.!_...1.-.......1---1.._L..-....1 Time Relinquished by~ ! Received by: I Date Signature Affiliation I I QWastewater 0Drinki ng Water QSW846 Samples contain D HF n CN nsao n Other## Pjnted Name l"\.z. _ Slgnature Affiliation I nnA ~-T~r / ~ / l _) / I I ! P. i I l I Samoles Received on Ice? _g yes ~o Method of Shi pment O Bus O FedEX ~ne Siar O UPS O Hand delivered O A irt>orne Oolher /#lcomme)t}3 362B933 (:I-CJ 0 l Cooler/Sample Secure? .!d"' Yes O No Tracking or Shipping Number 'Z. 'SU, S: 3 '{a ~b Z( Requested TAT O Routine O 3 day O 2 Day O 24 Hr O 2-8 Hcur Sample& conta in HF CN 003532 Q Ana-Lab personnel collect samples as specified by Ana-Lab SOP il:000323 . ~ASU:t CJ Sample ana lysis will be provided according lo Ana-lab's Standard Terms and Cond it ions of Agreement, available upon request and al ,w.v,.an a-lJ!:).t:f,m . Any olher terms prop~;e\Fe?l't are l • deemed malerial alleraLions and are re ·ecfed unless expressly agreed lo in writing by Ana-lab . ' I I I ' i 9 .3 FINAL STORM WATER PREVENTION PLAN G:\1210\4397-32\Project\Specifications\Contract 5C\SECTION 9W.3 -Final Storm Water Prevention Plan .doc l SECTION 10 -ADDENDA ,, l . j l . , I , _ __J G:\1210\4397-32\Project\Specificat ions\Contract 5C\SECTION 10\10.0 -SECTION 10 COVER.doc