Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Contract 42014
- r'I 0.E FJLr: JDfNG ® SPECIFICATIONS AND CONTRACT DOCUMENTS FOR 2007 CRITICAL CAPITAL PROJECT COUNCIL DISTRICT 5 CONTRACT SA CITY SECRETARYlf '°" ,... I q CONTRACT 0. c:rv - BID'2KER AVENUE, BRIGHT STREET AND BURTON AVENUE CITY PROJECT No. 00946 Water No. P253-541200-605170094683 Sewer No. P258-541200-705170094683 TPW No. C295-541200-205400094683 Michael J. Moncrief Mayor January 2011 William A. Verkest, P.E. T. M/. Higgins Interim City Manager Director, Transportation and Public Works Department S. Frank Crumb, P.E . Director, Water Department PREPARED FOR: The City of Fort Worth DANNENBAUM ENGINEERING CORPORATION T.B.P.E. FIRM REGISTRATION #392 6421 CAMP BOW IE BLVD , STE 400 FT. WORTH , TX 76116 (817) 763-8883 Of t · . '".n~~ Cl~~ SE.Cll.H~i<: FT. WORTH , TX City of Fort Worth, Texas Mayor and Council Communication --------------------------~-,....-~-------~-·--- COUNCIL ACTION: Approved on 7/12/2011 -Ordinance No. 19761 DATE: Tuesday, July 12 , 2011 REFERENCE NO.: C-25006 LOG NAME: 202007COCONTRACT5AD1ST500946 SUBJECT: Authorize a Contract in the Amount of $2,092,465.45 with Conatser Construction TX, LP, for Pavement Reconstruction and Water and Sanitary Sewer Main Replacement on Portions of Bideker Avenue, Burton Avenue and Bright Street and Adopt Appropriation Ordinance for $727,668 .50 and Utilize $1,698,887.50 from the 2007 Critical Capital Projects Fund to Provide for Construction Contract Costs, Contingencies and Construction Services for a Project Total of $2,426 ,556.00 (COUNCIL DISTRICT 5) ~ECOMMENDATION: It is recommended that the City Council : 1. Authorize the transfer of $727,668 .50 from the Water and Sewer Fund in the amounts of $606,135.00 to the Water Capital Projects Fund and $121 ,533 .50 to the Sewer Capital Projects Fund; 2. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Water Capital Projects Fund by the amount of $606,135 .00 and the Sewer Capital Projects Fund by the amount of $121,533.50, from available funds; and 3. Authorize the City Manager to execute a contract with Conatser Construction TX, LP, in the amount of $2,092,465.45 for pavement reconstruction and water and sanitary sewer main replacement for streets listed below. DISCUSSION: As a part of the 2007 Neighborhood Streets program the following streets will be completely reconstructed: Contract 5A, Dist No. 5 Bideker Avenue Burton Avenue Bright Street Martin Luther King Freeway to Bishop Street Vaughn Boulevard to Campbell Street East Berry Street to Reed Street In addition to pavement reconstruction, deteriorated water and sewer lines are to be replaced as specified by the Water Department. Also , as with any Neighborhood Street project, an alternate bid was solicited for the addition of sidewalks along each of the listed streets . There are sufficient funds available to perform all reconstruction and to build the new sidewalks . This contract was advertised on January 20, 2011 and January 27 . 2011 , in the Fort Worth _Star- T_~legram . On March 3, 2011 , the fo ll owing bids were received : Logname: 202007COCONTRACT5 AD I ST500946 Pagel of 3 Bidders Base Bid Alternate Base+ Bid Alternate Bid Conatser Construction TX, LP $2,036,824.95 $ 55,640.50 $2,092,465.45 Stabile and Winn, Inc. $2,075,705.34 $70,781.00 $2,146,486 .34 CPS CIVIL $2,121,242.00 $63,783.00 $2,185,025 .00 Mcclendon Construction $2, 152,268.22 $76,100.00 $2 ,228,368.22 Company , Inc . JLB Contracting , LLC $2,291,492.39 $81 ,851.14 $2,373,343.53 RKM Utility Services, $2,298,971.50 $75,209 .00 $2,374,108 .50 Inc. Jackson Construction $2,474 ,579.50 $ 82 ,326 .00 $2 ,556,905.50 Jet Underground Utilities Inc. $2 ,790,208 .65 $90,578.50 $2,880,787 .15 Ed A Wilson, Inc. $2,929 ,200 .50 $113 ,365 .00 $3,042,565 .50 Staff recommends that the base bid plus the alternate option in the amount of $2 ,092 ,465.45 submitted by Conatser Construction TX, LP, be selected and a contract be awarded to Conatser Construction TX, LP . In addition , $334,090.55 will be utilized for contingencies and construction services -surveying, material testing , and construction inspection. Conatser Construction, TX, LP, is in compliance with the City's M/WBE Ordinance by committing to 28 percent M/WBE participation on this combined project. The City's M/WBE goal on this combined project is 28 percent. This project is located in COUNCIL DISTRICT 5, Mapsco 78S, 78T, and 78U . FISCAL INFORMATION / CERTIFICATION: The Financial Management Services Director certifies that funds are available in the current capital budget, as appropriated , of the 2007 Critical Capital Projects Fund and upon approval of the above recommendations and adoption of the attached appropriation ordinance, funds will be available in the current capital budgets , as appropriated, of the Water Cap ital Projects Fund and the Sewer Capital Pmjects Fund . · FUND CENTERS: TO Fund/Account/Centers 1 &2) P253 476045 6051700946ZZ 1&2) P258 476045 705170094622 2) P253 531350 605170094652 2) P253 531350 605170094680 2) P253 531350 605170094682 2) P253 541200 605 170094683 2) P253 531200 605170094684 2)P253 531350 605170094684 2) P253 531350 605170094685 2) P253 531350 6051 700946.fil 2l.P~S __ .5..3J3 50 705 17 00~ FROM Fund/Account/Centers $606,135 .00 1) PE45 538040 0609020 $121.533 .50 1) PE45 538040 0709020 $14,000 .00 3) P253 5412_00 605170094683 $1.050 .00 3) P258 541200 705170094683 $700.00 3) C295 541200 205400094683 $540 .685 .00 $3.500.00 $3 ,500 .00 $42 .000 .00 $700 .00 $6.000 .00 Logname : 202007COCONTRACT5ADIST500946 $606,135 .00 $121,533.50 $515,685 .00 $87,083 .50 lli89 .696 .95 Page 2 of 3 2) P258 531350 705170Q9466Q 2)P258 531J5Q 7Q517QQ94682 2)P256 541200 7Q5170Q94683 2)P256 5312QQ 705170Q94684 2)P256 531350 7Q517QQ9466~ 2)P258 531350 70517QQ94685 2)P25S 5J135Q 705170094691 CERTIFICATIONS: Submitted for City Manager's Office by: Originating Department Head: Additional Information Contact: ATIACHMENTS H~ $70Q .QQ $9J,Q83 .50 $1,500 .00 $1,50Q .QQ $HtQQQ .OQ $300 .00 Fernando Costa (8476) Douglas W. Wiersig (7801) Khal Jaafari (7872) Najib Fares (7802) 1. 20 2007COCONTRACT5A D1ST500946 A011.d_oc (Public) 2 . 202.QQ.7_Contrn_ct SJ>i~t .(JCI).p<;lf (CFW Internal) 3. 202007C0CONTRACT5AD1ST500946 Sewer f:8B__,_pdf (CFW Internal) 4. 202007COCONTRACTSAD1STS00946 Water FAR.p-Of (CFW Internal) 5. ~.Y.Oting info.do.c (CFW Internal) 6 . FAR Contract SA Dist S Sewer .pdf (CFW Internal) 7 . F.AB_c__Qotrn.c.t5AQi$L5 _WateJ .pdf (CFW Internal) 8 . FAR Revised Contract SA Dist S TPW 06-10-2011.pdf (CFW Internal) 9 . Map_202007CO C9ntract SP,. Di~t~__Q_@_4_6.pdf (Public) 10. MWBE Contract SA Dist 5 Com_pjiance Memo.pdf (CFW Internal) 11. PE4S-538040-0609020.doc (CFW Internal) 12. l:~:4.5-:.5-3.604.0_:07_Q$0G0_.dQC (CFW Internal) Logname: 202007COCONTRACTSADIST500946 Page 3 of 3 SECTION 8 -APPENDICIES G:\1210\4397-32\Project\Specifications\Contract SA\100% Set-SA\08 .0-SECTION 8 COVER.doc SECTION 8.2 -TxDOT PERMIT G:\1210\4397-32\Project\Specifications\Contract 5A\100% Set -5A\08.2 -SECTION 8 Permits .doc To: PERMIT TO CONSTRUCT ACCESS DRIVEWAY FACILITIES ONIDGHWAYRIGHTOFWAY BIDEKER AVE. & BURTON AVE. PAVING IMPROVEMENTS CITY OF FORT WORTH Hwy. us 287 • Permit No. 03-SC-122 -09 1000 Throckmorton Street Control 172 Section 6 Fort Worth, Texas 76102 The Texas Department of Transponation. her~inafter called the State, hereby authorizes, CITY OF FORT WORTH, hereinafter called the grantee, to (re) construct a public access street connection (Bideker Ave. & Burton Ave.) including paving improvements, pedestrian facilities, signing and pavement markings on the highway right-of-way abutting Highway No. US 287 in TARRANT County, located ON US 287 (Northbound Frontage Road) at Bideker Avenue & Burton Aven·ue 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 (BIDEKER A VENUE & BURTON A VENUE) 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 m 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 'f.H.ERMO-PLASTIC MATERIAL. SEE ATTACHMENT'~". 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 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: DAVID NEELEY: A l}iD ·Ri ·A i\ l "AL;" 0kT1LULYA -~ _____ _ · District Engfr1eer · Date of Issuance: Time Process: October 20, 2009 j 26 Days Signed: ___ F_o_r:_J.('-~...;;.c;;...h?JL_r_d....;:S~ch.:.il;:;;..le.;,:r,"""~---"'-~~-~_.....a.oi:;.;:~·~;;.;.-------- Date: September 24, 2009 Director of Maintenance Texas Department of Transportation ATTACHMENT "A" CITY OF FORT WORTH BIDEKER AVE. & BURTON AVE. PAVING IMPROVEMENTS, PEDESTRIAN FACILITIES, SIGNING and PAVEMENT MARKINGS US 287 (Northbound Frontage Road) at BIDEKER AVENUE and BURTON 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. IMPORTANT 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. � ...... ....,, ..............�...W_.__�.�. � ..... .....,. .,.... .... . ,. ,1-� � V �� ��� ���� �� ���� �7 �s ����� �RT OR�' ����(i�1��'1�I�CI ���� �������� ������� ������� C��JN�iL I�I��CIE�IC'°]C 5 't��t`rl 1L ��Y.i �! eF� � IBl[�]�]�1�1[$ Al�]�N�T1E ALN� I��T1F$��N A1�I�N�J� CI�C`� ��$�JEC7C No. �m9�4� I)�E No. 5896 ��� � � � ��� � G CORPORATION ENGINEERIN T.B.P.E. �IRM REGISTRATION #392 6421 CAMP BOWIE BIVD., STE. A00 Ff. WORTH, TX. 76116 (BS7) 763-8683 �� 56,��'tE� Oi , TF*�S',1 ' i i' � c*�!� r..:......................:.. y � cusns s. cun�u � � .. :.......................: ... r � ' 6677B ,-�� t���kt,Ss /CENSEa�R���i \� RklAL G� �y „�-- MIgE MONCRIEF MAYUR bAI.E A. FISSELER, P.E. CdTY MANAOER WII.LIAM VERBEST, P.E. TRANBPORTATION AND PUHLTC WORY9 DIItBCTOR S. FRANg CItUMB, P.E. WATER DBPARTMENT DIItECTdR � NftE /��1�'Y�q DATE BlDEKER AVENUE AND BURTON AVENUE � I'� ! i ., � �, w I 1 $� �� � � L�CATION �OIAP 111 � "�..'lI1H 1l111 111�� AII iiiiii iiriii .:. iiiii IDI��°■ ��� nu. numi :i 11 �7 ' fltliilt 111 '_ 11111111 111111 II 11111111111 IIII/ itiiiilt Illliil •uiitltlll 11111 Illiliii 1111111 illllllll .� nn� �i utm� irmrin - � Iltll 11111111 11111111 Illllllll � Iltll IIIIiI • uli�tl IIIIfI(IIII � 11111 Ilfl{ill Ili�� IIIIIIIIIfI �� .'': SHT NO TlTLc 1 COVER SHEET � 2 71?iCAL SECTiDN 3 BIOEKER AVENUE PAVIN6 & STORM DRAIN PIAN & PROFlLE STA 0+00 TO 3+00 4 BUR70N AVENUE PAVlNG 1k STORM DRAIN PlAN & PROFlLE STA OtOD TD 4-}DD 5* 7RAFFlC CON'TROL PLAN STANpARD TCP (2-6) — 98 6 R yY0RK5HEET FOR EDGE CONDITiON 'fREATMENT TYPES 7* CONCRETE PAVEMENT 71E5 TO E?(I5T}NG pAVEMENT CP—TEP-03 (FW) B'� BARRI(:ADE AND CONSTRUCTION STANDARD BC (1) — 07 9' BARRICADE AND CONSiRUCT10N STANDARD BC (2) — W 10 * BARR�CADE AND CONS'fRUCTION STANDARD BC (3) — 07 11 " BARRICADE AND CONS'[RUC'f10N STANDARO 6C (4) — 07 12 " BARRIGADE AND CONSIRUCTION STANDARD BC (5) — 07 t3 " BARRiCAOE AND CONSiRUCT1QN SiqNDARD BC (6) — Q7 14 * BARRICADE AND CONSTRUCiION STANDARD BC (7) — 07 15 * BAf7RlL'ADE AND CONSTRUCTION STAMDARD eC (8) — 07 16 * BARftICAQE ANO CONSTRUC7i0N STANDARD BC (9) — 67 17 " BARRICADE AND CONSTRUC710N STANDARD BC (10) — 07 18 " BARRICAOE AND CONSTRUCDON STANDARD BC (11) — 07 19 * BARRICADE AND CONSTRUCTIDN STANDARD BC (12} — 07 20 • TRAFFI.r. CONTROL PLAN STAN�ARD WZ (TD) — 03 21 • SIGN MOUNi1NG DETAILS STAN�ARD SMD (GEN) — OB 22 +' SiGN MOUNIING DETAILS STAN�ARD SMD (SIIP-1) — 08 23 • SIGN MOUNIING DETAILS STANDARD SMD {SL1P-2) — OS 24 * SIGN MOUNTING DETAfLS STANDARD SMD (SLfP-3) — 08 25 * SIGN MOUNTiNG DETAILS STANOARD SMD (7WT) — 08 26 * SiGN M9UNTING DETAIlS STqNOARD SMD {FRP) — 08 27 * PEOESTiiIAN FACIUTIES STANDARD PED — 05 SHEET 1 28 * PEDE57RlAN FACIU7IES STANDARD PEQ — O5 SHEET 2 29 " PEDESTRIAN FACILIiiES STANDARD PED — 05 SHEET 3 30 ' PEDE5TilAN FACIUTIES STANDARD PED — OS 5HEET 4 37 r CONCRE.7E SIDEWAIK DETAtI STANDARD CSWD — OS (FW) 32 * CONCRE TE flRIVEWAY DETAIL STANDARD CDD — OB (FVI) 33 t CONCRETE CURB AND CURB AND 6UTTER STANDARD CC—CG (FW) 34 ■ CONCRE[E PAVING DETAII STANDARD JS — 03 (FW) 35 + EROSfO�d CONTROL STANDARD EC (1) — 93 36 *�ROSIOtd EONTROL STANDARD EC (3� — 93 � NOT TO SCALE RHC&IVSD BY ... .... . ........} WILLIAM VEIi.KEST, P.E. nA� AIItSCTOR, DEPAR7MES7T OF TRAN9PORTATION AND PUSLIC WORBB ALL CONSTRUCTfON WITHIN THE STATE RIGHT OF WAY WILL RE4UIRE COMPLIANCE TO TXDOT STANDARD SPECtFiCA710N5, SiANDARD PLAMS, AND TEXAS MANUAC ON UNIFORM TRAFFlC CONTROL BEYICES. SPECIFlCATIONS ADOPTED BY THE 7EXAS DEPARTMENT OF 1RANSPORTA710N, JUNE 1, Y004, AND SPECtFlCAT10N tiEMS LtSTED AS FOLLOWS SHALL GOVERN ON 7HIS PROJECT FOR A!.!_ WORK W1THlN h!E STA7E RIGHT OF WAY. BY SEAUNG AND SIGNING THESE PERMIT PlANS AS A PROFESSIONAL CIV1L ENGINEER IJCENSED TO PRACTICE IN THE STAiE OF TEXAS, I CERTiFY THA7 THE PROPOSE� DRIVEWAY OR PUBIJC STREET CONNEC7i0N5(5) 70 THE STATE ROAQWAY MEETS OR EXCEEDS THE MINIMUM S70PP1NG SIGH7 0157ANCE REQUIRED FOR A POSTED SPEED OF 30 MILES PER HOUR, BASED ON THE MOST RECENT TXDOT DESIGN MANUAL REQUIREMEAITS. + hIE STANDARD SHEETS, SPECIFlCALIY lDENTlFlED !N 7HI5 INDEX OF SHEE75, HAVE BEEN SELEC7ED BY ME OR UN�ER MY RESPONSIBLE SUPERNSION AS BEING APPl1CABLE TO 7NIS PROJECT. US 2�7 RB.f.'OMMB,NDED �„�..�,.,,. ..�, ��, ,, �,,,� �., ,_ ,�, � ,,, � � � � .,.�„ �.�„���..,.�,��, ,,,�.,,�, ��� �� „�. ,� �., ,., ..,,�,�. .�,,,, ,,� .,,�„ � �.,,,,�� �� �„ ., 9 : � � 6 � � � � i � a 0 n � � 0 m � �; � rn 0 N � 0 O � a �... .. ., _.. . . .. .. . . ...... . . ... _.__. .. . ..,. _ . . _. .. . . . � � � _ -- 7tW15YF3SE COHSfHUCi10N BUfT SEE 7A�4ER5£ JOIM SPAqNO � - JqHf, SEE JoiM �TAI 2� 80' Oli Eu' NA.YI. � BAqC OF CUfte� \ I.'S1WED WNl1Y J�IHf� _ �� 70' OR 15' PMKWAY - 70' (iWDWAY __,_ __ �, �, 10' OR 75 PMi(WAY _� i Y ` � � 7b 1 17' .. SEE LBNUNOItUL JOINT SPAClNC _ 1 N0. �p6� FVRS O 24' C-C � IANqTU�11U1 CONSfRUCiHNI J�it1T � � L��d� �IM SP/lINO .. I�'� PER- PMIiWAY OETM. . 7.5' F�INiORCm SF�E �OIN'f DET/�S N�U �2 B' SLOPE 7EF. PANKNAYSHEEiS �E PLMi 3 Pqp{µ� �� . I CaNC. PAVfGQii �, � SEE Pt!-N k PftOFlIE + NO. 3 8Nt3 O 24' _ .".�U ' ° C-C 80'fH WAYS . - '.. !' ". , � : ..: . ` ` •. - . '.• . %. • TNIPED 70PSOIL I TAIIPFD TDPSOIL -•.., � ... � , � , ' ,. ' �I.- `,7' .�•. '. .., '• , . . _ . ., ' � �.•,.s,:.�,: �. .. e . ., . • .. ., , -�,i. � . • • �:: • �'• ''� ` • t�.,. . � '��r�'�"• . ' ..•- " TA4PED SElECf &CNFlLL 3 - o Lti1Pm SELF.CT 64CIffILL _ . : •<.: �.., ! : .�. �. � �... . . �'';' >. . .: . . ' ; • . . .. . -.: .� . ' ._!� -. ' :' • f .� �.. ' NM. � : , .' • .. .:.. ..; . • . . . . o � �," , • .�- • �� ��.. • � � vRoP. e� uue srfennm suecwnE o az �a �sr. � �'-�,�,�� ^ : � .. � .�': �:• • ''�: TYPICAL ROADWAY SECTION �E �«� � / �SEE DETAIL 2 B1G( tt� CltF! ' ���4� e• / t/2' PFF�IOLOED EXPNiSON NOT TO 9CA�E ,qmm �pry,i - OlSfitttCE BEiMEE17 IXPHISION �OINiS VMIE9 -'1ll0' Wa711UM / C-C�BOfH WAYS 1/a' St0 1/37�. �/ r. �'4. p� �pQc _ � . � • :: .. ,. . ., �R ddM SP/,C(NC _ �j- ]f{y����(�g�,,��( . SNlG7PNf JIXA7 SFItAXf. SEE� DEI'NL i WE'D DUMW JOINf E JdNT SFAIANf. EE JOINT OETFA 2 � � . ;��{tW �SiDEW CONCIiEiE _ �iRlNSVERSE E7�AN5�� J0� ... . (� Y�Tili SI(7CON � .. . . '�. . . . • �. J�� r� � � � a�r � ;:��.- . � I: ' '1'• 'tSEE T/etE SEE TitBLE UNfi.• << ; f: - �• ^, .. j r •� �•- 'i` .. . . . . . 7.5' lfDRCED COflCAETE PA• . _ . � a . .. . .. _ . . . . . F� „�',;.:�:: :.. � .. ... . .i: � . = f � I � . . . /. \' ;.r;,..: I� ,R, 2'suo CtstaoH - �.�• '+�'a . .. , .. .��.• • �a•-• ,� • •'PRbP-'S1/BCWDE.F.'�R.,TI'PICAL - : (1�:7.�BRiS+ON $4`�� I •�p I-..PkOP..5U9CtUDE P�� � ' v' :AMDWAY SEC114N . .• : � . .•. �''• • .4�•,:: C-C eOIFI WA55�•: • `,� . . . � '.( I. • _ .'.Rn+O1VAY�5EL710t!'� .,� .� � I-� �HO. '.ilf30' 8�R5 O 14' OG N0. 3 BWS 24' O C-C BOTN WAYS PLAlY OF STEEL LAYOUT NOT TO 9CAI8 /� oF ucN ei.oac aut �7 W`�EtrJqM A � IOINT NTfH WT. 3X38' 8VA O �4' FC :ffUAIW1 CAMSiHUCfON JOIM - JOltif CETpll�2 ��� _ NorE• SHE RE7NiIXtqNt3 SiEFL WILL p(iEND 7HRDUGH B�1H lANCliU01tU1 WI/1IY IWa TFANStiFRSE CON57RUC7IQY JIXHiS � J�D�17 IJOTF: .vi stonc-ows ,w� 9' iRql 87L'K OF CURB F�(CfPf FOR RILEiS \�BSp( OF WR8 r �\������\���\��^��\�.�\ ����4�\`jC\:�\��\�\��\`��\;�\���\���\��i\���\��\��\. � ���I��n�%�\�n��\�n����\���\���\��1���\���\4�\�\�\\1`\;i ���/\\����``/\���;�/\;�\�/\!\i� omu+swr+.brtrrs. �uY�+q ,+i �\n\:�\.�� �� �\.��.�\:�\�'`r srE rarrr o�r,w. � cdoxrr\ LONGITUDINAL PAVIIVG SECTION EXPANSION JOYNT HET�'TEEN CURB &�Y'ALK � ( StEEt. RElNFORCE/AFNf NOT TO 3CAL8 �P�p,�� � NOT TO SCALE LDNGftUDIHN. JOlM PA4EYFN7 I au� c�nr� � a/�^ _ - e' A• _ ' SPACINc ni�c�ass rao�+ r� a r,�war j 6. N0. 3 flUCi 24' �/d. N10M � SP/.CIN6 - � T� 8" R��S` 1 S �iN00NF't Si7APoRf BISKET ��AYS i/2-'A _-_ 2E' R 30' I ON 4 k 8' tRON NOT�' - �2� �//��--•ND.SNZf� S40Q7H DOWEi- O 24' FC � ••j � •µ• , , , N1 DOWEIS 70 BE PlJCE6 O T/2 / AND EPO7fYFD iN 12' . � J .: PAY •: . � � Y MIN. 1 7/4' NIN QFJFtANCE SEE TIBLE .73 �., r `, 'p•.ph� �Nl EO' 6' 6 18' oFte � Po��irE-rtraQ+E taw su xEnx noo ooes nor srz aN smrou oF s,�w - ctrt ,wwr � .v.�.vr�.x.,a✓.,� yh,d,�y ! •• � � .a- .�- aw srar + � . • : �:, . ?4 .; : -,'... �. �' . , :: ' . ¢ - -. s. sucor� w�s r�. wmn+ ro oEarx wmo ov z� � EXlS7. CO C. AVEMENT - �� � .,,�. . •. i' 1�. \ TRWSYERSE JOINT c� �-our - 3. NL E7�ANSpN JdHlu SFNIL BE REDWDO� WI7H CJIPS. i-� . '. ' � ;,� ii 5lFEVE A4 GP �:0.�. PROP.•SVeGMOE �T ' ./���� SPACINC �M�WRB • i PROP..� M��.(� to m /s oawEi � ee . .SEET/BLE .. . •, 1•....�.� - P � �.1 SECURE6 � ��//RQWMAY SECf10N ., , : .�j, /�,%�j �THlA(MEl�,'S SP/L1NC , � � . •. : � �. htCO`P. SUac�nE P,m. l�ul ` ? }f�.f/�/nv/i;'/n`y/�/h%y/:�/i%y/:y�l/i�i%�\� � r . a• io• �Y /�TPR151�Eit5E C�f75fRl1Cf10N BUfT JORii NiiH �• •. •'. ..:. .• � �, �. �'•: • � RMbWAY SECfiON � . . . ' � �'c� 'r � � E7�AN90N JOIM 'E j((�j( ��j��f� �jjj����(���������( MONULITHIC CURB � : � I� ! f'�'��� � Rm\ { / SitKONE JOtttf SFJtINf. SEE JIXH( OEP/L 2 h-"7-- T(f= ���IIIIRu�Rf�1F�tIiIT1�IIiII�ii��T11IT�1^ �l � --'1 SFE JO(N� OELttl. 1 I / • I: � .' ' - FlRsi. Po4q•:' I ...:: '. ,: � �' ' 1, .' �; .,.: • . , � SECONR. P4UR.i �' . I TRANSVERSE EXPANSION NDT T0 so"� GENERAL NOTES: - r y � �-� �,, -+� � � t. t'OR OEFORMm 91H SPUCE9� (IP 9M5 40 DUYEtFRS /1D 1IE �' � `� �'��=• �=�� CONSTRUCTION HUTT JOINT 4�••'.: •'+ .: .•.• •• .� .. • r �� •.. . _ ... (3 V BI12S O 2<' 0.C. 2 iUR ONNE APPR45Ct16 INU Mvilf USE H0. J O iD' C-C 90fF1 KAYS. '\.� .'.. . 1HESE B�tiS YU5f B£ 3. NL HAND PoURS IN 1H� SfHEET 5lMLL BE 8 55CK +a..a:a�•o �'r.-' sEstrasrt �nsr. erm rxop. rays�rr " siiecw�oE aErr. rinui. • � ) aucm �r nae � n�e � I�Gc Q m x,wAYs.. ..,�o;:..: ��'� A Y S E C I i O N •: � . ' �.� ( U 3 ID O N L Y A T E N D O F R A D I 0 9. P. C. O R P. T. S T d T lO N 3 j PAHNp SL18 t5 PoUPEti 3/4� ,,• ,,• , NOTE: (�� i B 7 c� B i B I i I E�. I I t. PROVAE�2' PREMOLDED E16+/NSiON JOINf h 9LCONE � � � � NOT TO 3CdtE no. a sus z+• a• aarrr aar � cannecnnc To ms�. c-c emH wtiYs �/s' � �/zt+ caflc, exrvE a+ snexux �sues�rwtr To nrtu�ur� TRAVERSE CONSTRUCTIUN y � � IX� �� ��AY E' t(O. 3 OEFOHNED BAf6 DOMII.EU PAYJNO SU8 X7Ri /1%24' 18' 0.G fl8Yi5.��1E�'DFC. 80 BUTT JOINT j/"�� �� M 6' O Z4• �-� L " a ucna+ A onru+cm e' am �' J 8aR5 O 24' STHiDWD SWE NL4J( N0. 3 8Vi5, iE' G t-BICK OF CUFiB CURB RENAN (7Yp) 4Y BLOCK-OtR RiOMt B�CK OF CtlRB FLR ON-!M!E NlE75 .t 24' BLOCK-OUf Ft70N BaCif OF CUpB FOp REC� IME75 SfING STREEf (TYP) SEE JpNT �ElNL t SPACING DIAGRAM FOR JOINTS NDT TO 9CAL8 THESE DEfAlLS AFtE NOT FOR 50.3 U 5 E O N S T A T E R t G H T O F W A Y� � emti wnrs s� nate .- �o -� _ m w�rs � � , �{ .'�: 1 I?�, ( RO.M. � NOT TO 3CALE �D(ISi; yA'�C'�A %` �iiY',r/rr ��_� -rL . - . ;'-�.--'i. � � � ' • �' �'� ' �' . �. . . ,l " '(b` �� � i �y� ,��'/' -1 ` _ _ tn• _ IVNG7iwuw. C07757RUCtiDN BUTT Jo1Nf MTiH �.9.��`�`,Il���/��J��� •:..� .... . .F�ROP:�$A Nl, t -!� . A �.p(�p(� SUBCItAofi 6ER.�TV ♦- / / 1 � SRICONE JOIHf SE4/HT. SEE JOPII' OETA4 Z ., . .�. �.• . .��• .SFE TA9lE I� j�'r�R'dILWAY'SECIpN' �� 11'-9' FUfl SiNCtE UXf. N0. 6K78' OOXEL •. ` . ' : •� ' , i.'.�?': : : � � ' 1D'--0' OOU6lE OW(. ' : � 1 5EE 7AHlE I fl46 O 24 OC. I •• ., .. .. p{ypp. SUec'.}flDE P.ER. TYPIGL ^ - /����i�l �% t%��v �� ... . � _ aa; :.,. , • q�,�� �pH :�� � � � � \ �/�`, � �y J, � REV. N0. ( DESCRIPTION ' CHK. BY � DA"fE � � ���' ' � �` �/i %i��/i ii �/�'//.�/�/��/R'�/i�'/ Yl Wt��/ UfiEli '� 1G-0' ItN 9Mf1.E ONY. � � � � r : . '< 9! .` . ' . � �' R � O O L; � . :.'. � s .' ., . ' . , . . �. . .. - ' : n .� .. � �. . . ; : . . , . . ; �. ' � . S�TPERIMPOSED CURB ° ,Y-� � '°"� °".� j � '�` `�z'=:.:.,�.:•.::��:.�.,.....,:. . .... : .: ...:::...�.� .,M1. 1.� '. . t .. �;.•. . om�na�� =ie �F T`� ��� ���E �: �� TRAVERSE CONSTRUCTION BUTT JOINT � _ � � �, -5. s� .�+� � �a.'a'la�as:a'2k'' � =1*..........,Fk�� 11JRE � �.a 8o11i�.WAYS• ' : ., . '' . NOT TO 3CALS i • � ' �1 '�(%`\\-��- ���{ •i i . < �/\'� (HSC1f8&N 8A3T. k PROP09ED PAVEi[E1VT) N�TE' zo'-o• �nN st+c� mvr. � rw';' '�",��1 �/t� jC} D'�?i'i�a;aryJ,Y��\ /. //. /.1���'.ti��1�7?�IVI - T!'-0" YM OOt1HtE OWt: . � ..:.......................t.. � /^ O S LONGITUDIN� CONSTRUC�!'ION xar To sc.�r� ���B �,.��::: w-=� 'RFA TME PANNO � ��Rns s�� i oA� T SlN3 Wl5 BFEq C016'fRUCfm. iN'e x�.._•, uw D(PM670N J091f D(CEPT SSP-FOFf1m �.••,.•••••••••.••.••..•••.^.•� /*' rn�rsrn°vc mc � ���" W�'"0rm.n rvn NOTE: �A �t 6fit78 ��/ T Exsr. cune µo currQ+. t'�t••. �,� BUTT Ju�I`?T ; $`����t7E JqM IF FNY, MUST BE SAWEO .l5 NOTE.' 1 c}E; L/�ENS�: �� 3C RMDNAY u��crm er n� Erran�. cNuu��u,r-0a� w�aomor� t��'%�J^� � DANNENBAUM NDT TO 9CdL8 � JOINT �EFtN I -_ ,-_ s' caown - o.s000 N0. 3 8W5 12' C-C 1D BE ao ..; �,i;+S4WED JOINf FACE wmrixr - o.oaa�u oown.m nrro Exsr. cona ENGINEERtN� CORPORA�ON �,�D °UA�i101� �, s�� ITM�c�iw� J0 r+� I =_- -:'•:� x .• Z u�rauuu tz' REGl57RAT10N #392 vffmw. cur ssw mnrr s�+r. s� aoMr oErwv. z PLAN VIEYJ � = i � � , s . . . . . � . � . . 1 3 4' FL F +t Mchea Fr�i Inehn i � •� T�� . , �� �., . . _.. ,.a � � - -. �,.��� � �m o � o � a CITY OF FORT WORTH TEXAS •`� ., ��- :�'�:(;�:�;�;�;�•�. y Pav�nm� caw � anaa o� owua s at/ax � a � .. .... - >. :� c. Cei.i7 ; y 9�CNk7t ROD p 0.009 0� 41@t 5 29/�Z PNO/if. AS CURB OR CdR@ d Gt7TtFR 7~' �}�x:...• ; . �` � :.; _:: �.`, }� �" � . : -. ":- �.. �° ' � : ; . . 3 �� a , 4 DAE� 5 J/4 �ry�.� P.Y ��R w,w� a ��_ _ 1 DEPARTMENT OF ENGINEERING } NC `J 8!RS � O 74'. cO; :. ' • • • . . , - 1 P-k 1YA15;��::.PRbP..SUBf:iNbE FEfL�'f�pIG1... .•• 4 0.U.la 0�7E 4465 S 9/tE +_` , s aase o 2�/aa o.u4 3 it/� au�vw.v w�,u � � .�' = � � _ �' _ W -�• _ 2007 CRITICAL CAPITAL PROJECT ����� JOINT DETAIL Nc�. 2 6 ao� 0 3�= �.« 5 t�.� �,�t,� �� /�����i���� s�:.. COUNCIL DISTRICT 5 CONTRACT 5A � atua t e te w9i 4 it te SEAL FOR SA�ED DUMMY JOINTS 's °.,u , „Z °"6 4 ,/ �, °°'" 5� �° SAWED DUMMY JOINT �°F �. �„`�'T BIDEKER AVENUE AND BURTON AVENUE e o.i�2 t aa o�a a a u \�, s�• N o a.�eo s s�z oaxo s�i/3z # e : 1� CITY PROJECT N0. 00946, DOE N0. 5876 N6T TO 9CdI,8 NO2 TO SCALS ro o.222 2 2a/3z a.r�a a f f/� � '� :`�:. e.�.. ,•_ ..' �.._ `r--�-r ,� �.�� �o� „ �Qo � �S/�12 �, z �� .. _. . . �,�.�.. . �., :.: .. i „�,6 TYPICAL SECTION fDRNED GROWE RWNDEO'ID 1 4 �. �4` SLOOTH - ' 3;• 13 0.37C 4 1/2 R724 1%2 � +'��X� `��� �r� � S��E��� - � =�4-� - � � (�1 „ o.,,, >>�3= Qo�, o �,� P� �,�';�E af�WFB • � ���„ � � & MISCELLANEOUS DETAILS AND REOAOOD E%P/J7510N JdM 6" OOYIEL CMTIN� 75 0.SW 8 0.Q00 0 OR AS OtREC(m BY FNC(tlFEtf fPPftOYSD SSlBc7iIDE FlLLER. SEE Jdl7� OEfAIL t � - � 31UCONE JOIM SEN1Nf +y �. ..• � - PflNiLRCm 0` DFNE WliH 15EE 1A8L£ � I 2' YUI. 1 7/4' YW. CLfM.dNCE SEE TA9�.E - . r�r� BAR SfOP 1' '' • ��1E1}1YI�E BONO tb. 3 RVn AT 18' C-C,�01N WA`!S p A N N E N B A U M r• I.'.� �+. ;�' %v . t'' .., oawa s�.ve oe r�a � - r SECTION A-A 'j :� '.;.,;: ' -` ��r � 7o nr�e oawo. � ee �a �m '. �:• ,� Fl� �� c x v�mcw vnam j �jI NOTE.. ENGINEERING CQRPORATfON . 4... ':�..' ...`w. j �. . SEW � � • �' �� � . i Z 1 8' SIOEWAtI( SEG11�N TNRU ORNEWAY i0 8E POURID S4iE 6421 CAMP80WIE6UN�STE400 FT.WORTH.TX76118(8171763,BBB3 ODRt7:'SYIPPOFtf •. PHOP. SUBGttlLE�r•: �.' I '� 1J' ' 2" 1� ` 9' 1HIGQf65 AS t1HC�tiWAY fPPlt4idi /NO PNO f#i AS 84XEt hP: flOhOWAY SFCOCW D. � 8�F5 O 24' _ �� . • bPoVEWAY APPfiOCH IXtST. SIOEW/1H� IF ANY. 70 8E t�o. � s�s o 24' � `�� ,,� '� � o-s eonf ruYs �� - ' �� � AEp��) DESIGNED BY: REP OA7E: 10/19/09 o-c amti w�vs �, �'�ifi�t�`:;�`:�i;�r;�i �'1.���:��� oa� suPFaitr e�s�r--� � ,ii w . , � . : ,. .ro ,, : TRAVERSE EXPANSIOIV JOINT DETAIL No. 1 � O�DINATES FOR DETAILS OF LAYD4WN DRAWN BY: REP PROJECT N0: 4397-32 dOINT SEAL FOR EXp'.ANSI�N JO��tT� ��4BOLIC t;ROWl�LS CURB $C DRl ��WAY . CHECKED BY: CSC us 2a� s�'� � FlLE; ��\4397=32\Dwg\Ptarts\TxD07 Permit P1cn Sheet��HEET N0� 2 ' , Conerete peta0 5A.dwg ' NOT TO 9CdLE NOT TO 9GALE .. NOT TU SCdLS . . . . . .. . . . NOT TO . i .. . ... . _ : 12 9 . . � �����..�.�.LL..� � .. � TAD A . .......' �.... . . .AD Accounl A: �378983i ... .�...�... TAD Accaunl p77g9642 ......�TAO A unl����': 033896���r...� � ...... �� _.-�-- ..... '� 8E OIRECTEO INT . ,. . .. . .... _ . ° ouni d: p33esexe r �: sa � CURVE Dq7A ' rao a«a,nt g_ oasessss ' = NQ ADOITIONAL STORM iVA7ER DRAtNAGE 4YllL Appamnt Ownv. Appurmt Owner. tivvarnt a«n�r: nPpar�nt D�.nn.: d- 3}�8'4Y nppor.nf aen�c CFW 6M# BB99 �ENCH�IARKS a Slate of Teava ttae Mortlnez ' YlAlord F7don W,Iftwna 77+Nmo C Sanden Nhley Phce 0 TNE EXiSiiNG STORM ORAIN Pa eo: sasa 4820 Nell Sl i220 tlork Spdngs or 27fi0 Meadaw rrorb�c m R= Z50.00 FT 3' BRASS CAP SET IN CONCREiE SYSTEM OR TOWARD TNE STAIE ROAdWAY. Fort Worlh Ta 78115-OH68 iorl Warth T� 76179-5�38 Kdta Tx 78 21 9-7 612 Dalloa Tx 75 237-3 2 11 T= 7g,78 p7 itTS �Nweod Ave L= 15283 F1' 7°'""'h�p °i wmnr�9ion N7 ms7e-sin ON THE SW CORNER OF 'iNRAt1 57 AND Bt�IXER AVE ON THE 45'EST - ' � � ' P�uperty Addteaz Praperty Addrena; Ptaperiy Addreu; Praperty AdHreax C�{ = jl( 7��7'32' E P,oPn�r aaa��s: - C8 QF iNRAIL ST i3.5' SOU7N OF THE CB OF 8lQEKER qYE, ON 7NE _ \ � Bid<ker Aw, Fort Warlh � 2705 Bldeker Avq Fwi Worth � 2708 BtEcNer Ave, For� W r� � 4713 Btdekv Ave, Foet War1h CL = 150.27 F7 z�» aia�xu �K, Fo�� wonn - NaRTti END OF A 70� �N�� �' OFF FACE OF CB A CITY MON. 1899 - - \ 555E60' Lot B Prl 70, BIM 9 tot t� Lev Raw, 8k 9 lot 51, BIX 9 Lat 1Z, 61k 9 Lot 13, Bik 9 � ,p we�r�yaa rrab wa�ey�� tinis w��i�y�n nms w�:iey�� rrnt= W�e �A�q EI.EVATiON = 618.34' 0/y \ o«d v e aoouoo Oeed Yol: 016231 o«a va: nrassa o«c voi: o0000o in,i m�ne ozmo�asm CFW 6M� 8721D Oeed Page: 0000 Oeetl Paqa: 0332 OeeG Pqge; O9q� ' Oeed Paqe. Q000 O.R,T.C,Tx � 3 BRASS CAP SEF IN CONCRETE = O,R,7,C,7K � D,R,i.qTr � �R,iA,Ta 6.fl,T.C,Tx - \ ` + � ` ( EXPANSION JOlNT � STA. 2+73,77, DN 7HE StY CORNER OF VAUGNN BLVD AND FlTZHUGH AVE ON THE STA. 0+76.64. STA. 1+33.43, ' 19.9' VADE 'NEST C6 OF YAUGNN BLW 36' SOU7H OF 7HE CENTER UNE OF FlTZHUGH AYE IN THE CENlER OF A 5'INIET A CITY MON. �87210 = SPEE"� LtMIT ALONG US HWY � 24.4 LT. 24.6' lT. STA. 2+11.54 � q.EVA710N = 646.59' 2$7 SERVICE RQRD = 35 MPH �" l 11.7' VAOE + 11.0' WtOE � 25.0� LT. �j. " ( �y S7A. 0+00 BIDEKER AVENUE � � US 287 SERVICE ROAD N = 946572.29 E = 234154&.76 N STA. 0-F�t8.51 19.8 W1DE � �I�� LEG�ND 24.5 LT. I WATER NE + � � � \a� 5,R 71.6' WIDE � I � .. .. _ � �(, a r y fENCE 7ELEPIiONE MANHOtE C� \ "Y _ ���;c% ^� t-F � � z,� fl� � ��;,��-'''�r, �j RlGH7 OF WAY 7ELEPHONE MANHOLE Q J Pa �,�w_,_,°'_._-m' ' ;c�"�='s':scss:` 7-� GAS MEZER p � ,,1 � - - j�y ' - ��> " 2}ij EX�ST. CURB INLEf staP s 9y��_ _...--X x '(j� /-r� {�,y'- '. �r,..,.:� ' i�3j`.�„`'-w^�.;;��;.'-" • . � x � . / , � � ,:.,�, --�=:��i���=,,..�t = ` �� r�' „�r,j� � '`, �,: N EXIST. STORM SEWER GAS MANH4LE L]o I / r .- �'�{-k }�.J � i;i' i � 1 4 !.} � ri � .,.=,..::cn� "=•nrr---.;s" 4'1 ' r.?���s�� ��I-- �2EL'c35;�^�� .. o'�.. .�' �`� t�"�' �- f',,y." ,a .�1; -�.i� _ _ .. _ __....:.�:. „ «.,,,�,- :F_ � �; � -.:-„ _ �I...._, ._, .. _ _ _ .; , � �:i� ��,�"� - ��v- EXIST. SAN. -SS---@- r,�c.- 5' _.�s4-'�r - _ - ,�'.��t....,x.:.-ur-• C , �d <� � _:_T 4�� r.z«�a +. ;-�:� �. : .<,.,:s'n.�T^++�.4 SEWER GAS VALVE � � 'C_`r ,`1;. � _" _" " ..�� �'C?I:.tat a.:"�"' _�i� � .3Y.- � . �_..._ . c,�'�:" '.✓ � ..:W. ' - -:.r; "p'}R'.", .:+'.`. w _ 3.. . ':'}:.n ' _ _ - _ i-'^ .J r ��L_=•.i.'-T� S.. 2 v»i :.��,•, ..:r.� 0- _ T.. ' �`-.1'�^::, ��,_ _ ' �: '-"� _ „�, e;:n,.. ?'},'•. � 4. �-I` ."i Mi - - ':s.•.e. ��1 �,�= >.�s� , �r ..c. .��, - ' �- ��u� x .'4. <vse^;�, �' --�'/_..,T'::;:, •:! `.4 - _ . _' _ ',�.� , . .,,,7:. _ �z-.!'%i', .,h;:. 'ii7>;:. - _ S � G^-- 3 '- - �r = IXI57 G - - .�<•'=> AS - �F: H� �-. UNE - a- �a:...: _ ..���f, '-4. ; S ST l �?i .:;:i� ��r:�'�=._..<<�� , ORM Q :�<2'. '' � RAIN A �.r u:w�' ,��r_ • r�... M N D o.*`_�f . ; s`; ' H LE ! ::>. _ S� O ' :�;: _ � -- - - ;+r�`'o°ii':•;'-:;- . zj•H ,*; V ' -..{'Fi , �,;. - :t`� a.. .,_r:..:;:.:�i:. _ .qi - ... . _ . r . . �.:?: :y _ .. r'r....v. ,.;•, �� _ _., .:=5`.� - .: i � T< ='al.`: + . �' : �'i. ~�;t;` : ::t3`,?l. • V' t ;.3.;":;s �'�- - - t . , 1' . �fi:z.� ? - - i �f .."3�a : . : -,.. __ , - . � ;.^.' ... - . _ :, , �..,�,..,�a ., . , � , ":`t::,. . .. ,.u...�� . , , ., . .. . �.,-�_, - " �- S ' � , R(�� l i:3,1.:" -� �F<� . - �;..u„?...a . , i � iji,: ; ^ ��-3.. `'s; :^-�r••-' ��_ z.t ; - ,:��: 2::- .IQEK R': .._.� � ::a ', �: _; �<S.. : ;;�;, _ - :c, ::;::,;;��::; : ,:�,..,w.»;-;;;:�;. _ , -• ,.;; . ����•w.,� _� ,, . ._�, ��. ., -.�. __ . •}-'c..-t��,-..r: J_ _ ��. _ i i�+0 - ',' . WATER VALVE --G�GF--- P01VER POLE ' ' ' _ _ _ i.. '-,=w. ,r ;.�3'; 'ti'T`� i'�.�+.�; ��'�'�','K'�'�� • r;� .,� .�}t:�X� '�-F..S>>ife - .c12'•. � EXIST --� 'ss�,e - 'E:YA � - �ca� ;�t _ - ��:1., � ,r -�-C-'r;�.x :�7 �:�;;r .- '�:�; ;:i�,'>�t^.�.`.•:::�-�c:.i.,.:: �� . _ - .� - ��=CA31'ILt�.:�5<-�-c.-.jy��;:.-' ,ii:F.QU=',` ��a >� % .r.or•� - c.'r�, o `'!2��� �:� - - - .�-� �'1. . �..,,.,. . I .,x:,. -- -� � � / �W� ;.s;,;t::l'�` - - � . - , <- / �n r. a` :� ''-c:: ..i . - 5 WATER Lf E ai- .�- - - ,.-.o `-:' � ,., �;,�;Y�; ` - N GUY iN E .:;r-^ - - - ;�.r,.°r54; O R .tt.:= . y _._ .ru�- '�n.� E---- _ �:io�: ., � < - --�� ,-t,�.,� - � ���.,� ./ - - � x ��'�� � �/ - :;�`: ;n � c_41, - _�_' _ �-z� :'� �� t"mi-i �X. �- C_xa- � ..,t.,�s�1L•3r.rs-.., sd'r�.�'�` - _ �'i'�'� ' :tr';:`'%;,;i;s"• _-_':,;.. ,:a"'� �='a�Q`� - i�" ' .. ..N,;s��i':�"��.�:'.,.Y.3`�.,... - �i(� . W _ _ �:y :=:. ,.-.�.�. •:}' - - �y, 5T A7Eft ME7ER I7 BOLLARD o �'`'.�`_'� °;;,;�:: �s��:i`'`��-si";='' . "' ,yc.t.' l " � ^� r j� r js, y 1.1:'I"y' ' DQST. FlRE HYDRANT ' PRQPOSEA 8' Q SIGN .a 5 6 . 4 \a '$,R r w � 'l � -t•," �z " � � J SANITARY 04ERHEA� ELEC. -ON !EC- lRON ROD o � sEsv� � � � / 2'R �ar� $` ."".�x�(�i..'-�.ri.'=.a; i_ 12 U N � UNDERGROUNd ELEG --UG/ELEC- SEWER CLEANQUT o (� °`� a�._ J 6 to 15'a �� N . 50' R-O-W � � o \ UNOER6ROUND TEL. -UG/(�L- SAN. SEWER MANHOlE � s�, �� � � _� � ! �� II 5fA. 2+39.40. � Z8� F-F PROP. SAN. SEY7ER -SS--$ H/V CONTROL � STA 0+26.0 4, B E G I N Y °` F�- a. C D N 2 4. 5 5' ft T. � PROPOSm PAViNG, SAWCU7 r0 � � � U3 j � � m o 1!.0' ritOE � � ftELfNEO SAN. SEWER -55--.Q- ANO MATCH EXISTiN6 PAViNG K�S,9s• 2� �o P� q �� 57A. 1+90.74. J • i a u h .� � o= �' o'b � �'.. a ��� �000 gi< a ��a � � � � t m 0 N � O � J a a r 8• �j�,� �� � h. � � 25.'17 R7. �, PROP. WATER UNE '�R� /('�.�{ !� RO �TAys�� ��� + 11.0' WIDE { ` PROP. WATER VALVE -^�P�A----� �, _ J - '� � PROP. WATER MEhF O l� � pAVING CONTROL POINTS PAVING CONTROL POINTS � �`�'b�C� �w � TAu Accnunl y: o�ea�sa � j ! F \ Appwmt 6wner. PROP. FlRE HIDRANT '� POINT I S7Aii0N I OFFSET j�C POlNT S7A710N � OFFSE7 I T« �O �� - iia4 em�� �a �"�"i� ` � ELEVATION � ELEVATiON �QO �,\ �Pk ' Fvt Warlh Tx 76705-34b7 N07E 7HE CON7RAC70R SNALL CONTACT THE FOU.OVANG AT rp� n�oo��t y: oa�eseae I P�w�rty aaar�s lEA57 48 HOURS PRIOR TO DfCAVA7INC IN 7HIS AREA: 1O � 0+05.40 + 17.37' LT. 604.39 O7 i+1254 � 14.50' RT. � 609.44 �°'' 'PO ava�rrnt rn��� 2�os eia��r e�a Fo�i wo�en \ �� .fvu k flochel Cvenero t Lat D, 91k 6 + O2 {J+OQ24 + 74.50' LT. 605.26 I OB 1 1+27.99 14.50' RT. 609.71 CONTR4L POINT R-7 z�oo am�k« n�e Weateyon H�te FORT WORTH WATER �EPARTMENT 817-392-44T/ � $�8' I.R. ftED� (�+lif For! Wodh T 76t05-390� Deed Vol: ai4776 � �{1$ dC E(.��.'�((a' 1-800-J44-B377 O�ed Fogc uma S W. BECL 7EtEFNONE COMPANY t-80Q-395-0440 I O3 ! Ot70.97 74.50' LT, 605.32 I O9 � 1+27.50 i 31.03' RT.' BiQJ5 N= 6948505.28 Pmper4yAddrees aR,Te,rx �p�,{OVE\RE•pLACE EXfSTING CHARTER COMMUNtCA110N5 7-800-344-8377 E= 234151}.�5 2700 Bideka Aw, Fnrt Warth SIDEWALK�DRIVEWAY O 0t57.85 � 14.5�' RL � 608.04 10 ( 1+59.19 ( 31J8' RT. I 6tD.78 QEV. = 609.46 mi e� Rn,r, e�w s FORT WOR7N 11GN7 AND SIGNA! $77-392-8100 w��e _ Inalrument: D2070S9591 r _ 5� 0+46.06 I i4.50' RL + 607.B5 i1 , i+58.62 14.50' R7 610.07 �.»,T-qT _ PROPOSED CONCRETE PAVING 20 D 20�.40'��� 60 Y1:7ER MAP N0. 2�60-380 2068-380 �n D [�REMOVA� MTS OF EXISTING D!G 7E55 L� ' `. "y� Y. Hni: � t-800-DI + 8� 0+50.74' 18.74' RL , 608.78 ! 12 � 1+73.25 , 14.50' RT. � 610.12 �SEWEFi MAP N0. ZQ60-360 .� 2� 0@6-386 ( FUIL EP7H SAW CU7 ALL JOlNTS MADE FOR ,m1 ASf'HAtT; PAYEMEN7 HORIZONTAL . --�-.�..--..,� REMOVAL OF EXI571NG STA7E FACIL171ES � PROPOSED ASPHALT PATCH Z Q ? 4 6 .i ?� F; i � 1 � I_� �.. . _ � ..�. .. � . fl: �(;I ;t ! II f-l� Is:I ; I ;;l_!. _.�_ ... , :-..� � i 'i , ' 1 � .. I ' I soa � i � i( �. }�l i i� � i i I i ___, �_ � � �_. +. � _.l._. ;. ;� ; : --; � _ _� �...'.._.. .... � _._. ..._._ .`i "-- .. ' t ` . . t-.._. .., � _._. ' . i j , I + �.. _, I ! �-. ... i ...:. ... .,. 606 ' i � I �� f i._nY _ I'' ��� � a ..._......�_..._.__,_.._. --,..__.�._. ._...._.�._.__. __.. . , �_... _.. _. _... � � � ; � � �f _.� � ���. _ ��.. . , : .... . ... ' ; , � i. �__.... �._. _..�,!.._____._. � 604 `i��; • I ( ( I �i� � t _��-�- E , � ; f ; . --t-�- t - -- �-- --�--. --� -�•---t- ___.� I (-_�-_ � ; : : : . � ! , � _.__ _ _ _ . �_I_ .._ _- - - - - -_,..�.--- - - - . � - - so -�� ; �- _:. 2 � i i__( � � � : � i ` ' . � ... .�.._.:_ ....... .� :., i i . .. .� . ... [ � ; �� _ , '._; ..'. . . �;. _._ . . � . . ; .. ... i . � : . � ± i , � � - - - - - . - - - - - --.._;_. soo -!- --, . �..... , I .i _ �� ►T , � � �! � ;. ____�.:_.�_" _,�_f...._s...�'_` .{...' `_' _"'""'_..(....� ..,.____�'�._.+_.. � I � ! � � ' � I k I . I .� . � '. ' 598 jM-�.__.___�,_:.._`._ ---�....'._�__.j_.��____.'_..�....;..-:--�-- _ui t i . • i t �_ < < .j � _�, . , . � � � , -! I � , � . . _ j.... _._...__'._ � . .+...._.., ! �._.,.,_._.�_ .... ...._' ' _'_ sss I � �-.r f .��.. ; ; I 1 �. � __. - __�.�._'._..,__�. �l��?.._�i_ i �_ �' �+ vi �-�-_:� !� _�__l._J_-_ --I ! I� -•---�raA3 24 (� ! __. __i_.- ` � ��_. � ; : � VERTICAt SCALE IN FEET "'i� _ _ __, ...._ ....� . _� __-�_--1.__,._,._ -:'_ -- _F- i.�j �rr�_ : � � o-..._�_-._.. __ i _ _E� --.._��_r_.. �.t_ _;__-;__ t . - i u � ` - - - --i _ ..._ ! 1` ( ( 7 0 � + "K -t-I'�'_.�__�-; {' �.?....__. . .?.:., � �... �.a�n�.:�d....�...._•---I-� '�.1140� .I�...� � ^i � i . I. :RT...7C ..tSTA,�*.2+25 i...�..! �� �E_..i. _�., �.�' � ^�~ i � �Yi-r---- . _... � 5 , � i � i i � i � II! + � �� ' ! ` . . . II � ' i i .* f . . .r � .� RT{ Y�C � ELV •s 6 210 t i . . r !_o_____T 1 ( I , i I t, � �!: !! I I 1 ! i i I I i i 672 ' �._._E�_� _..J.- ��--'�--'r--- � � M ' \ � ' _,� i � T� �J�i ( .�'- � ,t j L`.w_ Y fiQP. RT�...�,_., + + �___� �i �� 9 � h i � I ;; I � �"� d!-u �-�-- � + � U a i '-`� G�PJ"E'L�'= `6T . � ,� i'�" � ( '--fT�'/.('" r � --• -- - REY. N0.' DESCRIPTION CHK. BY DA7E �.. � .: __ ._.._._- �•- � .. ;,,d W i . I :� - � OP"_L7 � - - -_� _ _ � � _..._ ... _ _ ^ _ ' � 1 I-�...._. _ _..__ .__. - • EkIS7�Nr.....;___.�.. 1 r PROP:,�tT i.._..� � ......,�..... _ � `1� .75��_ ..._kADP !.7 ^ �_i.._. . Ig P,.-., --,_.. �,� I � . ..�.R;A.W.__. !. _.. .._. .� ~-!�-.�. T d 1 f : i � 7jc o I _j_..: _ ..'_ �..�_ �.��_.�__... �-- _.._..___ � . - --• , , +" _..! ..... .. T_ � . - g /C. __ . ._ ... .. :.o v ... _ ..,3: x _._... � r:..-.'!... � ___ -- - -'�� - 7�� � __ G _��. - . ' , . .: ._ .. . j R�c�, , � • I . I I 2sax ! ! i !,�-"�i : i �i ! I .L-�-�^.� = -� �i f` �� � y��� a:�ox..+_'.I �I� f --E'oF;��. �� � ' ' � � ( � E � U ' . i � 1 ._-�-^' ..►i � � . I � � � � c.�„ �t � �. ���,......... Fx�s ., . . , ; ' j � � 610 �- {- -- - - -- -_�---_ iF -r/-� __ �_�� =- � _� � t . _ _w_...E._.. �.�_!__ _ _ � _ � � � � ( ( � � . � I i � _..�____.__.._ _ _ s"s: • 4 - . j � A . .. � . _ _ , ' .�._.. ;_ _.._ _�.� __._ .�._.. , � • �p ••. , j . h� i i , � . ll�„_y j , i�`�''`� �� v j� . �r: •. �I 51 E ___�--�._..j''_ __�R�R:ji-T--[� --��-� ¢�--�-"�� i - � -- -�� �_� - T..' � . � �_.� � "��.1 _.;.__.. �.,,,_._;�� �-- i- --' - - f�: (.�j : I� � ' � � .� � � ' � -'�'r -d--- --a- 1 j - � r ..:......................:..y . ! .. T/.�..m... . ! : , __ �. v� I . � _ ' ��! _ 'ly �! ---- --_� � 1 � ^� _!�- � �- i currns s c�ioxt�i. i � ; F _: � ,; � � - � � _. . . , ........ .; �;�,�.,-" :. I_._ , , o �-"` -t"�- . yi. r �r� � �-- + -__ --�_ � . % "% l`'--ra % � �__,: ��. ii, f:.�i;,�r�(+ �� 2ex , . , � �.. . � � - �' ,.. � , �� r-�• _. �.._ .......................:..� 1 � I'+� sQ$ t n� �.i DATE I� I �• � I I� i � i. i � � i � I � �� �-"� `•;� j� , , sst7a .. � i � 'r � • i � z . � i'r `CS +� ' I � 't � � >--„' '�''. -i.�� �l � � �r�.. �,. _._.._.� � �-_� � f'(.QP.-�l' " _ ,� _ ��..� _._ � �.r � � "' � � � � �..'o .�._0. `a . _ =___I__ ��.� r.� . � _ !_. I � d _ � ' ���SS,� L f���`^ �_ /�� �j �. �_.___��! _ �__._ I I � e ••........: • � DANNENBAUM t : { � ' I tt . ENG R J�� � i N v� G 0 N0� ! iNEE ING CO t� I� s„ ''�;- ._ __�,.._.... ..�....�......._._.._ . I_. _..._. .. _�i_. _..- � - ' ` . . � I.. i. '_ L.___�.._.. � i ,�. _.. _4 ..__....._� � i � ; ( + ...� RPORATtON � _�......_..�__....._ ...,...._ .. .._� . _ � .: "":. . F,�; � , .._._ �.....,.._ .._...,.......__.... �....:.. ._. �.� .; . ; �, _._ _, ... 32sx�1- , ._. � i._. � i. _. -�,, _ , �� �u Kc ;sa �r Rr Q o Pf�oP s i rry REGISTRAitON 392 : N_ .. � �: -r .!_� I t��' ,_.,,� t: fi� _�:�Iy �� t� r - � t � • , � ���.._^�.. h�....;. : ..... . _,. �! .�� __ ! C 7ERUN _ _ i. ��� SE�TQ B� t I � 1 � J + , j: 1 � ;�/ '�' �� i,,,,� 1,� � I I ,�REMo + o: I � 1� { S� 1 �" :�� � [ I i; f I' �. � . j� I I� i sos CITY OF FORT WORTH, TEXAS _ � � � � � � to � [ U i o I ; f f � � � a ; ; � :: ':: J � � � . � , ; � : . _ ,. � _.......�. ,,,.---'" ._;�..�_._...;.... n.._� ,__.,........._...__,..,.__._.�.. _ �...��....._..�._ ��.-- �--...... _.I.._-- -- ._.. ..�._..,__..:_... ...1..._.... .. ! __.. --r�_7 � __ ; u � �......._...J__...1......;._.,. `f � � _1' -,.�_ Vf__� � l....... i � , , + � , �... � 1 .tiG- I � � , I i i � --- � .,�,--� ,_ I..� .. ....�._.._..�_ �... ;_ ....! . � : .. . t_ I ;�. . - _.. .I DEPARTMENT OF ENGINEERING _. _._. . . � _ ;. ;. , � _ � � i ' i � '� .�, i` j ' � y� � i i t' i; � ��.. `N � � I PRaP65E(y V j + i . _ � ' : __�___.....��---'-`,--- �-.. , : �nLi_-;�_._.r_._.._.__...�._..__._._;_'_ .�„__........._-�'!--'�.�,,,a �.__.__-�---�SR�liTt�R•`f _f_._�_.I...T,�.__ ....i-._ � �I_...._;_�_........_ i t�! ( ! � � ! ~ ���cr c� i i i � : �'� � ',"? � � , � � �' - Z i i 2007 CRITICAL CAPITAL PROJECT � , I � � ; ! � 1 � I� ; _ � : I t isE �`�� I ,. ' ;�-: � ex�s,�n+� : � � � . � - � , � ; so4 cau►v sr�icr 5 : __:- _.__�...._..; ��._._... _.�;_x'o-` � --___; _� _...,__.U. ._-,-.;__ _. � _,..__�_. _.�..�--,_-- _ -- - _ _....�� -►1 --,� - _�.��__L -- .---'.-_i_�.._i__�.__ _ .. _ - - - - - CONTRACT 5A � 1 : � � � , I�C �'f , , ( - � � !_���_ j�, � , I I � � i � ; . _�.�_ t � �._ �' , �_ � i i f �F = i + � V! C � � � ' �i ' i ^ j i ; � U � � ' � ^i � BIDEKER AVENUE ANb BURTON AVEfYUE, � _...___i.- --.����Y-'__ _._�. _' . �__�y_� • r .__'t._ �__...� __ _,�..__t_..� ._.....__:._...�. ..._ _ ....._..i..�! _.�__.�.._� � � _.. E__:� +al..._�__ _..._._ _� � __.3__.___.__.. f' ; � ._.._�...,.�._..._ : : -f- + i�, i � � -�� , , , . ; � - -- �� . `. : 4 , . -�.._..I..._..___._!__.'_. C1TY PROJECT N0. d0946, DOE N0. 5876 ry - . --� . + f ;�l t�^ 1�.: i5oi va� I� �I �: 1 E�� �. � � BIDEKER AVENUE � ' . . �t ° �.: 6�2 �� ( Ic� ' ; ! � I . � � i . � Z� I � � �Ka3�J.1.� I " .. '-ti � ! ' � ..................:.•III. _......t_: . ._...;,..�...._.._u...___..1._„_;_-___....�.... ' � _ -.. .€.... .1.....' '._-i t..._.._..__? _7._.'_.�. �i �...� � _, , m. � . , � ..�.. 3..._,-.. - ' l" ..,.' __I- - _... _ ; � .� ��>�. � � �''-= � ' .. ..� `,i r � � 1 ' .. ..I. ..� � i �._'.... f�.. ' `. ...i..� . � � _,.��..�. `. .; .' . .. ., � ; ,o � j �. � ' ' , ' � � i � _. . � .� ; . I . � ; _ � �� � .� � . ;, J ;ti . � f PAVING & STC?RM DRAIN . : ;, : __....._.__� _._ ...__ . . _ _� _._�__ ..s---�._.'.._.._..._ ,_ __..._,.a_...._._�_ __,��.._;.._.._......- -� - -- -- - -- - _ ., ._.. _ _ - . _ �.�_� _ ,. . _ � & � ; + �- ; Y � , _..�_�_.._.._�.�_..,._,_.,.._ ! ;7i � i ' + �i : I i i i ! � � � _'.. E f. . �_. ._ ... ...........I...._ _.�_ i � X=SIOPE lRANSIiIONt � � .�,�i -'- - - ,.._.. _ PLAN _L._. .� PROFIL 1... E � • f i 1 f 6D0 STA. O+OQ 0 T STA. 3 0 I -EO E ' ;r' � � ; s � i I ! ; i ! � ; ': TRANSVF�RSE CRO;S �LOPE! Tq C MM : � � , : ; .-:__� ':A..3.__ ' . ....__..,.y..._...�.3-�.,,._.:_„......�.... ' , e , _.�.__'_._ • .....y....._:_', _ '.__. .-- �- � � , . ; ( _ _ ` .�_j-._..�-. ...... _._�_._.,_.___.i ._..._. �._.._..._. __"'__"�_ _ - - � _ .. _.. _. _ __�-..,. ... _ __�...... .. _ • � . • � � ' � ' , :. ' ' ... ! ' ' � � . � _ ~ � ; i : _� _ _ �_ _.f_- �.__.�_._._:- -�-- I.. ' _,_.... _ : : ' �m . ; � j , m� i..: �m i � i�,n� .i . ;w m... �.�a n. ; ? � n » ( t ';a'mi � .'ro rn m n; � � �< m¢ .� �.... �- � E� DANNEN ..____.._,..�F........_'"_:...�._...P�-._.._.�._....._"..}..t4_..I-..�...._._..IfIM1...._�.....-.-._...�__.__�,_.�+.fG _.,...,,.T.�..O1�"'�'_�_...M3-r�....f._..M_II�,_.�..,.,_:.w. _ _;_._:..m.,r(_,_i._..'._. ..m:�..._..�,�.__,n.,-._�..z... F. ENGINEERINGCUBAUIM i � ! ! � }� i ' � i { �� � i 4m ' � i°0�°�: i :o� cn� ; rn a. � ! a' O � 1 �m�� � i .co..o+� . ; � mi �.r. �' � ' .. ( r'J98 Bd21CAMP00WIEBL TE4 .WOR , � , � r?b i r : ; � � i �� . +ro , ( � �. ;� 0� E � E �3 �� i �o iTi i � �' �� � P; � _-i _ , rri,nc7e�> > a-enea . , , �. .. :. . ..,. .. : .... :_..i. .�... ..., __ _ _ .. , .. p . p .- .. ; OESlGNEO BY: CKT � DA7E: 10/19f09'i � . i. � �;. . ,.. . , . ;. a... �_ . � ti. . 1 � ? : = i : u � , tt.. . ii x n � � � n- u u o- u -u : l � � .u_ - , 1 } , : , ; ' . f..; �_;.., � i � �., i ~ ._, . VO 5 7g I �+u � o� o "n. v �u a; �o � o n .. o u: � o � a. o.. o o. ,. �: � �. , ,, i i` r�- ` i.' � i. F- ; i-�- '�� r- � f�; N� � r N, `� j r F- ; F r�-, i i � t�-; � F r�- �: � i�� ' 1 DRAWN BY: CKT PROJECT N0: 4397-32 _ _�. . �1_._ .,._.. _� ..:_� . __ _ , � ---- -- -: � �-- ___ ..._; . :__.:.. ,.... ...�_ _... _._ ,_... __ _I...--- �_... _ _.. . . .1.,.. ___..._.. :.�. . .. _.� ..---� __,_ _._.__:. _.:....�.- --_. . � . - - - . .... �._�_ � N ! h_ :N i �F.. F- , t �h F-� . ;r F i �H F � f iN f.. F � �.._�__ . � � ~ ~ �' ~'. � �~ ~1_i � i 't ,�98 CHECKED BY: CSC US 'L87 t � i 1 I �J i 4 F . : ! . �i ; . .J , fJ � � I [J K IJ d' � 1J � i I .J tC� {' J� J K. �'J 0,.': ' „t,00 ' G:\t270 4397-32\Dw P�ans\TxODT Permit Plah 5hset��HEET N0:3 � �i�fl� . , , „ , ., � . � , �-f�� , „ �, � , � ..,., , ,,,,,,,�„ . �, 2-FQ .�,�� ,,,, ,� ,,, �, ,�� � , `�� , „ ,,,,..,,...�.� ,,,, . ,� , , �,�,,,,, , � �,� PILE: BIDEKER_.PAV_�7g.dwg , , � v ¢ �� g c � � ri j� v � 9 o�� � �� ��a a �_� o _ o L+'tiLiti -.3z333H.0 m a ai 1 m 0 N � 0 � 0 a ----� _.____.�____ _..._ _..._._ � _ �. __.___ _ _---__________ ._ __ � ----- - I = NO �}1DD�TIONAL STORM �Yf�TER DIiA((`iAGE WI�.L TAO Account f(: OOB6672t TAO Accaunt ,y: 00866713 TAD Accoanl g: OOB66705 TAO Accaunl �y: 0086b097 TAD� Account /�: 0�86fi0B3 BENCHMARKS ; 8E DIRECTE� INTO Tl-IE EXIST�NG S70RM 6RAIN P.pparent Owner. Apparent Owncr. Apparent Owner. Apparent Owner. Apparent owner. CFW 8M� 8352 = SYSTEM OR TOWARD TF(E STATE ROADWAY. Tcrry Lee ftob6ins Dov(d M dc Paula J Post Ana k Baltazar Costro Eliseo k Mcry Salazor Alice Mae Yfitks Foster ` 3` BRASS CAP SET IN CONCRETE , 5624 Memorial Rr 1 eox 105�p 3215 Bvrtan Ave 3277 eurion Ave 3274 @urtnn Ave ON 7HE NW CORNER Of BERRY ST dc Cf1MPBELL ST ON TNE NC8 - � Arltngton Tx 76077-4Z46 Kingiisher Ok 73750-9801 fart Worth Tx 76105-5373 Fort Worth Tz 76105-5373 Part Warth Tz 76105-5372 ' ELEYATION = 646.33� , I � Property Address: � Property Addresr. ( Praperty Address: � Property Address: � Praperty Address: CFW BM 7117 ' 3fl5 Vaughn Blvd, Pori Worth 327t Burtan Ave, Fort Worth 3215 Burton Ave, Fart Worth 3217 Burton Ave, Fort Worth 3223 Burton Ave, Fort Wortb � lot 17 & iB, Blk 8 Lot 16, Bik 8 Lat t5, Btk 8 !n! 74, B!k 8 Lol l3, Blk B � � 3� BRASS CAP 5ET IN CONCRETE PROP6SED ASPHALT PAVING, Englewood Heights Addition Englewood Heights Addition Engtewood Heights Additian Englewood Heights Addition En9lewood Heights Additian � SET VERTICAL IN WLUMN NEARE57 BERRY ST ON NW END QF BRIDGE , PATCH AN� MA7CH E7(IS'RNG � � opcd vor. an000a � �eed vo�: o�aa7o � Deed Voi: 075494 � Deed Voi: 015093 � oe�d voi: o0000o ON HWY �J287 OVER 9ERRY ST APPROX. 10' WES7 OF W CB lJNE PAVING � � Deed Pg: 0000 � Deed Pg: 0254 j Oeed Pg: 0060 � Deed Pg: 0772 ( Oeed Pg: DOOQ ' YAUGFIN BLVD , O.R,T.C,Tx. D.R,T.CJx. D.R,T.C,Tx. D.R,T.C,Tx. D_R.tC,Tx ELEVAl10N = 653.41 'f, STA. 3i�fi20. PftOPOSED 8" �'�.J �t�� LEGEND �^ I WATER L1NE I 5TA. 1+19.7, I STA. 1+47.2. � STA. 2+51.8. STA. 3t06.5. , 24.9' LT. S7A. 7+30.9. , 24.9' L7 24.3' LT. 18.8' WIOE Q1 � 25 0' LT. 24 y. �7 25' LT. 11.0' WIDE i1A' N70E , 1 15'R � 24.9' N'IOE � 11.0' WIOE . 11.2' W]DE � � FENCE «--x---x-� TELEPHONE RfANHOLE C� = Z a � � STA. 0+63.8 � �I ( ( I € _ � Y 24.3' lL �u• wx ��� RIGHT OF WAY TELEPHONE MANHOLE Q _ ? � 9� NN.O' 1NDE � - iz• rccw � �c.w �io- m.� . - � � EXIST CURB INEET �-� GAS MEfER O s Q =m°i _ � ' F _ r s� '� EXIS . STOR S R ` > 3 '*., w j '�' . . c -SS E T M EWE o ' ;.�._ . • _. ,�,_. _ _- - - - GAS M NH A OL � . SiA.6�FQ0 r-..r.. - ,�,,, ,_>>::,:-_z.._i...._,�.r ..,,,.. vit ,.,:' ' - :::r� i� _ �-=i cu�.-Scer�:u». .ra, EXlST SAN �--�- S'�VER G , � S VER AS VALVE � � -� ��.>. �y ��s__.,� �"C�r9 � - � �.�;._ . ... ......:... .. .. -'r' - - �� �, ` . j, r ..,., ...,�� :�...��:.,,.� -..:,..,, ,.......,,_,. ..� � _ ..a_1..��,....a_..... (.. i: •..�:.'; s)-'^3' .12:<- :�:;z �.....- w: ....._ c_� .,.-�+�N._.:a, ac_. : .., _. �. <_ .. � � z.. ... _ . � . , ( , . -,. ,. . r.,._,. . . . : � - - ". ;";� �2%':s: ': J. �c ..,,..�...,... = UR ON VE.h1U = i�..,,- � .,,.... __ .x_...,_�__ .��_..�_.,u..ra _,_._._ z.,��'�' ,.i� �:.;.;_,,,w;' �ir: �'r.,,v��'^'y-_ _.�:Fk.:s:.t'^�s�c!es:S�L,,.^n4'�;{,: .�.,`,...":.�_�!!.�,�:..:.,N -,,,. ....K�`P.."' a . �'G� ki 7 A E a-r �- �-- ,�-- �����" -Y.�:•.-i�.>,.-,T" IX(ST GAS LlNE S70RM QRAlN MANHOlE f� . _ � -� -�__ _. . 0 - � �,,.._.��..�.,.�.. __.,.___.._,_ . ._.. ��.��-.� -�, �.] - - - - � .� _.,�,. � ., _ \ _ _ .._.. . _,:. -,.-., „ r,!.� �, � ..,:>� n : �. � _. e. . . . �.r• . . . , . � _ ..... .<r, - �i - - - <F-. '�:l. - ..:��'�� :J' Y.� .-r.. . �.. .. �.- t �i,. . _ca: i4'�, -at , =�:_s F'� ..\ J .J ,54� s"T. >_i?i�� h:±r �.K ='?Y . real^-u�� ,r,, - :r_ .,Ih ..5 �-.:u: - �,� ^i._ _ - - � � .:x i�: =�'�:. V tJGH BL -.ac:. � ^r A VD _ _ _�>_r�� N :_:� = i �-:�.�v � t cr= - s :ti� •r �.. :i5''-� $- _ _ _ . ;�t.,-r. ,'r o rs L� � � - ••.,c- a? _.._a :i. :.s ; ; a'. - ,-�3 �-._, . � k��: - ;.: - �i=`= ;*`e;..r...c - ut�k,.. - - �: ii t e.l, {�y ; _ k5.� - t. a�l �.tt�' � _ �? ;>y.. -,.+ x �.-;� "3c - - �!:'.>. D( 5T. V -{>Q-- :�3=�- f WATER ALVE !- \ _ �>;�.� -.;;;;�;:�':` �ji;ri..�� -- - ''��h'�� �Ji PO - - =+Q'- r WER PO _ _ �rs�` LE . � _ _ ?;`i �:-�:i' -..r. . t,.�c� S�`ad,Yi'�'., - ���t� J_ s9 tJ 69, ii `_ _ F iR--+ N 4 0 9 `:i3 ���y_ �� - -+� 7 �z � .. s =,.:..:.v,;:.-: �,t�:.,,r. • ="(-, - ' - - \ ;�'-"� - - .'E1: , i - s r . - - � :.:�, _ - _ � ,. .:�� �_;z'_r�� :�� �'' . S:' :� n�>s - - =%�i',' - - =P.v�`:,%'� - :�`:`;�^'�-.`�.2'''' , _,�_,S:`n'� •.:�.;p._t<:'r_�'r-':`'. ..15,..�+.nx--_'•'i.,:_� .:"c - - r�=� s..' �:.5f:"'_4�.. - 4 --s.. _. ' "' '4T � �ii.:ni�^+"r.! n� a•.c _ ;zct`:t-'.- +� _' _ ' " ' _ _ ' ' - - - - - - ' - ' - " - �.^-,�:,<.:;.;::r: _ /� �4::�^' � :�. 3 D 3 �"�=�'��='"'"�""'��.'. �a 1.:-. �=�� E 2 43 2.3 _ _,: �.-..:..,�... :e:. _ ...� •7::..�.-;i. a ,.ti, ^ , ..,�c ? � r �-.-a, ; ;;. - ... _„ �,�f .r -�� ^ ...n,.'�,,:�.E:'iy> 7 ..._,..,;��.�,1• ,.�`-...,3._.%: s _:+'. .. :..r.. � .� .�:�.�:� .t�;. ��r_ �y:�w � � }., � ��.:�:;- �^�...� .�.� , .n, . ...... • � ; :? - , .�. .:,._ ..:� •�-� --'f- .....::...........�,_. ,� .,,.�.,.::.::��..�� _ ,:,-.�,::'- .�gl, ,..� .._�. _ . . .C.. _ _. _._ .__�i ...1�... . . � _x y.. t .. . .. . - .� ., ,. ! . � ,.-✓��; :: '�rtiW:�+. Y^ � _ _ - -r.�)a :.'�� �J`'3°'i^� : J.1'i: ' .i':?"-i.c��., i . - - ;w�<= EXIST WA7ER LINE f �•.?, t ' .t S u_ - ��ir•, �UY 4 - WIRE V .r - -, T � .t ' � `si?=s ..�..�� . '� s - �.t� � - _ ; 4'.. _ - . � . " - ' `�--- �- t ,*3= 3 t..-._ : .,... ,.� ..,:. . .,. ,:>, -, �.:-. "' .- -.. . . _, _. . .. .,., ,�_._..,_ - ..:... ....... .. ..�: .. , _..:.. .�,�..,,.;�.:.: -.. r•�.�� ��-_. , . . .... . �..:: " .:( . f't"^r;`� 2:;: :i �,f� �.- ..;,.N�.: , .i ...�.;.: .... �.;.:,.., .� .. , y r..'; `. .. .�_. � ., .-_ , ..., . .... _.. _. ,. ,. ._ _. �.. . . . . . ..... . . ,... ,�...(.;:��:�:�.�:. � ..:r..:' ' _ _ j-� )h�• T f� ' �.:�. . ,,.,o. - ' - i: :��-..-:� a�l.. �� 7- . ��` � .i. �F .(=�' 7{: �QO , � .�:�... ....,-x _..:..� .e-. • � ..,,� . .. . .. �� .-'z �"•�' �.i �.+��,..�;�.��,� ' ' i +i ..1iR0:, ,.�M1';�:�;.;,-.:.�::.i'� P t ?�'i:�'�.�: - ' u 1 ' -'.�{ _..?=� ,. 4-,.,...� - ' ��� v..}.. ... . �_ ..t �__�_. ,:...._:.:;:.�. F � . �;' �i:l'. � " -r'�J.- rF� � _ :BUR: ��A�t :.�,_ .,�;� z T. N: - T��,--�Y ..�...,,.4v.,r. t ��.�::s - - -t- �,- - - - - z:�,:i=: a'��=-., ��t�r - - _ :r'$=, - _ - _ - _ �i,,;.. y . •�'F< =i`i„s, _ �.......,n��� .. ... .:.: ...:.r.. .:.. , _ _ _ _ >�...�_' : . - !l'C•: - �. �-: . - ni,. .a , '.3' Q JQ �4" - - ' - . 4' - 1 �:� ...�_`'�...:.:,, EXPANSI N INT - - ,.r: ,::� - - '����'.�.:.. t;_` - ,1.. '.,,� ,;�.ae: _ IXISL A ❑ �'r`:.'..'. - - W TER MEIER B OLLA o t:. .,:; :;,: p � - .� '�t.,,,: ;,c•. R - - - - ��,:t�:�`� _ ,�;'�:`'�.._.�,;_: a,,:.7 _ ; („ , - - - - �a� -'O' �e�..i . ., �.�._.w�... � -- ,.a.�: ..;.:..=� ��:,_S �:>,.; . .,...�<... , ; , ,^�;. ....�. . ..- . .,..'• . -+. �. �: _ � -•i,.,-%::7'� f �i3 � ..:t': ...... . -.a. � .� ..: r., r.:r.T._ . .v. � ':}�.....'; .e,�.- .. .:..: ��. . � �.-ai: �`:: 2ii� �. _ �..-f . � � :. {.� �CS� _ .C. i,��� , 5. :i.: . � __.: -, � � .. -......,_�t _ . . . ,-���_-�...,_. �_._�:<.,.. :, - -�r�'�;' S�a4 - - - :.;, . -�^�;_ .., . ` t,. �.::: . : :,;.�.:,;'� . - _..::�:c . � � . r.a � � 4..,.... v ,... . __... . . �.�..,::�. � `PaIfEIENTl�v'sr" ' - ' ' s;.z;'� .�� ;� ;� :,t�. .`_�i�.:`. � L�;i ^;3�i� - - ,:t•• .t - `x-,.-„ .-�� . ,4.. -5.,_"'`n�i'�' - ,r _ __ t . � _. _... _, . •'_^:.. ��:,. __ _..:..o �>.._ ....:�. �._.._r. -...,.�:..r _ ' t �... . .. ..,..... , ., �._ .. _. ,. . . ,, . .., . .--- -*... ,. _.. _ _ ....,--- .... . , ..�_ . _... _. .=i - - i=. - -- :..'?�''ti:.y-.� �. , :' ; - .,,.+�a - - - - - tr. _..<. _ -ti: c"_('.. _ .,..< �:y.. � . . . >. - :�.�:`��Yc ;:. - _ . . _ _ .. _.. . ^5'i':b ._. ,�.�:.,� :.,._..+- .,-,_ ..:.: � � ...::..:..... :�... - . .-,. - -^. . .' ' .""-.. ... .� ..:..��-,.. .:;:e .. . " 'd3,, r....�;:i^!:': ... �. _ .:..: .. _ � i ,... �,...-,.,.. �; ..--, i ... ,`: ro .i, �-�,_ ......,� ..,s_. _�'�w; �. ., ,�_t,.._.._.�._ �_ _.�_v .._. : _ .� k_ �.., .., ..: .i:�"r1 . , ..._.._. - -; - - ---- i �z'"=- .:�:._.,�,_..-�'-, E%ISL FlRE HYBRAN7 SIGN .a. \ ,.;�: :(F� - - - "' :._ _,.,,------� �, `:= : , ^..,, ` .; .. :, � :. .>, . ...:..,. ... �... � . . � �, � „ .�,. �� . '"'"�. .. . ' � � � `� �i � '�. ' V OVERHEAD ELEC. -OH/Ek.EC- 1RON RDD o - . _ ���i��� SO"PEG,N i?P � J �e• auc e• ouc �e• os � F Q UNDERGROUND EIEG. -UG/E�EC- SEWER CLEANOUT o - \ ��P y ,� „ , „ , � OAK � .� �. � � � � . 'e� p�'�'LL ° 2��R a� ou� � .� UNDERGROIJN� 7EL. -UGJiEL - H� � E� MANHOLE � '�� t3� � ( x � PROP. SAN. SEWER �-SS�--�- ISTA 0+33.13, BEGIN � \ \ \ \ \ \ \ \ \ \ \ \ \ \ % I 28� F-F I / SPEED L,lM17 AlONG US 2H7 REllNED SAN_ SEWER ^-SS--.o- ( PROpOSE� PAVING, SAWCUT � b p � �� SERNCE ROAD = 35 MPH pqOP. WA7ER LINE 7REE �va � \ ! S7A. 2-f04.0, ))) STA 3+17.6, ! ANti MATCH D(ISTiNC PAVING � � �5' RL � 24.7' RT. STA. 3+824./ � STA. 1�23,1, I � � 25' RT. 14.2' YADE 11.0' N10E 24.9' RT. PROP. WA7ER VALVE P�• �� � 11.0' N7DE \ 1429' Vr10E I � STA. 3t31.1. � i PROP. WATER METER � PAVING CONTROL PO1NT5 �/s �°� ga � � � I 11.0' 157DE � TAO AcrounE @: 00865780 � PROP. FTRE H7DRANF '� � Apparen�t Owner. POINT � STATION OFFSET T�C �� �6 \ R\ � eonrfact dc Potr(ca Casiro E1EVA710N � I � 3224 Burton Ave � NOlE: THE CON7RACTOR 5HALL CONTACT 'fFiE FOLLORiNG AT 7AD Acwuni �: 00866156 TAD Accaunt �: 00866164 i 7A0 Account f/: OQB66T72 rnr� wnr+n rz 76105-5372 LEAST 48 HOURS PRIOR TO DtCAYAliN6 iN THIS AREA: � 1 Ot30.78 28.33' LT. 651.10 � qpporent owner: Apparent Owner: I Apparent Owner: O � I Pro ert Address: .% Lorr Peo les Altce Mae Wilks Fos{er Rigoberto Pugd P Y FORT WORTH WATER OEPARTMENT 817-392-4477 ��'10 y P 3214 Burton Ave 3220 eurton Ave 32Z4 Burton Ave, Fart Worth 17(U CAS & ELECTi21C T-8Q0-344-8377 O2 I Ot45.73 14.50' LT. 65i.04 � DeA Tri Stole Sport Ent,inc �' � 45Q5 Woadland Park 97vd Farl Worlh Tx 76105-5312 Fort Worth Tx 76105-0000 lot 6(E 50'), Bik 9 5. W. BEIl. TELEPHDNE COMPANY 1-800-395-0440 A� Fjp Englewood Neights Addllion �REMOVE�1AEFLACE EXlS71NC CHAR7ER COMMUNlCA71DNS 1-800-34i-B377 ' O3 I O�F32.05 � 14.50' LT. 651.26 I � � Arltngton Tx 760t3-5410 �/� Pfoperly Address: Property Address: Deed Val: 014179 sioewn�.tc nRivEwAY i a.' Pro ert Address: 3214 Burton Ave, For! Watlh 3220 Burto� Ave, Fort WaRh Deed P¢ 0107 � fORT WORTH L1IXiT AN� SIGNAL 817-392-8140 ! O4 I Ot38,73 38.33� RT. I 651.85 ( � P Y 9 D.R,LqTx. O EMO A�L�LIMITS OF EXISTING o'G � 0 p 20 �-80040 n 3201 Vaughn Blvd, Port Worth Lot 4 S W 16' S, Blk 9 Loi 5 E 41.9' 5& W 8.1' 6, - ��5 0+56,64 74,5�� RT. 85D,99 'tQ Lot tA - 3A, eIk 9 Englewood Heights Additfon Bik 9 PROPOSEU CONCRE7E PAVING Englewoad Heigh[s Addltion Deed Val: 00��0{} Englewootl He( hts pdd(tian SS sd � Deed Vah 07573t WA7ER MAP N0. 2060-380 Deed Pg: 0000 instrument: D208354502 ASPHALT PAVEMENT HORIZON7AL � ����^ .,,,, .•�•' Deed p: ooet WA7ER MAP N0. 206fi-380 D.R,T.C,Tx. D.R,T.C,7x. SAW CU T ALL JOI N T S MA�E FOR y 0 2 4 6 ��e �+34.72 14.50' RT. 657.60 D.R,7.c,Tx. REMOVAL OF EXISTING STA1E FAC(LITIES �PROPOSEtl ASPHAL7 PA7CH '-' I 9 FULL-OEP T H . . _ ` VERT1CAl. �,,...,�..� 5...._,.__..._._ i��F..,._.... W,.. .� i ; l . �� i i : ' ._� _.;__ ...__. - � - ' - �-- ! 1 � I ` � - -�--� �- --1__ �_ ___i- � � _.._l__�-- ' i.--�-�---�- - , - � ` ` .-� _ _.�-I- ' scn� rrr FEer , ; � ---�- ` � - ----- -��� �.� _ 1. . _r_,._. _._ ._ ._: � � . .�.� __ i - - -- I-- � � -I--�--� . ;, -,- ;,, . : j . � � I � : ; �_ �.�� _ ._ _ � .: .__�..� . , , -�- , � , a____ � f i � _ t , ._�.___._.I _. � ` -{� 1 �._ �... �. -. � � � �._-;...----__...��i i :._i�.__�._._� �....: : i ; I � � � __ t -.�L ----` .__ �_-� - _'��.._{_'_,..-._,__�..._. _.._L__.� � � ! . r.�.._-i__..�'_.__ ' t ' ' �. F..�_._....__._._..._.�.__ � . � : _ �__..: �l_.__.� �__......._ ...-f_.- - f _� _ + � .._ ...1 ! I C � � i f gTA.{0 34.86 +BEGIN RP. Ci1RB � � --~! � t .. � .. 1- - � � � 1 J I r- �- _I.��_-.'_._,__ �__ ' ( �.� j 1 _ t � ... __�._' . �-'-�-•� --`j- � , i � __���_' ___� . 654 i ,.. _ . _.. . .. , . . . . r c 51'601 � � , .. .. ; . : _ ; , .�. . � � _ � � . � . � . . . �. j . �. ' f .�. . I I 654 ..... .. ;� a iii �b�;,� �"i :I ;��. i: � i� �. i.i �i i... � ... ; . . ,: ; _____._ ; . ; � ' : �' I � l � � ' � �PROP.`R1. � � E%�"i'�IVI� �� � : { i ' . i : i ' � ! t.... ' ;. i, ., .. � ��.._ _..._ �,�._. _ �_- --: _ _ ._1...� _. _ � R_o_w�L. _.--- -�-�._!. _-�--�= . - -- �-�--1 � -.-.. _ _ .._i_ ' ' _. L_.� _:_.. _ -; ! . : � = -,--�_�. .�._.�_ 1' �: � T C O 279'X i' . �t�.� � �" � ; � i . j--I-` o j --�--•.- _�_._._. _ �_„_.__.(__ REV. N0. 6ESCRIPTION CHK. BY DA7E ; � . , -�--: �- , � ; , � : �I � : fi- � �. _.I- ; � �_.. ; ._, . __ , V. I I - - --- - - -- - - - - = - - .__. .___ _ _.�_.__�_ ____.�_ __ �_ . _ __ __, __ __.____._ � ._ _._,__ ___ . ► - - - - __ ..- - - - � - - - - --- - :_ _ � _. . _ .. � - - _._ . �_ �: � . _ i I � ' ` ' ' t � � �- t � � � i....�.�. _ _f .... r . ' ...�. ._i-... _ ....�. _... _ ...�._ i � _�.. . ; - - . �.. ..... . . .. . . :,� : f� <<I ; �i�� �:, : i�.� -i: --� :.��...__.F..lt�.}.�..►fi��, i ;... ,� �..+_j_ _ . . .I . . _ .. . . _ ► . _ _ _ . .. .. __ _ . I I N � , _ _ _ _ y►� _ _ _ _._t .. _. _.. . .., . ... . :. 4 � srJ2 i � � � • � � i � � � ! . � ( i • i � ! � i � � ! � � � � t � ( � : � I [ � j : I � ( � � ' � r i.. ( ..i.. . 'i � �,+n: � ! ! . ��..[ � i` � � � - � � . �-`..J. . . , I BS.Z rSE.oF Tf\�� �- ' i . _ ; �---. � � __(, ! �_l__ ' ,_�___ __J___'_:_._� �._. _L_: _._.__� � _.F_ _,_ : � � r � . � � , III ; 4 � ti�.• '� • • �a � ; � � , � � i ! ! s �I I i i l i i d� � i _ � 1�_ . ( ; � � I ,. s: �' :s �i � _. _. __ _ _ _ _. . _ _.r._,__ . '"f` { � � � _ � _. �b _..., �_..._ . . ; , , ; i �_:.._F...,____ �j''�' � � � i ; ,--��._I _�� j i �, . E � �__._ `___�___ . �.I.__ r - .:' A1 "+�� iURE � � __ ._ .�__�_ .�_. __ _. _ � �^_^ _-- _ _ � --�-'-- � � -, �- �-^= - '-- - - �- -- -� - - -- - - �i ._._,._J.� __ ...__ l +`. _ _ .. .. __ . .�__. -- -__�._._�.__ _. �..1._ �_ _ '.�{.._._�.__:...._ . 11 . . _ �. ' ! . . � I �-f'- . --i---�-.-�.._-�-- - - - - t i _ � . � . ..• . . •.. � � I . � - �' L i t � 0. � �^ i % CURIIS S CAIDXfl1 / e-� ; � � ; ; � � { I� ; r � , _ �.._� 1 . t � ; �. � + , �.. Q � . � � 1.� � r �� . � � , .. /� �/'y'--v � ,.., . � _._... � , •�, f; , � ,. . . : ,. . . , . . . .. . , . ., . � . , � �...,......ssi �e ..... ...� o �" ; ' � . , 6ba . i , i � � " ; � I I ! � . 1 � : . . ..�. , ., I .. . ; �. i .... i • I � I I � i i i o c: , � ; ; , ^� j � d ; " � .� , _ ` •' . � ! � . I 650 � b ,-��. n� + � �.� 1 1 ' � l , I . � i.I... � , ; i �1 � ; � � : . , � � � . � r- r ' ' t ' ( • �Ij4". C/CFN550 .•...�"' � < < f s , i . PROP. LT. ` --�-� ---. �._ � � .1.._� -- ' ..- -� I(--� � - � � � - - --..- _� � W _ _ _�. ._ f � i _ ��ESS .......EN�R:.- DANNEN8At1M � i _�_.._._ � : i � _ L.. -� : -r--'--�r� -�--- i ; Tl m irs4� r r_ N _. � _ .�;,� � .... _ ` ._ � _ .� F __.. ._.R Ea-�V #-_ �--:._�.._�.__ � `��%.��-= ENGINEERING CORPORA710N _. � � ,.�_..._._.__..._...........�..__ _........i�� . ..._. .o � ,.. ... � ._�_. I ..._ _._....�.�..__ ..._:.. �.J . � _ � �_. RtGHF. .... �.._. __ ._._:. .! � c? v � _ i � _. � . ._.......,..._..,__ ......_. ,.�. � - - -- - . � : - . ... _ �.. ., � m� , : � ^ n. � m. _ _..� � �� -.� _ i ._..�......� t �-� F ., I...� _ � �_. �. . ' _ - ATlON #392 r ; � : � ; � : : � �, i l �� b�. !��; , 1 , � �. , i._. , �.. ! _i....?. W n. .. ._ �. _ .� ... . = - - � - : - � ; -4 - - i � REGIS7R , ; � . ._ � � .. � ._ . . . .� . . , . . . +m� ; ... ... . ... ;... .._. ._. ..t `�'r; '. , . . �j. _.. ; � _ • . sae � ; ! ; � ; m � � ; � � ; . I � ; ,p � i i �� _ . � ^ :� ; , I � � : I � � ; i i i . . i , _� - i i ,� I � � � -_+.._ .+ _-'-� ' + . . f_ s4s CITY OF FORT W4RTH, TEXAS I ..'. ( �� _. . ; .. ; ,, , ., . . , � E � ' J J t I I I , : � : .�- € ' : I , ' a� ( • ° ' 0 � ; I � ! _� _. � ' � 1 I ' _. . PR�OP,._L7__..I.._. , � .J...._�.. .j.._'.._.... I....i _ . �.. �: . _< �_.__. ___ �.., .... . ._.t. _.....__....._.f _. .. ... ...... ... .. __.. ... _ �......__._._ .i.... _....;.. �_.. . ... � !-- .. .... �...... ......... :..... _..E_.._...._ ..._� �jl.�__E..�_.._._�.._._I.__..�....__.........._._,-� �• , r- . , , �_.._ ! , , - - - -- -- - DEPARTMENT OF ENGINEERING t ` �'-- � . ..'. _.m , i � � � - � � tn G� ' a > i �PROP _� R„T. � - _I ( � � I __ +.._ ,( _� . . 49�T � _I __�....__I. . _� � � � : . .... ..... .. .. . j. . ...� : . ' . -oo.� _..__.._.�._ ,�. _ . ' - . ;�f :......I.. � _..� _.ITr _ f _: � , ; � r � , . � : , , � - - � � i � IT�: m 1.37 � i i __+ _ I. � �.., .., . + . ;,. � � I G m 2 I ' ! Laj 1 !. ' ' � : _ I__ � . � �. �- ---� � - ___L_i._. �_._`_ _�_ -__-.�..__i._._.i-��-- �-- - - - - - - - -- - __�_......_�- ._..._�. .,-----, _ __._..._._l- { -- -- , - - -- - - �- 2007 JE � T.__..1_ �._._.._..-_ �_._ • � +. _ _ _ F- 1-..___. ,, . . + r-;- : . , }__.__.__.:--...__.._._.....` i , � � '� � -- -�..�... � `"'� i C C P CT 646 � ; i t � � ' ! � ; � { � � I a o � � � ; : i i . _. � I � t . ! , i � � ' . r _ I .' ' i = �_ . _ �i . � .F __� : , ( i 646 COUNCIL D1�S7R CT 5 � ; ; _� , :. . � � f I � � : t�ff'� F' F` � � f . 1 � f 1 + _ _ i i + F ) ; �'. � ; . : ) � V i i I ` !... `--� -_�- ! i � �_E3SIST,ING GROUND ' � I,1:._ `� � � � _ �.... . ? . r I _ i... . , ' �._ i : I . � K '-- ?-;�_,__ ...- - - - - - - - - - ' � . ' : , ' 1 . : " -- ` -- - _ . . ' ..:_... �.�.. _ .. . . .. ..1. ._ ...' _" �'_. _.. _ _._ ._i._.__� ._. .._..._ _.. _...._ _ _' �_ ' .. . t&a. i--i.�,..._.. ._._ -_. _. _ . _. F � � i T-�- -r--'--�_...�.._ I � [ i �_ __. I : _�.... � � ..-� � `...•--..� f i I . . + � OENiER�ME� . . r I I_.,__,.._ . � '... i . _ j - f. , r r . _ . , .. K � � ; � � . f . i. . i i � . � ; _ ! , ; . � .. . : � =__�__,� .. .i� � _ lfE� .' ._ � , �. � _..� CONTRAGT 5A , : , DE U V ._. � ._'.�__i�_�. --;--.I.�_.._.� _,_..LI._._�_..�.._.��_��_...�___� __.._.__�___.-._._..�..�...�._�...-�.-.•-•-----.----�_�__�_...�_�.____ _._;_�.�.._.._-;-.._.i_'.__.�_.; �I______I---.� �..._j.___�._�_._ _,__i_... ..�H..�-.. '�_ ___�._�__;._.,._....__ CTY PRO ECT N0. 00946, DOE N0�5876 644 `; ; 1 I. ,.'� 3o vc � , I � t � ��! i I r � l � 1 `'� I 644 ; ; ' j : � I . _ � i � t i F + � t i � + � 1 BURTON V :�.. _ ,:a9 � A ENUE , , ; , f r I PROP_ R ; , � i � __._._: ..._. , ._ . _. . . .. . ...1...:. _ . _ ... . .. . � _ ._ 1�.... _ _ ... - - - - - - -- - -��_....•...._'..... . . , - - -- _,... _ _ _... �......... ._.. ...._�..... ....._ .; _�t ..... . _. - I. - - • � ! i � ; ! : . � � r ., I ' '... �. `.. � . � ...f . --� T jC 2l33�� � '. � I.. ; _. . �....� _ '.... .� . PAVING & STORM DRAIN : I : ;.� I � �. �i�.: �I I.. � , .. ; _ . � : . _. . „ : ;, : �, : _.:. _ ...; ... .. .. .:_ _.; .:� . . , . . . . . ,� � ; � ; � : I : i � : � ' ; ,: ; ; ; ; , G ; ! � ?.. i. � . _ � �� 4�..1..._--..__'_ � �. ! .._ _..!__.._ � i.. PLAN & PROFILE . I ' I ! . . ; . �. ` . . _� _--_-._t._....(---�___..,....�--.�.... _.�---._.-._,__.....__...._.__.......____...__..t._...._.._..__ .�._..__�_�.__._....____._�_...._._,___�.__._-_-.._.._.___.;..._..._.__�_.._-----.-=-r-:__....�._.._.,..- -,-- -- - . - - -- --- I- -- -- s42 i i I ; i ' � : � � < � j _ : � : - j i � ; ; -� i-- --� .l�.i ._'..�.i. � i .. � .. ._�. i..� i � { , � , � � 1 , i ' � ' i � ( �-I-. �I � ..��.� 642 STA. 0+00 70 STA. 4t00 � � ; ,._..�. , , ' ' I ' � ' I i " ' ( € '. ! ! I . : ' ` � ' i I i ! ' i i _ i � ^ i � T____ , : ; .�... _ ^f i : ' �� . .__._...:___ _._"_._.'___....._..... _..__.._ ._......._..��_._.. ._.....___.�.. _._, ........_.�..__. .,__..._.�.__......__..._ _. .�_..._....._ .._....._ ..._ �_4'_._. .� _ _ _ ....._... . __ _ _"_ _ _ _ _ ...i..____.._.�..._..._ _ _ _ ' _ "_ _ _ .�. ....... ,._.:.__....��__ �...__.�.� �.��'.. � � 1 � � r � . f-1 . { � � ; � , ; i I ; . � : , --_� _�__�_.; _I__ _ I_..., _ ; _�. , _�.._�_:. � .+ _ �_' _ _ �_. :.�_ �... �� D A N �! E N B A U M : ; , I I a � � � � � �� 1 ��� , , ��� ' � ; � ; � � '. i i : �� mi ; ; � �" � � in � n o � �� } �r, e,i� '.u� e�� j ' ' j r. � _�__. �� • �� i"> �' I I � ENGINEERlNG CORPORATION ;� . �, ; , • � . � � : _ . - -•-. ; �. _ I. �� =- : i I _.._ . __.I_._. . � � _...1.__.._..._f .u� ,... .-- ... �_�.... _�_.j..._�...-��-- -_I....:..___m..�. - --- - --.� M;_ __ _� ----__.-- �--,-. _�.___� _�.,.__�_.. .....o.ri , ._.....___ .�..� r--�..- - - -...m._--._� � �--� - {--,�. <.�_. - -� . -� - - -- � 4 -- � � ,._..... _ � � � � � � •��� ._._ � lo m � : _�.� ..�._.. � �� . { ._I �� . � , } ._�i.� � . . - fD t . �� �.._.�_.._�_. . .; 6�i� ( } 640 � : 1 � ' ' � : � I ...t ' f 7 7 .t . '� ... � � � ' � E ' 1 � ! f i�� i $�21CAMP60WIE6LVO,STE400 Ff.WORTH,TX76116 B17 7�B893 • � � j � ,�-�1' : � ; : , ; `�� ; ; . � iL� ' i . �� �; , � :� 1.. ' � � '� ' . 1 �. ... .. . . � _ . .. 1 .. _ ,� � � _.1 .... ... � o .._.. . i . ��..� . ..... , . . . II ._ , t ...... _ n �� I . . i _ ;. OESIGNED 8Y: JMW DAiE 10/19/09 ' . .. _..�.. . � ' ` , . _.. . ` � It it � N � . . tl , i . � . _F_�,.. .f..�.p... ' .'.0 .. � f .. . `_ . ..�. � .. . � � : , % � : . . , �..1 ��.. � _� � �.. i �:. f. I: o �� :: � � ,' o o' �� I i�, o. � c� �i, I� �. .� t ; o. o.; }.o o ; i. �.. ' , �... � ` i � I . � : . ; ., . 1 i ��� `` �; F r 1 r�- � j ; r r�-; i= t ;a \� �. f j w F f I,:` r- F I 4 i.... � ti� i ORAY+N BY: JMW PROdEC7 N0: 4397-32 ; ` �_.. I E` ` � f".?__' L...'...:. _ .i .' �... .._:. .._. . _ _. � _ ' __ •�� �' _.. _....�_ J �-_i ............. ...J.�...._... _._ . - . . j .._-__;.__.._ ..................... ,- --...�-- I .., ._:. �.... _ _ : ._;__ �.__.�_____._' _ _ � • i...;.- j � - -- : . . I : .;__....._ J .�i ..... .; � i J ¢ � I , I � ....J .�! . f _..` ; J �_ e.._ ._'_...i _ � ..c�.IC� � . 2 ....i....IJ K i J tYi... ._...f ...E .__ ...-1 �J �.....`__. I .(. ..�.. sse , � i i i . , . . , t l_ I 638 �HECKEO eY: CSC U5 287 � G:\12)D\4397-32\Dwg�Plons\T�07 Permft Plan Sheei \ �}0� + �'�0� 2��� 3f�� �'+�� FlLE: BURTON�'AV_01.dwg �SHEET N0: 4 = ; j 2 1 � 0 �m ' cm� v- o+ p U— TNFa �+� � 4�- C 2 7 _w -'� i O�w 4�� om� �- L'O LCO °- m m og+ �5� mOi �o 0 �F-7C- L �°c�°c mm- ~oo m w 4- ��o T a m+qqq m � 4- o nL P�L W i' L� a�+ v° r-'a } XL mf-c� ��� +,ma m OE+ �NO 'vc mco ��e`a � w � a J U G w ui !- J o� L � I v � o � N � � � ( ( I � � c 0 'O � ..fe .�` i„ 1600' i� 26D0' �`___=`� � - TCP (2-6q) One Lane Closure � � RDPD YDRIC .m..�-- G20-2a 48" X 24" 500' min. � „ 100' min. �:a%'�� c , .� ,� s Y a S=T.. O � �?:�� m� � +a � � � � '� -� u�, Type 1II darricade, "' channelizinp devices,ar '� �1 "'�� shadow vehicle dith oranqe � .. flaqs or warninq I iqhfis. ""en ahadow vehiole is quired, it sholl be equipped th Truck ibunted Attenuator. RIGHT CLO ED . � LEFT � � 48 � X 60" CW20-5R fSEE NOTE 5l 48" X 48" RIGN,T CLOS�ED lIX1I fT CW20-5R 48" X 4H" flOAD WOHK AHEAO Cw2o-t D 48" X 48" tI�ILE tFLAGS-SEE NOTE i) .�.�-.. L v 0 L � ��n �� ( n� � '� � G20-2a � 48" X 24' t 500' min. N `/ 100' min. � .. , B � — ■ ■ 4 � v m L a Y L 0 --�- I ROAD VDRK L I L y� G'LO'Za � � 48" X 24° o a � � 500' min. � ♦ � � B `���i�i IJ �71 • j<ct-',• .s+--�': 3 • � Type III borrioade, chamelizing dev(ces,or shodow vehicle with oranpe � flups or warning liqhts. � � When shadcw vehicle is o � required it ahall De � o CW20-5R /� � � 48" X 48" /1_j\ � 6L�� • �� ` �` — EXIT o•� ��� E5-1a 48" X 42" N EXiT L�.B ,\ 41J q .. MPH e � CW13-2 � � 48" X 60" e 4 � � �� EXIT ~ J OPEN � M ■ �., /� ' E5-2 / \ � 48" X 48" I �.l_f., .s. , � �See TCP(2-5a) for firaffiio controll devices for lane closure ! TCP (2-6b> Lane Closure f�ear Exit Ramps _�a �'e'\ i000� I � � . � I 1600' � gy 2600' � � � � . ��Y equfpped�r,ith Truak �° 4 , o Afounted Attenuator. � SHOULDER TAPER M @� � t /3 L o � N i11U111 � J I IEGEND � Type III Barricode o� Chamelizln0 Oevfcea q Flaq �� Neavy Work Vehlole � Trtrok Glotmted Attenuator � Trafler Mounted � Portable Chanpeable Flashir� Arraw Panel M Nessaqe Stpn � Fla9per .8� Sifln Post Ntntrtun oaairaDta supqestea Marirtcm Toper LenGtha *� Spaolnp of Oevtce Poeted Fornulo ta' 11' 72' On a Cn o Speed Offent Ofiaat bfTaet Taper TanOeM 30 Z 150'165` 180' 30' 60'-75' 35 L= 60 205' 225' 245' 35`� 70'-90' 40 265' 295` 320' 40'� BO'-100' 45 450' 495'549' 45'� 90'-110' 50 500' S50' 600' 50' 100'-125' 55 550' 605' 660' 55' 110'-140' 60 L=wS 600' 660'720' 60' 120'-150' 65 650' 715'780' 65' 130'-165' 70 700' 770'840' 70' 140'-175' �Taper lenptha have been rouided off. �-�enqth ot Teper (FT.) Y-ptetth of Oifeet (FT.) 5-Pasted Speed (t�H) TYPICAL USAGE: UOBILE �{NJNATIDN ( STtATIONAfl�Y ITEFM ST�ATIAONARY � STAT� RY GENERAL NOTES: i. Unless othervtae stated in the pl�s, flaqs ottoched fio siqns are REDUIRED. • 2 Chmnelizfn9 devices used to close IMes moy ha supplemented vith the - FOR�1 Chevron Aliprnient Sign ploced on every other ohannelizinq device. � � Chevrons moY be attaohed to piastio d�uns as per BC Standards. � CLOSED � R20-2L ONE 3. Chavieiizfnq devices used alonfl the wrk areo or alonq tanqent aec- 6� , q8" X 60° �INE tfons rtqy be suppiemented rSth vertical poneis (VP) placed on every tSEE NOTE 5) �EFT other chamaltziny device. If ni9ht �ime condffions make it diffiautt XNX FT ��= to see Qt least tvo VP's� the VP's may be pinced on eaah channelizln0 too' �in. y 6 IL m O L �a 0 � � w . � Z a H M � z 0 ¢ � o � 0 M � 0 N devioe. 1000' 4, In areos with sofety Iiphttnp or aontinuous iilunination the ch�- � CW2D-5R neliztnq devices c� be supplemented riih del(neators. I 48" X 48" RIGHT 5. ihe FORM ONE LINE LEfT siqn may be used foilowing the RIGNT LANE LAM1� CLOSED siqn. CLOSE� Only pre-qualified produnte sho11 be usad. A list of caipltmit �X � produots �d their sas�cea mapr be obtained Cr �'Itinp or fmcTnps Simda�da Enpineer R11-2R RAMP Trcffta Operatians dtvision - TE aa� x 30" CLOSED 125�East tt�treetTransportvt(on ( Au6tin, Texas i8701-2483 CWt-& � Ptmne 151Z) 416-3335 48" X 24" Fax (512) �16-3161 E-moTl TflF-SiANDAflDanoilqr.do�t.state.tx.us CW20-SR � �NE 48" X 48" o CL05E0 � I �� C RAl�P CLOSED (OPTIONAL) pHEAD � 500' CW2ARP-3D 48" X 48" 8� ROAU _ WORK ' AHEAD cw2c�-to 48" ?; 4B" 1 AILE �FLAGS-�EE NOTE 13 TCP (2-6c) Lane Ciosure Near Entrance Ramps The requirernerrt for shadow vehfcles I wlll be Ilsted In the pro]ect GENERAL NUTES, Item 502, 8arricades, S(qns �d Traffio Handiing. � Texas Qepartmerrt of Transportatlon Trafflc Operoliars Divlslon TRAFFIC CONTROL PLAN TCP (2-6) -98 QC 7x00T �eceirber 1985 Ioi.� rnoor �cxr ncooT ��n� n;oor �a: nmor PEVIS7UH5 C1n.T S�CTI Ju9 I HIGNI�A\ 2-94 s-9s I 1-97 � n�sr tuW.n ( ia� t i.u. 4-9B ' � 166 . r` � ,m � �m� °�a w o+ O �'^ �m� «� L 1-4 0 4�- C 3 �* z±� -m 'a i ��m oa Vm� o'�ti a=o a�� p �-F C , moi 00 0 W X L r� ��C = o0 m w w- +� � 0 T 'n m+ ��� p TL m€o L ��+ 0 ood a� o a� � +�� 6E+ m�� �n— o '�� mco r Y �o � J � a N J O li DEFINITION OF TftEATMENT ZONES F�R VARIOUS EDGE CONDITIOlUS Edge Height (D) in Inches versus Lateral Clearance (Y) in o 3 - i n e- �___,.A= i n e_ � . . p � . in Feet 30- � ,• , o . • . � . . p• � . !p 0 .D �O !p . • . D� • ', ' v . ' o 0 r � ' 0 • � . ' , ' • � • 5 � . ' , . D ' '' ' D' V 5 0 p' .O •� . r ' 9 . D p � � •� D . . •r � , , '� D � . 24-° . o' �' ' • •,°�.�o '.' >24- �°�. o•' > 24-� �• o •. S � � ' . � � 3O r • p . � . � S ' �"' . '� / • � O . � � d ' ' � D • D , D . ' , . D � O �� � V r �, � • D • • D' ' � . ' . ' ' � � � � � D �r ' � • p• p• V• . � p � � p. � D•. � D. 5_ � , ,9-�' . . . . , , �' • - . �• D� bD, D V , >� .. P � yP � y r � � �D� p r �2 � ���.' >z ��� �' >2 r,r" . ' > 1 �- � - .����: ��� � �: - �.��.�.��: .��.�.-�. � � �. . . . ���: ��1.�� �.�� �: . �.��: -�-.�: �.� � � �. . . . .�. �.� � . . . . . . �. .: � .: , . Q � 0 1�0 2�0 30 ft, 0 10 2�0 30'fta � 1�0 2�0 30 fta Edge Condition I Edge Condition II Edge Condition III S=(3: 1) (or f I atter> S=((20 997 � 1> to (1 � 1) S i s steeper than (1 � 1) \� D � p S D �� �� Y = t-- - Z �-E—� X �- Warning Device or Traffic Barrier 4" White Edge Line or Edge of Lanes being used for maintenance of traff i c. .1 H V p FACTORS CONSIDERE� IN THE GUIDELINES: \ �,� 1. The "Edpe Condlt3on° fs the slope (53 of the drop-off tH:V). The "Ed9e HeiGht Ts the deptfi of i'he drop-ofif "D". 2. Distonce "X" is to be the maximum practical under job conditions. Two feet minimun for high speed conditions. Oistance "Y" is the laterai clearanoe from edge ofi travel lane to edqe ai dropoff. Distance °Z" does nofi have a minimum. 3. In addition to the faators oans}dered l� the quJdelines, eaah construction zone drop-off situation should be nnalyzed individuatly, tokinq into aaaount other variables, sueh as: traffia mix, pasfied speed in the construotion zone, horizontal curvature, and the practicctlity of the treatment opttons. 4. The oonditions fior indloatinq the use of posPtive or pr�otective barriers are oiven by Zone-5 ond Fipure-1. 7raFfio bacriers are primarily appiioable for hiqh speed aonditions. Urban ar�s w�f�h speeds af 3Q mph or less may have a lesser nesd for siqnin4, dellneat�ia�,. ond barriers. RJpht-anpled edges, however, with uD" qreuter than 2 inohes and b�vcssated within a lateral offset of 6 feet, may tndicqte a hlgher tevel of treatment. 5. Tf tf�e distance "Y" must be less than 3 feet, the use of a�asiftve barrier may not be �easible. In such a case, consider either: 1) narrawinq ?he lanes to a desired 11 to 12 fieet or 10 fioot minim.otr isee CW20-8 stgn), or 23 provide an edpe slope such as Edqe Condition I. Zone Treatm�nt Types Guideiines: ONo treatment. 1 OCW 8-it "Uneven Lanes" siqns, 2 CW 8-90 `Shoulder Drap-Off" or CW 8-if signs plus 3� verticqt pqnels. CW 8-4a or CW 8-it, siqRs plus druns. � Where restricted space precludes the use of �r1ms, use vertico! panels. An ed�e fi!! moy be � provided to ohanQe the edge siope fio that of the preferatrle Edpe Conditlon S. O Cheok indications (Fi9ure-t) far positive barrier. Where pos3tive barrier Is not indicated, the treatment shown above for Zone- 4 may be used after aonslderatlon of other applicabie faotors. Edge Condition Notes: 1. Edge Condition I: Mast vehiales are able fio traverse an edge condition with a slope rate of i3 io t) or flatter. The slope must be cortstructed rrifih a aaripaated materinl capable of supportinp vehioles. 2, Ed9e Condtt�on II: Aiost vehicles are abie to traverse an edqe conditTon with a slope 6etween {2.99 to 13 and (ito 11 so lonq as "D' does not excaed 5 Inches. Under-�arriage drap on mosfi autarablles wili occur when °D" exceeds 6 inches. As 'U" exeeds 24 (nches, the possibfifty tor rollover !s Qreater 1n most vehicles, 3. Edqe Condition III: When slapes are qreater than t! to t) and svhere "D" is preater than 2 inohes, a more difficult comtroi faator moy exist for some vehicies, t�F twt properiy treated, for exmiple, where 'D" is 9reater than 2 fnches ond up to 24 inches d(tferent types of �eh(cles may experfence dlffererct sfieerinq contro� ai different edQe heiqhts. Autanobiles might expertence rtpre steerinp control dififerential when "Q" fs preqter than 2 lnohes and up to 5 fnohes. Trucks, particuiartiy those xith high loads, have more sfieerin9 controi dffiferen- tia! when °D" is greoter than 5 inches and up to 24 inches. When "D" exceeds 24 inches, tfie passibility of rollover is greater for mosfi vah(cles. q. Mtiling or overioy operations thot result in Edqe Condition III shou{d not be fn piaoe withaut approPrtat� Warnirtq treotments, and these conditFons should not be left ln place -For ext�nded periods of time. oate W ti L 7 W O a x w n � i F F.IGURE-1: CONDITIONS TNDICAiING USE OF POSIi'IVE BARRIER FOR ZONE 5 t �) 90, 000 — so, o00 — 70� ��� — $o�<' \g `et � 60,000 — ���{{t�dec e�C l�',�eG�a �enc 50, 000 — Qos �c•�Ja'� ,�g 0�0< �� s' ��5 �a�a °`'S� 40� 000 �— 30, 000 — 20, OOD �, t o, o00 — 0 egt \�$t Ld t��l� �r ai� 0�5 r �`Qg 0 G G ot,� �`�q� 1Q�5 5�C' �k� �g o 9on� ,�t� �V `t�° Qo51�a`�� � a0. ������ I I I . I 5 10 15 ZO Loterat Clearance (Y) 25 Ft. � �=aoTXr Where A0T is fihat portion of the overaqe daily traffic volerne travalinq within 20 feet (generally fiwo odjacent lanes) of -Fhe edge dropoff oondition; ond, T is the dura- tion time in yeors of the dropoff condifiion. 2 Fipure-1 provides a prcctical approach to the use of positfve barriers for the protection of vehiales fran paverr�nt drap-offs, Other factors, suoh as the presenoe of heavy mxhlnery, construction workers, ar the mix and voiune of trafftc moy make �the use of positive barrlers appropriate, aven r�hen the edge condition olone may not Justify the use of o barrier. 3 Ari �pproved end treotment should be provtded for any positive borrier end looa4ed within a lateral offset of 20 feet from the edpe ofi the travel lane. fiese guideiines apply to temporary traffio control areas or work zortes r�here continuous pavemenfi edqas or drap-offs exists parallel ond adjaaenfi to a lane used Gy traffio. The edqe condtt(ons may be present befireen shauiders �d travel lanes, betweai adjqcent or opposinfl travel lanes, or afi Intermediate points across fihe wfdth of the puvad surface. Due to the_yariability in construotion aperutions, toleranees in the variables moy be aliowed by the enpineer. 7hese guidelines do not a�ply io short term operatione. These quideiines do not cons}itufie a rlpid standard or polioy; rather, they ore puidance to be used in con)unction with enpinaerin9 ludpemetrt. These quidelines may be updated on the Oesiqn Division's arriine monuals. . Enpineer's Seoi ��Q� � Texas Departmer�t of Tronsportotlon Tralflc Operotlons Dhlalon WORKSHEET FOR EDGE CONDITION TREATMENT iYPES QC 7X�D7 AUgus'I' 2000 '+i.�'rxooT � CK� T%00T f!+n, ixuoi � cK� t7ioor PEVISIONS I Cuf.T 5'<CTI J�9 t H2CNMA1 03-01 j j OB'0� COt786t fypD6 I�25� CvunT � Suc?/// I,u, � �n � m o. — L , �- m m = 8 g}' a� 4 = d�a+ c�90 mmo�- `��4 _ os.ac w �± rm L $'" . ��m 0 Q +-om� ° o�o� UL m�m° m$pt+ ° bES�-0 = ��TL_ - ++ vc=°m $�ca � �o�� ° momo L4 }�co w o�m� ��3� mz° ov°- JF .1-L m +oc o a°FX-� � v � a + Q U � L . .� 0 v � 0 + � �° c 0 m a 3 � . _ X t oi 0 m 0 v � � a t � ^ L e 0 � � J � � � EDGE OF EXIST. CONC. PAV. OR FULL-DEPTH SAW CUT ' �IMITS OF 5EAt JDINT, METHOD B. NEW CONSTRUCTION . I � � � . y `.- .� , o,. • . p • . n• ( �, � ��.�� t10•� �IP n . ' � � �� MjN.:�-? • EXISTING CONCRETE �—+� — — -- � �T+ �Z�� �� 7 2 � CONCRETE ANCNOR MANLJFACTURER' S RECOtRYfENQATION F�R THE SPECIFIC ANCNOR USED \ ��� _ � _ \, � � L �_ =.s��i� `Iii' ;2S ' � `� _� � KOPPERS BITUMASTIC N0. 50 COATING OR PRODUCTS RESEARCH SERVICES, INC. CHEMTITE COATING OR EQUAL ,- 8�� =� HOOK TIE BOLT NEW CONSTRUCTION ( �, 21 " MIN. f I_ 12" - � 24" MAX. MIN. � ' � TY. III EpOXY i � (CL. A or C) .� � ° , � . ' n ' •• Q 4 ' • .�p T • , EXIST. -• o d• �•, p• a• � F PAVM' T ` �p .• a.'�. '�.� ---- Tt %z�� 2 f #5 x 36" REBAR `— USE �'�" DRILL TO DRILL HOLE iN EXIST. T I E B A R CONCRETE 1. EITHER THE NOOK TIE BOLT OR THE TIE 8AR MAY BE USED T(3 PROVIDE LOAD TRANSFER FOR LONGITUpINAL JOINTS. 2 THE SPACING FOR EITHER TIE BARS OR HOOK TIE BARS BOTH IS 24" C-C, 3. SEE JS-FW, METHOD "6" FOR JOINT SEALING DETAILS. 4. THIS OETAIL OOES NOT AFPLY TO NEW CONSTRUCTION, STAGE CONSTRUCTION, ` OR BLOCKOUT (SEE CPCR STANDARDSJ TIE TO EXISTo CONCo PAVEMENT (LONGTTUDINAL JOINTS) ,E�XIST. CONCRETE PAVEMENT � NEW PAVEMENT: USE 3-LUG TERMINAL ANCHOI�AGE � � _ 10' • ,/� �- • f �-�- �� t5� SAWED CaNTRACTION JOINT 3" MIN. , 6" MAX. 1%2" EXPANSION JT (5EE JS-FW7 '� '1 SEAL METH00 "B" (SEE J5-FW1 I /T,T�---- REINF. STEEL __ �__ __ o 0 o e „ � ( � I o Q - � °�' _ ,. _ LIMIT OF NEW_ CONCRETE PAVINMG _ � LIP OF EXIST.CURB & GUTTER �EXIST. CURB & 6UTTER OR FULL-DEPTH SAW CUT. � - - - - - - - SEAL JOINT, METHOD "B". � -------�/ � �e . � I ,.>.:s:.. .�.>. _ -----J TRANSVERSE 21" MIN. I 12" �� 24" MAX. � I �1viIN�Y PAVING DRILL �4- %B" DIA. HOLE & SECURE STEEI ��#5 x 36" TIE BARi,� TIE BAR WITH TY. III EPDXY � 24" c-c �C�. A or C). TYPE OF EP�XY AND METNODS OF CLEANING AND AAPLICATION SHALL BE APPROVED 8Y THE ENGINEER PRIOR TO PLACEMENT. TTE TO EXISTo CONCQ CURB & GUTTER NOTE: SAWING OF PAVEMtENT AND REMOVAL OF EXI57ING CONC, WILL NOT BE PAID FOR DIRECTLY, BUT WIIL 8E SUBSIDIARY TO THE VARIOUS BTD ITEMS. r DRILL %B" QIA. HOLE & SECURE TIE BARS WITH TY. III EPDXY (CL. A or C). TYPE OF EPDXY ANO METHODS dF CLEANING AND�APPLICATION SHALL BE APPROVED BY �,� NEW CONSTRUCTION THE ENGINEER PRIOR TO PLACEMENT. VARIES I TIE 8AR SPACING EDGE OF EXIST. CONC. PAV, pAVEMENT OR F"ULL-DEPTH SAWED CUT THICKNE55 � BAR SPACING #6 x 36" TIE BARS --� � SEA� JOIN7, METHOD "B". � 8�� � �2n . :;..; ,.•,..e•::•,.. ,. .•,,•�; n..• L�,oz....� EXIST. CONC� I 9�� I i��� � � . o . • . ' v . . . . . . v� • . ° : � � . `� ^P,�VEME 1� ( 10" 8.5" t � �� � 7 �� 21" MIN.� 12" + � �2„ 6�� �24" MAX.I MIN.� ' >12° ' 6" ---�-- �� °�^ °�°� °° TI E TO EX I STo GONCo PAVEMENT . G .. ,�- � � � a��v�°° . \�� ° � �� �° � ° ° (TRANSVERSE JOINTS W/0 EXISTING "SLEEPER" SLAB} � --� , � \ l \ \ \ \ \ � \ , NOTE: DETAILS SHOWN APPLY WHEN MU�TIPLE-PIECE TIE BARS • , �• . HAVE NOT BEEN INCLUDED IN THE PREVIOUS CONCRET� PLACEMENT �,---- � � � . ' � ' ' i � ` . . ` �TREATEQ SUBGRADE 2 LAYERS 30# ROOFING FELT HOT MIX iY "D" UNDERLAYMENT � CONCRETE PAVEMENT TIE T� EXISTo CONCRETE PAVEMENT {TRANS���€ZSE JOINTS W/EXISTING "SLEEPER" SLAB} , GENERAL NOTES: TIE BARS SHALL 8E GROUTED INTO THE EXISTING CONCRETE THE MINIMUM LENGTHS SHOWN, AND MUST MEET THE R�QUIREMENTS OF TNE PULL-OUT�TEST SPECIFIED IN ITEM 361, WHEN REQUIRED �3Y THE ENGINEER. O 2003 by Texoe lyepari�ror*f of Trmepor-tv}1oN AY4 �IOhte raeerved 4 11�Pivaa D�arBmne ov�e�or¢�r OFort Worth �istrict C4NCRETE PAVEMENT TIES TO EXISTING PAVEMENT CP-TEP-03 (FW) ORIG 6FUM APR 260] F7V.No{ PR�JEC7 N0. lSN�T PEVISIONS� 6 I I l �ATYPEooF EPO%YFY STA7E DI57?NO.+ COIJNTY � 7EXA5 I F7W I � CONT. I SECT. � JOB � HIGHMAY N0. + C 0 T L c a� o > c , _ �+-om O U v3 7 tLN - D}± i o E - 3 � L = T 4- D t Z .- � -_ _��� U N 7 4�� a� °a � i-L N i c E � o �� C E t .�Na N N N C O i- •- F- 7 en o m com wxL N ~ } X L N N N L F- > L - m o 0 0 a�wc +o� T 3 O � v- � 'O vf L tll O O iiy w�+ o a E U T L �o� LL ��r ��a �o ��+ N F- � u1 T L L�a° ��o � o E � aN N N m •- �- f�J' �t �v� o��o 0 z; U � �� P P �, � N �� w_ � �m � w� �� �� ��,S Q N tw P N1 m Ifl N m �i �r Barricade and Construction (BC) Standard Sheets General Notes: la _. 2 e 3e 4. 5e 6. 70 8e 9a 1 0. 11. 1 2. 93. The Barr i cade and Construc-F i on Standard Sheets (�C sheets ) are i n-Fended to show 1-yp i �a t examples for ptacement of temporary traffic control devices9 construction pavement markings, and typical work zone signs. The information contained in these sheets meet or exceed the requirements shown in the "Texas Manuai on Uniform Traffic Contro! Devices" (TMU7Cp)4 The development and design o-F the Traffic Contro! Plan (TCP) is the responsibility of the Engineer. The Contractor may propose changes to the TCP that are signed and sealed by a licensed professiona{ engineer for approvalo The Engineer may develap, 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 loco-Fion of any device without the approval of the Engineer. Geometric design of lane shifts and detours shouldf when possib(e9 meet the applicable design criteria contained in manuals such as the American Association of State Nighway and Transportation Officials tAASHTO), "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 DOUBLE, and other advance warning signs i-F the signing would be redundant and the work areas appear continuous to the motoristsa If the adjacent project is completed first9 the Contractor shall erect the necessary warning signs as shown on these sheel-sy the TCP sheets or as directed by the Engineero 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 i-raf-Fic volumes justify the signing. Ail signs shall be constructed in accordance with the details found in the "Standard Nighway Sign Designs for Texas," latest edition. Sign details noi- shown in this manual shall 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 ore examples. As necessary9 the Engineer wi!! determine the most appropriate traffic control devices to be used. As shown on BC(2), the OBEY WARNING STGNS STATE LAW sig� and the WORK ZONE TRAFFIC FINES DOUBLE sign with plapue shall be erected in advance of the CSJ limits. The BEGIN ROAD WORK NEXT X MILES, CONTRAi.TOR and END ROAD WORK signs shall be erected at or near the CSJ limits. Except for devices required by Note 10, traffic controi devices sl;;��� �p in place only while work is actually in progress or a def?�;;c ,�eed existso The Engineer has the final decision ��� the location of ail traffic control devices. Inactive equinme;,i- and wo��k veh�ctes9 including workers' private vehicies musl- be parked away from travel fanes. They s��ould be as cfose to the right-of-way line as possible, or ;;,�a-�ed beh i nd a barr i er or guardra i I p or as approved by the Eng i neere Worker Safety Apparel Notes: 1. Workers on foo1- ��h�c� a.re exposed to traff i c or to construct i on equ i pment w i th i n the right-of-way shall wear ����h-visibilii-y safety apparel meeting the requirements of ISEA "American National Standard for �kigh-Visibility Apparel" labeled as ANSI 107-2004 s1-andard performance for Class 2 or 3 r�sk exposuree Class 3 garments should be considered for high tra-Ffic volume work areas or night �-�me work. Only pre-qualified products shaii be used. The °Compliant Wark Zone Traffic Confirol Devices List' iCNZTCD) descrihes prequalified praducts and fiheir sources and may be found on-Ifne afi the web address fliven below or by contacfit�g: Texas Deparfrner�t oi Transportation 7raffTc 4perations Division - TE Phone t5121 416-3134 JVEB ADDRESSES FOR REFERENCED DOCUMENTS Compliant Work Zone Traffic Cqntrol Devices L(st (CWZTCD) http:liwww.bcdot.gov/publicaiions/traffic.fitm Texas Manuai on Unfform Traftic Control �avicas (TMUTCD) fittp;//www.bcdot.govlpubllcaUons/traffic.htm Standard Nighway Sign Designs far Texas (SNSb) http://www.bcdot.gov/publicationsltraffic.htm Treffic Engineering Standard Sheeis http:/lwww.bcdot.govlbuslness/disolairn.htm �tateriai Producer List hftp://www.bcdof.gov/busirtess/producer list.htm Departmental Material SpecficaGons (DMS) http://www.bcdot.gov/servl�es/construct(on/material_speciflcatfons/ Roadway Desig� Manuai httpJ/www.ixdot.gov/services/general servlceslmanuals.htrn STANDARD PLANS ,� TEXAS DEPARTXENT Of TRANSPORTATION Traff/c Operat/axs DNIs1on BARRICADE AND CONSTRUCTION GENERAL NOTES ANO REQUIREMENTS i of i 2 8C (1) -07 CUix06T tt-4-02 jw�-Txd6i ju+-TxDOT ja�-Tx00T ���-Tx067 �an:ioxs o mna � a�Qa tm[c7 xrew � n�i 4-03 ,+ 9-07 � 6 { jT + mxn � mrtAa. J sccna I ,m � aonAr � ( I 101 i 7YPICAI LOCATION OF CROSSROAD SIGNS c + ROAD WORK ROAD ° Q I C� NIXf % WILES I WORK CW20-t D >, L G20-Z° RDADNriORR * (Optfono! NE%T X.YILES � AHEAD see Note / c20-ta � w- o ai - � 1 and 4) / O U j r � � � + r � -� �c++ � � � X � X { o E = CAOSSROAD � X ' o+� ` X I x F x 1 Z== a � � , � _' a + - � ° " � WORK ROAD Y10RK a o m AHEAD � t�EXT X RILE4 b� � N L C1qZ0-iD G20-2a END � � '� ° G20-to tOptionul ` ROAD 110RK �' o L rn ° see Note a�p - 1 and4) ��° ' � N o Q Moy ba mounted on back af CWZa-10 sign wtth approvaf of engtneer. (See rto}e 2 below) � a+ = 1. The typical mtn(mm stqnin0 on a crossroad approach should be a GW20-1U ROAD WORK AHEAD si� and a �� o N G20-2a END ROAO MORK siyn,unless noted otherwise in plans. w� L - 2' The Enfliheer moy use the reducad size 36' x 36' ROAD WORK AHEAD (CW20-1D) sign nntmted boak to baak ti wJth the reducad s)ze 36" x 18" END ADAD WDAK (G20-2n) slyn on lov volima orossroods fsee Note 9 under o. � "Typical Construction Warnlny Styn Slze and Spacir�g'). See the 'Stmdard Niqhvoy Siqn Oesiqns for �� � - Texas' manual for sign detaiis. The EnGineer moy cmft the advmce rarnirip siQns on !oy volune �> L crossroads. ihe En9lneer aTll determine rtiether a road is lor volune. This infornatton shail 4e shown o a° - tn the pf�s, L+ � 3. Based on existinp fteld conditlons, the EnpineerlInspector rtay requtre additlonai siqns such as FLAGGER T3 0 _ AHEAd, LOOSE GRAVEI, or other approprtate siqns. IYhen additional si0ns are required, these siyns rill � �. , Ge constdered port of the minim�m requireinents. The EnQineer/Inspec+or vill determine the proper � y � locatton and spaciny of ony sfpn not shom on the BC sfieets, Traffic Control Plnn shsets or the Nark � a o _ Zone Standard Sheeis. ��+ 4. 7he G20-ta siqn shall be required at hi4h volune crossroads to advise motorists of the lenpth of > a a _ construcfiton in either direction fran the trtfiersection, The Enfllneer alll determine rhether o roadvoy m�, ,E, Is cons[dered hiqh volune. y o� _ 5. Additional trafffo cantrol devices moy be shoen elserhere fn tfie pfons for hfgher volune crossroads. ' � � - 6. When rork occurs in the infersection area, appropriofie irafilc control devices, as shovn elsewhere fn �,� r the pians or os determined by fihe Enqineer/Inspector, sholl be in place. o �- v r- a + a+ WORK AREAS IN MULTIPI.E LOCATIONS WITHIN CSJ LIMITS �ti � r� �- A O T-TNTERSECTION ROAD WORK G20-IbL � Ca�►�7 x y LES �� R � NfXT % YILES b� G20-16R c dR d C� taoo'-tsoo' - - t" X_ i INTERSECTE� 1 Blxk - Ctty Hrry ROADTtAY X�— 1000'-1500' - Hrry �r 1 Block - Ctty � LL :.. �.. b � p ,�/ � CSJ WORK G20-9 Z�E /' m n. � tfmtt G20-9 ZONE BEGIN TRAFFIC TflA�FIC G2p-57 RDAD WORK Rzo-5 FINES NEXT X NILES „ � R2o-6 F1HES OOUBLE �'""� ""�+ 'P a D4UBLE R20-5 x� G20-6� ��S �/ � p�AQUE ""�150" PLAQUE q���pi � I END ROAU N4RK / czo-za CSJ lIMITS A7 T-IN7ERSECTION 1. Tha Enptneer dif( determine the types cmd Ixotfon of any oddtt(onat irafitc oontrol devices, such as a fiapper and accompanying stgns, or other signs, that should be used vfien work is belnp perfornied at or near an tntersection. 2. If construct(on clases the road at o T-intersectton the Cantractor shall place the G20-6 "Cantractor Nane' sfpn behind the Type III Barriaades for the road oiosure tsee BC(101 also). The G20-1bL ond G20-1bR stqns ahali be reploced by ihe defour efq�tn0 called for tn the plans. SAMPI.E �AYOUT OF SIGNING FOR WORK BEGINNING AT THE CSJ LIMIT5 Fi ❑ i! � czo-sT # � r v DO BEGIN �' .o o= BEGIN � N0T ROAD O w�K OBEY w o E w ° � #iE G20-5T ROAD MQRK PQSS ZONE 1qflNING 1#XT X NILES WORK � R4-t tas AHEAD ��5� R20-5 �E iE Sj� � w m N - CWZa-1� ROAD w+e Cqt-AL � N•-_ ,m„css appropriate) STATE LAW 1� r• RO A D Y J O R K � r�_ q p � 3 E i E G 2 0- 6 �� n, D O U B L E �� c+ - WORK �� MnEAD v ��T� i w C1Y13^i CIY20-10 � R20-5 �* R20-3 �3E iE c �- � - ANEAD \ � ❑ ��� � 4 PLAQUE o� Y o 3X �� i.Xx. Cq13-t �YPe III Barr►oade or X X X� X \\\ X (, -1 CMtZO-10 chmnellzinp deviaes \ � 1= ��: ��- ��- ��I' �� / .L.7�i��_. __� d , � 1----�--. � � e � o � „ � �� � � � � o � ` `� /f � , A �K � ' / „ 3X Chmne� iZi�O '� CSJ Lfmit � p Qev(cea � ROAOUMOflK IMhen extended dlstonces accur beiveen minima! rorK areos, the EnpineeNInspector should ensure aGditlonol Road Mork Aheod tCYG20-1p) si�s are placed in advonce of these work areas to remind drivers they are stiil G20-2a �E�E rfthin the projeofi Itmits, See the applicabie 7CP aheets for exaot Ixattan ond spaainq of sigRs �d charu�siiztng devicas. U U 6 ,� � P m � N �'Q �Q� �m n �� h � W J� P P N M � tn N m � ~ Be41�Inp of ND-PASSING llne shn!!�+ coordinate vtth s!„, ;ocation SAMPLE �AYOUT dF SIGNING FOR WORK BEGINNING DOWNSTREAM OF THE CSJ LIMI7S 41 ►. � �GZO^9 ZONE a BEGIN p6Ey ROAD ROAD ROAD �"� G20-5T R� X YI1�E5 �3E}F R20-5 FINESC p��G Cl05ED a��_Z AH AO %2MILE ,� o�BLE S7ATE LAW � C1Y1-4L cin dF#RZU-5 <�'Clit-6 TYpe III CW20-t� CYl20-tE G20-6 n�rE PLAQUE ""�OR � 8arrloade or XX R20-3 iEiF � chemelizinp r.r.x. Ckf3-1 �* ��+ devices � x \~�; x �d� x �� //��" x ''�� X �a / �I I ' <,.''�. I Charx�el fzTnO y 4 �"'� CSJ Umtt ` ` c� - • � DeVtces ! �a �%� // p""�` ENO y20-Zo �F 3E ROAD '�fMiR _� __ � _ � � a� END O If4RK ZONE G20-Zb �E � NOTES The Caitractor shail determtne fihe appropricte distmce to be placed on the GZO-1 series siqns and G20-5i stqn for each spectfic proJect. This dfstance shaii reptoce the 'X" md shatl 6e randed to the nearest vhole m11e vith the approval of tfie Enpineer. No dectmals shalt be used. �� The G2D-9T and G20-2b sholl be used rhen advance stqns ure required outside the CSJ Limits. They inform the motorist of enterinp or feavtr� a rrork zone vhere traffio ftnes rtay double 1f rorkers are presarrt. �E�F ReQulred CSJ Limit siqning. See Note 10 on BC(ll. QArea for piaetnerrt of 'R�AD WORK AHEAD' sTqn and other sipns or devices os called for on the Trofffa Corttrol Pla�, r 3'R , 42` 48' OBEY WARNING SIGNS :S�T�AT E LAW `. LEGEND C� SIgR Nunber oi` 5er i es CV120 4 CY12 i CP122 CW23 CVt25 CWi , CW2, CW7, CW&, CW9, CW11, CW14 CW3, CW9, CW5, CW6, CW8-3, CW1�, CW12 SIZE Conven- �xpressway/ tional Freeway Road 46" x 48" 48" x 48" 36" x 36" 48" x 48" 48" x 48" 48" x 46" SPACTNG Postad SSgn � Speed Spacfng ��X�� � MPH 30 35 40 95 , I �O I 55 � 60 � 65 70 75 � 90 I � � � For iyp(cal st� spooinps on dlvided hiqhraye, expresGroys a�d freeroys, 6ee Pa-fi 6 of ttre °7sxas icmual on Ur�iform 7rvif(o Cartrol Uevices' IT1�ITCD) typtcal app! lcotton dtaprans or TCP Stmdard Stwets. d Wlninm diatmce iram wrk areo to ftrst Advmce lVqrnlrq st� rzear-est the �vrk crea ad/or disi�ce hetwen euoh additianal siyn. , GE(lEfO� NO}967 1. Speclal or IarQer size s(qns moy be used as necessQy. 2. Distua� betyeen sJpns ahould be increosed os requJred tn hove iSDD iest advmca urrcainp, 3. Distm� Dei�een slyns stwuld be increased as reqtttred to have %Z mt le or mxe odvmce ra�ning. 4. 3b' x 36' ROAO MDRR A}�AD fC�ZO-1D) slpns rooy be used m Iqr volune crossroods o} if�e dlscre+ton of the'Enpineer. Ses Nofe 2 uider 'Typtcol Locatfon of Crassroad Siyns'. 5. Ghly d(muM atwped wninq slpn sizea ae !ndlcated. 6. See si� size listinp tn 'TIIUTCO', Sipn Appetdix a- ttie 'Stmdard Nighway Siqn Desiqns for 7exas' mawa! far maplais I(st oi waliable alqn deslyrr atzes. O O Chav�ailztnp 6ev(ces ITYPa III Barricade XSee 7ypicol ConstructJon Warnfng Sign S►za ond SRoofnp chart or the TMUTC� for siqn spocinp requfrfinents, TYPICAL CONSTRUCTTON WARNING SIGN SIZE AND SPACING�•s,s fl20-3 Leqend/0a�der - Black BookQround - 1Yhite Feet tApprx.) 120 160 240 320 900 5d02 soo2 700 2 80D 2 900 2 1000z � 3 5.5' 5"E . 3' 5"D „ 3' 5'D . � 4� 6"C -...5.5' STANDARD PLANS � TEXAS DEPARihENT OF TRANSPORTATIUN Trafflc O�ratic�s O/vis/m BARRICADE AND CONSTRUCTION PROJECT �IMIT STANDARD 2 of 12 BC (2) -07 C�TxD()T 11-q-02 ��•Tx6D7 �a�-TxDOT ��-Tx04T ��-Tx00T urestua � o miia l`ac�iw" I maw un est¢r swi7 9-07 � 6 � I i ¢iMt1 I ml(ia � 4i1701 � .y I �T � 102 � 0 � TL �� o> C . �ov O U uJ - � T y � _ +L m = o+} ` i O E - o v- o - o+�'-� Z_� ='a+ - a c � - ov maL � N N U � Q� aoQ L C E a r� - �� C E � - —�o L N N N �n U7 O + C � _ W �X L - H N i- O . U x � m r� > i = m o � O U m m c - c + ._ ��� m m o 0 L a t// N � i- > a O � E � C o �n v v- S.. L �oa� L4-L = o + v i-- o - o` o o _ +x+ N F- N T� < L p �p +�o ¢v- o+ W O E N � � N VJ Q N^�- � � 7 L v�i m c+ - �+ L •- 4- - o�xo U a ^� � 4 � � � N � w� a� 0 � N wrrc j� P W� N 4 1'1 N N m ` � N Siflninp shown for one directfon only. See BCf21 for add(tional advance s3 flning. � P�� CSJ � LIMITS � f � _ ` 1 Ip �� Q ��� 60 CM13-5 SPEED LIMIT 7 O R2-i NIGNT 6 5 R2-3 Gl1IDANCE FOR USE: TYPICAL APPLICATION OF WORK Z�NE SPEED �IMIT SIGNS Work zane speed (imifs shali bs regulatory, estabiished in accordanoe with the "Procedures for Establishing Speed Zones," and approved by the Texas Transportation Comnissien, or by City Ordinance when within Incorporated City Limits. Reduced speeds should only be posted in the vicinity of work activity and not throughouf the entire projecto Regulafiory work zone speed signs (R2-1> shall be removed or aovered during periods when they are not needed. i � I Stgning shown for one direction only. See BC{2) for addittonol advanca s(pntnq. — — — — — �/ � _ ._ _ , � _ ,. � — -- — — — — — — — — ��il�ii���i������������������\\�����\\\\\\\\���\\\\\������.�Z���»�������i���i�� �����i��������������������������������������zt����� f b I� b b b ( b b � b I 1 See Ganeral See Generat �' (750' - 15Q0') Note 4 See General Note 4 (750' - 1500') Note 9 3�� >� �� � �� � � >>I 20NE G20-9 ZON� �20-y SPEED Q SPEED SPEED LiMIT � 7 uwr 6�o H2-1 �MO R2-t I O R2-1 6 � NI GHT Cw3-5 6 5 R2-3 GENERAL NOTES: LONG/INTERMEDIAT� TERM WORK ZONE SPEED LIMITS This type of work zane speed li�i�t shouid be included on the design of the traffic confirol plans when restricted geometrics wii-h a lower design speed are present in the work zone and modification of the geomatrics to a higher design speed is not feasible. Long/Intermediate Term Work Zone 5peed Limit'signs, when approved as described above, should be posted and visible to the 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 fio safely negotiai-e the work area} including= a) rough road or damaqed pavement surfoce b? substantia! alteration of roadvroy geometrics �diversions) c) construction detours d) grade e) width f) other conditions r?��ily apparent ta the driver As long as or�y ot 7�rese conditions exist, the work zone speed limit signs should remain in place. SHORT TERM WORK ZONE SPEED LIMITS This type of work zone speed limit should be inoluded on the design of the traffic cantrol plons when warkers or equipment are not behind concrete barrier, when work activity is within 15 feet of pavement edge or actually on the pavement. 5hort 'ferm N1ork Zane Speed Limit �i���s shauld be pasted and visible to the motorists only when work nctivity is �a�e��. When work activity is not present, signs shall be removed or covered. (See Removing or Covering on BC(4i). WQRK G20-9 ZONE SPEED LIMIT � � A2-1 i. Regulatory work zone speed limits should be used only for sections of construction projects where speed control is of major importance. 2. Regulptory work zone speed limit signs shali be placed on supports at a 7 foot minimum mounting heighfi. 3. 5peed zone signs are iltustrated for one direction o-F travel and are nor�ally posted for each direction o-F travel. 9. Frequency af work zane speed limit signs should be: 4d mph �nd greater 0.2 to 2 miles 35 mph and less 0.2 to 1 mile 5. Regu(atory speed (imit signs shall have black leger�d and border on a whi-�� reflective background (5ee "Reflective Sheeting" on BCi9)). . 6. Fabricotion, errection and maintenance of the CW3-5 sign, G20-9 plaque and the R2-1 and R?-3 sians ����� not be paid for directly, but shall be considered subsidiar; +o Item 502. 7. Turning signs from view, laying signs over or down will not be allowed, unless other- wise noted. 8. Teehniques that may help reduce traffic speeds include but are not limited to: A. Law enforcement. B. Flagger stationed next to sign. C. Portab.le changeable message sign tPCMS). Q. Low-power (drone) radar transmitter. E. Speed monitor trailers or signs. 9. Speeds shown on details above are for illustration only. CSJ LIMITS � � � ( 1 SPEED LIMI7 7 0 R2-, NIGHT 6 5 R2-3 STAHDARR PlANS �Texas Aepartmerrt of Transportatlon Trofflc Operatlau 0lvlslar Work Zone 5peed Limits should only be posted as approved for each pro�ect. BARRICADE AND CONSTRUCTTON , WORK ZONE SPEED LIMIT STANDARD 3 of i2 8C t3) —07 C�TxUOT 11-9-02 (�•Txi10T I�'-TxU07 I�"-TxDOT a�-TxWT AEYJSIatt I a!S lmlY � (q�7AL /10 hLVFA ,9dI( 9-D7 I msrua rsiu ( /� 6 j cam � mmia � s�nw I aa � mae�r f 103 TYPICA� MINIMUM CLEARANCES FOR LONG iERM AND INiERMEDIATE iERM 5IGN5 c 0 `m 12' min. T L C N o > �- o ai = O U j T N C++ 9 O � L O E d 3 � L � o+� z •- � m - � 'o _� a + � 0'-6' +-- Q [ N o m - om� a��u + � � + Paved a � a shoUlder �a - rnv C E L � o . L N mmm • d o �- �r � � o� o u� W �X L �n~+ O U � `I IrVH6Y ���� ���� `�� 7, o' min. 9. 0' max. � ,� ��C/�/���//� i / i�i���� j ���� ���� ��d 6` mtn. � 7.0' min. 9.0' max. �� �����Jy//r����/\�y. a v m m 0 6' or � preater o _ _ � a_ r�L/li� Paved shouldar 2 , ��s�� minimm fran �OR�{ curb ���� a � L � .7,0' min. F 8.0' tnaX. ,�.� � �3E When placinp skid supparts otttmlevel 9round, tha !eq post lenqths rrust be adjusted sa the si4n appeors strafqht aid plurb. ObJecfis shail NOT be piaoed tnder skids as a means of lavelinp. iF�F When plaques are piaced on dual-leg supports, they shouid be attached to the uprlqht neprest the travel lane. Supplemerztai plaques ladvfsory or distmce) shouid not cover the surfoce of the pca-ent stqn. N N l - � . F � o : SuPP� sholi not m N c �((��� protrude + o ^ ` �% `(MY"�5 ubove sl�n � 3 q�, . /-aoUV1� � c a N �WIfdUI�UIy Su ri' Ppo > a o � (� (� enar� no+ °a� >, i P ���NJ Protrude m o 4°- DOpq��p � above s(qn� l�J L voa�i L 4- t - V � O � } o + �a�� Al1E IlliSlkt ATTACHMENT FOR SIGN SUPPORTS � G�OQD � I I �0�� I I i. �U'UU Ill�lJ'11L, �. �n � Siqn supparts shall ` ��\\\\i�� h T i � extend more than �1�� ' �c "O v° 1/2 ray up the �b a bxk af the aTqrt � `� � } subsfirate. woE�n � m N m FRQNT ELEVATION � - J � �.� Mood, metal ar � � _ � � Fiber ReTnforced Piastic Q~ y� Spl ialn e�rbedded 9 perforafied squore metoi tubinp fn order to extehd post hefqht Wflt onty be atlored rhen the spttne is made using fa��r bolts, tvo above and tvo belox the spice poirrt. Spiice rtr�st be located errfir��v behind the siqn substrate, not near the ba6e of the support. Splice insert lenb hs �� ahould be at ieast 5 tfines nanJnai post slza; ����crea on tne spllce and af at ledst fhe sane guape material. , U U a m N -r v n � Q N � Y � ,'.^,m �m � � � ti �� � � n in N m� `_� STOP/SLOW P���LES 1. S70P/SLOW pQddles are +�,, prtmary method to corstrol trafftc by iloppers. The ST�,,�/SL019 paddie SiZe Shouid be 29' x 2q' as detatled 6e�„r, 2. Iihen ueo„ ur night, the STOP/SLOYI poddle shall be retroreflectorized. 3. STOPISLQW poddles moy be attached to o staff erifih a mintm.m lenpth of 6' to the battan of tFre slqn. . 4. Any 1lphts incorporated lnta the STOP or SLOW paddie faces shall aniy be as spectfically described fn Section 6E.03 H�d Slprwilrp Oevices in fihe TNUiCD. M f � / � � ��% '0" �/// 10"� �M i8��, ` �(` �'� � � io � � • � 24' D 8"C pq�� , g��g f � R.2„i � � �3 � \ 1 �5/e " _t \ � / " -' % �� 7� � 24" �'� ft 24" "�-�I BxKv-and - tied Bookvra+W - oraroe LaflerW i 8ord�r - thlte Leqend t Border - Blodc SIOE ELEVATION Mvod � � ` � 6.0' m(n. _L T'_- � Attochmerrf to rooden supports r(11 be by bolts �d nuts nr scraws. Use TxDOT's or rnonufacfiurar's recomnended procedures for attachinp sfqn sUbstrotes to other types of sfqn supports Nails wiil NOT be alfowed. Eqch sign shali be attached directly to the sign support. Multiple signs shall not be joined or spiiced by any means. Wood supports shall not be extended or repaired by sp(icing or other means. CONTRACTOR REQUIREMENTS FOR ;.;„INTAINING PERMANENT SIGNS WITHIN THE PROJECT LIMI7S t. Pernqnent siqns are used fio qive nofifoe of firafflo faws or repuiotions, oail attemFlon fio conditions that are potentiaily hazardous to trafilo operotlons, shor route desfqnations, des+inations, directtons, distanaes, services, poirtts �f (rrterest, ond othar qeopraphfcol, recreatfonai, or cuiturai Infiormaiion. Drivers proceedinq #hrouph a rork zone need the sone, if rat better route puidance as norrra!!y (natalled on a roadr�ay rfthout cartstruatfon. 2. tlhen pernianent regulatary or rarninp siqns conf�iot vith xark zaie caxlitions, rernove or cover ihe pernKarent sfqns [nttf the permanent siqn messaqe motcbes the raadvay oondttlon. 3. Nhen exTstlr� pernr�ent slqns are moved ond relxated due to construction purposes, they ahall 6e visibte to motorists ot all times. 4. If existfn9 siqns are to be relocated on their oriqinal supports, they shaii be installed on orashdorthy boses as ahoxn or> the SAID Standard sheets. The s(pns shafl meet the requtred motmtln9 heiqhts sFrown on the 8C Sheets or the SMp Standards. Th{s rorK shatld be pafd for urtder the oppropr-IQfie pay ttem for reloaatinp existing st9ns. 5. If petmanent siqns are fio be removed and relooated usinp tertporary supporfs, the Corrtractor shall use crashworfihy suplwrfis as shown on the BC sheets or the CWZ7CD. The siqns shall meet the required mamtinq heiqhts shom on the 86 5lzsets or the SMD Stondards durinp construc}ion. Thte vork aMu1d be poid far under ffis apu-ayw�tate pay ►tem for relocattr�q existfnp sl9ns. b. Any sf�n ar traffic corrt�ol devfce ttwt is atruck or danaqed try the Cantractor or his/her construcfiion equipmerr! sholl be replaced as soon as possibte by the Ca�fraotor fio ensure propar �3dcaice for fihe rtatorists. This vtlt ba sutrstdiary to Item 502. -- � / � \ � � OR , � -.�. .. __ GENERAi NOTES FCR pGRK ZONE SIGNS ' 1. Contractor shail insfia►I �d moirrtain siqns in a stralght and plurb condition and/or as dlrected by the Ehqineer. 2. Wooden siqn posts sholl 6e poJnted vhite. 3. Barricades sholl NDT be used as sTqn supports. 4, Nails shail NOT 6e used tn attoch atqrss to any suppart. 5. AIl sfqns shall be insfiailed in accordmce with the pians or as directed by the Enp(neer. Siyns sholl be used to regulote, worn, and Quide the trovelinq publlc sofely thraaqh the rark zate. 6. The Contrac}or may furnish either the siyn desiqn shom in the Alans or in ttie 'Stcndard Htqhvay Sfqn pesiqns for Texas" t5H5�). 7he Enpineer/Inspector moy require the Cantractor to furnish other wark zane siqrrs tFwt are shom in the TNl1TCD btrt moy have been cmitted fran the pims. Any v�iotim in the pims shall be docunanted by in-itten oqreement between the Engineer and the Contraator's Respansibte Person. Ati chm4es must be docunented tn rrittn4 b�fore betrtq implemenfied. ihts can tnclude docunentlnp the chmpes tn the Inspea}or's TxUQT diqry and havinp both the Inspector and Cpntractor initia! ond date the opreed upon chanqes. 7. The Cmtraotor shatf furntsh aign supports listed in fihe 'Canplfant Wark Tone Trafiio Corttroi Oevtoe list" tCNZ7CD). The Contraotor sho{I tnstoil the sipn support in accardor�ce vlth the manufacturer's recomnandafiions. If thera Is a question rspardinp tnstallotion prooec}�n-es, the Gorrtractor shall furnish the En9ineer a copy of the rnanufacturer's (nstailation recotmiendaffons so fhe Enflineer can verify the correct procedures are hainq followed. 8. The Controotor 1s responefble for instaiiinq s(qns on approved supparts ond repiooSnq siqns �rith danaqed or croaked substrafies and/or danaged or marred refiectTve sheefiirsp as direcfied by the Engineer/Inspector. B. IderrFiiication morkinps moy be shown oniy on the bxk of the siqn suhstrate. The rnoxirtun heiqht of letters and/or compce�y logos used for lderrtlficotiort shol) be i Fnch. 10. The Contraatar sfiali replace dcmaged rnod posts. Ner or dm�apsd rood slgn posts shnll not be spliced. DURATTON 6F NOHK tos dafined by the '7exos Ma�ual on Uniform Trufflo Cartrol �eviccs' Pm"t 6) 1. The types of siqn supports, sipn mount�np heiqht,the size of s(�ns, md the typa of sipn substrates can vury based on the type of work Deinq perforttied. 7he Enflineer (s responsible for seteatinQ�the uppropriafie size siQn for the type of orork 6einp performad. The Contrantor Is responstbie for ensurtng the sign support, stqn mwnting height and substrate meets manufaoturer's racormiendottons fn reqard to croshrorthihess cs�d durofilon oi work requtremsnts. a Lonp-term stationary - work that ocauptes o location more ihan 3 doys. b. Ihfiernisdfafe-term staftonary - vork that ocouptes a locattai mor-e tfian one dayltght period up to 3 days, or niqhttme work lasting mat-e �fihan one hour. c. Short-term statfonory - daytime rork thot occupies a locat(nn far more than i hour tn a single dayliqht perfod. d. Short, durat(on - rnrk thot xcuptes a iocatlon up to i hour�. e. Atobile - work fihat moves corttinuousiy or intermitter�tly fstppping fa- up fo approxilnately 15 minutesJ SIGN MOUNTIN6 NEIGHT i. The bottan of Lonp-term/Ihterniedlafie-term sfpns shaii be at least T feet, but rat more thon 9 feet, 6hove the paved surface, except ns stiam tor Supplerrentoi plaques motmted below other sipns. 2. The bottan of Short-tarm/Short �urotton sfqns shail be o m(nirtu� of 1 foot obove ths pavemertt surface but no mw-e than 2 feefi above ihe gra.md. f 3. Lonp-termlIntermedtote-term 5(pns moy ba used tn Iteu af Short-?arm/5hort Duratfon siqninp. 4. Short-ter�NShor-t Duratiorr sfqrzs shall be used only dwinQ dayli�ht vnd shall tre rarmved at the end of t�e rorkday. or rQised to oppropriate Lonp-term/InfiermediQte si� heiphf, 5. ftequfatory sfgrrs s�att he rtnunted at least 7 feet, but nat rtnre.thm 9 feet, vbove the paved surface repardtess of vork duratTon. SIZE QF SIGNS T. The Enpfneer may otfow fihe use ofi sma(ler stze construotlon wcrr�Pnp siyns on secondary roads or offy streets Miere speeds are low tf the sipn size is Ifsted as an option on the '7ypicol Constructiqn Worninp Siqn Size ond Spacinp" charfi shom on BC(2). 2. The Contractor sholi furnish the slQn�sizes shom in pians, the;BC Sheets, the TCP sheets or qs directad by the Enpineer. SIGN SUBSTRATES 1. The Contractor shall ensure the siqn substrota ts instailed tn pccordonca wtth the manufacturer's recamiendations for the type of sipn support tfiat is beir� usad. The CWZTCD lists each substrote tha} can be used an the differerrt types and models of sifln supports. 2. 'Mesh` type mpterlals a-e NOT � appro'ved sipn substrote, regar�lass of the tlghtr�ess of the veove. 3. AII rooden indivtdua! si� p�els fabricoted fran 2 or more pier,es sholl hove one or more plyrood cleot, 1/2' thJck by 6' vide, fastened to the bock of the si� and extendtnq tully aaross the;siqn. The oleat shall be ottachsd to fihe back of the siQn usinp vood acrevs thut do not penetrata the faoe of the st� panel. 7he scters ahall be placed on both sides of the aplice and spaced at 6° aenters. The Enqlneer may approve ofiher mathods of spiioinp the'stqn fxe. REFLEC7IVE SMEETING 1. pll sf�s shaii be retrorefiective ond construoted of sheetfnp r,eetinp the color �d retro-refleativity requirc�nents of DMS-83bD for riqid siqns or 0#f5-8310 for roil-up siqns. The reD oddress for p615 speciftcatfons ts siwm on 8Cti1. 2. White sheetinp, rteettnq the requTrements of WAS-8300 Type C tHtOh Spacific Intensfiy), shaii be used for slqns vith a�rhite baak- qro�a�d. 3. Oranfle eheetirtp, meetinp the requtre+rents of DMS-6300 Type E(Fluorescent Pr(sratic), shall ba used for ripfd stpns rith oronQa backprounds. SIGN LETTERS t. All siqn lefiters and nunbars shoii he clear, and open ro�mded type uppercase alphnbet ietters as approved by the Federal Hiphway Adnfnistratton fFNNA) and as published in ihe 'Standard Hi9hvoy'Stpn Desiqn for Texas` manua L Slpns, letters ond ntnbers sholl be of first claes vrorkmanshfp In accordance vith OeparFment Standards�ond Speciftcations. RE6laYIN6 OR COVEAING 1. When si9n messapes moy be confusinp or do not apply, the siqns pho11 be rertaved or cort�pletely covered. 2. Lonp-term stvFtonory or Irrtermediote statlanary sf�a Installed on squcre meta! ttibtnq moy bs turned mroy irar+ traffia 90 deprees when the siqn messoye te not applicobie. This type of slgn support s,�eets the crashworthiness st�dords repardless of ihe direction of impaat. This technlque may not be used for sipns fnstatled tn tt�e medion of dlvlded hiqhrays or near any ittteraecttons rhere ttre stqn moy be seen fran approachinp traffia ,� 3. Sfqns tnstotted on wooden sktds shatl nat be turned at 90 degre@ �q(es to the roadrroy, fiese stqns ahqutd 6e remaved or compiete[y covered rhen not required. 4. Wtien siqns are covered, the mvferiat used shal( be opaque, such;os heovy miI black plastic, or other materiats rfitch rFII covar the entire siqn fxe and maimtain thsir opaque properties tnder aufq`mobtie headliqhts ct ntpht, wtthovfi danapinp the sipn sheetinp. 5. Burlap shall NOT 6e used to oover stqns. I 6. Duat tape or other adhe&ive material shail NOT he affixed to a yiqn fiace. 7hese materials can danape the retroreflectivity of sheetfnD. 7. Siqns �xl mohor stubs shal I be ramved md hoies baokff I ied up� compiatlon of vork. SIGN SUPPOR7 MEIGHTS a i. Where slqn supports require the use of reights to keep fran tur�in0 over, � STANDARD PLANS the use of sondbaqs rtth dry, coheslonless smd is recorm�ended.; 2. The s�dbaps ri I i De tied ahut to keep the aund fran spt I i inp a d to � Texos Qeportment of Tra�sportatlon rratrrtuin a const�+t reiqht. � Trafflc Oparafloras DNislcn 3. Rock, concrete, Iron, sfieei or other solid obJects shall not be,permitted f�- �s8 a6 s��, s� Ye�`�+6. BARR I CADE AND CONSTRUCT ION 4. Sondbays should wefph a mtntm�m of 35 Ibs and o maxtmum of 50 lys, 5, i�� s shal I be made of a durable motar(a! that taors upon vetlicular TEMPORARY S I GN NOTES 6. Rubber fsuch as tire itmer tubes) shall NOT be used for sandhag', 7. Rubber ballasts desi9ned for ohannelizinp devfaes shauld rat be�used for S TA N DA R D ballast on port4ble siyn supports. Si9n supports desi9�ed and m4nufaotured r3th rubber boees moy be ueed when ahown on the CwZiCD Itst. 8. Sandbaqs shall only be placed alonp or loid over tha base suppor{s of the 4 of 1 2 B C ( 4) - � 7 trafflo coritrol devlce and ahcll not be suspended obove proind �evel or hunq with rope, vtre, chalhs a' other faeteners. Sandbaqs sholt,be ploced cQTxooT 1t-4-o2 ��•Tx00T �«�•Tx00T ��-TxW7 a�-T�cpDT olonp the length Of the 6kId6 to r'e?Qh dotvn dFte siqn sUppwy, �,�,f5ta p� �� ��o�� 9. Sandbaps ahall NDT be plooed under the skld and sholl not be usqd to tevel 9-07 scu sipn supparts piaced on stopes. � 6� I�0. I�� I � J�' � � 109 _ � „ c 0 T L c a� o > c �,- o ai 0 o j � T N o++ o�o o � � 2 — Q� ` ^ C _� A + - Q C N � O. L U �7 + L m L C E a o yv L y � mo+ rno � waxt � � t O U xim t�- � L - a� o mi°nc +o� >, 3 O ��4- : L N L v o 0 � a+ o a E U T L c a N O 4 � O N L 4-L v° i-- o +�+ m�-� � T L _ L Q yo +v o � O E � H Q7 N N QN�—^ �rc� 0 I- .Y O U U a m N P N^�� Q 0 � � �ry o m N�` o �' N �� � w� P m�' uf N �P _�r SKID MOUNTED WOOD STGN SUPPORTS � LONG/INTERMEDIATE TERM STATIONARY - PORTABLE SKID MOUNTED SIGN SUPPORTS ❑ Fro�t 5ltle Top Front �xF� S(db M�i� 4x4 i2 sq. fit. ofQ , 21 sg. ft. af � � sign foce !. � atpn face � p°S� _� _ 1� ' Ii n � zxs 27. � � � j II � �� � r YiODd '�' � �. - I � � � p°st 4x4 � �Zy blxk � ` � � 4x4 � � W60d See BC(4) for sf9R 30' height � req�irett�ent �� !�� 1t �� � 4Q' I I ` 2X4 X 40° 24' � ��a� 2x6 �� .il 36" � post � See BC(9) for stqn he 19� requfremeni ��� Top �2q' 2x6 a�skid 2x6 �' � 2x6 60' 9x4 block J_� :i/ lenqth of skids moy be fncreasad tor odditlonol stability. 2q" � x4 brace � 3/8" bolts W/nuts Or 3/B" X 3 1/2" (min.) lop II•eR"— i — scre�+s 4x4 block 4xq biock SKID MOUNTED PERFORATED SQUARE STEEL TUBING SIGN SUPPORTS 48 x 48'-1Urtn 36 x 36°-t0+mi 5- 5/16"6olt x 2 1/4' qrade 5 bolts, eXtruded �� extruded 6- 1 1/2° plastic vasher, /�thinwall piastic _ //� thtnwail plastic 12 - 5/}6" flat vashers\ slq\ o � slpn 6 - nuts per sifln �o 0 0 0 0 0 � � � � i - •� 1 3l4° x 1 3/4" x iT foot ` 12 pa pos} ��� (00 NDT SPLICE) � . Uprtpht must � telescope to 318' x 4/14" provTde 7' heiqht "< 9rade 5 bolt above pavement. � : Minqnut and � , washer 48' —� �_ �yeld ���` �t;uin ........ .r / fiop o � �1B" � l ' t 3/4" x 1 3/4' x}4 qe , max. ' cross braqe 5, 2°x2"x � 12 qa, skfde t SINGLE LEG 6ASE 48' Side Vlevr . � �.\ ■ �Y..........i � 2'X2'x p �••°•••• 12 fla. upriqht � •� 5' 2' x 2' x 12 qa. uprfflhts /\\ L/ y 1-' � 46' �oj,......,...� uUn� �w BnSE Front View U, � � . t, ��I:I' 34 � � pro� 2" �C� _ abc bolt thru g at 1' off f skid Welds to sta+-t on � apposfte sides polnq � in apposffe directions. �,d :: '',,.; Minim�m reld, do not \ back flll puddle. waid starts here �` ►+Btd starts here ���~e�e I d WEDGE ANCHORS Both steei and plastfo Wedpe Anchor Systems os sho+m on the SMD Stondard Sheets moy be used os temporary atqn eupporfs far s9pns up to 10 square feet of sipn faoe. They rtwy be set in concrete or in s#tis�dy soiSs if approved by the Enpineer. t5ee veb address for 'Trafftc Enqineertnfl Sfimidard Stieets` on 8Cft71. ��, r �iz• / Dia.ttyp) 4' H �, 6" � � 18` � Q. ��M`�," " �Dlreatlon of Traffic � 1 3/4' x 1 3/9" x it foot 12 qa post : � lD0 NOT SPLICE) 1 3/4° 4alv. round _ �viTn 5ii5" hales or 1 3/4' x 1 3/4' pht must ' square tubJnp �scope to - e 7 heiqht � � payemetri ^ ^ ^ ' 48` � y �� 5' pJn at ongle • • • • • ' � rreeded to �a • ' • � rtafich sidestope 36' WOOD POST SYSTEM FOR GROUND MOUNTED SIGN SUPPORTS �Nanfnal Mmcirtun Mtnimm Ori i led Post No. of Sq. feet of Soil Hole(s) Slze Posts SIQR FflCB F.inbednerrt Raqutred � 4 x 4 � 12 36' NO Eqx4 � 2 21 36' NO 4 x 8 t Zt 36" YES q x 6 � 2 36 36" YES GROUND ��UNTED SIGN SUPP�RTS Hefer to -khe CWZTCU cmd the manufac�urer's inatollation procedure for each type stqn support. 7he mouimm siqn square foofi6ga shali adhere to the manufacturer's recarsnendotion. T�o past instgllations can be used for larger signs. � sta� � ,� Post �� d SS` •�� G<d� • • I : . :' : : . : t 46� � � mtnim�m :: :� :' .: :1 • t� �+ OPTION 1 (Direct E�tsedneref) PER�'ORATED SQUARE htETAL TUBING � st�, "� � Pos4 .`+ w..+ �I �P, v i a¢`a �t{ � G'� 4" , g" moX. , S desSraDle � ;�� 34' min. Tn ; ; stronq soits, ; ; 55" mtn. in Anchor StuD •, ; �eak soils. (t/4' larfler' : ' than s f gn �.,. � % post) ; � .. :• • .. i � • .S .. � QPTION 2 tanchor stubt '�" 5 i qn � � Post �.. �� ar • y �s 5ut{O� v •• A• • • n• v � � !�y �g• OptioRol `-;5( . ._ reinforcin0 ; '� sleeva - � %� 39' mtn. in (1/2" targer ' • than siqn �� stronq soils, post) x 18' .. 55' min. in ; • veak soils. : ,� :' Ar�qhor Stub . � li/4" larqer _ : . than stgn : � post) g OPTION 3 (Anchor Stub and Relnfarcfnp Sleeve>) WING CHANNEL - Lap-spltcelbase bolted onchar '�; Siqn ; � Post d s�o� �(� / 4' rtax. j j � i, : � Base See the CWZTCD � Posfi for ertbednent. GENERAL NOTES ?. ;;�::� may be used tn the assertbly oi moden slpn supports, bufi 3/8' boits with nuts or 3/8" x 3 1/2' lap screvs must be used an every Join+ fior firial conneation. 2. ►tore detafls of opproved Lonp/Irrtermediote and Short Term supports con De fand on the CwZTCO list. Sea BCtt} for rabstte locatlon. 3. No more fhm� 2 sifln pasts shatl De placed wtthjn a T ft. aircle, except for spectfla moterials nated cn the CWZTCD List. 4. Nhen proJeofi is oanpleted, ali siqn supportsa(rd foundotions shal! be removed fran the proJeat �(te. This vTll be oonsSdered subsidiary to Item 502� � ❑ See BCl4) for dsfinition of °Work Duratioo,' ,� Nood sifln posis MUST be one pieca. Spl(cing rill NOT be altoved. Posts shali be pairtted vh(te. � Sea the C1V�TCD for the type ofi sign substi-ate thot can be used tor each approved siqn s�pport. : : : : . � -,a STANOARD PLANS �Texas Departmerd of Transportatlon Trolflc 0/xratlons DNisiah BARRICADE AND CONSTRUCTION TYPiCAL SIGN SUPPORT STANDARD 5 of 12 BC t5) -07 �C TxD07 11-9-02 ��-SxDDT Ju�-TxDOT J�-TxOpT a�-7x00T ���s�� ; n.�' � � � ��o �R i ,f 9-07 mnnv �r.c�a 6 � aum � wir�. srnd .m � xmuT � � 1 I � 105 � c 0 N � � L C N o> c v- o m O U N � T N � t L W o+± L L L O E o v- o a+� z •- rn - c _' n +- `L o a�i a� a � U � N + L N U O� L C E a o �a ��o a�'i o + ��� W �X L r- xio°� F- > L = a� o O U m�� L F- •- + L L D 3 4a- � moo L 4 N m�+ o °' E U T L C O yav- L L � o w L4-L _ �o ° _ ao 0 N F- + - � w>,L _ - ._o 0 +v o � o E N C1 N N U = 'O t �HY O �� U U a _� �� P �, � N Q W ^ S o '� '^mh c m � r �' w �� � P Mm N • NIp � ` _ ti a; POR7ABLE CHANGEABLf MESSAGE SIGNS 1. 7he Enpineer/Inspeotor ahail approve all messaqes used on portabie chanqeable messope sfgns (PCMS). 2. Messafles on PCMS stwuld cor�tafn no more fihon 8 da-ds fabou} four to eipht characters per Word), not tnoludin9 simpie vords such as "T0,' "fOR, " "Ai,' eto. 3. :18S60Q85 6hOUld COt16I6i Of 0 6P71QI8 �IOSB� or tvo phases thaF . aiternate. Three-phase messapes are not oifoved. Each phase of the messape shouid convey o sinple fihouQht, and must be understood by itself. 9. Use the word 'EXIT' to refer to an exit ranp on a freevay; i.e., 'EXTT CLOSED." Do not use the term "RAMP.° 5. Always use the rovte or iriterstate destpnaiton (IH, US, SH, FM) olong vith the nurber when referrinq to a roadwray. 6. Khen in use the bafitan of a stptfonary PCNS messape ponel should be a minim�m 7 feefi above the roadvoy, riiere possible. 7. The messafle term `WEEKEND` shouid 6e used only if the rork is to start an Saturdoy morninp ond end by Swdoy eveninQ ot midiiqht. Ac+ual days and hours of Wo�k should be dlsplaYed on the PC�15 ff xork is to hepJn on Fridoy eveninp and/or oontinue tnto Mondoy rrorn)ng. 8. The Enqineer/inspector moy select one of two optioRs �+hich are avail- abJe far dlsplaylrrQ a iro-phase messape an o PCMS. Each phose moy be dispioyed for either four seconds each or for three seconds exh. 9. Oo not "flash' messapes or vords included in a messafle. The messaqe should be steody burn or conttnuous while disployed. 10. Oo not preserrt redund�f inforn�atfon on a two-phase message; i.e., keepinp trro lines of the messape the sane md chanpfnq the third Ilne. 11. Do not use the e�ord 'Dartqer° in messape, 12. Do not display the meseope "LANES SHIfT LEFT" or "LANES SHIFT RIGHT' on a PCMS. Ortvers do not understand ttre messape. 13. Do not dfsplay messapes itwt scroll horizontaliy or vertically 4croea the face af the siqn. 14. The fottowih9 table tists obbravivted vords and two-word phruses that are acceptoble fa' use an a PCMS. Both words in o phrase must be dtsployed topether. �tlords or phrases not on thts iist should nofi 6e abbrevioted. 15. PCMS choracter hefght should be at least 18 inches ior trafler mounted units. They should 6e vtsible fran at ieast 1/2 (.5? mile and the text should 6e legible fran at least 720 fiest. Truck mourcFed units rtust have o character heipht of 10 inches and must be lepible firan efi leost 400 feet. f6. Each tine af text shauld be centered on the messape board rather than left or ri9ht justified. 17. If d(sabled, the PCAiS shouid default fio an titepfbie dispiay that rfit not alorm motorists and vfll only be used to alert vorkers that the PCMS has rtaifunetioned. A pattern such as a series of hortzontal soiid bars Is opproprlate. �Kord or Phrase Abb. M/ord a' Phrase Abb. � Aq�,ess qoad ACCS fl0 Major NAJ i Air Qualitv AIR QITY Mfles AII j I Avenueate ! ALE � Mfnor Per Nour ��R LA�� Best Hatte BEST RTE I,I A�axlay MON BoUlevard � BLV6 I Nornal INORM Brtdae BROG I North IN Ganna�t CANT � Northbound Irafte) N Center CNTR I Parkina �PKING � Corrstruction t Uetaur Route DE7WRAREo Roodtnp Lot RR�K LOT t Do Not OONT �� RlOht l�e ►RGT lN Easfi E Sa�ur� SAT Eastbound troute) E 1 Sery ce oad SERV RD Finarasncv � EMER �1 Shoutder SHLOR Ertieraencv Vehfciel EMER VEH I,1 SliQp� ry SLIP Errtrmoe Enter I ENT 1 I South I Exoress �.anes I EXP LANE II Southbound I(rarte) 5 I XXXXeFeet � XXXXYFT � Sfreet ISTD F�F Aheatl F06 AHD I Sund�y ISUN rav Blooked i FwY �L D j�slenha�e IP� HONE irida�+ t fRI y 7hursdo 17HUA5 Hazordous Oriviq HAZ DRIYING To Dovntovn �TO UWNTN Nazardous Mater a HAZMAT 7raff(c �7RAF Hiqh-Occupancy Vehtcie HOV Trweiers �TRVLRS NlatsrraY H11Y I Tues�Qy. �TUES Hours i HH ! T) me FUnvfes (TIME MIN Infornation i INFO I ilqp�r Level 4PPR �VL f It Is ITS 1 Vef�laie i EH Leftt3� LFT i� Nednei6qpy 1�,EUN Lett Larte !FT LN Nel�t Llmlt kT LIMIT � t Lone Closed lN CLSD � �est �� ! torer Level � L(JWR LYL � Wsatbotmd �,trarte) ri I � Maintenance I MAiNT Net Pnvement #MET PYNT I � ' Nill Not li�N7 ( Roadwoy ` desiqnation # IH-nurber, US-nurber, SH-nu�r, FM-rumber NHEN NOT IN USE, REMOVE THE FCMS fROAf TNE RIGlf7-Qf-WAY CR PLACE TNE PplS BENIND BARRIER OR GUAflORAIL WITN SIGN PANEL TURNED PARALLEL 70 TRAFFIC RECOMMENDED PHASES �,ND FORMATS FOR PCMS MESSAGES DURING ROADWORK ACTIVITIES (The Engineer may approve other messages not specifical(y cavered here.) Phase 1 c Cond i t i on L i s�f-s Road/Lane/Ramp Ciosure Lis# FREEWAY FRQNTAGE � CLOSED � � ROAD X MILE CL05ED ' AT 5H XXX I I SXXXSFTR I � f SXXXX � I RXXXSFTN � � CL SED � � R OPENSX � � CLOSED � , CL 5URE5 � NIGHT I-XX SOUTH IANE EXIT � CLpSURES I CLOSEQ � CLOSED � � EXLMILEX � � CL,OSED � � R � 0 EDN � � � � DCIQSEDY � I Tl1E SEFRI I XXXXXXXX BLVD CLOSED Ofiher Cond i t i on L i s-F ROADiYORK ROAD � XXX FT � REPAIRS XXXX FT FLAGGER LANE 1 XXXX FT � NARROWS XXXX FT � RIGHT LN I � 7W0-WAY NARROWS TRAFFIC XXXX FT XX MILE � MERGING I � CONST TRAFF.TC TRAFFIC XXXX FT XXX FT LOOSE UNEVEN � GRAVEL � LANES xxxx �-r xxxx F-r DETOUR RQUGH, X MILE ROAD XXXX FT ROADWORK ROADWORK PAST NEXT 5M XXXX FRI-SllN BUMP US XXX � XXXX FT � EXIT X MILES ( XXXX AL � I SHIFT � iE LANES SHIFT in Phasa t irust be used with S7AY IN LANE In Phose 2. ApPlica+!�n 6c{�sVlnss 1. Oniy 1 or 2 phases are to be ussd on a PCMS. 2. The 1st phase (or both) shouid be aeiected from the "Road/Lone/Ranp Closure List" and the 'Other Condition List`. 3. A 2nd phcse oan be seleated fran the 'Actton to Take/Effeat on Travel, Locatfon, Generai tiarninp, or Advmce Notice Phase Llsts'. 4. A Location Phase Is neoessary onty if a dl�tonca or loaation is not inclWed tn the ffrst phasa �eleotad. 5. If tro PCMS are used in sequence, they must be seporated by a mintmum of t000 ft. Each PCMS shatl be Ilmted to tro phases, and stwuld be uiderstmdable by tt�emselves. 6. For advance notfce, wf�en the currerri date is within seven days of ihe actual rark date, oalendar days ahould be replaced vtth doys of the veek. Advawe notifieuffon shouid typFcatly be for no more than one ereek prior fio tfie rark Phase 2: Possible Component Lists Actior� to Take/Effec-h on Trave! Location Warning Lis-F List List MERGE FORM AT l SPEED RIGHT �� X�IGHTS � FM XXXX I i XX PN I � { DETOUR USE BEFORE MAXIMi1M X EE ITS �, RDxEXIT � �, CR SS-�NG , � XX PH � I EX 7 XXX � I U NO TH T I' ILcS + � XX PH� ! 1 ISSOUTHN !, TO I-XX N� � UEXITX I � AXX MPHY , TRUCKS WATCH XXXXXXX RIGHT � U5 XXX N�� T U KS + � XXXXXXX EXIT � � � WATCH I EXPECT US XXX tJSE , TRUCKS �+ DELAYS � �. FM XXXX � CAUTION � � I � EXPEC7 I PREPARE � � DELAYS � 1 TO � REDtJCE SPEED XXX F7 USE OTHER ROUTES STAY IN LANE STOP � � SHO�UL� ER I WATCH FOR WORKERS �� DRIVE SAFELY DRIVE i WITH I CARE �E�F See Appilcafilon Guideifnes Note 6, �* Advance Notice List TUE-FRI XX AM- � X PM � APR XX- I XX iX PM-X AM �BEGINS MONDAY � �BEGINS MAY XX MAY X-X XX PM - XX AM NEX7 FRI-SUN XX AM 'f0 XX PM NEXT TUE AUG XX TONIGHT XX PM- XX AM Mordinp Alternatives t. Ths words RIGHT, LEFT md ALL oan be trtter�hmped as oppropriate. 2. Roadvay desi9natJorrs IH, U5, SH, FAi and LP sm be irrterchmped as appropriafie. 3. EAS7, WES7, NOR7H �d SOUTN (or abbrevtatlaas E, Y1, N m�d S) oon be irtteroh�ped as oppropriate. 4. Hiphxay nar+es md nurbers replacad as apprajx-ivte. 5. FOAD, HIGHWAY md FREEWAY oan be interchanyed as needed. 6. AHEAD moy be used tnsfiead of distances Ifi n�cessary. 7. fT and ►II, MILE and MILES interchanped Qs approprtate. B. AT, BE�ORE and PAST fnterchanQed as needed.; 4. Dtsiances or AHEAD can be eliminuted fran tf;e messape it a locotion ptwse is used PCMS SIGNS WI�HIN THE R.O.W. SHALI BE BEHIND GUARDRAIL OR CONGRETE BARRIER OR SHALL HAVE A MINIMUM OF FOUR (4) PLA57IC DRUMS PLACED PERPENDICULAR TO TRAFFIC ON THE UPSTREAM SIDE OF THE PCMS. FULL MATRIX PCMS SIGNS i. When Full lAetrix PCMS siqns are used, the character heipht and le9�bTlifiy/vtsibtttty requtrements shalt be matnfiairsed ns ►Isted ln Note i5 under 'POATABLE CHANGEABLE MESSAGE SIGNS° above. �{ 2. When symbol sf�e, such os the CNZO-7o Fiap4er Syirbol, are represented praphically on the Fuli Matrfx PCMS siqn md, erifh the approvaf of the Enq(nee�, Ifi shatl mafntain the IeQibiltty/vfslb►Itfy requirerne�fi 1lsted obove. 3. When synbol siqns a'e represertted praphicaliy on the Full MJtrix PCMS, they shaii only supplement the use ofi the etatic sipn represented, and sholi npt subsfiitute for, or reptace thot sifln. ' 4. A full matrix PCMS rtay be used to simulote a flashinp arrow panel provided it mesfis fihe vislblli°ty, flnsh rate and dimninp requtremerrts on BC{7), for.the sane stze arror. �i � STANDARD PlANS � Texos Department of Tronsportatlon Traffic Operallons DIvJslan BARRICADE AND CONSTRUCTION PORTABLE CHANGEABLE MESSAGE SIGN (PCMS) STANDARD 6�of 12 BCtG)-07 �c Tx00T 11-4-OZ tuw-TxDOi (d-7xQ07 t�-7xDDT �a�-7xDOT uvts�as I mn cr�ir ��w �u� no em�[cr s� 4-07 � I � � /� � mmr + ca�an � ssnn + .oe atcwr I I f I I 106 � _ O �� c m o > 4- o ti 0 o w • � +�� o++ L L v v°- o 3 L Tw ° o+ z�� ='d+ U �) 7 a c m w�ai U � � _ + � a� 1 C E a a bU C� E L L N � aai a + - � r- � �d � W FX L �n + X L N �>L = m o O U - C1 N C - +a� T 3 O n � v- � 1q L m o o - L a N - v,t o a E � T L N O 4- � i � v o m - LV-L o + co ° v c� o +x+ N t- _ N �L r�v° +v o woE�n � �-+ N N N ' Q N._'_ �mc+ ° r-v- O I- Y O U U � N M Q � �� N ��m �o ,'.^, m � ym - w r �' �� Ifl N P m °' in Mme ��n _ BARRIER REFLECTORS FOR C�NCRETE TRAFFIC BARRIER AND ATTENUATORS i. Barrier Refleotors sholl be prequaliiTed, �d coniorm fio the oolor and LOW PROFILE CONCRETE BARRIER t�PCB) reflectivffy requirements of OMS-6600. A Ilst of prequalifted Barrier Refiectors (Type C Oelineatorsl cm be found ot the Materla! Producer Surface Mowt 3° x 3' min. List areb address shown on BCfil. Fiexible Detinaafiors �� refleative 2. Color of Borrier Reflectors shali be as specifiied In +he T1.IUTCD. 7he shsetinp cost of the reflectors shall be consfdered s�sidiary to Item 502. CONCRETE TRAFFIC BARRIER tCTB) �y� ��16� /�� �� 8arrler Reflectors 3. �Yhsre traffia ls on one side of the CTB, tro (2) Barrier Reflectore shall be motnted in approx(rtately the midseotion of epch secfiton of CTB. An olternate mamtinq )xotion is untformly spaced ot ane end of eoch CTB. This vfil ailod for attactment af a barrier gropple v(thout daaaqtng the rafJector. The Barrler 8efleatnr motnted on tha side of the CTB ahall be Ixated direetly belorr the �eflector motmted on top of the barrler, as shoen in the detotl ahovs. 4. Nhere GTB separotes firo-vay troftic, three barrier reflectors sholl be mamted on each section of CTB. Ths reflector tnFt orr tep shall hove trro yei{on refiective faces l8i-Qlrectionai)rh(le the reflectors on each side of the barrler shali have one yeltow reflective faca, as shown tn fhe detati above. 5. Mtten C78 seporafies traffic travelinq in the sane directfon, no barrler refiectors �riii be required on top of the CTB. 6. Barrier Reflectar units shali be yellar or rhite in aolor to motch the edgeline be)np supplemerrtad. Yellow Barrfer Heflectors shpll be made rith Type E fiuorescent Prismai�io Ye11ow Retra'eflective Sheetinq. Whtte reflectors shall be made tiith Type D Yfiifie Pris�natio sheetinq. 7, hWximtm spaolnp of Barrler Reflectors is forty 140) feet. 8. PavertierrF inarkers or tempor�y flexitrle-refleotive roodroy marker tabs ahaii NOT be used as CT8 deltneatlon. 9. Ai-Factmarct of 8arrier Refteators to CT8 shall be per manufaoturer's reconmendations. ' t0.Alfssinp or danaqad Barrter Reflecfiors shali be replaced as direcfied . by the Engineer. 11.Sinple slope 6arriers shali be deltneated as shorn on the above detoil. �/ � ,. v � � 1 7ype C llorning LJQht or approved substitute mamted adjacent ta the travei rroy. �-----� ! � � � � ! G � p � � J ( l Wcrninq reflectar may be ramd or square.Must have a refiective eurfaae area of at teast 30 squore inches Max, spaainq of surfaae mount flexible daifrteators (s 20 feefi. Attach the deiineators as per monufacturer's reoamiendations. DELINEATION OF END TREA'fMENiS �,� � � OM-1 or ^,,I''� � �-J � o � � o � _ _ ,c ./ APPROACHING TRAFFIC BOTH SIDES ONE SIDE ObF3 OECINEA7ION p�,{-t or, Vertical Panel Insfiatl a minimim of 3 Borrier Reflectors as per mmufacturer`s recarmiendattons. END TREATMENTS FOR CTB'S USED ir� waRK zoNEs End treatments used or� C78's in vork zones ehail meet crashrorthy standards as deftned tn the NatianQl Cooperotive Higtrray Reaearch Report 350. Refer to fihe CMZTCD Llsfi fa- approved end trea�hnerrts and m�wfacturers. TYPICAL FLASHING ARROW PANEL Arrorr Panels moy be Iocoted behind channeiizSn9 devices Sn place for o shouider taper or merginp taper, othenvlse thay aholl be de�inavted with fotx- t4) charnelizinq devices piQced perpendicuiar to traiiic an the upstrean side oi trafftc. i. The FtashlnG Arraw Panei shottld be used fa' all lane closur'�s on multi-lane roadvays, ar sloW moving maintenmce or cor�struction acfitvft(es on the travet tanes. 2. Fiashlnq Arrow Poneis shauld not be used on two-lane, tro-may roadwoys, detours, dtversions or rork an sFioulders untass ffie 'CAUTION" display tsee detatl below) is used. 3. Yhe Enpfnaar/lnspector shail choosa alI oppropriote siqns, barricades and/or other traffic controi devices that should be used tn conJunation dith tha Piashinp Arrov Panel. 4. 7he Floshinp Arrov Panei ehould be oble to display the followinq syrrbo I s: Flashinp RIGHT lLEFTI ABROW Flashlnp D(k18LE AAflO'11 f(ashfng CAUTION O � O i • • � o e O o O � � O • Y • b e O a e� O e � • 6 @ • o O O O O O O O O O O O i � 5. 7he 'CAUTION' dispiay conslsts of four corner lmq�s filashfr�g simultaneously. i 6. The straiqht line cauticn display is N07 ALLOMED. 7. The Fiashinp Arrow Ponel shall be oapabie of minim�m 50 peroelrt dTmnlnq from rated lamp vottape. fie flashtny rate of the tamps shail not be less thm 25 nor more than 40 flashes per mintite. 8. Min(mm Imip `on ttms" ahall be approxtmafaly 50 percent far the flashtny orrow md equal trttervais ofi 25 percent for eaoh sequenttai phase of the flashiny chavron. 9. The sequerrttal orrow diapiay Is NOT ALLOWEO. 10. The ilushin9 �row dispioy fs the Tx�OT stmdard; ho�rever, the MARNING LIGNTS sequentJal Chevron display may be used durir� dayltqht operations. 1. Warning lights shall meet the requTrements of the 7uUTCD. 2. IYarntnp liphts sholl NOT be Installed on barricades. 3. Type A-Lo'r Irctensity FioshTnp MarniRp LTflhts are cannoniy used ertth drti�u. „ti; ore irrtended to varn of or mark a potentialiy hazardous area. Their use shatl be as Fro-dtaated nn this sheet and/or ather sheets of the plms by ths designatlon 'FL". The Type A Worninp lights shall not be used rtth siqns mcmufactured vtth Type E Sheettnp lFluorescerrt Prtsmatic) meetinp the requfrements of Oaportmerttal Noteriai Speoificafiion QNS-8300. 4. Type-C and Type U 360 deflree Steady Burn Llqhts are irrtended to be used fn a serles for delineotion to supplement other trqffia control devices. Their use shatt be as tndfcafed on thts sheet and/or other sheets of the plans by the destpnvilon "SB'. t tr fic c roi devices. Tnstalled he of wit 5. The ineeNIns tar or the lons sholl s cifi the taoation and t of wa-ninq li�rts to be on �G P� P Pe Y YP� 6. IYhen required by the Engineer, the Contractor shatl furntsh a eopy of the varning liqhts certtfication. 7he varninq Iiqht mm�ufacturer v(I) certlfy fihe rQninp Iiphts meet the requiremarrts of the latest ITE P�chase Spectfiications for Flashlnp and Steady-Burn riarninp Liphts. 7. TThen used to delineata curves, Type-C and Type D Sfieady Burn Liqhta should only be piaced on the avtside of the curve, not the Jnsfde. WARNING LIGNTS MOUNTED ON PLASTIC UHUdS i. Type A flushir� varnTnp Ifghts are irctended to warn drivers that they are approaching or are in a potentiaily hazardous area. Z. Type A randan ftashtnp vornfn9 �19hts are rat Iretended for delineotion �d ahail not be used in a series. 3. A series of sequentlal fiashinp xarninp liqhts piaced on channeliztnfl deviaes to fiorm a merptnp taper moy be used for dellneafiion. If used, the successive flashinq of ths eequetrtiaf rorning iiqtrts ahwid ooaur fran the 6sQfnning of the ioper ia the end of the mergSng topar in order to iden4ffy the desired vehlaie path. The rofie of filashinq for each Ilpht sFwll Ce 65 flaeh�s per minute, p�us or m(nus 10 filashes. 4. Type C and D steady-burn varntnp IiQhts are Irttended to be used in a serTes to dettneate the edqe of the firavel Iarte on detaurs, on lane changes, on lme closurea, and on other s(mllar conditions. 5. Type A, Type C and Type D rarninq 114hts ehall be instailed at Ixvtions as de4aited on other aheets tn fhe plans. fi. Warninp lights shol! not be installed on a drtm thah has o siyn, chevron or vertical pmel, 7. The mmcfmm spacinp for rrarntnp fiyhts on druns shauld be ideretfcal to the channelizTnq devfce apaalnq. WARNING REFLECTOHS MOUNTED 4N PLASTIC DRt�15 AS A SUBSTITllTE FOR TYPE C tSTEADY 6URNi NARNTNG IIGHTS t. A warninp reflector or opproved substitute may be mourrted o� a piastic dnm as a substitute for a 7ype C, steady burn warntnq Ilpht ot the discretion af the Cortfirxtor unless othervise nofed in the plans. 2. The Warnin9 refieatar shail be yelloW In color and shall be rtanufaotured usinp a siqn subet�ate opproved far use aith plastia druns itsfied at ths CYfZTCD. 3. T,.he var'r�Iny refleator shotl hove a minJmum refirorefleotive surfwe areo (one-side) of 30 &quare inches, 4. Rourtd refhaalcr� shaif be fuliy refleotorized, ina►udir�g the area vhere attacfied to the drun. 5. Square sutrstrates aasa# have a minimm of 30 square Inches of refleatorized eheetinp. They do not �iave to ba reflectorized vhere it attxhas to the drun. 6. The stde af ttte rarnlnq reflector faarr� ap{�r�achtnq traffic sha11 have shasttng maetlap the color ond retroreflectivity requirements for DMS 8300-Ty9e Q tNon-iluorescem Prfaiwtic). 7, when-used near tro-ray trofftc, bofh stdes of the aeerninp reftector shatl be reftectorizad. 8. The rarninp reflector stwu�d be mamted on the side of the handie nearest approaching traffic. 9. The mo�cimm spac(ng for aarninQ reilectors st3ovld be l�ntical to the charmetizinp dev(ce spacin9 requiremersts. e o 0 e O o • o o Sequerrttal Chevron • O O e o 0 c o 0 s O O • m O e e O • e O @ 0 @ • o � e o � � e o e o 0 AEDUFREAtENTS MINIMUAi �fINI6A1td MINT6,ItM.1 NUMBER VISIBILITY TYPE SIZE Of PANEL LAl.�S DISTANCE B 30 x 60 13 3/4 mile C 48 x 86 15 1 mlle ATTENTION: Fiashing Arrow Panels sha U be equipped with automatic dirtming devices. WHEN NOT IN USE, REMOVE THE ARRQII PANEL FROA1 TNE RIGNT-OF-WAY OR PLACE THE ARROri PANEL BEHIND CONCRETE TRAFFIC BARRIER OR GUARDRAIL. it. 7he Flashinp Arrow Panel sholl be motaited on o vehicle, traller or o4ber sultoble support. 12. A Fiashtnp Arrow Panel SHALI NOT 8E USEq to laterally shlff traffio. 13. A full mvtrix PCMS may be used to stmulote a Ffashfr� Arror Pmel provldad it meets visibility, flash rvte and dimning requiremerrts on this sheet for the same size nrrar. 14. Minimum mouitinq hetqht of trailer mounted arrw pmeis should be 7 feet fran roadray to bottan of pansl. TRUCK-MOUNTED ATT�NUATORS 1. Truck-manted ottenuators (T1iA) used en TxDOT faciltties rtust meet fifie requiremettts outlined in the Natlonal Cooperatfve Hiph�+oy Research Report Na. 350 (NCHRP 3S0). 2, Aefer to fihe CNZTCD for the requiremerrts of levei 2 or Level 3 7AUls. 3. efe to the dates s tn the C C' R r hom WZT p.to ensure that the 7MA meets fihe afle requiremenfis and the crashvrorfihiness crfterio est�lished by the Federol HfpMvoy Adninistratton tFHriA) for TA4As. 4. Reter to the CMIZTCD for o Itst of approved TMAs. 5. TMMits are required on fresways untess ofherwfse rated (n t h e p lans. 6. A TA1A should be used myttme that it opn be positfoned approxirnafiely 30 to 10o feefi in advanae of the area of orew exposure r(thout adversefy affeo�F(nq fihe vork perfo�e, 7. The only reason a TMA should not be requfred is vhen a+rork area is spreod down the roadvoy and the vork cre� is an extended distance fran the 7MA. STANDARD PLAMS �Texos Departmerrt of Tronsportatlon Troff/c Operatlons Divlalon BARRICADE AND CONSTRUCTION ARROW PANEL, REFLECTORS, WARNING LIGHTS & ATTENUATOR STANDARD 7 of i2 BC (7) -07 (C�7xD0T 11-4-02 ��-TxD07 'a-TxUOT ���-TxDOT R�-7x00T ANu�ar I minin I u a( r[s.xu �c ewm s�r � 9-OT I 6 I %'� IWf1Y [O�l,�il ! SFCfItN I �ID NIGMT E i � � � 167 1 i C 0 TL c m o > v-om O U j T � C� t t 3 � L - o+� z--rn`, _c: =�A+ .0 •�7 � Q C N o m a� a � U N •- 0 N t L m 0 o a 1. c E - a a - N 'O G E L L u=i � mmu� - do+ c� � c� o v wxt N ~ } X L m a�m� r > � _ _ � o - O U mv�c L t •- }L� T 3 O n � �r m o 0 c a L L N = a� � +- o a E � T L N O 4- v o m _ L 4-L �° H o co o c� a N F- + v �) T L •- ,a o +mc vo �4-0+ wo��n H O7 fq 1� d W •_ " U 7 U t �LC4- nr� o ' � a _� �, � P M � N W ^ <o m '�^m ar- c � m wr � J �" � m � � __r m Handle I 18" min � 9/16" dTa. f4YPl '° I for mourrY i ng Top ehauld not ( siQns and allow coliection Varnin9 �fghts of rater or . debris � 4' max °' � 4' mfn Eaah drun shali have 8. � a mtnfmm of 2 oranpe ityp� and 2 r+iiite str(pes � ustnq Type C retra- ........................... refieotfve sheetin0 ....................................":::::::: ........... Z� � ""�" with the top strtpe tfyp.� being aran9e. I c � - � .............................................:.. Mv . ........ .............. .................. . , _ w 0.07" mmt x Taper to allov � .- t'or stacking a minimum of 5 �' _ druns .-- � i � .� � 8ase (36' �d � 1 C�I�. IIIl7X) GENERAL NOTES 1. For lonq fierm stationary vork zanes on freevoys, druns shail be used as the prtrtary chmnelfzinp dsvice. 2. For fntermedtate term stationary r'ork zones on freerays, drims shouid he used as the primary channelizir�g �evtce but may be replaced tn tarqertt sectlons by vertical p�als, or 42' �.'o-piece cones. In tanqent sections one-plece cones moy be used vfth the app��val of the Enpineer but mfy tf peracnr�el are present on the project at ��I times to mointain the cones in proper positien and Iocation. 3. For short term stationary vork zones on freaways, druns are the Rreferred cha�viei izinp device but moy be replaced in tapers, ��''vtsitions �d tm9eirt sections by vertfcal ponets, tro-piece canes ar orre-pte.`4 cones as approved by the Enp}neer. 4. Oruns �d aii related ttems shall camply vith the requiremam; of the currerrt ver&Jon of itre '7exas Almual on Un(form Traffic Cartrol �evices' tTMUTCD) md the 'Compitart Mork Zo�e Traffic Control Uevices List` tCiYZTCU). 5. Druns, bases, and retvted mafieriais shall exhibtfi qood �a-Ianmship and shofi be free fran obJection�le rtarks or defeats that r�ould adversely affect their appearance or serv(ceability. 6. The Contraotor shall tx.:s a�.::��Nn of 24 hours to repiace W.y plastio dru�u iderrtiffed for reqSocrarerrF by.the Engineer/Inspector. The rapiaae- ment devi�c xatst be asr approved' d'eviba. CENERAL OE5IGN REQUIREIIETITS Prequalifted piastic druns shall meet the followinp reQuirernents: 1. Ptastia drun�s shall be a tro-pieoe dest9n; the 'body' of the drun shali be 4he top portfan and the 'base" shail be ttie botfian. Z. The bady and base shaii ixk topether In suah o mQx�er that +he body seporafies fran the base vhen impacted by a veh�,^,ia TfQYBITIIQ Q} a speed of 2o AIPH or qreater but prevemts accider;a� separotia� dua to nornial hmditrtq md/or air turbuience cre�`ad by passing vehioles. 3. Piasttc druns shatl ha con.��;.;cYed of Ilqhtve��rF �flexible, and defornable materlals. The Corrkractor shai) NOT use metal druns ar s(r�qle piece plast(o druns as chamei(zation devtces or sign supports. 4. Druns sfiall presertt a proflle thaY ls a mintmim of 18 inches in vidth ot ths 36 inch hsipht rhen viewed tM�.s� my dtrection. The hetyhi of drun unit (hady instafled on base) shall �e a minim�m of 36 inches and a mwcim�m of 42 fnches. 5. The tap of the drun shail hava a built-in hma�5.s 5qr aasy plcktp and shall be desiqned to dratn ruier and not coliect dabrb�. The handle sha(1 have a minirtun of tra ridely apaced 9/16 inch diur�etar l�otes to al low attxhnent of a rarninq Itqht, rarninp reflector unit or ap}�rovecC campiiamt siqn. b. The exterfor oP the dnm body shall have a minimim of four oiterna+inp orwipe and rhite retroreflective circuaferential stripes not less than 4 lnches nor qreoter than 8 tnches In xidih. Any rwn-refiectorized spxe batxeen any two adJocent stripas shall not exceed Z inches in ridfih. 7. Bases shall hwe a maxim�m ridth of 36 fnches, a maxtmm heighi� ot 4 inches, ond o minitnm of fivo footFwlds of sufficferrt size to aiton t�ese to be held down rhile separatinp the �un body fran the base. 8. PlastTc druns shail be constructad ofi uitra-vfolet stobilized, oranpe, hJph-denstty polyethylene iNDPE) or other approved materlol. 9. Drun body &halt have a minimtm unballasfied veTqh} of 7.7 ibs. attd maximem unl>alfasted ve3Qht of 11 )bs. The woi! of the dnm body shali be o minimim of O,Q7 inch in tM ckness. Wel9ht ofi �Y drun suppiied shoti nofi vory more tiwn 0.5 Ib. ircm that af the P+'�4�alified sonpie, tO.Orun aid bose shal I be morked wfth namwiacturer's nane md rtqdel rxnber. RETROREFLECTIVE SHEETING L 7he sfiripes used on druns shall be constructed oi sheetinq meetfnq the oolor and retroreiletrtivity requtremerrts oi De�+men'Ia� Mater(ais SpealftQatlon �MS-8300, "Flot Surface Rafleotive Sheettnq." Hiph 5peoTffo Intensity tType C) retrorsfleotive sheettnp shal� be supplied unlase otherwfse spaoified in tha plons. 2. 7he sheetlnp eholl be sultable for use on and ahall acfiere to tfia drun surfeca such thot, upon vehicular Impact, tha aheatinp shail rertatn adhered In-plaae and exhlblt no delaninatfn0. oraohfnq, or toss of retrorefleotJvltY other than that loss due to abraalon of tfie sheetln9. surtaae. 6ALLAST i. Unballasted bases shali be torqe enotr�h fio hold up to 50 Ibs. of sand. Thls base, When fliled with the holiast moterlal, should veiqh bstxeen 35 ibs lminimm) and 50 ibs Imaximml. The boliasf maY be sand in one to three sandbaps seporate fran the base, sand ih a sand-filled plastio base, or other baliastinq devices as approved by the Enqineer. Stacking of sandboQs xfll tre allaved, hovever heipht of sandbaps above pavemeret aurface moy not exceed 12 Inches. Z. 8ases +uith built-in baHost ehofl weiph betreen 40 lbs, and 50 lbs. 8utlfi-in ballast oan be constructed of an infieprul crurb rubber base or a soitd rubber base. 3. 7he bailast shail not be heavy obJects, vater, or a�y moterfai that douid becane hazardous to motorists, pedestrtms, or workers vhen fihe drun 3s siruok by a vehiole. 4. When used in repions susaepti6le to ireazlnp, dnms shall have drainaqe holes fn the boftans so thot rotar yi!! not colleat a�d freaze becanin9 a hazar� vhen struok by a vehicie. 5. 9allost shati not be piaced on top of drurks. 6. Adhesfves rtay be used to sacure Dase of druns to pavemertfi. �� 24" �� " ' 't . - 18' x 24' Sign 12" x 24' (Aloximm Sign Dimansfon) Verticai Pmel Chevron CNt-B, OpposinQ Traftic Lane npunt Wtth dtagonals Dfvider, �rtveway siqn 07Ua, Keep R(qht siopinq do+m towards R9 series or other sipns as approved trovel woy by Enqineer Plywood, Aluminum or Metal sign substrates shall NOT be used on p I asfi i c drums SIGNS, CHEVRONS, AND VERTICAI. PANELS MOUNTED ON PLASTIC DRUMS t. Stqns used on plastic druns sholl be manufact+red using ' substrates listed on the CWZTCO. 2. Chevrons caid other work zone stqns rith on oronge bockqro�aid sha)I be mahufaatured wfth Type E tFluorescent Prismatin) sheefitnp meatirp the coiar and retroreflectivity requlre- ments of OMS-8300, "Siqn Face 1lafieriai," unleas otherwise speciffed In the plans. 3. Vertical Ponels shail be manufoctured vith or�e and rfifte sheetinp meetinq ttoe requiremerrts of DFIS-8300 Type C(Hiflh Specifia lntenaity). Diopona! strtpes on Verttcol Pme)s shoil siapa dom towm-d the fntended traveled lane. 4. Other siqn messaqes {text or eyrtbolFc) moy be used as approved by tha Ertpineer. Siqn dimensions shall not exceed TB fnches [n widfh or 29 inches in heiqht. 5. Siqns shaU be fistalled usinq a 1/2 tnch bolfi tnominal) and nut, tvo vashers, ond ohe Ixktnq rasher far eoch connection. 5. Mo�artinp boits and nuts shaii be fully enpaped and adequotely torqued. 8olts shouid not exfiend more thai i/2 inch beyond nuts. 7. Chevrons moy be placed a� �iruns on tha outslde of at�ves, on merqinq tapers or on shifting tapers. When used in these tocations they may be ptaced on every dnm or apoced not more thrn on every third drun. A mintmm of three (3> shouid be used ot each iooat(on colled for fn fihe plans. 8. R9-9, R9-10, R9-17 and 89-11a Sidevalk Closed siqns rhfch are 24 inohes wide may be maunted on plasfic druns, rtth opprovai of the Enpineer. C►tlt-6 ��- �, '��-�-•� .,_) i , 12� i i 8' 36' 45° �. °, � i 9" Orarspe �\ ,.. \ DIRECTION INOICATQR �ARRICAQE 1. The Directlon Indicator 9errloade moy be ueed in tapers, transttions, end other areos where apeoiffa dl�eotional 4uldanoe to drlvers is neaessary. 2. IT used, the Directlon Indicctor Barrloade should be used In serles to dlrect the drivar throuDh the transitlon and into the tntended t�avel lane. 3. 7he Direotion Indiootor BarrTaade shali oansTef oi One-Otreofiton lvrqe Arrov tCWt-6) siqn in the stza shorm rtth a blaok arrrn+ an a backpraund of Type E Pluopreacent PrTamatlo OranOe above a ratl rifiti Type C Htph Speoifio Intene(ty retrorefleotive ahaetin0 (n alternation 4" rhite and oranqe stripes slopinp dowrnord ot an anqle oi 45 deprees tn the dtreotton road users are to pass. q. Doubie arro+�s on the Direotlon Indteator Barrioads v+tli not be afiowed. �. Approvad monvFooturera ore shown on the CvtZTCO List. Bollas+ aholl be as approved by the rtqnufaoiurers tnstructTone. STANDARD PLANS � Texas Departrr�nt of Transportatlon Traffic Operatlwxs Dtvlslon BARRICADE AND CONSTRUGTION CHANNELIZING DEVICES STANDARD 8 of 12 BC ( 8)-07 UC 7xDOT i1-4-02 ��-7x007 ��-7xD0T �ur-TxDD7 Gu-ixD07 xtvutva I nuin n`�°o'�` rEuxu. uoxaur sm - 4-03 I I 9-07 � 6 17 j w'rtr i mrtax � sma � ,m � xia.ar I t08 c N C N a � �oa� O U tn • T � 7 = O�i- L 1. v w°- o o+� Z- c = =�.O + - +�-- O +0 7 = a c � - o m ma� , U � U L C E a o N U - C � L -ao m o+ � o a`�i w�L - a . a x t m wmL E- > � - = m o O U N N C L t •- � + t L T 3 O n � v- � N L moo L aN > ao - rn�a = m o v- _ L L o�+ co ° +°�+ wh w T� • � o +ao w o E h �mv�m . a m _ .... U � � �F- �m� OVL-Y O .------. U U a -� �,- ��,P� � m � N � m Q�� �a Qm � m <.r o�c w� �� P M � m N '�" ^ h B' to t2° �� 4' 45� 4 � � 4" VP-1l Fixed Base Surface v/ Approved �� RoadWay Adhesive _ Base�Surface FIXED «�9id or self-riqhtinp) a^ to �z° � �' q. 2q' mir�. 4` 4' i � (Rf9ld or seif-rfghtinqJ �oRrae�� CNANNELIZING DEVICES VERTICAL PANE�S (VPs) . ;" to t z" 8' to 12" �---� iE-�i �o > d 4u > v , 2q° �e mtn. m 45° 9" o - 0 0 4� C VP-1R , w E ,�� e'to1Y � R C E c N 0 _ fn �v���i`���% RIqId �,�'rs'/.� ♦�\ Support 18' -��- Seit-righting embedment� � �; SUPPort d9pttl , � v DRIVEABLE V 1. Vertica! Panels fVP's) are normalty used to channe)ize trafifo or divide opposTng lanas ofi traffio, 2. YP`s may ba used in doytime or nlphttlme situoitons. They may be used at the edpe of stroulder drop-offs and �- other �eas such as tane trmsttfans rt�ere positive daytime and niphttime deiineation is required. The Enq3neer/Tnspeator shaii refer to the Roadroy desiqn Marwal Appendix 6'Treatrtient of Pwettient �rop-offs In riork Zones` for additfanoi qufdelines on ttre use of 36° yP�� f� �op-offis. min. 3. YP's should be mamted baok to back if used at the edqe of cuts adJacent to ttiro-woy tro I�e roadways. Strlpes are to be refileotive oranpe and reflective rh(te md should olwoys slope domrcrd to�vord the trrnel lons. 4. Vp's used on expressvays and freevays or other hiqh _ speed roodrays.shell hava a minlm�m of 27o squ�e inches af retroretieotPve areo faclnp trafftc. 5. Self-riqhtinp supporte are waFlabte rith port�le bese. See 'Canpifarrt Nork Zone Trafftc Control Oevices Llst" tCMZ7C0). 6. Sheetinp for the VP's shaii be retroreflective Type C � 1�' (Niqh Spectflc Intanstiy) conformtnq to Oeparfinemtoi Materfai Speciftcation DMS-8300, �less noted othervtse. 7. Nhere the hefqht of refiecttve materlal on the vertinai panel is 9reater thm 36 inches, a p�ei stripe ofi 6 Tr+ches shali be used. MOLlONI OR WATER &ALLASTED SYSTEtAS USEO AS LONGTTUDINAL CNANNELIZING DEVICES OR BARRIERS LONGITU�INAL CHANNEIIZING OEYFCES � �_"' 1. Lonqitudinat channs Hztnp devtoes are crashworthy, 1(phtreiqht, dsforrtabte dev(oes thvt are hlflhly vlslble, have qood tarqet vaiue md c� be connected topether. They a-e not desiqned to corttatn or red(rec-F a vefiicie on Impact. 2. Lonpftudinai channetfztnQ devices may be used instead of a line of aones or drtms. 3. Lonq)tudinal ch�nelizinp devices shail be piaoed ln acoordance to application and instaliatton requlrements speaffia to the devfce, md used oniy rhen shorm on the CY2TCD list. 4. Lonflitudinal channelizlnQ devices should not be used to p-ovide positive profieotion for obstacles, pedestrions or rrorkers. 5. Lanpitudino! ctwrvseliz)np devices sholl ba refirorsflecttve, or supplemanted vith ratroreflective deiineatton as required for tempor-ary b�rters on BCfT)-07. tlATF�i BALLASTED SYSTEa15 USEO AS BARRIERS i. Wafier batlasted syste+nc used as barriers shall nofi be ased solely to chav�ellze road Ussrs, but also to proiect tha +�+ork spaoe per the appropriate NCHRP 350 arashwrorthiness requtrert�artts based on roadwoy spaed md barrter upplicotlon. Z. Wcrter ballasted systems used to ohQnnelt2e vehfcufar traffic shall be supplern�;nted rith refiroreflective delineation o� ohannelizin9 devioes to improve daytime/ni�htfiime vielbtlity. They may also be supplemenfied rith povemani� morkin9s. 3. Water ballasted systems uaed as barr(era shatl be piaced in accardmca to apptiaation and instatlotton requlrements speotfic to the deviae, and used oniy rtien shom on the CYRTCD Iist. 4. Water ballasted systwns used as bcrriers sh�Fd•�:,srE be used for a merpfnq fioper excepf in lov apeed (less than 45 A4'H1 urban areos, IYhen used on a fiaper in a Iov apeed ur� ar-e�. the taper shali be delineated and the taper lenqth should be desiqned to optimize rood user operafilons considarirtq�the waifable qeanefrlo conditTons. 5, when voter bailos+ed sys#ems used as barriers have blwi ends exposeet ta �raffia, tt� a5�auld be nttenuated os per mmufacturer recomnendqtions or flared to point at#side the ciear zone. If used to cfwruieiize pedastrians, IongTtudinol channelizing�devfces or vater bal(asted systc�ns must hove a cantlnuous detectuble hattar�for usera of lonp canas or�d the iaD of the unit sho)1 be not less thon 32 inches Jn haight, CHEVRONS {�- 18' --''1 � 29' 36" ._1L.-. Fixed 8ase w/ Approved A�esive lOr(veahle 8ase, or Flexible Support con be used) GENEFdL NOTES: 1, Wcrk Zone charutelizln� devlces illustrnted on thia sheet moy be insfio)ied in �lose proximity to traffic and �e suifiable for use on hiqh or iwv i. 7he chevron shafi be o vertical rectan4le with a speed roadwoys. The Enpineer/i�spector shal! ens�a-e tha�F spaoinp and mfnirtun size of 12 by 18 tnohes. piacement is �niform and ln accordance rith the "Texas Mmual on Uniform 2. Chevrons ore trrtended to qive notice of o sharp 7roffic Control Oevtaes" (TMUTCD). chanpe ofi oiiqrnient vith the directian of travei Z Chamelizing devtces shrnm on thts sheet may have a drlveabie, fixed or and provide additienol enphosis and puidrnce for P�"}able bose. The requiretnent tor self-rfghtinp chamelixir�q devices nust vehJcle operotors vlth repard to changes In t�e. speoffted Jn the General Notes or afher plan sheets. horizorrtai aiiprmeRt of the roadeay. 3. Channelizinq dev(cea on self-riqhtin0 supports stauld be used in vork zone 3. Chevrons, rrhen used, sholt be erected on the out- a'eas rhere chanristtzing devices ore fretg�ently itrpocted by errmt vehicles slde ofi a sha�p curve or turn, or on fhe far side or vehiole relatad wfnd gusfis makfng alfqnnant of the ch�nelizinq davioes of � interseotton. They shafi be in Ilne vffih difiicult fio mo(nfia(n. Locvttons of these devices shall be detalled else- and at ripht cngles to opproachtnp troff(a et?ere in the plms. These devices ahall conform to the T►NTCp �d the Spaainp should be such that the motorist olWoys "Ccmplfarrt Work Zone Traffic Corttrol Oevices L(st• �cwzrcor. has three In view, untli fihe chanpe in aliprn�ent q, 7he Contractor shali mointain devices in a alem aondifiton md replaca eliminates its need. daswped, rwnrefleativa, iaded, or broken devicas and bases as required by 4. 7o De effeot3ve, the ohevron should be visible tt� Enpineer/Inspectar, 7he Confiroctor shail be required to mafrttaln proper for ot least 500 feet, device spacinq md aliqtmertt. S. Chevrons shall be aranqa wffih o btack tsorx-eflec- 5. Partabte boses shall be fobriaated frart virgin and/ar reaycled rubber. The tive leqend. Sheetinq for the chavron shall 6e pa�tahle bases shali velph opproxtmately 35 Ibs. retrorefleafiive Typa E iFiuoresaent Pr(s�nafi(o) 6. Pavement surfaces shall be prepared in a monner that ensures proper bondthq cor�forminq to Departmyntal tAaterial Spectfilcvtian between ths adnesives, the fixed motmt bases ond the pavemerrt sicface. UMS-8300, iniess rwtad ofihervise. The leqend dc�esives shall be prepared md applied aocording to the mmufiacturer's shoii be blaok vinyi non-refleotive deoal sheat- reaumiendotJons. inp maettnp the requfremerrts of DA15-8300. 7. The inetallation and removai of ch�nelizinp devices ahall not cwse 6. Far lon4 7arm Stationary use on tapers or detrimerrtal effeats to the finol pavement s�faces, lraludtnp puvement #ransitions on freevoys and divided hfqhvrays surfixe disnoforotion or surface i�tegri+y. Drlveable 6ases shall not 6e seif-riqhttnq chevrons rtpy be used to supplement parmitted on ftnai pavement surfaces. The EnQirteer/Inspectar shul) aDprove plastfc druns but nofi to replace plastlo drums. dll oppiication and removal prxedures of fixed bases. e. Exarples on this sheet ca�e oamionly used charmelfztnq devtaes in +rork zones. Far o}�r devioes, refer to the CYIZTCU. OPPOSItdG TRAFFIC LANE QIVIDERS (OTLD) �� CW6-9 r ` 18` ( 36" v � ^ Pmels � rtaunted back to bactc � Portable, ftxed or Urive�le 8ase moy be used, or moy be mounted � � tN'uns. 1. Opposin0 Trafffo Lane Dividers (OTLO) ore delineation devtces desipned to aonvert n normal me-�rcry roadvoy sectton to tao-way nperaticn. OTLD's ora used on te�npoi-ary centerlines. 7he upword ond domward drrors on ttse siQn's face tndicate the direotton af traFfic on either sfde of the divider. Ttte bose fs seaured to fihe povemenf w({h an ad- heslve or ruhbar rrei�hfi to minimize movement coused by a vehiale impaat or vind gust. 2. The D7LD moy be used in carbination xith sirrpie tuhutar morkers or VPs. 3. Spacfnp beta�en the 07LD shall not exceed 50D feet. Tubular markers or VPs plaoed betveen fihe QTLO's shoutd nat exceed t00 foot spao►n0. 4. ?he OTLR shall be orcnpe vtth a block non- reflect[ve leqend. Sheetinp for the OTLD shafi he retrorefleotive Type E(Fluorescent Prisnxifiic> canformtng to Departmeritpl Moterial SpecffTcation OMS-83Q0, tnless noted othervtse. The lepend shali be biack vTnyl non-reflective decai shee+ir�q meetir�q the requtrernents of Ci�tS-8300. i � Mtn}mm Dealrable Suppeeted Wxlm�m Spaolnp Toper LenOtha ��E ot ctwnnellzinp Devioea . Poeded F�la 10' 11•`. 72' On a On a Speed Of{aet OHeet Offee+ Taper TenQent 30 ? 150'165' 180') 30' 60'-75' 35 L= 6O � 205' 225'� 245'� 35' 70' -90' 40 265' 295' 320'� 40' 80'-700' 45 � 450' 495' S40'� 45' � 90' -7 1 O' 50 500'�550' 600'� 50' 10p'-125' 55 L-WS 550'�505,�660' 55' I110'-140' 60 600' bb0 720' 60' +72b'-150' 65 650'' 71 5') 780 � 65' � 1 30' -165' � 70 700' 770' 840' 70' 140'-175'� 75 750' 825' 900'� 75' ' 7 50' -1 BS' � eo � eoa�� aso� sso�� eo� � 16p• -i 9s�1 �7oper lenptha have been rovxbd oi�. L-4enptA ot Taper fFT.) V-tlfdth of Dftast tFT.) 5-Poated Spaed ILPHI VERTICAL PANELS & OPPOSING TRAFFIC LANE - DIVIDERS SEPARATING 7W0-WAY TRAF�IC Refer to BC ond/or TCP_�, o +� sheets for opprooch , �o(��� lTyp i ca ! app I i cot i on) \ requirements. � o �, Canterline \ ,%o � _ - � \ � CS G�� _ � - G� e� �� - ,6& - - - - - .. ' - �--�' o �Y 7r. __.���� _- -'---�'r,= ---, - - _- - -- -� - 4' ' � I i = - � _ b �`a e� � � �"' � '� C E-L��� �� L� �U � +� + �+ eoo� � L � �,. STANDARD PLANS � " ,� Texas D�sp�artment af Transportc�tlon �� �� '" �� . Traff/c Operallms ONIslon BARRICADE AND CONSTRUCTTON OpPosfnp VP or Z� Tubular Divfder ►1rn'ker Opposln0 Opposin9 yP or Lane Lone 7ubular Aforker Divider Divider � QSpaainq bet�+een the YP's or tubular markers ahall not exceed 100 feet. Qn roadvoys with speeds less thc� 45 MPH, spacJnO �'�en the tu6ulor morkers or YP's ahall be as shom on the channei�zlnp spacin0 table shown ,r this pape. If the tayle ahovs apaoind 4reater than 100 4eet based on the roadWoy speed, then use a maxfm�m of 10D feet spacJnp betxeert the tutrular markers or VP's. Every f)fth ohmnelJzing device sholl be en OTLU, exoept mhen the OL7D must be xceed SOD`feet. spaced closer to occanodate an intersection. Spacinp between ffie OTL� ahall not e ' CHANNELIZING DEVICES STANDARD 9 of 12 BC (9) -07 �c 7xDDT 1f-9-02 J�-7xD0T )�-Tx�OT �R�-TxUOT �-Tx�OT R1351IXf I OItfI1ICf I k�ciw I i�.LLAlOH0..ER AEf 9-07 I 6 �� � 611fiT I WifR1 � 7�ti141 I Jle I N]G11AT ��9 � f 7YPE TII BARRICADES � 0 7. Refer to ihe Canpliotrt Ytork Zone 7raffic Control Qevices ltst fCNZTCO) � fnr detolls of the Type III 8arrioadee and a Itsfi of aIl moterials ,, L used irt the constructJon of Type Iil Borlcodes. 2. Type III Barricades shail �e used at each end of constructian � ° c pro)eats ctosed to oH traffic. o°a m- 3. Barrlaades extendinp across a roaduoy shoufd have strtpes thvfi slope �,�, '- dornword in the dtrection taward vhich traffto must turn in detaurEnp. Mlhen both right �d left turns are provided, the chevron strtping may o}} - siope domvard in bofh directtons fran the cerrter of the barricade. � L a e ° where no turns are providsd at a olosed road stripiny should slope 3�' ° down+Jard i� both direations toYard the cer.ter of roadr�oy. �+�- 4. Strtpin9 af rails, for the ripht side of the roadway, shauld slope z° ±�° do�rnvard to the laft. For the lef� stde oi the roadroy, strfpinp . should slope do�rnward to the rf9ht. °�.. �� 5. Identtfication mprkinps may be shom oniy on fihe baok of the ( a � N borrlcode roi is. The mmcimm he)ght of letters md/or caripany ioqos a v used for identificatton ehail be t'. o� N 6. 8orrtcades shal! not be A��ed parallel to firaffic uniess an adequate } L m ciear zone is provided. " 0 0 0 7. fYarninq li9hts shall NOT be Instatled on barrJcades. � �. c E 8. Where barricodes requtre the use ofi weiphts to keep fran turninp over, ��n v° the use of sandbags vith dry, cohesfonless sand is reaarm�ended. 7he � j o sandbaps will be tled shut to keep fihe scnd fran spillinp and to i� maintain a constant weiqht. Sand bags shalt nof De stacked Jn a marmer w a+ that covers my portion of a barrioade raile reflectfve sheefiinq. � —- Rook, ooncrete, Iron, steel or other solid obJects vtlt N07 be � �a o v', permifited. Smdbafls should veiqh a minimtm of 35 Ibs and a maxim�m of W�°L' : 50 Ibs. Sandbafls sholl te mada of a durable mafierTal thot tears upon � vehicular trtpact. flubber (such as tire fnner tubes) sholl not be Used � o o fior sandbaps. Sandbaps shali only be pinoed alonp or upon ths basa � w m L supports of ihe devtce a�d sholl not be suspended above yramd level ' �"' a', o or hung �ifih rope, vire, chains or other tasteners. � � y c 9. 5heetinq for barricades shall be r�etroreflective TyAe C fHtyh L+•- Speoifio Intenslty) confnrming ta DepartmerrFal Ilaterial Speafilcvhion � 3� DMS-83Q0 unless otiierrise rroted. � � � �Qo � Barricades shall NOT ;Qo be used as a sign support. ' U T L v1O4 TYPICAL STRIPING OETAIL FOR BARRICAQE RAIL �� o v°- + 8. Width of � o o � � � Reflective nartinat, Sheetinp +°� F+° 45° 6. 6, 7 inches. _ y T� L� v TYPICAL PANEL DETAIL }�o FOR SKID OR POST TYPE 6ARRICADES w o E N N 4' min., 8' max. ' qN N N �_ ' y"" J 7 L U D } �• �' �y ' 1/1 4) C �FL-Y O � N . m v � N Stlffner `;� �`�.�_�I�: � Ftat raii Stlfifner may ba Inslde or outalde of support, but rw more fihan 2 stTffieners shall be alloved on ona barriaade. U U a _� ��M P � 1� N �, � N � e w- �- �m 0 � �� � �� u9 N � 4 r, °' in N m v ` _'- TYPE III BARRICADE (POST AND 5KID) TYPICAL APPLICATION Each roodway of o divided highway shail be barricoded In the sane m�ner � �'-�,-J- �� � � � ►• a � -a --"" t'"" -�'-'�`�/ � 30 feet � ^" - .ci � � ! .�a'� . PERSPECTIVE VI�W Detour �� Roadway The three ralls on Type III barriaades shafi be reftectortzed oranQe and reflective rfilte atrtpes on one sids facfng one-doy trafffc �d bofih sfdes for trlo-woy trafflc. Barrtoade strfpinq should slant dovmward in the dlrection of detour. i. Siqns should be mounted on independerrt supports at a 7 foat mourrting hetph+ (n center of roadvay. The stqns should be o minimm of 1D feet behlnd Type III 8arrioades. Z. Advance sfgning shail be as spectfiied etsewhere tn the plans. CONES ��6" min. 2" mf n. �4" min. 2Qn mtn. 1 � 3��_q�� _:: �4" mtn. orange 2" min. �4" min. white 2" min. .•`;� �4" mtn. orange 2" min. 4 min. white 42" min. Twa-Piece cones Aiternate Z�AFFIC CONTROi, FOR MATERIAL STOCKPILES Aiternote�� � � Approx. Druns, vertiaal pcnels or A2` canes qpprox. � � +� 50` !�_ ot SD' moximun spaclnp 1)` 5D' �� � . C I Min. 2 drtms or i Type III � barr(aode � �\ � Vi/ On one-Woy roads dornsfirean drttns or barricade moy be an(tted here Mln. 2 druns or i Type III STOCKPILE � b/arricade C � ❑ Q ❑ ❑ Desirable stookp(te iacafiton Chonneltztnp devtces �allei to firoffic is outside should ba used when &i`�lie is oleor zone, _ rf+htn 30' fran travel ira3e. r e � - �� � �� ` � .� � b ROAD .�� R� ��2 CLOSED n TE G20-6 �p'prralGial M4-lOL �. [�bt1�i , ( � ✓ J ._' _! _/ �`,_�. � �II' � 10' � m i W W B' max. IenQth Type III Barricodes PLAN VIEW 3��_q�� , � 2�� max." 3° min. 6" min. � 2" mtn. = 2" ta b" 4" mfn. � 3" min. 28" = 28" min. � min. 1 � 1 One-Piece cones Tubular Marker CULVERT WTDENING 0R �THER ISOLATED WORK WITNIN THE PROJECT LIMITS � 1_���� _!'�- � t. Where positive redirecttonal i, ` _ capabflity ts provided, druns � � moy de anitted. � " � � 2. Plastic constniction fencin9 ,` may be used with druns far � � safety as required In the plans. � �� 3. Yerttcal Panels on flexible support moy be s�sttiuted for cb�uns when the A � Typical shoulder wtdth fs less than 4 feet. \ Piast(c Drun q, y�n the stwuider width is qreater than 12 feet, steady-burn Iiqhts PERSPECTIVE VIEW �Y ��itted ifi druns are used. Thase druas 5, pruns rrust extend the lengfih are not required of the culvert widening. on ane-roy roadray � I Increase nutber of plastic druns on the � stde of opproaching frafftc ifi fhe crom ��---"'" vldth makes i+ necessary. (mtnfm.m of 2 � and moximm of q druns) � � � � �'� � t0' mmt. 70' jtqx. 10' mox. PLAN VIEW � � ��_ � ���� � � A mfnfmm af f�o druns shafl �� 6e used aoross�the Work prea. d8" Cones sholl have a minimum weight of 9 1/2 Ibs. 42" 2-piece cones shpll have a minim�an weight of 30 Ibs. including base. 7• Troffic cones and t�bular markers shall be a minimm of 28 inches in heiyht rhen ❑sed e►ther on freewoys or at nlqhittme. �- �bo ar 4ubulor markera ahall be predanin�tily oranpe, fluorescent red-ormiqe, or q(uorescertt yeilow-oranpe, They should be kept clean ond brtqht for mmcimm �+isibi 11ty. 3. C�s used oniy for dayttma operofitons do not requtre the refleafiorized Cands. 4- �ones md tubular markars used tor nlqhttlme aperations shall be reflectorized. Reflectorized moierial shoil have a smooth, sealed arter surfxe fihofi dispioys "�he sane approximate color durtnp the day md niqht. 7he reflectorized bmds �hall be retrorefleotive Type C iHfqh Speatfilo Intensity) canforminq to aepartmentat Uoterinf Specificatiort DMS-8300, �iess otherwise noted. 3• �hen used at nipht, appropriate persome) shall ens�e that cones and tubular �arKers remain in their proper Ixotion and tn � upriphi position. 6• Hefleotorizatton of 28'oones shail cnnstst of o minimm 6 inoh bond placed at �east 3 tnches bufi not rtare than 4 Inche6 fran the top, suppiemanted by a mtn�mim 9 inch.bond apaced o minlm�m of 2 inches belav the 6 inch band. T• Reflecta'izotion of 42' cones shall be provided by alternatinQ 4 to 6' oranpe ond ahite stripes vith ora�qe on top. B. Rafilectorization of tubulnr markers shall be a minimm of two 3 inch bands plxed 4 maxfmm of 2 tnches fran tfie top rith a maxim�m of fi fnches between bands. 9� ane-piece oaies or tubular morkers ora qenerully suitable for fiertparary usage tup ae t� S hota s) rith other chornelizat(on devtces such as verttcal Raneis, druns or tvo-pJece nonss for long term usafle. Care should be taken fio ensure they rertafn in their proper i000tlon ond in m upriqht positton. ao•Cones ar tubular mm'kers useG on each proJect shall be of the sana sfze end shape. . 11•The handie may be desiqned as a hootc or other shape, fobricoted fran non-rlpid matertats stmiiar to the cona materlai, and may extend op to a moxtmm of B inches above the top of cone. Lenq+h of the handle stwll not be considered rith repard to �he overall helqht of fihe cone. Leflend � Plostic dnm �Plast(c drun vifh ateody burn ti96t or yellow rarninq reflector sB Sfeady burn �vorninp llpht or yellov rarninq reflector � ZY t0 9" � z: � z' ED�ELINE q• 42° CHANNELIZER 1. Thts devica Is irrtended only far use �n piace of a vertical pone! to chaxteltze troftic by indicatinp the edpe of the trwel lane. It is rsot intended fio be used in tra�sttions or topers. 2. Thfs devioe shatl not be used fo separote lanas of troffic (opposfng or othervise) ar rarn of obJects. 3. This device is Dased on a 42 inch, ixo-piece cone vith an alternate striptnp pattern: four 4 inch retrarefleafiive bmds, r�ith on opproxirtate 2 inch qap between bmds. ihe color of the band shauid correspond to the color of tha edQe(ine tyeilor for left edpeitne, vhite for riptN edgeline) for whfah the device is substituted or for which it supplements. The refleotor3zed bands shall be retrorefleot(ve Type C encaasulated bead (N(ph Speaffic Intensity) conforming to Oepartmantal ►iaterial Spectficat(on Dt.tS-8300, �iess othervise noted. 4. 7he buse must reiqTl a mintm�m of 3D lbs. STANDARD PLANS ,� Texos Deporimerrt of Transportatlon Trafflc O�ratlotas ONlslon BARRICADE AND CONSTRUCTION CHANNELTZING DEVICES STANDARD 10 of 12 BC {10) -07 (JC 7x007 f 1-4-02 ��-7xDD7 ��-FxD07 ��-7xD07 � u�-7xDOT �.vrs�us i o2n �n (� J rmoutnoeeo�cer � - 9-07 ( 6 I i � � ��a + .� � ��� t09A � c 0 N Tl o i w- o ai O U N � T 0 � Q++ o�o a+� z �- a� - c ='nt U N 7 acm o m m a� U y U ` Q� L C E . ay� _ o� m � � o = L vl N Vl N _ � a+ - UO N w �x t°J, F X L m F- > L = v o O U t b C T 3 O n � y- U N L moo L L N m �+ ° O aE ` U T L - c o - N O �F ^ L i. D D m L4-L o + co ° oaa mr�-+ _ � �� _ _�� +� o _ �w o+ �oE�n - F+ N N h = ' e[ N � •_ _ U = 'O t NL C4- nf-yo TOP YIEW Temporary Flexibie-Re�lective Roadway Marker Tabs �_-____-_ �'"'__ 4'� ��' -r FRDHT 41EW SIDE VIEri � JG��'ll�CG � � ' , �,.��....�,.,.,�..,.. ,�,,, ...,.,.,.�....,,�.,�..��, ,,. Adhesivs pad Haiqht oi ahsetinp is usuaily mora thm 1/4' ond less than f`. STAPLES OR NAIIS SHALL NQ7 BE USED TO SECURE TEMPORARY F�EXIBLE-REFL.ECTIVE ROADWAY MARKER TA65 TO THE PAVEMENT SURFACE 1. Terr�pornry flexlble-raflecttve roadway morker tabs used as quidemarks shoii meet the requirements of DMS-8242. 2. Tabs dalniled on this shee+ are to be inepected and aoaepted by the Enqineer or deslynoted representative. Sanplinq and testfnp is not norniolly requtred, howavar at the aption of tha Enptneer, elthar "A' or '8' below maY he f�osed to assure quality Dafore pinoement on ihe roadray. A. Selact five i5) or more fia6s at rmdom frcm each lot ar ahlp- ment and submtt to ffie Constructton Dtvision, 1Aatertals ond Povement Seatton to determtns spealficotion complimoe. 8. Select five t5) tabs and perform the follovfrrq test. Affix i(ve t5) fabs at 29 ixh Intervats m an asphalt(c pavement In a stralqht I(ne. Ustnp a mediun slze passenper vehlole or picKup, rui over the markers rith the frant md reor tlres ot a spaetl of 35 io 40 miles per hour, four t4) ttmes tn eaoh direotton. No more than one (il ovt of ttte five (5) reftective surfacas atwll be lost or dtsplaced aa a result of �h(s test. 3. Small desiqn vortmces may be notad betreen tob mrntufanturere. 4. See Staadord Sheet WZ(STPIA) for tab placement on nev povemertts. See Stendard Sheet 7CPt7-t) for tab placement on seai aoat wark. Ralsed Pavement Markers � used as Guidemarks � i L Hatsed pavement markers used as quidertarks shatl De fran the apProvad product list, md meet fihe requiremerrts of DA1S-4200. ' 2. Alt temporary conetrunfilon raised pmrement markers provided on a pro- � 3aat shall be ot the sane manufocturer. 3. Ad�eslve for puldertiarks sholi be bitunlnous mvFerial hofi appiied or butyl ru66er pad for atl surfaces, or thernioplastio tor ooncrete 6lC"POC86. Guidemarka shall be desiqnated as: YELLOIY - lttlo arber refleative surfaoes vtth yeliow body►. WNL?: -{a7e sliver refilective suriaae vith vhite 6ody). DEPARTMEN7AL lAATERIAL SPECIfICATIONS PAVEMEN7 IAARKERS lREFLECTOflIZED9 fklS-4200 TRAFFIC BUTTONS D5(5-d300 EPDXY AND ADHESIYES I1N5-6100 BITUdIli0U5 AOHESIVE FOii PAYE�iENT ►tARKEflS QNS-6130 PAEFABAICATfD PAVEAIENT ►WRKINGS-PEfl►WNENT �115-8290 PREFABRICATED PAVEI�ff.NT �IAHKINGS-REMOVABLE 04i5-8241 iENPORARY FLEXIBLE-REFLEC7SVE ROADY/AY MARKfR TABS DNS-8242 p I(st o# prequolifted refte¢tive ralsed paysment rr+�rkers, non-reileattve traffta buttans, roadroy m�ker ?abs and otfier povement markin9s can be found at the ida�tertol Praducer Ltst rab address sho�m on BC(1l. � � U U Q _� � P M � N �o �� �m �� �� � N P � m � N m _� WORK ZONE PAVEMENT MARKINGS GENERAI t. The Contraofior shali be respaistb(e for matrttalnlnq rork zone md exlatinq pavement markings, in occordonce rittt ttie standartl apeciti- octions and speotot provisFara, on ati road�ays opan to lraffifa w)thln the CSJ Itmtts �nless atherwise sfiated in the plans. Z Color, patterns and dimensions shali be in corrfo�ce with the '7exas Ilanval on Unfform Tratiic Castrol Devioes' lT�IUTCD). 3, additionol supplerneM ol pavement markfnq detoils may be fotxid tn the pians or apaclftco�Ffons. 4. Pavement nqrk(nqs shall be Installed in accordance rith the TMUTCD and as shown on the plms. 5. Wtren short term markinqs �e required on the pims, short term markin9s shali oonform r(th the TMl1TC�, the p(ons and details as shorn an the St�dard P!m Sheefi !9Z(STPM). 6. When standard pavement markinps a�e not in place and the roodrdy is opened to iraffic, 00 NDT PASS sfqns ahail be ereciad to mark the beqfnninp of the seotlons rhera possfnq (s prohibited and PASS WITN CARE slgne at tha bep(nntnp of sectfons +vhere paseinp is permitted. 7. AII eork zone povement mark(nOs aholi be tnstailed In accordanoe alth Item 662, 'Nark Zms Aovernerit btarkln9s.' RAISED PAYEi�ENT ►LIRKERS i.. Ro(sed pavement markers are to bs ptaced accordtng to the pctterns on 8Cci2). 2. AIl raised pavemertt marker& usad for xrork zone marktnqs shall meet the requirements of Item 672, 'RAISE� PAYEMENT AiARKERS' and Deparfi- mental Watertai Speclfication �tAS-4200 or OMS-4300. REA40VAL OF PAVEt�ENT ►AARKINGS t, Pavemerrt marktnps that �e no lai4er aRDlicable, aould oreate canfu- sion ar direct o motorist toxard or irrto ttae closed porfiion of the roacNoy, shall be rernovad or obiiteroted before �the roadray is open- ad to trotfic. 2. The �ove shal! net apply to detoUrs tn p►ece ior less than two weeks, rt�ere flappers and/or sufflcietrt cfiannellzinq devices are used in Ileu of markinqs to outline the detnur roufie. 3. Povemorh morktn9s shall be rermved to the fullest exfient poss(61e, so as not to ieave a dlscernable markfn4. ihis shali ba by any method approved by TxD07 Specificatlort ifiem fi77 for `Elfminatinp Facistinp Pavement faarkinps and IAcrkers". 4. The removoi of pavensenfi mQrktnQs moy req�ttre resurfaaing or seal coatinq porttans oi the roadway. 5. S�bJeot to the approvol of the EnqTneer, mY mathad thafi proves to be successfui on a p4rt3aular type pavemer�t moy he used. 6. Blast cieaninq may be used but vfll not be requirad untess spac(ftcal- !y shovn 1n the plarts, 7. Over-pairtfiinp of the markinqs SHALL NOT BE permftted. 8. Hemovol of rotsed pavGnenfi markers sha!! he as direated by the Enpineer. 9. Rertpval of existinq pavmnertt marktngs and rtarkers vttl 6e patd for directly in accordance vith Item 677, "ELIMINATING EXISTING PAitFJAENT MARKINGS AND AIAAKERS,' unless othertirise stated tn fhe pions. 10.8lack-out morklnp tops may be used to cover confllcfiinq existtnq markinps for periods less than tvo weeks rhen approved by tha Engtneer PREfA6RICATED PAYF7�ENT ILIRKINGS 1. Removable prefobr(cated povemant morkinqs shali maet the requirert�nts of QMS-8241. 2. Non-removabie prefa4ricated pavement mar'kinps ffo►I back) shall meet the requirements of QMS-8240. MAINTAINING MORK ZONE PAVEAIENT NAAKINGS 1. The Contractor rili be respasalbie for maintoinfnp rork zone pqvement morkTnps vithln the ror'k 1(m(ts. 2. 11ork zons pavement markin9s shall 6e inspected tn accord�ce rith the frequenoy md repa�ttrp requlrrariertts of erark zone trafF(c controi devlce lnspeattons as required by Farm 599. 3. The marKin�s shouid provide a vislbie reference far o mTnimm distanca of 3Q0 feet durinp rwrmc! doYliLdtt hours and 160 feet ►fien fllunlncted by autanobtie la++-bean headltqhfis ot nlphfi, unlass siqhfi distance is reatrioted by roadi+ay Qeanetrtca. 9. lA�Kinps failinp to meet this crtteria vtthTn the first 30 doys after placemerrt shall Ga replaced afi the expensa of the Cantractor as per Specificvtion Item 662. STANUARD PLANS �Texas Depnrimerrt of Transportatlon Tralfic O�roHa�s DNlsion BARRICADE AND CONSTRUCTION PAVEMENT MARKINGS STAND�RD 11 of 12 BC (1 i)-07 QC UcDDi FeCn�y 1948 (�-Tx007 ���-T�Di t�-TxDOT +�-TxU07 unnoa I Dn� � �Emu� uo Na[cr vm 2-98 b �� t-02 � f-Q'j OMTf I mIfA0. � SFIf/Ol � dD kl!][Ii 9-07 1098 � 0 �� T L o> v-o m a o m - � T�� �r� �t+ ° 0 0 E - ow-o o+� z �- a� — c ='n+ a c � mn� U uY +- L N L C E a h � cEL '� y � N Q iN- �o m W �X L �~+ X L N m m � F- > L = = W O O O N �7 C + o' �T 3 O _ N O N L N O O L a N - > o 0 U ?� L m O 4�- � O W S_ 4- L � i- a �- o co -� X +�- N F- v _ �tl T l. =A� +vo ��a+ � � E N �r N y �A J 7 ~ L vv,o�c+ �-+ L •- 4- or-x o PAVEMENT MARKING PATTERNS _ �. T. . ..------ � STANDARD WORK ZOPdE: PAVEMENT MARKINGS DETAILS CENTER LINE & NO-PASSING ZONE BARRIER LINES FOR TWO-LANE, 7UJ0-WAY NIGHWAYS 10 to 12" /L, TYPe Y buttons 10 to i2" TYAe II-A-A /I-, \r' � \r' � � � � o000 0 0000 0 0000 ❑ �n o 0 o a o o�i n o 0 0 0 0 ,,,,, .. _ _. _. __..__., o 0 0 0 0 0 0 o a o 0 0 0 0 0 0 0�o a a o 0 0 0 0 o p o C�R Ye i I ow 'i Ye�� I I ow �"�u � [� � � - Type II-A-A Type Y buttons REfLECTORIZED PAVEMENT MARKINGS - PATTERN A RAISED PAVEMENT MARKERS - PATTERN A � .. . ..... ..w. � �.s.i � � �� Ye 1 I� 4fio8" �- Type II-A-A t Type Y buttons O O 0'D�O O O O O D O Ol0 O O O O O q O O O O O O O p / 0 0 0�0 0 0�0 0 o a � o 000o n o000 ❑ � Type Y buttons 6 to 8" � Type II-A-A REFLECTORIZED PAVEMENT MARKINGS - PATTERN B RAISED PAVEMENT MARKERS - PA7TERN 8 Pattern A is the TXDOT Standprd, hovever Pattern B moy be used tf approvad by the Enpi�eer. Prefabricated markinps may be substituted for reftector(zed pavernent markinQs. G� 0000 � EDGE & LANE LINES FOR DIVIDED HIGHWAY Type I-C �Ylhlte_� u' ' o 0 0 0 0 0 0 0 0 0 0 0 0❑ o n o 0 0 0 0 0 0 0 o p o o a O o 0 0 0 0 o a❑ o 0 0❑ a 7ype W buttons f a � Type I-C or II-C-R �7 �� �� Yellow �° � o 0000 0 0000 ❑ o000 ❑ o00o n o000 0 � Type I-A� 7ype Y buttons� a ,,,,...,. o..,.,,...,,,,.,.„o...�.,..,.,....,...,,.,.�..,,,,,....,.,,.,..�.,....,�.,.,�.,,.,.�,��..,.,,..,�,,..,,.,...,�...y...,.._.,.., o 0 0 0 0 0 0 0 0 0 0 0 o q o 0 0 0 0 0 o n o 0 0 0 0 o a a o 0 0 0 0 0 0 o a o o❑ .oe,�ro,.,�...��...,,.�,�,,,,,nira,,..� a�x,.�.,�,mi�.re�rmn,��,�.�,.�.�,..,,....�.,,ni�r„�.an.�.,�.�...r,;,,,, ,y.,...�.�,..a�rrarimrmu�w.7u�nm rcdrxm�...�.,..�xmm,���.�,..�.�...�..,,,k� q O O O O q O O D 0 O O O O O O O O O O O D O O O O O O 0 O O O O O O O O 0 O O O O "Y Yellow � Type I-A'� Type Y buttons � � �y}��tg A� � e� a o00o Q o000 0 ooao o�\0000 O OUDO n E� � � � Type W buttons � Type I-C or II-C-R �� f11j �'+.,,i11��'REFLECTORIZED PA 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 o a o 0 0 0 0 0 0 0 0 0 0 0❑ 1 .,�EMENT MARKINGS , RAISE4 PAVEMENT MARKERS R Prefabrlcated markinps moy be substituted for refleatorized pavement morkinps. Type I-C LANE & CENTER LINES FOR MULTILANE UNDIVIDED HIGHWAYS I � Type W buttons T'ype I-C /�-, \r' 0 000o a ooao ❑ ooao a� 000a a o00o n Type II-A-A Type Y buttons a 0 0 0 0 0 0 0 0 0 0 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 0000v�000000000❑00000000000a00000000000❑ � o000 0 000o a o000 ❑ a000 a o000 0 � � Type W buttons � 7ype I-C RAISED PAVEMENT MARKERS � wnr+� �� `� � a ,--- a �., ......... ........ . W. , ., � .,,�...,..., .v� „e..,..,, ,.�.,,o,,,,,�,.. ,�. �,,, �,,,�.,,.,.. ,,,.. .,,,,.. �, . ....�,.,,,. �.,,.s � �� � ,�,� Ye 1 I ow �,,�, � WhiteA 0 U Q m H m P � ' 10 N � - < � � p m ti � P �� � w �` �n �� P N m � N � `... r REFLECTORIZED PAVEM£NT MARKI(JGS Prefabr(cated markinps may be substituted far refleotorized povement markinqs. 60" ± 3" Type Y bufitons � � Type II-A-A ,�J DOUBL E P�jyd� q to � 2�� "-O o 0 0 0 0 0 o�n o o/ o O O WRKFAS �,"O O O O O D O O ❑ O O� O � O NO-PasSiNG �" NEi�1ECTOflIZEO � LINE °w�" K° I°�s q to 12" � Yellow Type i-C , I-A o� II-A-A �/,.Type W or Y buttons EDGE LINE P�IS�E.,,°, o o� �❑ o 0 0❑ o 0 0❑ o a SOL I D OR SINGLE WRKEflS 60�� + 3�� L I NES NO-PASSING LINE RFPAVCT�IZEO � � . WBKIHGS q�� .. .� .._,. .� . . .. .....�... White or...Ye! low.... t y1�J I`'� �°'_ 60 ± 3 TYP� buftons WIDE P� ��_Z„ ��� o 0 0❑ o 0 0❑ o 0 0. ❑ o L I NE �in��ns �'Q o 0 0 0 0 0 0 0 0 0 0❑ o 8�� IiOR IFFT TUW CHAiWELIZING LINE . N�LECTOftIZEO PAYE�fJIT ' � I u r dd�w _l .. a ' � . iYIWY � . � . � � . � „ , . OR CHJINJ3:7.2ZIN6 lINE US£D TO WflKINGS `6'•�`"•••"•�•'m�A ,.. ,.. „ , , �ISWUpACE LANf tfW7GING.) Wh�'f'B BROKEN LINE iFOfl CF.N7EFi LINE on �u� irr�.� MS5ED PAVEl1ENT M/iflKERS FEiIECTCHIZEO PAVEYENf WflKtNGS REMOVABIE MARKIN�S WITN RAISED PAVEMENT MARKERS If rafsed pavertient rtarkers are used to suppiemerrt REMOVABLE marktnps, the markers sholl be applted fo ftre top of the tope at the appreximate mid lenflth of tape used for broken 1Jnes or at 20 foot spaainq for sol(d Ilnes. Thts ollors an easier removal of raised pavement morkers and tape. �' 40� `' �� `�i 40�� + 3�� o O O o ❑ O O 0 0 ❑ o o O O Ie- i'a� --*4�--- so�� Type 1-C qr II-A-A �'-'f f Type W or Y bUttons � �— qo- ± � � � � ❑ ❑ � �- ,+ 0' —►�— 30' --►� Wh ( fie or Ye f I ow ' 7ype I-C or II-A-A ; (when requlred) � .. 5� ± 6„ � � � 10' � g p � —►) � Raised Pavement Markers i i r',�'�`n...�.`a�4.y � _ . .. _.. . � i �� .) - 20• + 1• ; Centerline only - not to he usad on edQe lines i Raised pavemerrt markers used as standm-d povert�ent morkfn9s sha!! be frem fihe approved proc�cts Ifst and meef the requlretnents of Ifem 67Z 'RAISED PAVFlAEN7 tAARKERS.' TWO-WAY LEFT TURN LANE a � � � � �Wh i te� �j �� � 0 � Yellow �� �� � � � -�- - �� � a� � � �White�' ' REFLECTORIZED PAVEMENT MARKINGS Prefabricmted rtarkinps may be substituted for reflectorfzed pwemerrt rswrlcings. a a ocoo 0 000o a o00o a o000 0 0000 /�0, �Type W buttons �7ype 2-C \r'' O 0 O O O O O O O O O O O O O O O O O O O O O p O O:O 0 O O O 0 D O D O O O O 0 n o00 0 0000 0 0000 0 oaoo 0 0000 0 Type Y buttons TYPe II`A-A II 0000 i7 0000 O 0000 O OOOD D 0000 O 0000000 0❑000000000000000 00000ao❑0000000a � 0 000� o 0000 0 0000 0 0000 0 000o a L� Type W buttons �Type I_� RAISED PAVEMENT MARKER5 S7ANDARD PLANS �Texas aepartmern` af TraRsportatlon Traffic O,t�rallons Olvls�on BARRICADE AND CONSTRUCTION PAVEMENT MARKING PATTERNS STANDARD 12 of 12 BC (12) -07 , QC Tx00i Februay 1998 ��- Tx007 (�- Tx00i � a�- ixD07 ��-7xDOT AEYISIaa o15ialR 1�[Cla tFllWL /10 F7Ai.[T 9Q.1 t-97 � 2-98 ( 6 � %�% it-02 i mrm mmn '¢Tia � .ae + �uw+r 9-07 � + ( � 109C CHANNELI�ZING DEVICES FOR URBAN ROADWAY TYPE PROJECT � 0 � �� � y _ � Plastic Orian o > Rit-2 C �I � . ��j _ a� Verticol Pane1 �i�� 'r-. C+� ` ��W i o E � � / � � � / / / � � � 3 T � ' WOR/� CE �/ (� /�� �J ���j �R�SPACE / /� � � i O+ ' -I Z _ � �' % =' � + : � � � � TYPe III +-�- — - o m � _ � � � � � -- _- m � garricade �Qm � ---- � � Mutti-Directionat Borricode '�' �� - r`�"� with douCle heoded arrow 0 0 0 ; Mutti-Directionol 8orricode with a � o � For spacinq between devices, see BC(8>, single headed arrow or CW7-6. N D ' llse self-rtqhting supports in areas where C� E � - t�ere is a high patential for channelizi�g '- � � = devices to be struck. L m N VI N = mo+ CF � PO N : co w w x � o~�� BARRIER DELINEATION WITH SAFETY GLARE FENCE x�v : N Ul L : F > L - vo oU ��� t o�- a T 3 O - n v- ' - -- - - - - � ._ � N L � � Q o _ o Q E � \\ \ \ \\ \ \ \ � \ \ \ \ � No4°- ' \\\\ � �\\ o�r+ : � �� � � � � \\\ \ \��\� �r o � � �7 � +°Ox�°- : � � � � � N f- 0 51 @ � (� � � L��° 11 � � + o a NOTES: w o E N . � a� v, m s i. tength of Safety Gtare Pence witi be specified efsewhere in t�.' P1ons. ' � �'- t 2. The cumulative naninal Iength of the modular units sholl equal t��' � �+ ' length of the individuol seetions of temporory concrete troffic MULTI—DIRECTIONAL BARRICADE � � � / u u Sinqle Headed arrow � � / \ / .. \ u u Dauble Heoded Arrow T. Muiti-directionai Darricode sholt not be usetl for Iqne ciosures. 2. Moy be used for sharp chonqes in aliqrment, nr across roadwoy from stem of "T" intersection, 3. TyDicolly usetl for Intermediate Term Stationory, �hort 7erm Stationary or Short Durotion work Zone operations. 4, See the CWZ7Cp List for approved dasigns. USAGE OF CW1 -6, ECW1 -6a AND CW1 -8 SIGNS Concrete Borrier � � � � ` \ \ � ` \\� � � L� �- ; barrier on which they are installed so the joint between barrier LfGEND � F Y� = sections will not be sponned 6y any one unit. 3. Panel/blades wili 6e designed such that refiective sheefiing canforming p�-� Borricade ; with Deportmentai Material Specificotion OMS-8394, Fiot Surfoce Reflective Sheeting, 7ype C[Aiqri Spe�ific Intensity), minimum size of 2 inches ■ ■ Chonneiizing devices by 12 inches can be attoched to the edge of the ponel/blode. The sheeting shall be attached to orte pone!/blade per sectior+ o{ concrete barrier not to exceed a spacing of 3D feet. 8arrier reflectors are not necessary when pane Vbiades are instailed. 4. Moduler Glare Screens far head Ilght barrier sttoll meet the requirements of DMS-8610. r'"j� Trai ler mounted L'►L' `:�t`.' ;;, arrow ponel � � \ � 5ofety glare fence U U � N1�� � P M � � � � u�i��m � �� m � m o� � ��N W ��Q � "v� n P � _ M °�., �+ N m ^ �, Only pre-qu0lifieSl proQiCt& Stw11 De u6eG. A CApY of tTIB "Compiimt rork Zane Troffic Contra� Devices Liat• tCerZTCDt CESCtipCs pre-qu01ifi80 pr'pOt7Gts OnG their SOtrces Ond mDy p2 odteinetl Gy cOnloctinq: SfOrtdorGa Enpineer Troffic Operoiians Divisim • TE Texus Oeportment of Transpartotion 125 EOSt lifh Stf@@t Auefin, Texos 10101•2�93 Phone I5121 �16-31Z0 Fax i512! �16-�299 Instructions to ►ocote the 'CstZTtO' on Tx�OT �ebsbte ore: StOft dt R�EbSitE • riro,dOt,SlGtO.tx.u5 CI iCk on 'Apout Tt�00i`, CI iCk On "prpOniZOtionoi CTtGrt'f'� CIiCk on Troftic Operations Box, Click on �Cpnpiimt �ork Ione Troffic Canlral pavices', eia�k «� 'Yier PUF-. Tn�s site ia pr mtabie. PRE�UALIFICATION PROCEDURES ARE OBTAtn�c� ���. CON57RUCTION DIVISION-MATERIALS AND TESTS SECTION TEXAS OEPARiMENT OF TRANSPORiAT10N 17xD07) 125 EAST ttth STREET AUSTIN, TX 78701-2483 DEPdRTMENTAL MATER[AC SPECIFICATIONS � F.�1 SURFACE REFLEC7IVE SHEE7ING DMS-8300 DELINEhT4'KiS AND OBJECT MARRERS DMS-Bfi00 MOOULER GLAtiF �",�ENS 6M5-&610 COLOR USAGE S.I6t� SNEETING �RANGE BACKGROUND TYPE E(FLUORESCEN�i PRTSMATIC) WHI7E BACKGROUND TYPE C(HIGH SPECIF;� INTENSITY) 81.ACK 1EGEND & BORDERS YINYL NON-REFLECTIVE SHE�TTYkG Gw � � $ The CHEVfiON sign (CWl-81 moy be used to replace ;, roadside deiineation on °w' curves or used in fran- � sitions or topers. � � � ,. Pmement Surface "' � ECwt-6o An UPWARD SLOPING ARROW sipn (ECNI-6o1 is infended to be used to indicate the begtnning of a curve or tronsitioh. It should �� µ be preceded with an appro- --- priate curve siqn when needed, ond 6hould not be � used throuqhout the curve o� tronsitian. Ativisory speed plaque is oDtionaf. '� /.�\\(cC���i.: Pavement Surfnce ���/j`'� � CW1 -6 \ i--- � 0. LARCE ARROW siqn � lCW1-61 is .intendetl to ' be used to qive rfotice of n shorp chanqe in � oliqrment tturn) in the direction af travel. It should be preceded with on appropriote aQvonce � �\� �1%c constructfon rorninq turn sign. Pavertient Surfoce � � 45 w cwi -e p� � � � 1 CW1-6 TYPICA� �� ILcu57Rr�►arr OF SIGHING FOR A TURH � Ou', NOTES: 7, CW1-6, ECWI-6a & CW1-8 6iqns shall be mounted on fixed supports. 2. Chevrons, when used, shoil De erectetl on the outside of o sharp curve or turn, or on the far side of on (ntersectian, ihey sholl be in line with nnd at rtght qngles to approoching traffic. Spacing shoultl be such that the rtntorist alwoys has three in view, unfii � the chanqe in aiiqnment eliminates its need. -3. For two-woy troffic, use sane arronqement of siqns on outside of curve for each di�ection of trovei. 4. Appropriate advance warninq CURVE o� TURN Siqh with Advisory Speed ploque should be used when needed. � . Si11llDAHD PLAl�S .. . ` � TEXAS DEPARTI�NT OF l'RANSPORTAT(ON Trofflc Operatiorts Dlvlslon 7he five cotegories of work durotion Qnd their time at v Iocotion shall tre: A. L�ng-term stationary is work +hat occupies a tocotion more fhan 3 days. B. lntermediate-term stotionory is work thot occupies o location more than one � daylighfi period up to 3 doys, or nighttime work lasting more thon 1 hour. C. Shart-ferm stationary is daytime work thafi occupies a location for more than 1 hour, but less thon 12 hours. D. Short duration is work Yhot occupies Q focation up fio 1 hour. E. Mobile is worh thot moves intermittently or continuous�y. REFER TO THE BC SHEETS FOR 5HEETING RE9UIREMENT ON CHANNELIZING DEVICES. . -------�______.._._� � ... ..---�:. _ __ _ CW1-B � � ' I � ' % r � TYPlCAL ' ' ILLUSTRATIOH OF SIGTi[xG FOR A CtAtYE TRAFFIC CONTROL PLAN TYPICA� DETAILS � wZ c TD� —03 (7C TxAOT February 1498 �uw•CR +n,-p7N �o�-pN `-+m-�B xaw.� Mrlslous i �nrz I �tnn4l tEOWCiIvtAOIIci D 4-9B ° s,ucr aaiw 9¢t . 3-03 6 � counr � mxmu. I urnw � dm elcxm ( � � ( , ..., „ . , . . _, „ . 110 . z. =0= SiGN SUPPORT DESCRIPTIVE CODES � �� iDeacri tive Codes corres o �+ P pond to proJecfi estimate and qUarttit}es sheets) bt� SM RD SGN ASSM TY X`X�XX {X) XX (X-XXXX) 04°- c PosF Type 3� zt � FRP � Fiberglass Reinforced Plastic Pipe (see SMOtFRP)) _ „ , T7lT = Thin-Walled Tubinq (ses SAtDfT1YT)1 ,�� ,m, 108WG = 10 8WG Tubtnq (see SF10(SLIP-il to (SLIP-3)) < c m S80 = Schedule 80 Pipe (see SMD(SLIP-ll to fSLIP-3)1 o ag Nurber of Posta lt or 21 v6 +Lv Arxit�a' TYPe � c° o UA - Universal Ahchor - Concreted (see SMDtfRP) ond tTWT)) c'°,� UB = Universal Anchor - Bolted down tsee SIADtFRPS a�d (TYJT)1 �� WS = Wedye Anchor Steel -(see SMD(TN'T)) m�� WP = Wedpe Anchor Plastic (see SMQ(TWT)) � a L SA = Slipbase - Concreted (see SMD(SLIP-1) to ISLIP-31J ao 0 58 = Siipbase - 8oited aoWn fsee SMD(SLIP-}] io (SLIP-3)) co m m~ o Stq� 1�fotmtinC t?eblqnotlon °x i c P= Prefab. "Plain` tsee SMD(SLIP-i) fio (SIIP-3), tTWT1, (FRP)) � � >` T - Prefab. "T" (see SMD(SLIP-t) to (SLIP-3), (TWT)) ' o o U= Prefab, °tJ" 4see SMDISLIP-il to (SLIP-3)) .mc+"' IF REQIIIRED *�O o tEXT or 2EX7 = Nut�er of ExtensJons (see SMotSLIP-i) to (SLIP-3), (TWT)1 o� m BM = Extruded Wind Bean (see SMD(SLIP-1) fio (SLIP-3)) + � y��2 NC - t.12 �/ft Wfnq Channel lsee SMD(SLIP-7l to (SLIP-3)) � � nO EXAL • Eutruded Altminun Sign Paneis (see SMDtSLIP-3)) I m�� P�� 0 REQUIRED CLEARANC� FOR BREAKAWAY SUPPORT port t on of support (i.e., stuh). � —� 4" max. Graund Surface To avoid vehiofe underoarriaqe snagqinp, any substoratiai remains of a breakaway support, when it is broken rnray, should not project more than 4 inches above a 60-inch chord lf.e., fiyptcal space Ceiween riheel paths), ` � i' �. oi \ o; No more than 2 sign ��� �� Acceptable , �F� , posts should be located � } within a 7 ff. circle. � �� . �a m �—�-� � 1 �va � ! Nyion rasher, fiat � , vrasher, lock rQsher,�� �— Sffln Panel nut o�+ �—��'�� � 7ff. 1 „"'� . � dianeter �mo i � � dianeter i �� `� �� circle �! � / � � circle � � � � � mco � \ . �---' � \ �—� �Ya � � � � Not Acceptable ;� � ;� �� j w � ` � � � ¢ � z �t. / , � z ft. � � v � dianeter � � dlaneter i a ., �rr��s ,� Not Acceptab l e ��irai` ,. Not Acceptab l e TYPICAL SIGN ATTACHMENT DETAIL Single Signs Back-to-8ack U-bolt--� S I LJlIS � i\ �: ;� � �%%%��/'//U/.1 'f� •_ rasherock Stgn PanelS �,�.�--�'"Nyton washer, fiat raeher, lock vasher, nut Bolts used to mat,t stpn panels to the alanp are 5/t6-18 UNC qatvaiized square head with nut, nylon washer, filafi xasher and lock washer. The bolt IehQth is 1 inch for aluninun. When two siqn alanps are used to mounf sfpns back-to-baok, use a 5l16-18 UNC galvanized hex head per ASTM A307 with nut and helicai-sprtnq lock washer. The approximate boit lengths for varfous post sTzes and sign alar,p types ore 91ven in the table at rlqht. 7he bolt lenQth moy nead to be adJusted dependinq upon fleld condttions. Slqn olanps may be elther the speoif(a stze ai� Q� or fihe universof clmp. a� Stgn � �� Sign Post Clanp � / � � � 1 \ � � � � / � / � ��`�� � � 1 � � 7 ft look L Cirnip Bolfi � �Sign Panel Nylon washer, fiat --� vrasfier, fxk rasher, � Siyn Boit nut Approxirrate Bolt LenQih � �' 4[�e �iare-Fer Speaific Clmip Unfversal Cirnp � � Z' naninol 3� 3 or 3 1/2" � � � 2 1l2" nanina l 3 or 3 1/2' 3 if� � 4' � � � 3' rtominal 3 1f2 or 4' 4�12' � ----a2 it HIGHWAY� min � INTERSECTION AHEAO � SIGN LOGATION PAVEQ SHOIJLDERS Oto6ft 7.� max 7ravel 7.0 ft min � Lane + ,�J Paved Shoulder LESS THAN 6 FT. WIDE When the stwulder is 6 ft. or less in width, the stqn rtust be plaaed at leost 12 ff. fram the edpe of the travel lane. BEHIND BARRIER 5 ft min** / HIGHWAY � INTERSECTION � ANEAD � � tt min-------1 HI6NWAY � INTERSECTION AHEAD i Greater than 6 ft —� 7. 5 ft max Trqvel n 1.0 t� min r Lane �( . r. ,, Pwed Shoulder GREATER THAN 6 FT. WIDE When the shoutder is flreater than 6 ft in width, tAe s;qn must be placed.ot leasfi 6 ft. trqn the edfle of the sfioulder. 2 ft min�■ ---y / HIGHWAY AHEAD Guard U �.5�fit mmc _� � 7.5� ft rtax Rail Concrete Travet 7.o ft m!n ■ Troval 7.0 ft m3n ■ Lane � ,� �an@ Borrier � � 7� . r Po,��ved� Paved ' Shoulder Shoulder BEHIND GUARDRAIL BEHIND CONCRETE BARRIER ■*Sign clearance based on distMce required for proper qu�d rail or concrete barrier perfor3�ance. f SIGNS WITH PLAQUES RESTRICTED RIGHT-OF-WAy . IWha� 6 ft min. ts not posalbye.) EAST /� ' � � �N � F� EAST � 3713 � vw� 7.5 ft max 3713 7. 0 ft mFn � �q� 3 5 c� � -- �J ` � ��I When a supplementat plaque 6 7ravel '" or secondary siqn fs used, Lane the 7 fit siqn helght fs � w measured to the bo+tan of Paved the supplemental plaque Shouider or secondory s3pn. CURB & GUTTER OR RAISED ISLAND 2 ft 2 ft � -" m�n �` HIGHWAY � mtn � INTERSECTION ANEAD 7. 5 f max Faoe of�� n 7.D ft�m(n rl �ace af Curb �� Curb � a '" l� Mox imm Qossin�e HIGHWAY � INTERSECTION ; AHEAD i i ra� < 7.5 ft max � i.0 ft mfn � � i Travel � Lane ' � Paved Shaulder i Riqht-af-way restriotfats moy be cr��ed by rxks, water, veqetation, forest, buttdings, a narrow island, or other� faotors, i In situations where a lateral restr3ption prevents the minfmm hor(zantal cienronoe fran the edqe of the travel lane, sSpns should be pia�ed as far firan the trqYei lone Qs practiaai. � ■+�* Past may be ahorter if proteatetl�by guardrotl or if Eng(neer determines }he post could not be htt due to extretno! siope. � ! i I � T-INTERSECTION �� +-- 12 ft min --- 6 ft mtn � 7.5 ft rtax 7ravei �-� ft min � Lane � .•�.�..:. Paved Shauider When this siq� !s needed at the end of o two-lone, iwo way roadway, the riqht edqe of the sign shouid be !n tine with the centeritne of the roadway. Place as alose to ROW as praatical. WEST EAST 259 259 0 G� b ROW _------ ��---- � -- _ Paved Shoulder _ _ p '°' Edqe of Travel lane � � � � � �sroP +� Siqns shait be rtpuoted using the fotlowinp condition that results in tha preotest sipn elevvtion: (i) a minimm of 7 to a maxim�m of 7.5 fee� abave the edqe of the travel lane or t2) o minitnm of 7 to o maximun of 7.5 feet above the qrnde ot the base of the support when si9n is lnsta�led on the backslope. 7he maximsn volues may be increased xhen dfrected by the Enpineer. See fhe Trafiffc Operations Dtvision rebsite for detailed drwinps of sfgn clmips, Trlonqular Slipbase System canponents ond IYedpe Anchor System canponents. ihe �rebsite address is: htfp://wwrr.txdot.9ov/publfaafitons/traffio.him � Texas Deportrr�ent of Transportaflon T�affic Oparallons Dfvlslon SIGN MOUNTING DETAILS SMALL ROADSIDE SIGNS GENERAL NOTES & DETAILS SMD(GEN)-08 QC TxU07 JuIY ZD02 !^i,� rnooT �cK: nmvi �on� 7xpor f cK� txoor 9-O$ AEVI51oN5 f CuhT �ScCTI Ju9 I N16u11FT i��ST , ` CvU.T I SN:c hu. i I f �,� 26A _ _._ .� _ � -� �-,m_-::,,�._-�- _ __ - _ - �m �m� o>. C� OU± }T-L� Ct 1 O 4 LL 04�- C i r+ Z+ � _ ,� �D L acm oap pmtl } L'O �°,co °"m�n �g+ �w�w mOi 00 0 W X t�. rL XLC � >� w°ww �o� T� o m A G�+ mC a� l, L O a, �v- a�sm m�+ ._. o L p4�-t i�- X'O a f- r� `°nw t�.mw v- o�+ �mo mco r'�-Y w w � U n TRIANGULAR SLIPBASE INSTALLATION GENERAL REQUIREMENTS �` Past Boit 10 BYlG Tubtn9 or Keaper Plate �- Schedule 80 pioe (See General Note 3) Slip Base �+ � � 5!8" structura! ! I „�,� { boits (3), nuts (3), and washe�s Wqshers t6) per ASTM A325 if required by or A449 and manufaoturer qalvonized per /� Item 445 'Galvanizing.° � � �f 9oit lenqth ts 2 1/2'. 4' Max. ��� - - - • . vvi.v �v�v�in�n�i . v�v�.vi�n�. , Stub ' �" ' � .' ^ � . . ^\�{:= . 3/4 ' dianefier ho1e. � �.� Provide a � -•i •��,.•.',•; 36' 7' x 1/2" dianeter �a . .. �. • . ,� t rod or �4 rebar. : •. � - - - - � Ciass A concrete -\ : � ; . . . � qp� t2 min. ,:.' . 24' maX. .',.� f Non-reinforced . cancrete footing tshai l 6e used + �� ' '+ � unless noted -�� elsewhere in the y� , plons7. Fotmdotion shouid take approx. �'' . 2.5 of af catcrete. • • ' , , . . ,�• , ';',, 12°. D i a --►� SM RD SGN ASSM TY XXXXXiX)SA(X-XXXX) �fl� There are various devices approved for the Triangular Slipbase System. Please reference -Fhe Moteriai Producer List for approved slip base systems. hfitp://www.txdot.gov/business>producer list.htm The devices shali be insfaifed per manufacturers' recorrtrtendat i ons. Instaliation procedures shofl be provided,to the Engineer by Contractor. CONi,RETE ANCHOR concre;� o:?nhor catsists of 5/e" dicmeter stud bo}t with UNC series bolt threads an the upper end. Neovy hex nut per ASTA! A563, and hardened washar per ASTM F436. The stud bnit sholl hnva a minimm yield pnd ultimote tensile atrenqth of 50 and 75 KSI, respeatively. Nuts, boifis and vashers sholi be qatvantzed per Item 445, 'Galvantz- ing.' Adhesive type ancfiors shail have stud bolts (nstalted with Type IIi epoxy per OMS-6100, "EpoXles and Adhesives." Adhesive anchors may be loaded after adequota epoxy cure time per the manufacturer's recam�endations. Top of bolt shull extend at least flush Wtth top of the nut when inste!led. The anchor, when instolled in 4000 psf normal- weiqht aortorete wfth a 5 1!2" minirtun eirbebnent, shall have a minirtun ai(owable tension and shear of 3900 and 3t00 psi, respectivefy. --- 6" min ---� to edqe ' „ „ � or Jotnt � .�1]_ I .[171 .�. �; . ',^•' ', �• . . , • . . . 5/8' dianeter Concrete Anchor - 8 ptaces le�ribed a minirtun ofi 5 1/2' and torque to min. of 50 ft-tbsl. Anchor moy be �sion or adhesiva type. SM RD SGN ASSM TY XiiM7CX(X)SBIX-XXXX) W it! F J �� _ GENERAL NOTES: 1. S1ip bose siloll he perrt�eRtly marired'to indicafe m�vfacturer. #tethod, desipn, and looation of markinp ara subjact to opprovol of the Tx00T Troffiio Standords Engineer. 2. A{vteria) used as post with this sys�r�n sholl aonform to ihe foliowin9 speclfiaotions: 10 9W6 Tubin4 �2.875" outstde dJ��@') 0.134" nanirtol v+alt thtciv�ess Secmless or eleatric-reststance wglded steel tuDing or F�Pe Sfieei ahal [ be HSLAS Gr 55 per AS'�A� p�ON or ASTiA A10DB Other steels moy be used if they meet the following: 55,000 PSI minimm yieid sfrength 70,000 PSI minimm fiensile strength 20% minimun elonpation in 2" i Wal) tM okness tuncooted) shail bc� Within the ranqe of 0,122" to 0.138` Outside diameter (uncovtedl sholl.;be With{n the ranqe of 2.867" to 2.883" Golvonizatfon per AS?M A123 or ASpA A653 G210, For precoafied steei tubin9 fASTM A653), recoafi tube outside dianeter we�d seanlby metoilizin9 vith zinc wire per ASTM 8833, Schadu►e 80 Pipe 12.875" outside dioneter) 0.276• nqninoi woil thiakness Steei tubinq per ASiM A500 Gr C Other sectnless or eleotrio-resist6nca reldad steel tubin9 or pipe with equivalent oufiside dfaneter and watt thtakners moy he used it they meet the t'ollorinp: , 4fi,QDD PSI mtnf[nm y(eld streng+h 62,OD0 PSI minimm tenstie strenffFh 21% minim�m elonpation in 2` Nali thfokness (uncoqtedi shall 6Q within the ranqe of 0.2q8" to 0.30-0' Outsfde diameter tuncoated) ahall�be within the ranqe of 2.855" to 2.895' Galvanizotion per ASiM A123 3. See the 7raff3o OpervtJons Dtvlslonlwebsite for detailed drowings of siqn cianps and Texas Universal Trfanqular Sliphose Systc�n caniponents. The rebsfta address Is: http://rww.txdot.gov/publicotSr��s/troffic.htm ` 4. Stqn supports ahall not 6e splioed �xcept where shown, Sfqn support posts sholl not be spliced. ASSElABLY PROCEDURE � Foundotion � t. Prepare 12-inch dlaneter by 42-tnch�cleap t%Ie. If soi(d rock is encountered, the depth of the foundation may he reduced such that'at is enfiedded o minlmm of 18 inches (nto the solfd rook. 2. The En9�neer may permii batches of 4oncrete less than Z cubic yards to be mixed with a portable, motor-dr(ven concrete mixer. For srrKili piocernerrts (ess than 0.5 oubic yards, hond mixinp in a suitoble container may be qllored by Engineer. Concrete shali be Class A. 3. Push the pipa end of the slip base $�ub inio the center of the conorete. Rotate the stub back and fortfi +`title pushing it dom into th¢ aoncrete to asa�e qood contact betreen the concrete and stub. Cor�ttnue to vork the stuD irrto the r,�ncrete em�til li is betveen 2 to 4 inches ubove the Orota�d, 4. Plurb the stub. Allow o minimm of q days to set, unless otherwtse directed by tfie EnOineer. 5. ihe trfanqular sttpbase system is mijltfdireotiortal and is destqned to release when struok from arty - direction. I SupporF '' 1. Cut eupport so that the bottan of fihe slqn vill de 7 to 7.5 ieet above the edge of the trovelway (t.e., adqe of the closest lane) wt�e� slip piate is below the edge of pavemerct or 7 to 7.5 feet obove slip plate vhen fihe slip plat8 is above the ed9e of the travelway. The cut shoii be p1unD and strolpht. � 2. Attach siqn to support using connec#�ons shown. When mulfiipie signs are instolled on the sane support, ensure the minimm alearan�E petween eoch siQn is maintoined. See SMDtSLIP-2) for cleorances bosed on sifln types. � � Texas Deportmenf of Tronsportatlon Traffla OpsraHtns DNlslat SIGN MOUNTING DETAILS SMALL ROADSIDE SIGNS TRIANGULAR SLIPBA5E SYSTEM SMD (SLIP-1) -08 QC TxbDT Juty 2002 I�r nrcor � cr, rxnoT � on, r�wor ' cx� Txom 9_b8 PEYISIONS '��i �SzCTI J�9 I NIGHnp1 � �35T ( Cu1h.T � Suz T I,u. � � 26B �m �m� e� cw 0 ofi' �,m � ct� o L v- �� c a,-i- z} � _ ,� '� � oe� ao� m ag } LL 0 �Oco a�a p�i` c � Lma NOL c�} �` r� �me r o0 m a v- +o�. T� � am+¢ 01 a E ��� a TCL �a0 L ,O v°-+° 0 oao e� o f0d w +ma v- o�+ �ma mco !�-Y m � w .�, a U 0 F- J GLL �— — , — —� i i r. L_ __J . . � _�� �- �Y-�~{� 1i � i� ��i �\i �� � � \ 1` �� � t � � L �: � _�� �� �. i• • i (_ - � _l� � �` ,_, �� i i I ,.\ ","' � � - - - -� 4t i �• ,' � �_� _ � �r- --� -' , tt%z � � 1 t%Z i i i' � i L `_ -� � � � =' J SM AD SGN ASSM TY XXXXXII)X%(P) r--� --� r------� � � � � L-- --J �-- -_J �__' `_-� i ' � ; �.� tt�Z �v � h A n ii � �. .� i i�� ��i �_�� .__J l..` _'J �— � st, �_ —� 1 I f f � � � � L_ ,_ C_ ._:.1 SA1 AD SGN ASSM tY XXX%Xfl)XXtU) - _ / � ONE-WAY Gap between ,� �� IR6-1) or��.---_--- Dlaques � - - - - ` ` Streat Nene r � shall ba � -r__ z===' �=�- Si9� t I q+ � \��� ---�-"��r/ lifirequfrad)�---- ---- w Y ,-- --�� ,'�� _ ��.` �- � --- --z -'� ( ��� ��� \ \�' � / � � � i � / 7 � I � i j � STOP (A1-1) � � � � or- � �` �� _, �� �� � YIELD`(Ri-2) i� � � � �� �� i� i� i i\ �` � � • _• � i � `�� �� - - - . �_�\ . � � �i �'r' � See � -a � � Extruded Aitm. Windtrean I i i Detpil 0 ` 7 t5ee SMO(2-1)) i t%Z � j PLAQUE - i- variable lengtfi L_-__� STOP = 2- 32 irwh pieces YIELD � 1- 8 inch pieoe SM AD SGN ASSM TY XXXXX(i)XXtT) & t- 32 inch piece 5?A RD SGN ASSM TY XXXXXtt)X7((P-BM) ---- ---- � _ - - _ �8 i ,. i � I t I i i � Mllmmc)-6fT � H I I � � i �i l � - --;-�- ��- �—__----"� __ � e . 39 �1-39 � 2 �--- W � SM RD SGN ASSM TY XXXXX(ll XXfU) i i 11FT 9IN �- ' -:. J lrtax) f — -1 r'____"1 i i i i �--- --� t-- --J r-== ' , �*'__= _ -_"� � - �I v - Y I i � � i i� ii �� �� � � L` "-_J L� �J i - _=-1 (-= .-=1 t � � i i i � L� i L_� _J L_J�._. ' i �----� 1���=J U" Extender �� 'Y I � � i L `_'=_J See r ',. 1 / Detall F I !y SM R� SGN ASSM TY 580ft)XR(U-tEXI'i �-- ;--; r-- �--� i i t i t-- � --J �--- �-J y --�., -� y j! � � I I q A I\ /I � � s � � i i i� �i L ���'�_ _J L �_"�_ J r— ;_ � r— , � 1 1 I I 1 I I 1 C._r _J L_ _J t-- ;_---� �-- ---� + I i I �--- --J �---� --� Y ~ ?" � V 1� �" I I I A d i� n i � ` � � ��� i�� L �_: .-�J L `:' _J r— ;. —� r— —� i i i i i i � i L_=` J l_ �._J ,�-�_ / � See Detotl £ SM RD SGN ASSM TY 580t1)XX(U-2EXT) �.25 H � --------W(max)_BFT---- , -- -------1 � G� _ �p " i H f� � � � ---- ---- *=---------�----- � 0,2W -�- � 0.6W - - D.2W i- W _ i f-- -- -�— L_ _ � Y=_• _= u t I e a i� �i � �` _ l� � l.�_ "� _�J 1.12 tt/ft Wing Channet �------� � Y-J __J � � Y I I 1 � � i� n t� ' \\ /, � � � L_-y J l..` �-- �-_� r- l__�_J l__ _J , l_ �2 38 II I 38 SM RD SGN ASSM TY XBX%X(1lXX(U-NC) (See Note 113 ------------� I � O 4 � i :, i � � i i � � i i I 1 i i i i i i � � i i i I i ��. �� j � ^ : Wlmax)•6FT ` 1� i i i i � � � � � -- - 'W --►- i � 8 I t i i',z -------'--� SM RU SGN pSSYAt TY XXXXX(Y)XX(PI AII dimensions are in enqlish unless detailed otherwise. SM RD SGM RSSM 7Y XXXXX(t)XXlT1 l� - See Note 12) Nylon washer, A��i� 5/16" x 1 3/4° S�� •.�- hex trolt wtth p�� � nut, lock r�osher, ii'T1r 2 flat �rashers � �—� per ASTM A30T ' ! yalv�ized per Item 495, "GolvaniZinp." � wi� Channsi Top View Detail A ��; See �.; �Ci01� A i � See � J Oetail 6 �� � � 588 --�-----� � II 11 �� it Win9 // ' = ^ \ \\ Chormet �� �� Siqn Clamp �� i i5peoific ar�' �� 1 � Universat) �� _ j 5/16" x 3 3/9" y hex bolt vith ntrt, Iaak washer 7ap Vfew �d filafi vasher per ASTM A307 Deta i I 8 galvanized per Item 445, "Go(vanfztn9." D�iii i/i6" hole 3/8" x 3]/2' heovy hex Stfirou4hi after poit rith nut, lock washer ossemh)y and install �srd 2 flot wqshers per ASiM bolt, nut, 2 flat � ��2, { A307 qalvanized per ' Washers and if� qq3 �GaivanizinQ." lack vasher. --- t---1 Extender —.- 1 1 1 il � • II � '. � _ J Detai! F ,� � � U-Bracket Splfaes shail oniy be ailo�rad behind the sian suDstrote. Detall C N t h SIDE VIEW y ot� was er, 5/i6" x 1 3!4" Aluninun ' hex bolt wtth Slpn �� nut, lock vasher, pa� � \ /- 2 f laf vashers � + �� per ASTM A307 galvanized per Item 445, �'��g � 'Galvantzinq." Channe i 4' � � 5/16• x 3/4" � hex bolt vith nut, look Washer I /. md 2 flat washers Side View r Der ASTM A307 qoivanized per i Item 445, � "Galvanizinq.' � Detail C �- T&U 8racket `� 1/2' x 4" hea.ry � � � hex bolt, nut,� look � � r washer and 2 i.iat ���� _ _ _ � vashers per A;7�,j A30i qalvanlzs� per I i Item 445, � � `Galvanizinq.' I I , i I ' .. cEHeAs� NOTEs: �• ) SIGN SUPP�RT � OF PQSTS! MAX. SIGN AREA I 10 8WG � 1 � 16 SF � 10 BWG 2 32 SF I Sah 80 1 � 32 SF ( Soh 80 � Z ( 64 SF 2. Tha Er�ineer moy requlre that a Sohedule 8o post be ' used In plooe of a 10 81NG +rhere n siqn he(flht is abnorniaily high due to o fill &lope. 3. Siqn supports ehall not he spliced except rfiere shown. SIQn s�ppart posts shall not be spliced. 4. Aiuninun sign blanks shail conform to aepartmental Materlal Speaiftcations OMS-711D mtd shall have the follovinp minimm thtcknesses: 0.080 for siqns isss thon 7.5 sq, ft., D.100 for si9ns 7.5 to 15 sq. ft., ' and 0.125 for sipn& preater thon 15 sq. ft. 5. Signs that requtre apeaifia supports due to reasons in addition to Windloadin9 ore indlooted on the 'REQUIRED SUPPORT' tabie on this sheet. 6. For horizantal rectangular s19ns fQbriaated fran fiofi aluninun, T-braokets are used for siflns 24 inches or less in heiqht. U-brackefis a�e used fo� signs of qrevter hetqht. ' 7. When two trianquior slipbase supports are used to support a sinple sign, they sholl not be 'riqidly" conneated to each other except through the siqn panel. This rill ollow each support to aot fndependently when impaated by an errarcF vehiale. 8, wing ehaMei shail meet ASTIA A 1ot1 SS cr 5o and be ° yalvanized per ASTM A 123. 9. Excess pipe, Winq channel, or windbean shal! be cut ofiP so that it dces not e�end beyond tha si9n panel ii.e., excess support sholl rtot be visfbie vhen tha eiyn is viewed t'ran the frontJ Repoir qalvanized aoatinp at cui:support ends per Itetn 445, 'Goivonizinp." tO,Additionat route rtqrkers rtay be odded verttcalry, provided fihe tofial si9n area does not exceed the maxim�m a)lavable mnunt"per Note 1. 11.Adtl(tionai si9n olanp requtred on the 'T-bracket" post for 24 inch heiptrt stqns. Placa the olmip 3 inches above bottan of siqn rfian posslble. 12.Post open ends shall be fitted aith Frictlon Caps. 13.Sipn blanks shail bs the sizes and shapes shom on the plons. � REQUIRED SUPPORI Post � SIGN DESCRIPTION � qe-inch STOP sfqn fRi-i) Detai I E �� 60-inch YIELO sfqn fRf-Z} TOP YlE�1 � Siqn CI� � Exttvded (Specific or Alunfnun Un versqi) Windtrean � �----'-� - - - � (see SMD(2-1)) �-_ ----- �--- I 3/8" x 3 1/2° square ��� heqd boit, iwt, flat ,_� ' � Washer and lock washer ( per ASTM A307 qoivanized Siqn Cirnip � � per Item 495 � �(Specffic ar y 'GalvanizlRq." fBolt Universa U post/ length may vary dependinp an stqn clanp type ond D81'CI i � D pipe dianeter.J FRICTION CAP DETAIL ±. �5' ,,,,,,,,,,,,,,,,,,,,,,,,,,, Skirt Variation l� Pfpe O.D. ��' i" min, 1.75" mox Qepth � -.025'� �10" I Roiled Crimp to �� )J enqage pipe O.D. p�pe O.D. +.025"±.010' i � 'S 48x16-inoh ONE-WAY sfqn (R6-U �� 36x48, 48x36, ond 48x48-inch stqns ; I 98x6D-Inch siqns � 48x48-inch sfpns (diamond or squpre) � 4Bx60-inch siqns !� qe-inch Advaixe Schoof X-inp sl9n (51-1) � 48-inoh 5ohooi X-inq stqn t52-1) � larqe Arrow stqn (Ni-6 & Wi-7) friotion caps rtay be manufaattrred fran hat'ollad or coid rolled steel sheets. The minimm shee}�metai thlokness shall be 24 qauqe for all cap sizes,I 7tte rim edQes shall be reosanobly stroipht ond smooth. Caps shali be sized and formed in suc!t�o manner os to produce a drive-on frfction fit o�d have no tendenoY #o rock vhen seated on fhe p1� , The depth shall be suffiotent to qive positivs� proteotion ogotns� enfronce of ratnwater. 7hey shall be free of sharp creases or inderrtatiorse� and show no evidenae of inetal fracture, i Caps shali have an efectrodeposlted cootinp'of zina in accordanca witfi the requirements of q5�,t B633 Closs FE/ZN 8. i _ � .. .__.. _. � SUPPORT TY IOHWG(1)XX(T) TY IOBWGII)XX[P-BM) TY IOBWG(1)XX(T) TY iDBWGtI)XX(P-BIA) �TY )OBWG(1TXXtT) TY tOBWGf1)XXIP-HM) I TY tOB1YG(iIRXIT) + TY 580(13XX{T) �TY 108WG ( U XX tT) TY S80(i1XXfT) �TY 108WG(1)XX(T) TY tOBWG(t)X3((Tl ( TY tOBWGtt}J(XiT) � Texas Departme�t of Transportatlon Troffic OperatTms DNlslon SIGN MOUNTING DETAILS SMALL R�ADSIDE SIGNS TRIANGULAR SLIPBASE SYSTEM SMD (SLIP-2) -08 QTx�OT July ZOD2 I��.�'�oor (cK� Txoo-r ��n, s�coor �cu� txnor 9-08 ftEV1510N5 �y��T ScCt .Ju9 1 HjGHMFS � � � �IST CLtll�Ty SH9u7 hU. . I L 7 z6� a � i I �m TL� Cd7 4CN 0. O i- O U�- Tm� C+ L o� c ) Tt z±� —m -'a � acm oga �m5 i-LO bOL �CO am ag+ LNm mOL uCo 0 WXL m~ o b .o ti>c _ @L m }w.v�- tOL .o� m m+ mn� �Lo � n� a�= moa � ` a�} ao 0 `° ~ o '�D +mm �9pt b E+ a=o �a c 000 FY �o w � 4 U 0 !� J O L� 0.25 N w�minl>BFT W(maX)=t6FT r--------- -- --------------------- � � �u � � ' � u� _i N � � i � �_�_____ See Uetail C � -----------* ---------'---------J � 0. 15W W 0. 7W -- - O. i 5W � � i SM RD SGN ASSM 7Y XXXXX(1)XX(T-2EXT) (� - See Note 12) Extruded Alun. Windbean f5ee Detaii D on SM� (SLIP-2)) or 1.12 �/ft Winq Channe( tSee Detail A and Detail B) � �� --` �. „� ta �--------,) 8, i �� \ � �4e Detnil A � Wtmax)=15FT � H � �("� See Qetaii B ! �f ' 1 � � --�- -- ---"------- �, eN - � � 8 1/2" 8 1/2" � W-39' - ,' 39' --►-..— W-39" z � w 2 �' - SM Rp SGN ASSM i'Y XXXXX(i)XX(U-XXI Siqn Ciamp. t5peaific or Universal) Ny)on wosher, 5/16" x 4 1/2° hex bolt with nut, look washer, 2 flat rrashers per ASTM A3o7 gotvmtzed per Item q45, "Galvanizinp.° - �-�� Nyton washer, 5J15° x 4 ti2" hex boit With nut, lock washer, 2 f i at rrashers per ASTM A307 qalvanized per Item 445, 'Gaivanizlnp." Top Vtew Detaii A :xtruded ,.lunlnun Panel Detail D EXTRU�ED ALUMINUM SIGN WITN T BRACKET _I 1 ! 1 ii 1 1 � � t ��i --�- S(gn Panel ►vinfl Channel � '° square t and nut �y��g Nylon rasher, Chnnne� 5/16' x 2 1/2' hex bolt vith \ ' nut, lock rasher, � 2 fiot wnshers �, per ASTM A301 / QO�VC+(11Z@d �f � Item 495, •- j� `Galvant2fng.• Z}J � � Sign Side View P°�� Detaif B � � 12" � voriable 1� � �-- . 2w--� �w i I�I , _�,. - 1 1� I� 1 � � 1 � 6' m variable ,.r� * 1 1 [ r+I . . ! f�I 1') � rost � clano �I o` �� Sipn ciaup�' �I ! 1 2 7/8" Q.D. / `�-Siip base Sch. 80 -/ steel pipe _ Typiaal Siqn Mote�t SM RO SGN ASSM TY SB0f2)XXiP-EXAL) # Addifitohal stiffene� ptaced vF approXfmate center of sipns rhen siqn Width is qreoter than 10'. 6` panel should Sign C►anp be piaoed at the top af See Detafi � � styn for proper motmting. \ // �-_ � � � 6 �� -� � � ��12• � r Extruded Aluntnun T Bracket Siqn ~�— 2 7/8" 0. D. Sch. SD or 108W S11p base steel p€pe .'� Extruded Aluminum Sign With T Bracket �� Dril( 7/t6' ho)e . 31�' x q' heavy hex tthraugh) ofter holt wFth nut, look Wpsher assembiy and insiall and 2 fiat washers per ASTM boit nut 2 flot A307 galv4nlzed per washers and it� qq� 'Galvanizin9•" Ixk washer. � ��2�` r ----� --� Extander--_- � � � () ( i! � ,- - � Detaii C �, � � T-Bracket Splices shal! only De ollowed trehind �he sifln substrate. I Sfgn C I rn�ps (Specific or Universal) j � � �,�-- . - 3/8" x 4 1/2' square head boft, nut, flat vabher cv�d look vasher per ASTM A307 qqlvmized per Item 445, 'Galvanizin9.• S3x5. 7 _, �� stififeners atteched vith post clmps _ csee s►�ocz->> for additionai detafisi See Deta)1 E fior cirnip installation Detail E 6' }� � � � ......... ..... .....�.., �� � � .,,.,. , � 24" ar �, .,,,, .....,.,.,,„ ,� ...1i 9reater ' . „ ..�.,..,,, ..., ,..' �, ' � Use Extruded Alun. Windbean as sttffenars See SMD (2-1) for addltFonal detotls See 6etail E for cirnip insfallatian SIGN MOUNTING DETAILS �SMALL ROADSIDE SIGNS TRIANGULAR SLIPBASE SYSTEM SMD(SLIP-3)-08 QC TxDOT July 20D2 �•� ixaor �CKa T%DOT I7+�� TxOOT �cc� nioaT 9_08 REYIS10N5 !^��fiT 52CTI ,Iu9 � H7CHn�,1 I I I ( �35T CWI.T I SH�cf I�u, � �T 26D " ` ' GENERAL N07E5: �• ! SIGN SUPPORT � OF PoSTS MAX. SIGN AREA � I 10 BWG I 1 16 SP � �10 BWG � 2 � 32 SF Soh 80 I 1 � 32 SF � Sah 80 1 2 64 SF 2. ihe Enginaer may require that a Schedule 80 post be used in plaae of a t0 BWG where u siqn hefqht Is abnornwtlY hiqh due to a fill slope. 3. Si9n supports shall not De spliced except svhere shown. Stqn suppart posts ehotl not be eplfced. 4. Aluninun sign blanks shail conform to Departmerrtal �totertaf Speaiflaottons OA15-71i0 and shail hove tt�e fol�owinp minimum thioknesses: 0.080 for slgns (ess fhan 7.5 sq. ft., 0.100 for siqns 7.5 to 15 sq. ffi., and 0.125 for si9ns yreater than 15 sq. it. 5. Sf4ns that requfre specifio supports due to reasons in addltfon to windioading are indioated on the 'flEUUIREO StlPFORT" table on this sheet. 6, For horizontol reofianflu�ar sipns fobricoted fran flat a(�ntnun, T-braokets are used for stqns 2q tnahes or less in heipht. U-brackets are used for siqns of greoter heiphfi, 7. When tWo trlanqular siipbase supporfis are used to support o stnqie stpn, they shati not be 'riqidty" connected to eaeh other excflpt throuph the sign ponel. Thfs wltf alfow eaah support to act fndapendentty when Impacted by an errnnt vehicle. 8. Vfing oharuiel sha(t meet pSiM A TOtT SS Gr 50 anq be qalvanlzed per ASTM A 123. 9. Exoess pipe, Wfng channet, or windbean shai! be out off so thot it does not extend bayond the sign ponel (f.e., excess supporfi shali not be visihie when the siqn is viewed fran the front.) Repair golvqnized coattnp at cut support ends per Item 445, 'Goivnnizing." tO,Sfpn blanks sholl be the„sizes and shapes shown on the pl�s. 11.Additional si9n cimp required on the 'T-bracket" post for Y4 tnch hfqh stqns. Ptace the cicmp 3(nches above battan of sign +�hen possibte. tY.Post open ends shoii 6e fttFed vith Frictfon Caps. I REQUIRED SUPPORT ( SICN dESCRIPTION I SUPPORT I 48-inch 570P SiQn 1Ri-1) ('(y 10 WG�it)XX P�BM1 a, 60-InCh YlELD siQq tRt-2) TY 10BWst1)XX(T) o � TY 10BWCtt)XX(P-BM) '� � 4Bxi6-inoh ONE-WAY slqn lR6-i) TY 108M6(1)RX(T) � � TY tOBWGIi)XXtP-BM) �+ 36xq8, q8x3b, and q8x48-Inch siqns ( TY tOBW6(})XXITT I 48x6Q-incA s(qns � TY 58Dti1XXlT1 48xqe-Fnch stqns fdfanond or squareJ I 7Y i08WGCi)XX(T) � 48xfiD-inah siqns ' TY 580tll XX(7) +� 48-Inch Advance School X-inp siqn t5i-il I TY tOBwGti)XX(T) �3 48-tnch Schoot X-inp s(qn c52-1) � TY 1081YG(f)XX(T) , torpe Arrow siqn fWi-6 & Nt-7) ' TY TOBWGtU XX(iJ ; � . � Texas Deportment of Tronsportatlon � Trafflc Operarlats Dlvislon � Sign Clahp i f5peoific or Universa U J z,o� �m ��� �CN oo� TNE LL� ow c o}+ x-a _ ,� .' a � .°�c � 8 a om� �- �� �c°o a�� Ug1i� L5w moi �H� om �~a �;C row°w �'.°� o T '° m+g ca�E aCL woo L a�� 00 0 WFCU 1Da w o �tt- IO�Q �'O G mco NYW w � a J � c f-W� J � lJ.. � . Wedge Anchor Steel System Pnat t5ee General 7ubutar sxket � Note 4) should be / W�dg� flush to i/4' above - � qround 3' , for optirtwl �tApprox.) . reusabliity, j rv-n��(4'; � -' r �T�T • v� �� �vr. C[ass A A • ���'� " Concrete �, > • ,', �.�2�. � 4 �. 4 p ' 4 �4 4. Tubulqr '1' ' • '; ',• Sockefi �- � �-- • � ' 27` q� < - Non-reinforced �. {' � e .° 30' - Cd10�8t8 ei ,> ° ' aa• ' Footing " •�• tshall 6e use\ �D''•� �`. , ., ,• u�less noted � q e .q', ' e I ser�here e • in the plans). �,' •,� : Foundation . .' � ' •' . ,• � ' should take { '�',��-' opprox. 2. 0 cf ` ; e : . . ' ' • - of concrete. � �p• Oia --►� SM RD SGN ASSM TY TWT(X)WS(X) Wedge Anchor High Density Polyethylene (HDPE> System Post • (See Generai Medge Note 4) ; � 3" ' �tApprox.) �' : `Y'N`Y.Y"/ q A V' I�U'o i�"/r � . '. Ciass A 4 � � ,, Conerete � � . � � > > .15":. ^j',`,;' . 4 J � O ,�• '>. Anohar n �;�• � � t . � �•'A, t7g�� Non-rein#oroed �. �,.-. Conorete s.',� ;,� • '�• � Footing ' - �, •' , fshall be use\ �,"n ". > ta�less noted • ' � � , . . . '��' ;. '. e I serhere . ,. . , , in the plons). .,' ' � ..�. foundntion . ,�'. ; v , • Q .: sttoUtd take ; . . ,:, �.> approx. 2. 0 of ' � ' • ' ' �� � - of ooncrete. �.-- � z" D 1 a-�+-� SMU RO SGN ASSM TY ?WftX)NP(X) Post ' (See Gener,al Note 4) � Class q rinv�o�i q Q : I� �� •�u;�. : I� �I . . Concrete � ' • !� . I •. A 10" � n w Stub pipe ~f> v•' 11 I�,'..'• �_= �.` �.•. Non-re f rtforaed . , : , ,• Concrete • •. ,' • A footin9 • � . .' i4" (eholl 6e used� ' ' ,� • unless noted � ��'' � eisevhere � ��� , � . 30" in the pians).! ° Foundatim ' '' �•�"`- ahou I d take ' '' , ' . .. . 4 ' - approx. 2. 0 cf , i°` �'" '` of conarete. � .;•. . ' �4' f - � t , . Frict(on Cop ~ . �at� ��' = � or Plug. See . - - detail on SMD- t511p-2) -.-12° Dia --r SM p0 SGN ASSM TY TWT(X)UAfP1 Universal Anehor System with ThEn-Wailed Tubing Post � � t I� � I� �I A l� �) A t/q x 2 7/8' �� �� Slots (4 Equally �� �� ��2� x 7 1/2" Spaced) steei rod acts �� �I as a'stop' fo� t I ihe seqn post � _ _�1 md prevents �1- - - - stab fran 3 ��Z• /�' � turnin9 in the Uianeter / foundation. Schedule 40 Stub Pipe !3" Nominolt GENERAL NOTES: 1. The Wedge Ancfior Sys#em �d the Untversal Anchor System with thln wali tubing posfi rtpy ba used �a support up to t0 square feet of stQn a-ea. 2. The fubular �ooket, wedpe and prefiabricuted 7-braekefi shall 6e pernwnentty marked to Posi- indfcate manvfaoturer. 6fethod, design, �d location of markinq are subjeot to ttte iSea General app�o�o� of the TxDOT 7raffic 5fi�dards Enqineer. Note 41 3. Except far,pQsts t13 BWG Tubing), clmps, nufs and batts, atl canponerrFs shati ba 5/8' dianete� Coticrete prequalif(r.d. p 16st of prequalified vendors moy be obtained fran ihe Moter(ol Anchor - q places 6° mIn Producer Lisi� we6 paqe, The rebsite address {s: (embed a min, of �; �� to edge hifip.�/wsrw•;txdot.qovlbusiness/producer Iist.htm 3 3/8' and torque � � �� �� or joint 4. lAatarfol uaed ae post rrith this system ahall conform to the foilaring speoifiaations: to min. of 50 ft-Itrs). p � � � q 13 8WC Tubtnp (2,375" outslde dtaneter) fTY1T1 Anchor may De ��", i 0.095'?naninai roll thickness exponsion or �:� Searrless ot- e�eotrio-resistonce velded steel tubing adhesive type. ', �:.� Steel aha11 be HSLAS Gr 55 per ASTA1 A1011 or AS'fA{ A1�08 � �'.;, , Ofiher ateets rtqy be used if they meet tfie foNaving. � , � • � ' ' � ' " � � ' 55,Oq0 PSY m(nimtm yield strenpth 7p,Oq0 PSI mfnimm tensile strenqth Concrete anchor consists of 5/B° dianeter stud bolt with �8% r�inim�m elonqvtion in 2` UNC series bqit ihreads on the upper end. A heovy hex nut Wall thtciviess fimcovted] shall be within the range of .083' to .099' per ASTM p563 and hordened waeher per ASTM F935, The pu}side diameter (unaooted) shall be rorlthi� ttte ran0e of 2.369" to 2.381" stud holt sholl hove minimm yieid and ultimata tensile Galvanizatiat per ASTA1 123 or ASTLi A653 G210. For precoRted steel tubfnp tAS7M strenqths af 5D and 75 ksi, respectively. Nuts, bolts end A653); recont tube outside dianeter weld seon by meta►)tzinD with zinc vire washers shall be yoivanized per Ifiem qq5, "Galvanizing.' per ASTA1 8833. Top ofi boit shatl extend at least ftush with tap oi nut wiien 5. Siqn 6lanks sho11 tre the sizes and st�apes shom on ihe plans, instolied. The anchor, rrhen instalied in q0o0 psi rwrnql-weight 6. Additional 'sign clomp required on the "T-bracket' Rosfi for 2q' high signs. Piace concrete vith Q 3 3/8" minimm eRbe�nent, shali have a minimim olm�p at teast 3' obove tottan af siqn Wien possible. allowabie tension and ehear of 2950 and 1525 psl, reapectivefy. 7. Sipn suppor,ts shali not be spliced except rfiere shovn. Siqn support posts ahali Adhesive type anchors ahall have sfiud bolts tnstalied Wlth not be spl(oed. . Canpresston 2,375' DJaneter Type III epoxy per �}AS-6100, 'Epoxies aid AcB�esives.' 8. See ths Traffia Operattons U1vlsion website for detailed drawings of aign olrnp�s Ring 0.095 Thin Adhesive anchors may be loaded after adequate epoxy cure and Wedqe Ai�hor System cat�wnerrts. The website address is: Walt Tutre tirre per tha tranufaoiurer's recamiendotions, http:Nwrw.txdot.gov/publications/traffia htm f2" Naninal) Plastic Insert 3 1/2" Dianeter V i eW A-A Schedule 40 Stub Pipe t3' Nanino U Plastia insert must be used when using the TWT with either tfie Universal Anchor Sysfiem or the Bolt Dorn Urtfversal Anchor System. fie insert shfluld be approx. t0` lonp and cover the tu6fnfl fran Just above the top of fhe sft� plpe to the botfian of the sign post when usfny the Universai Anchor System. The insert should be aut to approx. 4 1/2" when used with the Bolt Drnm Unlversai Anchor System. WEDGE ANCNOR S�'STEM INSTALLATION PROCEDURE !. ptp fo�datto� hole. Where solid rook 3s encourrtered ot Oround levef, the 3/4" dfo. foundatlon shall be a minim.m depth of 18'. Mt�en solid rxk is encountered � _ befow grpund level, the foundation ahall e�rtend !n the solid rock o minim�m depih of'98" or provfda o minim�m faundation deptt� of 30'. If solid roflk (s O O enaountet�ed, the socket/stub may be reduced fn IenQtt� as requlred to a minfm.m Coupler , lenqth af 18". Any motariat retroved fran the socket/stub shall be from the Pipe Stub bottan crt�d the nlearanoe requlrements qfven on SNO(GEN1 must be followed. Tha 10° 3 if2' inner su�oces of the sxket/stub must remain free of ooncrete or other debris. 2• The En9��eer moy pertnit batches of concrete less ifian 2 cubic yards to be mixed r Base rith u p$�-table, motor driven conorete mixer. For smoil placemerrts less thcs� � Plate 0.5 oubi�� yards, ha�d mixinq in a suitoble contotner moy be allared by En93neer. O O t�2� � Plaee concrete trtto hale u�ti! it is approximotely ftush vith the prand. _ � Concrete�shall be Ciass A. 3. Inserf tc�butar socket into conarete urttit tap of socket fs approximaely t/q ' � 10' � � above the co�crete faotin9. 4. Piurb th5' socket. AI toW a mf�tmm 4 days far concrete to set, UI'II866 Ofh2YtY(69 dlreated�by En9lneer.. SM RD SGN ASSAi TY TWTtX)UB(Pl 5. Attoch t' stqn to the siqn post � Sign Installation Usirrg o Prefabricated T-8racket for Thin-Wail Tubing Post r------=-------------------------� i _ �, i i � i � �-----�------- - -------------J � See Detaii A 0.25 H _ Ylfmax)=BFT _ ------- -------- i � N - " � i �� � I i 1 - i � __*�� i I . ` O.6W o. zw o. 2w W � SM RD SGN ASSM TY T1YT(X)XXIT) (■ - See General Note 6) T-Bracket � r--� /'' i/2'x4" I � / heavy hex �y�� - - -�� bolt, nut, 2 I 1 flatwashers � � and look � � washer per � � ASTM A307 galvanized Post Per Item 445 `GqivanizinG 9/}6" hole may nead Deta i I to 6a drilled fihrough post �fo accomradate bolt. NOTE The devices sholt bs instolleC per manufaeturar's recam�endations. Instaliotton prooedures shall be provided to the Enqtneer by Contraator. 6. insert ttle sipn poat (nto socket and allqn stqn faca vith roadway. 7. Drive the`wedpe inta the sooket to secure post. This wtll leave approximofiely 3 inches�nf the wedpe expased. UNIVERSAI ANCHfiq SYSTEAI INSTALLATION PROCEOURE 1. Dtq fat»cirtion hole. Where solid rock is encatmtered ot qround level, the ' famdatie� shalt be a minimim depth af 18'. Nhen solid rock is encamtered below gre�tnd tevel, the foundatton shalt extend in the soltd rook a mintm�m depth of iB" or provlde a minim.m foundotfon depth of 3D'. If eolid rock is enonuntered, the socket/stub moy be reduced in lenpth as requirad to a mihtm�m lenpth otI18". Any materioi removed fran the sooket/stub shaii be fran the bottan arip the oiearanae requ(rwrients qtven on SIiDfGEN) rtust 6e foiloved. The wre inher surgaces of the sonket/stu4 must rertafn free of conerete ar other debris, . 2. Inserf ba�e post in hoie to depths shown and backfili hole with corsc�ete. 3. Level md�pl�mb the base post usinp a torpeda level and ailov cosicrete odequate tlme to s�{. The boitan of the slots provfded fn tfie etub pipe shdil rematn above the�tap af the cancrete ioundatlon. � 4. Attach th�v si9n to the siqn post. 5. Install ptastfc Insert araard bottom of post. b. Insert siqn post into base post. Lover until the post oomes to rest on steel rod. 7. Seat ca�ession ring us�ag a hamier. Typicafiy, fhe top of canpression ring A wfil be a�proximately level wTth top of stub post when optimolly installed, 8. Check siqt�•post by hand to ensure it is unabie to turn. Ifi loose, increase the tiphtenin� of the cartpression rinp. i � Texas DeportmeM of Transportatlon Trafflc Operotlau DJv/slan i „ � � _.. , �. SIGN M�UNTING �ETAILS SMALL ROADSIDE SIGNS WEDGE & UNIVERSAL ANCHOR WITH THIN WALL TUBING POST SMD (TWT) -08 �C Tx�DT July 2002 m,� rxmr 'C%a 7%DO7 Jon� �xaor �cx, �not 9-OB AEVISIONS CUI.T ISiCTI Ju9 � HIGtn+�,l � �15T' pA)1.�1 � Succ 4v. I I i �� Z6E a I i i �m - �m� �CN O V± Tm� c+ i L�Q 04- c 3 T} ° z±� _� '� i o�e aoa ° om� +�� LCO �a�a c g �- OLINm mOL ao 0 WXL F- L XLC �>� m }°w. a°- }OL n� � m+ m°a� ��o m�v- PCL =°o L � v°-+° v COL 00 0 "~o +D a w +�w o�+ m°o �v c mco HY aJ w � a w c QN c �,.. . Universai Anchor System with Fibergiass Reinforced Plastic tFRP) Post r � , � 3" O.D. Fiber9lass —�- Relnforaed Piastiu iFRP) Pipe �.. �' � i . ir.�'nyr., vr. � � - ' I i � : �i.v�'ii.v � v� V+r.v� .{ Cla&6A �: •:,,� � �",-�':,' 10' . Ganarete � �: . i � ,-'�; ,^. � . I k , i ' ! �,� '• ' ,,� ' Stub pipe --_�� f^ " _\ . , ���� � ; . �', Non-�elnforced ' � �� ' � '� Concrete Footinp '' ' ` � • ' � (shal l be used. �; :�, • 14' ; 3D' � i ess noted , ' " elserhere in the ;." � plans). Foundation � . . �' i shauld toke approx. �; ' 2.0 cf of concrete. �• " .. • . . �r .•�' `- •�- � :'.'. ; Friotion Cap . ' , -; , or P l ug. See '„'; . ° ' + . . � deta i I on SA10 � . . . + . . . • • , (Slip-2) �— 12 Dic --� �7 � ��' '�� � i i i i q � � A I � � 1/4 x 2 7/8" � � slots (4 i i I i equaily i i spaaed) i i i i i i �----- �� 3 1/2° Schedule 40 5tub Pipe (3" Nanlnal) i/2 x 7 1/2` Steel Rad Acts as a"stop" for the siqn post ond prevents stub fran turninp 1n the fotxtdvtion. Canpression Rinp Fiberglass Reinforced PIGS'FIC ffRP) Pipe 3 1/2` Schedule 40 Stub Ptpe (3' Naninai) View A-A SM RD SGN A55AI TY FRP (X) UA tP) i Typical Sign Mounting Detail for FRP Support with Single Sign Plastic or nylon rasher, �d flat aasher ` 3j� Stgn Ctanp � (Speoiftc or � � UniversaU - F FRP Post ' � 0 �_, P I at +rasher, � loak vasher and nut � �Siqn Face � I Drfll 3/8" fMax.) hole l� FRP support and sign face ,QBD" Aluninun Siqn - 5/16 x 4` Hex Bolt 6' min to ed4e � or jofnt A��� �' u I�%� A , .1 � �=� . . . ' �� 5/B" dianeter Concrete Anchor - 4 places lembed a min. cf 3 3/8' and torque to min. of 50 ft-Ibs}. Anchor rtay be exp�sion or o�es i ve type. GENERAI NQiES: �, pRP si� supports for a single type siqn support moY be used fior slqns up to and irwluding 16 square feet. Duol post installaiian may 6e used ior siqns up to and�inciudinq 32 squore feet. 2, pll nut;s, Golta md vashera shali be qalvanized per Item 445, "Gaivanfzinq.° 3. See the�"�raffic Operatlons Division webaite for detailed dravings of siqn clmiPs.jThe rebsite address is: htfip�/l�r.txdot.pov/publicotions/traffio.htm I FRP POST R�qUIRE►IENTS 1, 1loterlals shall conform ta the requirements of Qepartmenfiaf Material SpecifiFation UMS-4410 and viil be furnished !n a yellow or gray color as speciiiFd elsewhere in the plans. 2. Thickness of FRP sign supporf is 0.l25' � 0.031", - 0.8'. 3. FRP stgn supparts are prequoiifted by the Traffio Operations Diviston. Prequalificotfon procedu�es are obtained 6y r+ritfnp: Texas Department of Transportation TSaffio Operations Uivlsion 125 Easfi 11th Street Austin, Texas 78701-2983 UNIYERSAL dWCHOR SYSTEiA INSTALlATION PROCEDURES f. Diq foutdotion hole. where solid rock is encountered at ground levei, ttte foundatlon shall be a mfnimm depth afi 18'. When soiid rock is encountered beloW qr';cwnd level, the foundation shail extend {n tha solid rock a mintmm depth o� 18" or provide a minfmm foundattan depfih af 30", If solid rock is enoountgred, the socket/stub maY be reducad in lenqth as required to a minfmm�lenpfih of 18'. pny material removed fran the saoket/stub sholl be fran th bottan and the olearance requtrements gtven on SMD(GEN] must be followe�. The inner surfaces of the socket/stub must remafn free of conarete or otherj debris. 2. The Enqi'�eer moy permit batohes of conorete less �han 2 cubto yards to be mixed wli-th o portable, motor driven concrete mixer. For small plaoements iess thvi 0.5 cu6ic yards, hond mixtnq in a suitable corrtainer moy be allowed by Enpineer. Conorete shail be Class A. 3. Insert Nase poat in foundation hole to depths shom and iill hole �uith concrete: Cut base post fran bofitan and ensure a minim.m of iB' eftbednertt if Instoi leii in soI id rock. 4. Level �'ai plurb the base post rlth coupier usin9 a torpedo level arld let concret�.set a minimm of 9 doys, unless othervfse dtrected by Enpineer. Bottdn d,f base post slots shail be above the concrete footinp. 5. Attaah atqn to FRP post. 6. Insert s�qn post infio base post: Lower until the post canes to rest on the steel rod, 1. Use ham�er to ensure fihe coupier is firmly seqted. Top of coupler shauld be level wf�h top of base post In most inst�ces. B. Check sign to ensure there is no twist. If loose, Increase the tfghteninp of coupler.j BOLT DOWN S`GN SUPPOR7 t. Position�bose piate rrith coupler on exlsfiirip aoncrete. � 2. Drill holes fni�o conorete and insert the 5/B" dianeter bolts with Wedpe onchors„and tiqhten nuts. 3. Attaoh s�qn to fRP post. 4. Insert bqttan of siqn post irtto pipe stub. 5. Use hamqr to ensure the ooupler is firmly seoted. Top af coupier should be level vtfih top of bose past 3n most lnstances, 6. Check si�jn to ensure there is no twist. If loose, increase the tiphteninp of coupler.� Concrete anchor consists of 5/8' dianefier stud boit rith UNC se�ies hait threods on the upPer end. A heavy hex nut per ASTiA A563 ond hardened rasher per ASTM F436. The stud bolt shali hove min(m�m yteid and ultimate tensile strengfihs of 50 and i5 ksi, respectively. Nuts, 6oits �d washers ahall he qolvanized per Item 445, "Gaivmfzin0•' Tap of bolt ahafi e�end at least flush rtth top of nut whan tnsfial�ed. The anchor, xhen Installed in 4000 psi normal-weiqht conarete vith a 3 3/B' minirtun errtedmnt, shali have a minimm ailorable tension and shear of 2450 md 1525 psi, respeatively. Adhesive type anchora shail hava stud Doits instailed vith Type III epoxy per DMS-6100, 'Epoxtes and Adhesives." Adhesive anahars may be loaded after ndequate epoxy oure time per the manufacturer's recamtoendations. BOLT-DOWN DETAILS � � 3/q' dia. � O O i 10' Coupler 10` Pipe Sfiub M � Bose 3 1/2• Plafie �. � � 1IZ" � SM RD SGN ASSM TY FRPtX)UB(P) Typical Sign Mounting Detail T�; �RP Support w i th Bac��-i-o-Back S i gns Plastlo o� nylon Washer, and flot vasher � Sign faoe Slqn Clm�p tSpecffic or Universol) } �.��.� Siqn Face � � �� Plastfc or � Nylon Washer � Flat Washer, r lock wosher and nut � �� �rTll 3/e" fMax.1 hole in FRP suppart �d sign face .OBO" Aluninun Siqn - 5/16 x 4 1/2' Nex 8olt � � Texas Depattment of Transportatlon Troff/c Operatla�.s ONlslon SIGN MOUNTING DETAILS SMALL ROADSIDE SIGNS UNIVER5AL ANCHOR SYSTEM WITH FRP POST SMDtFRP)-08 QC TxDUT July 2002 9_OB flEVI5lON5 Z6F (m,e ncoor 'CN� T%0oT �on, txooi �cci naor ' CuI.T SiLT) J�9 I HIGHAFT � n�s� wu,n sua'r eu. I , �� � ,� . �..._ _ �. . � ... . ____... S' 2` strip if cut thrauqh � TYPE 7� S��eWolk 5•'M�� RQ'nq is greater than 4' in Iengtb. 8 Otherw�se place detectable 3i S• ' warning on the entire surface For " - �O. M;� of cut fihrough. �e�� - = Ramp Limits �andin - O Fp���l- � De � ( TYPE t� rOro of Payment 9 �„�;, �ona. Rq�p O Align curb porallel .�;.h ia�°u sr�"O'h Z�-` �' '�� 8 3� ofmPaymen'ts w i th crosswa I k I S- +: ared _ 5 t%' � vFh �dc� ,yl• 5hi.and i n9 . f �I Ramp Limits Ro�' o` o��� � �,+�'r' . of Payment fp� St��� ' ��'JS\ � Mf� S /^� - - , ':...;,'i� ro F-'�e � , �� - ',I�� Mo'� • Cross s I ope not to - 5' u'i� � of Poyments shown�e I sewheree - _ \3. exceed 2% on ony � porfiion of ramp ar O, TYPE 21 �n the plans. S.o � � trans it i on to street. � 7YPE 20 � � � e ; S�°���h . F�e a,�� R�p w;dthO � _ _... . Cl1R8 RAMPS -A7 MEDIAN ISi.ANDS._.__...... . .... . .., ... ... � � . ... ..,. .. ........__. .. . . . � DIRECTIONAL RAMP WITHIN RQDIUS = ` ' : (Sidewaik set back firom CU�b) ; Planting or otr,er ° �TYPE 10� s- ' j,,, ...._ ., nomwotking surfoce - ' if dropoff is nat Si�eWolk � TYPE 8 I protected 5, 5' PERPENDICULAR CURB RAMP ; Shared e,s% �( �and � n9 -."_. , .,, . RomP„ Ramp Limits �Qndi 5'x 5' ; g,3% of Payment ' y;�• hg : RamR Limits �onding ; Romp y,,. , d , _ _ . . .... _ . _ _ ; of Paymenfi y , �� '.r z�` 4' Romp ry c ,,..�,. �d� ^i�� P I ant i ng or other nan- � W i dth �/ F _;;Y;;. :; ;_ ' �o�`opm m' wa t k i ng surface i f dropoff ? 4/ '�/ �°' `' � is not protected ; 3, � Maneuvering o�.P � Z :• Space 4'x 4' ` � TYPE 2 I � � � y yy Cu b R � Usuat �/ "� Cross slope not to , c,_ � ) r �p Aamp Limits : `2� Ma' exceed 2% on any S, ; � 4� �/ : 2' min. run at 8.3% of Poyment : .,,,.,.„ portion oP ramp ar � a•3� M;n � `� ' trans i t i on 'to street. . U 5. µj n ��P 5 i dewq l k O /� L rea � 'f YPE 3 � _ �--�// -E-w ai : g,3% . Sho ! � V o> m - Landin9 : �p W�dj� - am}a � R<mP . r _ _. , , . , .. ' h ' _ r � rnoi± � ' Planting ar otner non- ' DIRECTIONAL RAMP WITNIN RADIUS `�o° �� � r y � ,:>'�'=° ` , wa I king surfoce if dropoff ( 5 i deWOI k ad j acent to curb� � ���L ` � DIAGONAL CURB RAMP (FLARED SIDES) �s not protected � � Q/Nt+i- . t�r�� _ ,..,... „ , ,,, ,., . , . ... � 'o,ay� RamP Limits " , w nt+ - of Payment _ . M i n. 2' taper to ex i st i ng y�,*'� �. Ramp_ 5' Min _ Side_ � TYPE 6� ° or proposed sidewalk� k o o v= , — � � Shored F I ore � ti�eL = = Ranp limits ?• Landing 5' Min "�'�" PARALLEL CURB RAMP of Payment � y�' ' ' 2� RamP ��mits .,:•, - . v �,a � .. . „ 4�. L � L a - ;- . . . .. _ , � of Payrn`ent � }o;� Use only where water will not pond in the landing.) .o� � N : � TYPE 5 � S `'.,�`;`` � ' .8:3'� share g �p� � ` ..,.. .. , .. ,, „ `B , , : _., , ` , „ _ _ � . a>, o \ Londin � • � _ .� v �aL � t Curb � ? �;3/ �` � Sidewaik �m++ iai� _ — � Woiking � . R�P o E o w _ �� Surface v u+ a o� n-v _ a }� SideWolk a c - � . :;`';. _ .., =�++ - � ,�� ..::;' - ' " � F� ' j ;��'� 8.3i � ` ,. m - a._ � ........ _ ��, � - VG-m ;:°.,.i<'%`�''� � � R�'° C� : :. , - . �x� � � TYP� 4 � -�';�:. " ro- o � � 4' Rmnp c>,wo . . Witlth � RamD Limits ' '� ..". ... •� , vccc • � . .,.. � "v- m � �:.\'� , � , of Pnyment � T�'PE 1 1� rT�� _ Ramp Limits �%��Q FLUSH LANDING COMBTNATION CURB RAMPS ' +- c °c o of Payment , • �' tm � . . . . ... _. _ ! h p p ..�o,�°,o= yro<ac� �` z' m�n. r�n OFFSET PARAI,LEL CURB RAMP , ,; . ,,.. .._ �;3�� yo� �.:,:� ' � TYPE 9� sx s� s a�n o �, ...., n : I are � YP� 2` • = = CROSSFlALK --vzov- . 3� �cca� .� ` Lond i ng ��c 8. �� N See Genera t Notes �: F T 2 �`�_'ow e��� �';. . �z<� � � i Ramp Limits .'y��� Ramp on shee�t �2 of 4 fior .. ..... .. . ...... � Ua } � Q ���° o� a ♦ of Poyment � more i n�'dfmot i on. ,� TEXOS DB rtment of Trans tf0l/On o aro pte ��+y4 -F / ° Sidewaik \r: E� �� a � ' Ramp Limits �` � � , si `` ,� i q� R�p W Denotes� p I ant i ng � �sign Dlvlslon lRoadwrryJ � / of Poyment or non-Wolkillg Width Flare � y surface, i v �' PEDESTR I AN F�4C I L I T I ES �3., Maneuver i �g � � � � �' � Space 4' x 4' 5" x 5' (Mi n) . .. I � � � � 8.3% i Shared Landing i CURB RAMPS a � � Romp • � � E SideWalk �� y� � N � '� � ` i I a y. y w � � PED-05 I a � - w ' - , , , ,' „' _ F I ore � ! _`'� F I ore j — Z' min. curb I� SHEET 1 OF 9� atigned with g,3/ StoA 6or � vue. � crosswa I k ped05. dqn I DN� EN � es� E o�� 9GD � cK� � D I AGONAL COMB I NAT I ON CURB RAMP � ' Romp epT%oor uor�n zaoz � oisr FE�EflII Rl� PPOJECT sxeer Perpendicular to the Tpngen� of the Curb DIAGONAL CURB RRMP �RETURNED CURB) COMBINATIf?N ISLAND RAMPS AE�`5'aHs � , �+� : _ Rod i us and Conta i ned i n Crosswa ( k i i �W�r �CONTHOLIsccr I�oa Ixw�har ., . ., „ , .. ., _ . . I m U ' � U > 10 omo�= L o+ aN m � cro±E L3C6 mwot- CON�- �a i u� c c a•-- w ac+ _ i' - oc4-m �°Oy: r- L c = O O N ' OJ�NU +ow� n''r"- o � U L 0 D N � NVt+ 1 o L 7 ' �E� � �� y •' � _ • t t �-- U ac-w o.rai C � � � O C C C - +-ao•- m n N O N D L�F - t+0�. • w-oCO o�mm- L Nt � w�3�i �mzv4°- U� �b aLi � �, +-or o aro' �� ii ii �� �� :: � �/ �� DETECi'ABLE WARNItVGS Genero� Notes tor Detectobie Warnings 1. Curb ramps must contain a detectabie warning surface'that consists of raised truncated domes compiying with Section 4.29 of the Texas Accessibility Standards tTAS). The surface must contrast visualiy with odjoining surfaces, including side f�ores. Furnish dork brown or dark red detectable warning surface adjacent to uncolored concrete, untess specified elsewhere irt the plarts. 2. Oefiectabte warning surfaces must be siip resistant and not aliow water to occumulate. 3. Align truncated domes in the direction of pedestrian travel when entering the street. � 4. Shoded areas on Sheet 1 of 4 indicate the approximate locotion for the detectable warning surfi'ace for each curb romp type. 5. �etectpble worning surfaces shall he o minimum of 24" in depth in the direction of pedestrion:trove), ond extend the fuil width of the curb ramp or londing where the pedestrian access route enters the street. 6. Detectoble warninq surfaces shalt be iocai-ed so thot the edge neorest the curb line is a minimum of 6" ancf a moximum of 10" Prom +he extension of the face of curb. Detect4ble worning surfoces moy be curved along the corner radius. 7. TxDOT maintains a iist of Qualified Dei-ectable Warning Moterials. Details ore provided herein for the ptacement of londscape pavers. For other materiais, refer to the manufacfiurer's product manuo! for proper instoilation. No. 3 rebar around p4ver inset o � N E Detectable /� worning surfoce � n �c / L n � � � Landtng nm. �i a � E aicstzi;ii;o:�i��:4;d:�..; q �� Max 4;b::b:if:D:tj;o;a;a� �ond Usual � 6" min � Face of 10" max curb Typicai plocement of detectQble avorning surface on londing ot street �dgeo 0 0 �L y n� � Land i ng � o � N L •- - a+� ' 4" Max and Usual � a;:1ti;�.� o:q :at�: o} o: _ �' C '0`.0;4.i0::'d:4i'.��}D;Q� N E ::ih:6•:ci)Sa;b::Q,;rY,.:o:�:o>. ;.4i;b; O.:ZS::,o.':.A:�O.�O ;D;. Side ffare tTypicai) . i 6" min � F�ce of 10" mox curb Typic4! plvicement of detectobie warnir� surface on sloping ramp run. Deteatable worning pover with � Expansion joint o c as required truncated dome surfiace •L o Side flore i" mortar bed - Sholl conform to � v o Londing al > N �7yp� aRP�+cable specifications a } ti Controi joint permissible Detectabie worning � - a _ - s = / domersuriacerunooted ., _ -- ' c c c � ' 4" Max �7=�===_�_����- rand Usual � �. 2" Sand Cushion / �'M��� 4° o c A� A id f No. 3 rebor ot -'� IB" (max.! on-center Coth ways Clvss A1 �.oncrete - Shail conform to applicable specificatiorts Secfiion A-A Generot Notes fPavers) Furnish detectable warning paver units meeting a11 requirements of ASTM C-935, C-33. Lay in a two by two unit basket weave pattern or os diracted. Lay full-size units first follawed by closure units consisting of at least 25 percent of o full un1t. Cut detectabte worning paver units using a power saw, ///� E � � 5 e lare / � - tTypical) � � . . � Face of curb Truncafed Dome Pattern Curb Ramp DETEC�'ABLE WARNING P,41/ER (OPTION) � . _ . _..... .. _ . . . ..�,., ..� . . .. . W __. _ � __. .__.. _ _ . ._.._.._ _ _� _ __._ __.._ _... _. ___ _ _. . _ __ _ ..�_ �P�des%�rian Facilities ' General Notes 1. Aii siopes are maximum ailowabte. 7he leost possible slope fihot will stili droin properly Should be used. Adjust curb ramp fength or grade of approach sidewolks as directed. Defiectable warning surface (Domes to run parollel to pedestrian travei) 2. The minimum sidewalk width is 5'. Where the sidewaik is odjacent to the track of curb; a 6' sidewalk width ;s encouroged. Where a 5' sidewoik con not be proviiled due to sifie constraints, a minimum 3' sidewalk with � 5'x 5' passing o�eas ot intervQis not to exceed 200' is required. 3. Landings shaft be 5'x 5' minimum with a moximum 2% slope in ony direction. 4. Maneuvertng space at the bo-Ffiom of curb ramps shalt be a mipimum of 4'x 4' ' whoily contained�within the crosswalk and wholly outside the paroitei vehicular travel�poth. 5. Maximurn ollowabi� cross slope on sidewolk and curb ramp surfaces is 2%. - 6. Curb ramps with r'eturned curbs may be used oniy where pedestrians would not normolly wolh across the romA, either because the adjocent suriace is plani-ing or other non-walking surFace or becouse the side approonh is = sutrstontially obstrvcted. Otherwise, provide flored sides. 7. Additionat infor�iation on curb ramp location, design, light raflective value and texture moy b�e fiound in the current edition of the Texas Accessibility Stondards (iASI and i6 TAC �68.102. i 8. To serve as a pedestrion refuge orea, the medion shouid be a minimum of 5' wide. Media�s should be designed to provide accessible passoge over or through them. 9. Smoll channelizot,ion isionds, which do not provide a minimum 5'x 5' -londing at the top of curb ramps, shail be cut through level with the surface of the street. ' i 10. Crosswalk dimensipns, crossweik markings and stop bar locations shail be as shown elsewhere in the plans. At intersections where crosswolk markings ' are not required,I.curb romps shali be aligned with theoreticai crosswalks, or os directed by+the Engineer. � 11. Exisfing feotures'that comply with TAS may remQin in place unless otherwise shown on the plon�, 12. Handrails ore notErequired on curb ramps. Provide curb ramps wherever on occessible route �rasses 1penetrates) a curb. 13. Curb ramps ond landings sholl be constructed and paid for in accordance with Item 531 "SidewalQs". 14. Separote curb romp nnd londings from odjocent sidewolk and ony other elements with premoid or b�ard joint of �4" unless otherwise directed hy the Engineer. 15. Provide o smooth t�ransition where the curb romps connect to the street. � 16. Curbs shown on shee�- 1 within the limits of payment ore considered part o-F the cu�b ramp for'payment, whether it is concrete cur6, gutter, or combined curb and gutter, � � 17. Flare slope shali iiot exceed 10% measured olong curb line. 1 „ , , , . .. .............. .. a... ,,. ._.... ., � , . . , .,. ,,., ,. .. ,. ,.., . .,,...,,, i � 1 �8 �� I ,� _L � � �% .. %�; '�� � Z/e" i%%%///°�/%/%///////% � � � � i 41 � � Q �� �. I 8" � 1- I De-hectable Warning Paver , �" Texas Deportrrrent of Tronsportatton � L�sign D/vlslon lRaadwoyJ PEDESTRIAN FA,CILITIES GENERAL NOTES AND DETECi'ABLE WARNINGS P�D^O� SNEET 2 OF 4 �FILE� pedDS, dqn PN� EH � cx, � ax, BC� � cR� COTx�OT IAarch 20D2 DIST � FEDEflAL Alb PHOJECT I 5� RE41510N5 � CIX1NiY ICONTPOLISECT I J09 iNiGNfAT I U • •- L t 0 N Oa�10J LOt vo�= �L3Cb mmo� CON� rnamc c � •-- W nLt t— OC4N xaow m L t O •tll p ��a� O T U O . CnL m W 9p +t OEON oi 4- w N=�� ~V•-U � C � L O 1' fy L C T N U OCCC i- o q �- NOWD 4'�- �GCO °iaEi+ w�3wi aiz° o°°- Jt- •1-L � toL p QF O :: �� " ii �� ��/ ��� ��� ' Cartarete Qriveway Pqyment \ � \ � _ � � � ..i''�� ' Concreta Driveway Payment � � \ 1 � � � �. � ' � � ���� ��'� Planting or other non-walking surface Sefiback sidewotk 2. +., � ��`� Apron offset siderralk �� Concrete Qriveway =::� Poyment � qq;,�e, . � ' . S" p �4r� ' � �/g�' �.-_ . .N Concrete Drivewoy Poyment � wide 8�ci'c:�.iic I:� ,�1• 0,•� w � � 4prq7N.�'Y � . --. - �8�, M.� ,8 3� / a� I f curb i`�i�qht i s greater than s- 6 inches, us� ec�4de Iess thon �%� or equo I to 5%. FfonUra i t a�d detectable warning not required. Ramp 5+dewalk SIDEWALK TREATMENT AT DRIVEWAYS - �- -� o: --- ___�;, 4�� y e �Q � e Qe� � ao � 0 �. � � CAFE � $0° t '� �-. ..... .�..,. ..�... .....� ,_._ ..�.... ...� v � ..._. ..._.,. i PROTECTED W � � ZONE Z �' 4" MAX. POST N � —'f PROJ'� ECTION _ o Mw tn F"' F � � 4" MAX. WAIL_ o PROJECTION � a rin ' / � CANE �ETEBTABLE �I�li` �///1%%%/%%///// _ PROTECTED ZONE In pedestrian circuiation area, maximum.4" projection for post or wail mounted objects between 27"and 80" above the surface. � pFO� �OF 8(j�.ToN\ ` ,�q,�. ' � �'' l,y 4,yrG� 2i � \ 4 OfR�c� apF � E � tp� �� ` A �1 \ CLEAR GROUND SPACE CENTERED AT PEDE5TRIAN PUSH BUTTON MAX, LENGTH OF OBSTRUC7ION MIN. DISTANCE p�_��• � BETWEEN OBSTRUCTI�NS 5�_�u CURB ' _ " OBSTRUCTION � ` �tPdLE, HYDRANT, ETC.) � r � _1 � , � � ' � � Y �C Q '"' i J w Za a� a p � F-- i- �,.� N vp Z� � _ � N Ill � � Qa " �' � - ` OBSTRIJCTION pLAN VIEW (CONTROLLER CABINET, MAILBOX, ETC.I PLACEMENT OF STREET FIXTURES IITEMS NOT INTENbED FOR PUBLIC USE. MINIMUM 4' X 4' CLEAR GROUND SPACE REQUIRED AT PUBLIC llSE FIX7URE5.) Genera� Notes 1. AIl siopes ore moxi�,m oifowable. The (eost possible siope thot wit! still drain Droperly shuuid be used. Z. Place trofffc siqnai or iiiumtnation poles, qround troxes, controller boxes, siqns, drainape facillties ond other ifems so os not to obstruc+ the accesstbie route or clear ground space. 3. [Jsual 5ldewalk crnss slope equals 1.5'!.. The moximm aliowable sidewalk cross siope equals 2'/., 4. Street q�ades and cross slapes sholl 6e as shown eisewhere in the D�ons. 5. Existinp feoiures that comply with TAS may remain in ploce unless otherwise shown o�r �Fhe plaas, � 6. Chonqes in levei �reater than�/�lnch ore nat Rermitted. T. The least possible grade should be used to moximiZe acCessibility. The runninq slape of sfdewaiks ond crosswalks, within tfie public rtqht of way, may foiiow the grode of the parailei roadwoy. Where a con+inuous grade greater than 5% must be provided, handFaits may be desirabte on one or toth sttles of ihe sidewclk ta improve accessibliity.�Handratis moy also be needed to protect pedestrians frdn patentlolly hezarGous condltfo�ns. if provided, handrafls must comply with TAS 4.8.5. 8. Hantlrat! exiensions shoif not p�otrutle Into the usaDle landing area or into intersectinq pedestrton routes. 9. Driveways ond turnotrts shall he constructed onq paid for in accordance with item, "Driveways �ntl Turnouts'. Sitlewotks sholl be constructed and paid for in accordanae wifh Item, "Sidewalks". to. Sidewatk detoi7s are st�o+un etsevhere in the plqns. / � I w Z � , _ 4 � q ,� _ � MAX � xQ �' �� I � N, When on obstruction of p height greoter Protruding objects of a than 27" from the surfa�e would create height <_ 27" ore detectabie a protrusian of more thQn 4" +nto the by cane and do not require pedestrion circulation prea, construcfi odditional treatment. additional curb or foundotion af the bo�htom to provide a max�mum 4" overhong. DET�:CTION BARRIER FOR VER�'ICAL CLEARANCE < 80" ( f i ... _ .+ ,' i �' Texas Department of .T _ ..... _. ronsporta�Ion � Design Dlvlslon fRoadway) PEDESTRIAN FA�CILITIES SIDEWALKS PED-Q5 5HEET 3 OF 4 � FILE� ped05, dqn Iow EH � cx� � o+� BGD � a� _ QC Tx007 March 2002 j 0157 � FEDEAAt AID GAOJEC7 J SNEET flEYI51aN5 I I %q � �,. f— ca»rtr _ jconrna secT �oe NILXt1�T _ � i 5' x 5' (MIN) ' �ANDINGS \ \ SPI.IT RAdIAL RAMP PLACEMENT SIDEWALK _ SIDEWALK ADJACENT / TO CURB STOP BAR �r �-.,_ / I ., .. , „ , ._ .. ..`,m. . ,.. . .. ,�—, � � .I CROSSWALK � \ '` � / , . ,.� . ..,. .... ., � � , �' / ; �� ----------------J`� — � 9'x 9'(MIN) � MANEUVERING SPACES / , ' SINGLE RAdIAL , RAMP PLACEMENi L �SIDEWALK SIDEWALK ADJACEN7 TO CURB � 5' x 5' (MIM y� � � i LANDINGS �y. STOP BAR � ��. �� �. ��' / , � r � � i �.�,._.. .. .. , , I , � SIDEWALK �' � ; ' CR05SWAL.K ' <', , t�r J i . � ��,� � � � �t i " ��.�.� .... _' , / �� _ � �' � SIDEWALK --'�-----------�- ' 4'x 4'tMIN) �- ^ SI�EWALK ADJACENT SIDEWALK REMOTE MANEUVERTNG FROM CURB � SPACES I �7� CURB NORMAL INTERSECTTON WITH "LARGE" RADIiJS SKEwED INTERSE�TION wI7� "�aRGE" RaDius � v U` U> N- oo}� a+a+ o�a �— C3v� wwo� Cl N t't �a�o� ai� N C c �.-- w aL t +- OC4-N w°Oi ~ O O N v-.- w w a o� LI-L OF - +O>d n�'rX- o a. - U L ' � U�1t+ >a�� �E�o � � y T L _ ++ vc=w L�-�- L oYn� CT�U O C C C ND6^ � N l. N O N O = L TL� }«o �o a�m� L NE �- �u�i37E w7 w� �d2OW U~=�0 W � V�� o ar0 � � � � _ � � - � - - STOP BAR � F 5' x 5' (MINI { L AND I NGS _...�-.-�--�= ' � f \ _. _. , , r i �► �� CROSSWALK ��-- / , r,�- � SIDEWALK SIDEWALK � � ._. � /,, � � � �r � r� � �- , � ,�_—`c— ------------- 1'-- — / ' � i , SIDEWALK ADJACENT � ` � SIDEWALK REMOTE 4'x 4'tMIN) �RQM CURB TO CURB MANEUVERING SPACES SKEWED INTERSECTION WITH "SMAL.�" RADIUS 5'x 5' CMTNJ LANDINGS-� SIDEWALK i i � � i. �, t � SIOEWALK REMOTE FROM CURB } � S70P BAR ;b _ . ���....�.,,�..,��..�. � � � � ~ `; CR055WALK � '� � � _� . '. ,. / ` Iy �^ � ,. , . . . I- / 1 \ � � � j SIDEWALK � --`� — ��--- --�-- -� --------�-- c i �' = -� �' i � SIDEWALK ADJACENT � 4'x 4'iMIN) I TO CURB MANEUVERING SPACES NORMAL IN��i�SECTION WITH "SMALL" pa�IUS �1a i \ � � t � i � �F t � i 5' x 5' tMIN) LANDINGS �� � r '� � SID � + � r F�q� k i � �. � ` � .5'x 5' (MIN) � �' CROSSWALK �.- /� � � SNARED LANDINGS ��� � � _ . _. �♦ n � I o STOP BAR � N ' N f D r � AT INTERSECTION W/FREE RTGHT TURN & IS�AND IYri�H� CR05SING LAYOUTS, SEE SHEET 1 OF 4 FOR DETAILS AND DIMENSIONS _._._. .. _ . .. _ . , i General Notes 1. Street grades ond aross slapes sholl be as shown elsewhere in the plens. Z. Ramps are shown here withaut datec+o6le warnings for simplicity. Detectobie wornings are required at the locations shown on the PE� Stantlard l5heets t and 2 of Ql and tn accortlance with +he de4atls shawn 6etow. 3. Smalt channelizatFnn fslontls, which con nat proviGe o minimun 5' x 5' landing ot the top of ramps, shafl be cut throuqh Ievei with the suriace of the street. � 5' x 5' fMIN) LANDI(�G � � I SIDEWALK � I I #5'MIN SIDEWALK j 5'MIN '� �, * �, � � � '� y. r �. '" � � i � / � � ! STDEWALK(ADJACENi SIDEWALK ftEMOiE 70 CURB FROM CURB MID-BLOCK PLACEMENT PERPENdICULAR RAMPS , . , , ,,, ,,, , ,,,,. , . , ... . , ,, „ „ , .. , ,,, . .,, .., ,. �" Texos Glep�ortment of Tronspnrtotlon � � �slgn Dlvlslon lRoadwayJ PEDESTRIAN F�►CI�iTIES INTERSECTION LAYOUTS �� . . ,,, , , ., ,,, ,, ,, , ,, , , , , ,, , , , ,,,.. „ i ., . , ... ., ,,, „ .,, „ , . ., , �, , „ ,� , , , „�, f PED-05 � SHEET 4 OF 4 F[lEt pedOS.dqn ox� EH � ca� � wu BGD � cR� QC Tx00T March 2002 015T � FE�ERAL �IU PpDJftt I SNEET REYI5IDM5 � �YO COUNiY ICONTPOL�SECT � !OB INIGNMAY , , m 0 +m m- �'mo� - b°w+m - o��� c.� aE L C6 m m }� y�. COW� w c„c�f- t- N��CL- i �pp �ai� TX CV ar��, E��� ,$-Lrim- O �+1- m m �?�L �9+U ' vc-m vY�o OTCCC i^ O O— m a 4-a� momo ° LTL� +�co 4� O O�m� �=3� �mzo° ¢L v~= om V1 i�CL c a°�� C � 3 w 3 U + t 'L O C v + m 4 C U w � t 4- m _ 7 X t ai v a° O v � \ � t + L E — — W �p I e' VARIES - 6' USUAL 3�=__ I � Z„ LIMITS OF PAY FOR SpECIAL SIDEWALK � 2-=4 BARS TYPE `E' FILTER MAT'L '�o (FUIL LENGTH OF WALU u4 BARS ra 12" C-C 2 ° CLR.=►� �- -- r- in ,p=. � rx- :•' . %z" EXP. JT. 12�� f4" DIA. PIPE UNOERDRAIN w � 3 :�(TYP£ 5, 6, 7� Oft 8) MONO CUAB 0 /� >� �� `" _ 3" MIN. � / OR CURB AND GLITTER �4 BARS a � In v N �8� C-C t.sd% �( 9 �%2 2 �. � � ' � . , ' Q' ; .' . : L� : . ' . � M i n. � . �' . ;d: . ', ti�. . . : ;o.'. I ti � •4::.- �.'t��).•.•a.:•y••:ar .,`..�.-� �y . . L} .� PERMISSIBLE CONST. JOINT� � �.� • 'o ��„ CLEAR 2" A WEEP HOLE5 O 15'-0" C-C MAX. / z° MIh* SLOPE %2" PER F00T TO ORAIN. NOTE� CHAMf£R ALL EXPOSE� t'-0" S�UARE NAROWARE CLOTH ��� �ANO CUSHION CORNEftS 3'�". (i/4" MESH1 CENTERED BEHIN� OPENING. � 5l.OPE 70 DAAIN AND CONNECT TO STORM flRAIN. IF� IN THE OPINION OF THE ENGINEER, USE OF UNDERDRAIN IS IMPRACTIAI, WEEP HOLES MAY BE USED. *2" MIN. REQUIRED FOR LATERAL SUPPORT SIDEWALK ADJACENT 70 CURB 3, _-_ �x � TYPE `E' FILTER MAT'L (FllLL LENGTH OF WALL) � VARIES - 6' USURL YAAIES LIMITS OF PAY FOR ' _2� SPECTAI SIOEWALK S 2-=4 9AR5 �q BARS e 12" C-C � 2° CLR. += i- n 'p- ¢ " .~. �Z�� � ' �4" DIA. PIPE UNDERDRAIN ��� .� �' (TYPE 5� 5, 7� OR 81 . a, y�� a � ,,� 3" MIN. a9 BARS o � Q � �18" C-C t.50% 9 %x ° 2' . � . : •. .•."o ' : , ,- t,�'.".'. : o: • � : : �'/.(�\Y'%.C��,/�.�'.l.�»'/, � M1n, .. c>::. �cn:.: •. o :.•. •c'•:� ::.c:.• : •.'�• � � PERMISSIBLE CONST. JOINT ., `� g" 3" v , � CLEAR i,���,Y/.tC� 2" 0 VIEEP HOLES e 15'-0" C-C lAAX. }+--►� BACKFILL SLOPE %z" PER FOOT TO �RAIN. �'� 1" SAND CUSHION i'-0" StiUARE HAfiOWARE CtOTH !1/4 " MESN7 NO7E: CHAMFER ALL EXPOSE� CENTERE� OEHIND OpENING. CORNERS �4". p SLOPE TO DflAIN AND CONNECT TO STORM PLACE CURB AND COMPACT PAVEMENT-� ORAIN. IF, IN THE OPINION OF THE ENGINEER, BACKFILL BEFORE BACKFILLING BEHIN[ USE OF UNOERORAIN IS IMPRAC7IAL, WEEP WALL HOLES MAY 8E USEQ. SPECIAL CONCRETE SIDEWALK w/ RETAINING WALL SIDEWALK REMDTE FROM GURB -M�NO CURB . � OR CURB AND Gl1TTER C o � �� . d,..a. ) JO1N7 SEALING COMPOUND - fCL. 3, 4, 5� OR 71 � _ 5-0" USUAL ' _ t0' A{IN.� � ROAdWAY, l � SHOIJLDEfi � u3 6AR5 et5" C-C EOGE OF EACH WAY ,I, DRIVING tANE 2,�g ], ' 1.50'J. �IN. � o � . v . a . t> .�� �. . ..:� •.�. ; .n •'.o �. .'.t+.'. • .•.'E? -. ..'.o. . . I 1° SAMD CUSNIO� W SIDEWALK TO 8E 10' MIN. FROM EOGE OF SHOl1L0ER aR Z' MIN. FROM TOP OF DITCH BACK SLOPE, . WHICNEVEft IS GREATER (10' MIN_ FROM EOGE OF CONGRETE SIDEwALK SHOULOER IF NO i}ITCH.1 (ROADWAY W/0 CURB) -'�--,-_ SIDEWALK (5'-0° MIN. AN6 USUAL7 f6'-0" IF ADJACENT TO RAILINC OR iVALL1 � -�--- BACK OF CIJq6 #3 9AR5 976" C-C EACH WAY �, q � � %2" EXPANSION JOINT 1.50% �'• • • '�•' �' • � � � • +'J�:/• .• g � a� CONCRETE CURB OR l.n.1•,a . � :..;�,�. r. :..•o ^.; .;.p. �. ,. : � •. CURB AND GU7TEft ' ! . I 1" SAND CUSHION � CONCR�TE SIdEWALK tADJACEMT 70 CliiF�D Q 5-D" LISUAL 5' USUA� L ' �3 BARS oi6" C-C � +— FACE OF CUftB EACH WAY _ 3' MIN. f 1.50% L "d. ':l?'. . �C.P�.. : �0:. ' I.°-•.�.�:. ..�v:� ...��.�;�. �.v-...,,�� �qa t" SAND Cll5HI0� CONCRETE SIDEWALK (REMOTE FROM CURB) CONCRETE SIDEWALK DETAiLS 5�8 �� -"I \i"- ��s ° # Is " ; CONCRETE CI1RB OR �� CURB AND GUTTER . '' ' • . � CONCRETE SIOEWALK �� � • \ . � �.� • . t, !"� f . 1' i 1" SANO CUSHION � • � � . p �� %2" PREMOLDED ASPHALT BOARD , ' I 4 !> . . � � � i/2 " EXPANS I4N JOI��T I (SIdEWAIK ADJACENT TO CURBi � CONCRETE CUAB OR CURB AND GUT7ER � i 3" MIN. 6" MAX. I I i ]8" MIN. I 24" MAX. I (TYP.) - , I = a3 X 24" pOWEL i � i , � ,i 6" MAX. Iz° PREM(SCPED ASPHAIT BOARD TRANSVERSE EXPANSION JOIh�i 1 t� 41— �� � �, � � � x .". w x J 3 --� 1 STDEWALK WIDTH + q" � REINFORCING STEEL DETAIL SEf PLAN SHEETS FOR LOCATIONS OF SIDEWA4.K5 AND RETAINING %ALLS. LONG2TUDINAL SLDPE DF SIDEWALNS SHALL NOT EXCEED 5% EXCEP7 IN CASES WHERE THE ADJACEN7 RDADWAY SLOPE EXCEEDS 5%, IF ROADWAY SLOPE EXCEEDS 5%, LONCITUOINAL SLOPE OF SIDEWALR MAY MATCH 7HA7 OF RDADSYAY. IF SIDEWALK WIQ7H IS LESS 7NAN 5'� PROVIDE 5' x 5' PASSIN6 AREAS AT INTERVALS NOT 70 EXCEED 20D' SPACING. WHERE SIDEWALB WITH RETA7NING WALL IS SPECIFIED, RETAINING WALL WILL BE SUBSIDIARY TO THE ITEM, "CONCRE7E SIDE&ALK lSPECIAU (RETAINING WALLi", WITH LIMITS OF PAY AS SHOWN NEREON. SURFACE 7REA7MEN7 OF RETAINTNG WALL FAC& OETAILED ELSEWHEflE IN THE PLANS. ,�ViupO D�1d$'P/OPPF C1YFmID�DOJP0�M1 DFORT WOR7'H DIS7RICT C4NCRETE SIDEWALK DETAILS CSWD-08 (FW> OFIIGINAI ORAW[NB i01V.N0� PR6JECT ND. ISN`ET. Qs�- auxe zooe 5 �� REVISlONSs STATE DIST. COIINTY . I rExas CONT. �SECT.� JOB ,N7GN8AY Na. , � ( . r �200H Dy 7T%oe Deper}�b�7{� of Trannportotlon� � all ri0h{s raserved � '_, i � m oi +m m gg}� UOL± - c.�vo m��°r� �p,mp o�mc ' t:�i at+ �r- XOON_ : LCL _ 0)�tOp * o>� .nho9 o� m'�pt± _ U E 4�- m N � TL � �� 'Q C�— m ��ta o vcfOc - moat0i� - - �.a- t+ot cco o�mm mo� ��z aa°- v~ Om= N i-OL - o <N� Q v � v v U } t V 1 0 v c 0 +- N � 4�- c U W a N 3 4t- N � X t � 0 t � � a a � � n + L iii _ ��� . �� �, �� �� n� � � t/2" QXPANSION JOiNT WHEN � �pIVEWAY ABUTS CONCRETE � DRIVEWAY WIOTH � MATCH EXIST. ORIVEWAY � AS SHOWN ON PLANS �i � fl2MI7 OF PAY "W") � 1' USUAL � f R.O.W. `-"-"----� -- _` i -"_'--1__-^-'- VARIES�.���������������\\\����._--------- ��- � a� Q � o Q� \ LIMIT OF PAY "L" FOR �R2VEWqY ��� i 5' USUAL DUMMY JOINT� � � N . / 1=9 BAR5 a �— � - y - � - - - � y� � I(EACH WAY3 ` y $' R fUSUAL) �� 5' R NSUAU /_� ,y z ------- -- � � a � m CURB j — � — — — — ` — — ' — ���� — MONO CURR AND I CONS7RUC7ION JOINT GUTTER t �i OR LIP Of GUTTER —� �-FACE OF CURB ���z�� EXP. JT. CTYP.) / � � %z" �%PANSTON JOIN7 �—� LAID �OWN MONO CtJRB OR CURB AND GUiTER �TYP'� � ORIVEWAY WID7H PLUS 8'-8" SHOWING SIDEWALK ADJACENT TO CURB � d_ 1' � � tlSUAL � MATCH EXISTING DRIVEWAY • tADJUST FOR RADTt15 OTHER THAN 5'1 SH04YING SIDEWALK PLAN VIEW REMOTE FROM CURB • � z' -4" O I 5' USUAL ( � FACE �F CURB VARIES __ LIMTTS OF PAYMENT "L" FOR ORIVEWAY 1'-0" LOCATION fOR e" 1''4" _ SIDEWALK 4" Q O O t5' L15L1AL1 � DO N07 PAVE AREA @ETWEEN � SIOEWALK AN� DRIVEWAY C�RB. SEfD�50D, OR LANDSCAPE AS DIftECTE�. y- SEEDING OR OTHER SURFACE NOT SUTTABIE AS PE�ESTRIAN WqLKWqY. PAY AREA FOR DRIVEWAY SHALL BE 7HE PRODllCT OF "L" x"W° I S.Y. NON-pAY CONCRETE IM DRIVEW0.Y RA�IUS I 2-90• RAOII (FT} S.Y. NON-PAY CONC. � 20 I 15,36 � I 30 I 37.19 I i' RISE AT GUTTER --_ _. 1. 50% �IJMMY JOINT , �,,,, ' '��" CONST. JT. OR - _- ��� -._... � -'' T�. \ '� FRONT OF GUTTER • FULI DEPTH SAW CUT � : ,/. ,� ' � • ' ' 7- � " ' , ,�. IF CONCRETE -.. �� �'' -� _`'E� � �A�T>'a �• n 1" SAND CUSHION� i'��:�Y � - aq BQRS a 12" C-C EACH WAY 3�� �.. � \ . fEXTENO TO FACE OF CURB) � �F3E j`- PAVEMENT BEND p5 REQ'0 TO TIE TO PAVING UNDERLAYMEt;.- �? BASE COURSE . STEEL OR TIE 8AA5. iEdE 36" - x4 TIE BAft, 12" EMBEDMENT INTO PAVEMENT NOTE: REPLACE EXISTING ORIYEWAY WTTN lCAST^IN-PLACE OR DAILLED AND GROLI7ED), SPACING IF ADJACENT TO CONCRETE PAVEMEN7: EQUAL OR BETTER MATERIAL: TO MATCH TRANSVERSE STEEL IN CONCRETE PAVEMEN7. � ppID FOR AS CONCRETE PAVEMENT, 1F CONCRETE, PAY FOR AS CONCR�TE PAID FOR AS MOMO Ct1R8. Ml1LTIPLE-PIECE TIE BARS OR 24" EXTENSION OF DRIV£WAY. TRqNSVERSE,PAVING 57EEL MAY 8E USED IN LIEU IF ADJACEN7 70 HO7 MIX OR FLEXIBLE PAVEMEMT: OF TZE BARS. C PAIO FOR AS CONCRETE CUftB ANO GUTTER IF HOT MIX QR OTHER MATERIAL, PAY O FOR IN ACCORDANCE WITH APPROPRIATE SPACE 6 24" C-C IF AOJACENT TD HOT MIX OR T k THICKNE55 OF CONCRETE PAVEMENT OR BIO ITEMS. FLEXIBLE PAYEMENT. CONCRETE C11R8 ANO Gt1T7ER LONGITUDINAL 57EEL IN GU7TEA POR7ION 70 MATCH CONCRETE PAVEMENT OR CONCRETE CUftB AND G�TTER DETAILS. � SECTION VIEW CONCRFiE RESIDENTIAL DRIVEWAY i VARIES i _ RESIDEN7IAL- 5' USUAL ,_ 5' _ VAIIES _ I COM6IERCIAL- 10' USUAL f� LOCATION FOR f�' i i SIDEWALK i '� 3' � / / t` RISE w GUTTER �� TOi' OF CUtiO a � ' ` -" - STRE$T X- _ 1.50% * * SLOPE - � 5��% MqX r ` ' - ` .' ` MATCH EXIST -' FtE5I0ENTIA�' �3'�� ��x � ORIVEWAY COMMERCIA�" 7•33� MAx k 18% MAX CHANGE 7N GRADE lSAG PI) µK 12% MAX CNANGE IN GRAOE fCREST PI! # ORIVEWAY GRA�E MUST RISE TO TOP OF CURB EIEVATION TO CONTROL ORAINAGE IN STREET GUTTER. SAG C4NDITION J a o '^ i' i �i�� ¢ �� > =) �� . �UMMY JOINT t" RISE AT G(ITTER — 1' t.50% _ �3" OPTIONAL CURB — CONST. JT. OR l� _ _ ''l--1----���- �_ !! � � � FRONT Of GUTTER `�'�6�, � ' , ��^'i"�'��-�i �� .'.. .._ ."`,��,�'` .� :.�- . - - ' `,:, I• �-�T', .. �4 gpRS e 12" GC EACH WAY � �^ SAND CUSNIO�� ' ��ppYEMENT CEX7END 7D FRCE OF CURB) � �� BEND AS REQ'D TO TIE 70 pAVING �� UN�ERLAYMENT OR BASE COURSE STEEL OR iIE 8AR5. i �E�E 36" -�4 TIE BAR, 12° EMBEOMENT INTO PAVEMEN7 tCA57-IN-PLACE OR DRILLED'pND GROU7ED) SPACING PL.AN VIEW � t0' USUAL LIMITS OF PAYMENT "L" FOR DRIYEWAY LOCATION FOR SIUEWALK l5' USIIAL) � 2'-4" QC � I i'-0� pACE OP CURB 4° 8° i•_4"� SHOWING SI�DEWALK REMOTE FROM CURB / ' NOiE: TO MATCH TRANSVERSE S7EEL IN CONCRETE PpVEMENT. IF ADJACENT TO CONCRETE PAVEMENT! Q PAID FOR AS CONCRETE PAVEMENT� REPLACE EXISTING DRTVEWAY WITH Mi1LTIPLE-PIECE 7IE BARS OR 24" E%TENSION �F � ppID POR AS MONb CUpB. EQUAL OA BET7EA MA7ERIAL: TRANSYERSE PAVING S7EEL MAY 8E USED SN LIEU If ADJACENT TO HOT MI% OR OF 7IE BARS, FLEXIBLE PAVEMENT: IF CONCAE7E, PAY FOR AS CONCRE7E Q PAID �OR A5 CONCRETE CURB AND GU77ER. DRIVEWAY. SPACE e 24" C-C IF ADJACENT TO HDT MIX OR T= THICKNE55 OF CtlNCRETE PAVEMENT OR FLEXIBlE PAVEMENT. � CONCRE7E CURB AND GUTTER IF HOT MIX OR OTHER MATERIAL, PAY FOR IN ACCOADaNCE Y/ITH APAAOPRIATE LONGI7llDINAI 57EEL IN GUTTER PDRTIDN TD MA7CH LOCATION FOR SIDEWALK TO BE PROVIDEO 8I6 ITEMS. GDNCRETE PAVEMENT OR CONCfiETE CURB AND GUTTER DE7A2lS. ON ALL DRIVEWAYS SECT I ON V I EW fOK SIOEWALK OETAILS, SEE CSWD(FW) CONCRETE COMMERCIAL DRIVEWAY VARIES c :; RESIDENTIAL- 5' USUAL fi' VA�IES ' COMMERCIAL- 1�' L15UAl ; LOCATION FOR �' � ' SIOEWALK � o� , 18% MAX CHANGE i" RISE a GUTTER ¢� . IN GRADE (SAG PII T4P OF CItRB z STREE7 x_ �'"�� �- -- SLOPE ' — � ---- �' '_ �5`01Mq—' - „_-�,--._- .. . t � ' RESIDENTTAI.' �3•Zj '�X � � COMMERCIAL- 7.33% MAX . MATCH EXIST DRIYESYAY 12% MAX CHANGE IN GRADE lCR£5T PIl ' x DRI4EWAY GRADE MUST RISE TO TOP OF CURB ELEVATION 70 CONTROL DRAINAGE IN STflEET GUTTER. CR EST CON D I T I ON AL�OWAB�E DRIVEWAY GRADES MATCH EXISL �AIVEWAY ORIyEWAY WIOTH ' - I 7/2" EXPANSION JOINT WHEN � j AS SH�WN ON PLANS 6RIVEWAY ABU75 C6NGRETE _ R.0 _W 1' �SUAL � {LIMIT Of PAY "W") : -----`---- - VARIES� `�� � -.P�7�,�����\��\�\\ - ' �- ,- _ - - - - - - ' - - - � � N J Q � � r o 3 � � � � LIMIT OF PAYMENT "L" �� �= 5' L15UpL � � fOR DRIVEWAYS � m in , � - � �— — � � � � a // / i �. � � 1 � ,� \\ ----- ' / / our.4.+v �oiNT / / � \ Z '� �\\ � _—.� / z ,� ------ 10' R NSUAL) �L � '%' / 10' R (USUAI.) ; y B�� ` �/,� y_' � � ______________ _�.__�',__—_ �_. � � � CONC. Ct1R�3 MONO WRB & GUTTER � ttq 8AR5 �12" C-C iEACH WAY)--� T � %Z" EXPANSION JOINT � I �,i „ CONST. JOINT aR LIP OF GtITTER I Iz EXPANSION JOINT (TYP.) iTYP.I - DRIVEWAY WtD7H PLUS IB'- 8" � (AOJl15T FOR R��ItlS QTHEfl 7HAN IO') - SHOWING OPTTONAL CURB AND SIDEWALK AQJACENT TO CURB +� FULL UEPTN SAW CUT IF CONCRETE MATCH EXIS7IMG �RIVEWAY +� �2008 6y Tcxoe UeOarymen} of Tronapqr-tottont 011 flqMe reserved I _ . ��F.a�a n.t�,w,r¢ crDYeem�o,?a9Wn OFORT WQRTH DISTRICT CONCRETE DRIVEWAY DETAILS CDD-08 {FW) FEO.RO SHEET ORICINAL ORAWIN6 Co7V.No, PPOJECT N0. Nry� JUNE 2o0B [ � ( 9A HEVISIaNS: STATE �IST. COUNTY � ~ TEXAS � CONT. SECT. �oB I HIGHWAY No. ( 8 �� � � 2 �� 6 �, ,�E " U I , � , _ ,. tm m _ ' ' Sgo�_ , ���} � � 2" to q�� m�a� ; Permissible � m�t�- construction „ oiwc Jointl7 3 ''�-�► W�ar'+ -- ----� +- - Usual m�O� - Pavement 0¢ op 5tee1�"t +n>6 a�o� TYPE I CURB (MONOLITHIC) �L �o 2" - '4" HEIGNT ma}+ U�'�Fm - f0 L � =-++ ° vc=m° oxa� , 24" crmo° ` ��a� 2�� 6�� � momo- . --I= -�� �w � �+�o - � oimm Z�zu .y. A L t � I � 211 1 O ' Y I I w�'��� �^� , atz°ay°- 3u ., J!— .I-- L 1�/! tOL ��7'' T a arx- o I'�2 T , 1 � a II _ � U U � L _ v L O � C a � � ° c 0 m a w 3 w+- � � z + m v � � a � � �. t + L �■ �� :: ■� �\ ' �� �� i� e 3° TYPE I CURB AND GUTTER 2" - 4" HEIGNT e" �E 2" 6" Por curb he i QJ�t= 5" i T' f 7" � for curb he i ghfi= 5�4 " 3„ I� � ,�Q- 5 �� to 5�q �� 2 �� � i ( �--Bar C e -�� 1' Permissible Construotion- � �z7 Join-Fi� � TYPE I CURB 5" - 5%4" HEIGHT �_ 6° ,i � 2" 6" � � �' _ � �I } Z,� to 4 �� � �l -. 3 ,-� Bar C � �T /2 T � TYPE I CURB 2" - 4" HEIGHi" �. 24" �- 8 # : 1". � 7" fior curb he i�J�t= 5�P " 2 II 6" for curb height= 5' 3�� � I s c�- 5" to 5�4 " p« � „ ' � T e ��ZT „ 3�� �. iYP� I CURB AND GUTTER 5" - 5fq" NEIGNT l : Varies �r BAR 8 L = (TJ2) + tH- i%Z"> �_ 12 � �.... ..BAR ...C... ...� Embed 6" into existing concrete pavement TYPE II CURB (MONOL�THIC) 5" - 8" HEIGHT 8 �� i 5�� 2"� � _ _I_. _ 2 f/z "�_ � °`L 5" to 8" i 3^ �Bar C ��........,.... ... .. . ..... . . . .. .. T . S%zT „ TYPE TI CURB 5" - 8" HEIGHT SHOWING DOWELED VERTICAL JOINT fo match p4vemenf �o�nts in all curbs and curb and gutter adjacent to jointed concrete pavement. Where piaaement of curb or curb and gutter is nofi adjacent to concrete p4vement, exponsion joints shall be prov�ded at structures, curb returns at streets, 4nd at locations direa}ed by The Engineer. jAl1 reinforcing bars shal! be No.4 unless otherwise ishown. jVertical and horizontal dowel bars and transverse ;reinForcing bars shatf be piaced at four feet C-C. iDimension 'T' shown above is the thickness of concrete �pavement or flexible bose and surfnce f8" maximum). # Usua! profFle grade Ifne. Refer to typioa! sectfons and plan-profille sheets -For exact locations. One-half inch expanslon Joint 6nateral shali be provided where curb or curb and gutter is adjacent to sidewalk or riprap. y° When vertical permissible construction joints are used, _ resulting in a longitudinal aonstruction joint in the pavement, the longitudinal pavement steel shall be piaced in accordance with pavement detvits shown elsewhere in the plons for longitudinal construotion �joints. Reinforcing steel for curb secfiion shaii then �conform to thnt required foT concrete curb. � .� � ; 24" _ i . 8,� ' � 6 �� �� � : �_ _ I � 2", _ � � 3" �`y 5" to 8" Usual �Pavemeht Bar 8- Steel �------� �T 3 � �, .. TYPE II CURB 5" - 8" HEIGNT SNOWING DOWELED HORIZONTAL J�INT t0'-0" Curb Tronsifion (0" fo 2") 20'-0" Curb Transttion (0° to 5") , 30�-0" Curb Transition (over 5"> �� Top of Curb-� Change in — Height �Top of Pavement � T CURB TRANSITIO� Note: To be paid for as Highest Curb %Z" Wide Exponsion Joint Materal-` �Top Of Curb Top o-F Pavement Use 2 layers of roofi�g feit 2 eQ ~ 7/a"x 24" to wrop bars and plug end _ Smooth Dowels ___ __ _ _`_______ __ � -� rzT�.....�� .......................�. . .,�......,��,.;,w ....., ,..,.,,., 1� T l... � i ,. �_ 10" �_ i4° _ �_i%z" EXPANSION JOINT DETAIt �. � � s„ ��„ Bar 6Y � � ) ;�enPral Notes �1�iaximum height for Type I curb or cur6 and jgutfer shall be 5�`4". �AII existing curbs and driveways ta be removed shall be sawed or removed at existing joints. 5" to 8" Usual Where aoncrete curb is piaced on existing concrete �Pavement povement, the pavement sholl be drilled d5l8" dia.) Steely"f and the reinforc)ng bors grouted in place or �^� i' secured with Epoxy conforming to Departmentai Materia! Speci-Ficotion QMS 6100, "Epoxies ctnd T Adhesives", Class III. `�ZT „ �Expansion and controotion joints shall be constructed Permissibl Constructi JointY4 TYPE I-A = 2" HEIGHT 7YPE I-8 = 3" HEIGHT TYPE I-C = 4" HEIGHT TYPE I-D = 5" HEIGHT iYPE I-E = 5�q" HEIGHT f5ee General Notes) � ,� 5" to S" i T e , g,� TYPE II CURB AND GUTTER 5" - 8" HEIGHT � ���.,� �,�.� 09 0200D by Texoe DaportmeM of T�ana� A11 riqfrta raaerved TYPE IT-A = 5" - 5�q" HEIGNT TYPE II-B�= 6" - 6�4" HEIGH7 TYPE IT-CI 7„ _ 7�4" NEIGHT TYPE II-D � > 7�4" HEIGHi i ; � 1 6° �� : Z i I 1 2 /2 �-.!_ . mti 3" 0 ��2 T CONCRETE CURB AND CURB AND GUTTER DETAILS CC-CG (FW) FED RD SHFET� Qil1G �AA►' WR 2000 Pi�:�� PpOJECT NQ. I � flEVI530H5t 6 J i�. . T�• to �o~vwi� � STATE STATE � �ia..fy.Ka,�y, �D157.ND.I COUNTY mt zaos - aae.a m-�fp.a r�u.iv�.,,,,��>.itn TEXAS FTW :cw ��a���lrl•a �oN7. SECT. I JOB i HSCNefAY N0. i� zooa - [wa Tn. � 1 � i 1 A m U +- m N = b o O 7 a� m = i-a+ _ CLO� ' av � _ mvot= Cow� ' �- n a O� L N C = C 7--- W aL+ - '' - ° O C4-N X0001 _ C1 L = LF-NU +om�a> a.xca = aro U L = O T O = NDN C L N = L N+t = oEom = a wm � N L = N— T .- }.�. �•.. U _ DC^W OYDO_ C TN U - O C C C t O O •- N Q V-NL - NpUlO � a- t+OL- woCO a�vrm = � + �j3yE QL 2 O w U~-�O W N + Ot : � CF D � c � a 3 : M - 0 N. : E E _ L v L ' O a : c � fl t- N - . 0 � U N a � . 3 \ � } ai - i- O _ +- N +' o - � 3 � � a L �r� ,r� � �ii ii �■ � � �� �. 1/4" MIN., 3/8" MAX. � - i, �y r- t/e"' T C. R. C. P, : � FULL DEPTH ACP � � SNOULDER Z _ �°�° CLASS 5 JOIN7 SEALING COMPOUND r�'i '- SAWEd LONG27UDINAL JOINT I � �1��� �-- �BACKER ROD t!/2" DIA. MtNIMUM) EDGE OF CONCRE7E� PAVEMENT 3/8" MIN. � _ „a�� = l _ � m � JOINT SEALING � COMPOlJND (CL. 3) z + g I " � � ~ t SPACE FILLER � �1/16" MINIMUM OPTIONAL _ � SAW CIiT (SEE NOTE A) � SAWED CONTRACTION JOINT 0 � i� � l-1/2" N �; �� N ^� \ m � ��JOINT SEALING COMPOUN� � (CLA55 4, 5, 7 OR B) � `�' ��2-1/4" 0 BACKER ROD N � 2 PREtv10LDED ASPNALT BOARDS 3/4" THICK OR AN EQUIVALENT \ / COMBINATION LONGITUDINAL SHOULDER JOINT SEAL 1/4' MIN. 1/B"*- 3/8" MAX. � v� _'� � JOIN7 SEALING Z j COMPOUN� tCLASS 3) � %� �_ j LONGTTUDINAL I� CONS7RUCTION JOINT SAWED LONGITUDINAL CONSTRUCTION JOINT FORMEp EXPANSION JOiNT TRANSVERSE J�ZNT SEALS METH�D �p JD I NT SEAL I R1G 1/4" MIN. 1 /B"' � 3/8" 1�1AX. � JOINT SEALING i � j COMPOUND(CLASS 3) m � Z �- j . � c � SPACE FILLER � � / (SEE iNOTE 4) i �1/16"; MINIMUM OPTIONAL SAW 4UT fSEE NOTE 4) �r 1 _�L SAWED LONGITUDINAL J?INT I �ONGITUDINAL � i co�Pou�vo GENtni-�� NU i c5: l. METHOD "A" - PREFORMEO COMPRESSION SEALS (CLASS 6 JOINT SEALANT) WILL N07 0E PERMITiED. 2. LONGI7UDiNAL JOINTS SHALL BE SAWED AS DETAILED IN THE STANDARD SPECIFICATIONS OR AS SHOWN IN THE PLANS. 3. 7RANSVERSE JOINTS SHALL BE SAWED AND SHALL BE PLACED AS SHOWN ELESEWHERE IN THE PLANS. 4. A SUITABLE SPACE FI�LER SHALL BE USED WNERE SHOWN AND TNE JOIN7 SEAI COMPOUND POURED TO THE DEPTH INDICATEO, EXCEPT THAT IF THE MINIMUM SAW CUT IS USED, THE SPACE FILLER MAY BE OMITTED. 5. AT THE CONTRACT�R'S OP7ION, TNE SPACE FILLER MAY BE OMITTEd IN LONGITUDINAL JOINTS ONLY, AND THE JOINT SEA�ING COMPOUND POURED FULL DEPTH. 6. BACKER RODS SHALL BE COMPA7IBLE WITH THE CLASS OF SEALANT USED. 7. CLA55 4 OR 5 JOINT SEALER, OR AS SHOWN IIJ THE PLANS, MAY BE USED IN SAWEO JDIN75 IN LIEU OF CLA55 3. B. BOTH FACES OF ALL JOINiS SHA�L BE THOROUGHLY CLEANED BY SANDBLASTING AND AIRBLAS7ING, LEQVING A CLEAhf, NEWLY EXPOSED CONCRETE SUREACE. i 9. IF CONCRETE PAVEMENT CONTAINS SILICEOUS RIVER GRAVEL, SAWED bEPTH � SHALL BE T/3. ,,,,,, OII i nttrtp�t o1 TronsPofiatlon� 9 Ceserved 2003 Cy Texas Ueoar3 t: JOTNT SEALS :;�p�me �s�cm�ar�w¢ oOU�meQ�ov4m0Toe� OFORT�WORTH DISTRICT CONCRETE PAVING DETAILS JOINT SEAIS JS-03 �FW� � ee�wtxc o�r[ �rcu. �n. S7.tE �w�ar xo. x�cx��r I onic�w� mirzoo� %,�v6N°.�fEXAS� � nEviz[o I REVISEO O'S�E COUx1Y �CpN1.� SECT.) .IW MOT � PEVISE➢ I FTW' ( .. � i � i v U .�= d � LO+= d N f0 PO9+ CL O �i�`c�d mmo�- m w i- v- _ y C O N .�nNa c �•-- - W aL+ _ N Tt7 _ oca-h � xoow; � i�-L CL ' 111�NU +D VLl � TXCU�- nF-c°�L mom° C LN- l. Gi+ + > q L ] " °a�E�° w N N T L : •- ++ vc-w: L•- •- L �Y�p : occc. +oo— N a N O N O ' = TL4- �oco Oc.tqN l. ;- _ w�3��: �vz°o�,°. u~='o w � �n +oL o a� o ii �• ■t �� �� �� �� �� �� _ _.. _ _ _-T __ �� 2 Filter fabric 3' min. width Bockfiil & hflntl tamp. Embed posts 18" min. Flow g0' � or anchor if in rock. 6" V'// V'� /i I!/�V'/ V'/ - V���/!�V� v�M��v�/�/T�V�y��� r . � �l�V'���/�V'��U'�/^;V�/�V,'I SECT I ON A-A SEDTMENT CONTROL FENCE USAGE GUIDELINES A sediment controi fence moy be constructed neor the downstream perimeter of a disturbed areo along o contour tQ intercept sediment from overland runoff. A 2 yeor storm frequency may be used to caicula+e the flow rate to be filtered. Sediment control fence should be sized to fiiter a max. flow through rote of 100 GPM/FT2. Sediment control fence is not recomnended to control erosion from o drainoge area iarger than 2 ocres. PLAN SHEET LEGEND Sediment Control Fence ��� GENERAL N07E5 i. The guidelines shown hereon are suggestions oniy and moy be modifiied by the Engineer. 3: t Max _� �3: 1 Max. � �O�erlap tops of � Hoy Boles I 1 I I t �� I� I�� ��, I� (�I�, �� Angle stakes oword adjacent bole Ditch Flowline PLAN VIEW Angle stakes toward PLANS SHEET LEGEND 8aled Nay — o BALED HAY USAGE GUIDELINES Connect the ends of successive reinforcement sheefis or rolls a min. of 6 times with hog rings. F ���� Y Golv. W.W.M. (12.5 Ga. min. ) — max. opening si2e shaii be 2" x 4". 4' min, stee! or wood posts spaced at 6' to 8'. Softwood posts shoil be 3" min. dia. or nominoi 2"xq", Hordwood posts sholl hove a min, cross section of 1.5" x 1.5", (Fasten fiabric to top strand ofi welded wire mesh (W.W.M.) � by hog r i �gs or cord at �,nax, spac; ng of 15". `va \ HJ Atta�� the W.W.M. & fabric on entl posts l using 4 evenly spaced staples for wooden posts for 4 7-Ciips or sewn 2� verticai pockets fior sfieei posts). � i-- 90' V/oven f i I ter ,/'` fotrric F���'�' i r' � Yy-I �ii� lHJ Place 4" to 6" of fobric agoinst the tre��� side and opprox. Z" across trench bottom ;� upstream direction. Minimum trench siZe shali be 6" square. Backfill ond hond tomp. TEMPC?RARY SEDIME�4T CONTROL FENCE 5�1 A Boled Hay instollation may be aonstructed near the downstream perimeter of a disturbed orea afong a contour to intercept sediment from overland runoff. A two year storm frequency may be used to caicuiate the fiow rote to be filterP�l. The installation should be � s�?=� to filter a moximum flow thru rate of 5 GPM/FTZ of cross secfional areo. 6ated hay may be used ot.the followi�g locations: t, Where the runoff approaching the boled hay flows over disturbed soil for (ess than 100'. If the slope of the disturbed soii exceeds 10%, the length o{ slope upstream the boled hoy shouid be less thon 50'. 2. Where the instailation wiil be required for Iess than 3 months, 3. Where the contribufiing tlrainage area is iess than %2 ocre. For Baled Hoy insto�lafiions in smatl ditches, the odditionnl fibilowing considerations appty: 1. The ditch sideslopes shoultl be gradetl os filat as possi6te to maximize the droinage fiowrate thru the hoy, 2. The ditch should be gratled Iarge enough to contain the overtopping drainoge when sediment hos filled to the top of the boled hay. Boles should be reploced usuolly every 2 monfihs or more often during wet weother when loss of t t r 1' t 't I t d "� �\�v�V�, yl �4" min. fio %Z height � of bole Angie iirst stake +oward previously laid bote � � �ii ��'� �11 ----�— -----�—. Wire, nylon or "''-'"""'�d polypropytene ���II��I ��� �I�JI;� ����� trinding �I�)IGI� ,I� � Flow �u I � �; �������% �. �!. �. r. �I�. i. r�.,�� SECTTON B-B Fiil voids between l boles with hoy �/a" Dio. rebar , �or' 2" x 2" wood stakes GEN�RAL NOTES � i. Hay boles shalt be a minimum of 30" in length ond weigh 'o minimum of 50 Lbs. 2. {ioy boles shall be bound by either wire or nylon or potypropylene string. The bales shalt be composed entirely Qf vegetafiive motter. 3. jioy boies sholl be embedded in the soil a minimum of 4" and where�possible %Z the height of the bale. 4. 4ay bnies shail be plaeed in a row with ends tiqhtly abutting the odjocent boles. 7he bales sholl be p7aced with bindings parallel fio the ground. 5. Hoy bales sholl be securely onchored in piace with 3/B" �ia. rebor or 2" x Z" wood stakes, driven through -Fhe boies. ihe first stoke shall be ongled towords the previousiy I,aid bale to fores +he bales together. b. 7he guidelines shown hereon ore suggestions only and moy be ;j�od i f i ed by the Eng i neer. � _ „ , ,. , , , , , . , . . , , .., _. ,,., .. „ , �B' Texos !)eepartment of Tronsportotlon ; ,/ Deslgn Dlvlslon fRoodwoyJ TEMPORARY EROSI4N, S�DiMENT AND WATER � : POI.LUT ION CONTROL MEASURES FENCE & BALED HAY � � EC(1�-9►3 F��E: EC193.UGN �vw HEJ ��K= HEJ �oe� BGp I cx: QQ Tx�07 JOME 1993 orsretcT I FEDEflAi 4I� PADJECi � sxesr . PEVISIONS I • • s ruc u a �n egr i y i s acce era e, , � CDIINTT IcouTxo��secr� �os7 iGNNAY , I ..,,,,,,,,,,,,,,, � � � BALE� HAY FOR EROSTON CONTROL BH PROFILE viEw U . •— L O N O ] . �o+ 0.0C9* � �3vE� t_ C O a7mOl m mtv- . �o�, �,ay�': "' w nL+ •• N T} 7 O CY-N - r CXi��L . 1-LC = aoy m °"'m a �ov�- T�CU , D1— O v� maa�°: C L y L v,-� �� °��w°` : . N•— T •— ++ : vC—N, OyDI V�— O C T �+1 V , OCCC w°n' NONO - L 4- L ?T ++OL �oco OL �1N �mE+p w73NL= � m z° a 4°- ac �r .r- L = N 4-oL o aro � ID N m �j � M P i N m P � . P .�-Nv�D � N P �� ao ¢�� � � P � N v � W �' M t�l y ��- t�f N � N M - Q N Kl ��rnv� � m Q ^ � � � , Drain to sediment I trapping device � 50' Min. .� PLAN 4' Min. Approqch tronsition ��. � -' � � % � v � 4' Min. Approach transition 8" Min. ��oundotian course � 6" min. tPRQFILE CONS7RUCTION EXI7 tTYPE 1) GENERAL "��TES , 1. The lengfih of the type 1 consTruction exit shaii be as indicated on the plons, but not less than 50', 2. The coarse oggregate should be apen graded with a �:�r of 4" to 8". 3. 7he nAProach transitions should be no steeper than 6:t and constructed as directed by the Enqineer. 4. The construction exit foundofiion course shail be flexibte base, bituminous concrete, partland cement concrete or other materiol as opproved by the Engineer. 5. The construction exit shall be graded to allow drainoge to a sediment trapp;ng device. 6. The quideiines shawrriaer•eon are suggestions only and may be modified by the Enqin�e•r. � , Drain +o sediment I trapping tlevice � � 50' M i n. � � �� _ 10" Min. 2" x 6�� / Tredted timber ptank . . .� 4^. .�/ �. .� i. ,� �. � i_ . n � � i � � � � � � 1 1 � � ,� i i � � �. l'l i� I l.� ;� �, ,— . _ . ._. ,—i: � -'��1� L-�1 L{--1 L-.-1 L�..1 L.._I L�., � �� 1' •1 1' '1 1' '1 I' '1 1' '1 I' , �% 1I ' 1 � P 1 P i �� � �. ( � � �- , � � � ( � c , � .., ; .._ , .�.. ; , , , , , , _�. � . , . . , , , ,� -, ,� �, ,� � v 2" X 10" Railroad ties Treated timber plank Typical dimensions B" X 10" X 8' PLAN 4'.Min. 50' Min. rVu��uu� rv�� vvu� ac 6" min. PROFI�E CONSTRUCTION EXIT fTYPE 2) 4' Min. �� GENERA,L NOTES t. The �e�yt� o� the type 2 construction exit shail be as indicated on the plans, but not less than 50'. z. The treated timber planks sholl be afitoched to the raiirood ties y��fh %Z��x 6" min. fog boits. Other fasteners may be used ps appraved by the Engineer. 3. The }reated timber p(onks shait be #2 grade min., ond should be iree from large and loose knots. 4, The approach tronsitions shall be no Steeper than 6:1 ond conctructed as directed by the Engineer. 5. The �onsttuction exit foundation course shail be filexible base, bitU;�inous concrete, portland cemeht concrete or other moterial as vpproved by the Engineer. 6. The construction exit should be qroded to ❑Ilow droinage to a setliment tropping device. 7, The quideiines shown hereon are suggesfions oniy artd may be mp��f�ed by the Engineer. ^50' Min. V _.—..� � Stabili2ed cr--i.- Driveway ,._ R.O.W._ .' - See note 2 2" X 8" treafied timbers noiled onto abufited ends Disturbed of wootl sheefis Soil Areo I � %z" Min. thick piywood or , pressed wo{er board sheets � � . � '~ _zc____' """" �' Paved Roadway PLAN � i %2" Min, thick treoted plywood or pressed wafer board sheets 2" X B" 'fimbers Noiled onto ends of wo�d sheets . 'bed so i I 6 Penny Nails w 11' on centers. SECTION A-A i ; CONSTRUCTION EXIT (TYPE 3) GENERAL NQTES I 1�. The length of the type 3 construction exit shQli be as � shown on the plans, or ❑s directed by the Engineer. �, The type 3 construction exit may be constructed from open graded crushed stone with a size of two to four inches spread a min, of 4" thick to the limits shown on ttte plorts. ?� The treated t,imber ptanks shatt De tt2 qrade min., and should be free from lorge and loose knots. 4, The guidelines shown hereon are suggestionS only and may be madiiisd by the Engineer. i i . I ,. i . . , .,. �' Texos Deportment of Tronsporfaflon � Deslgn Oivlslon lRoodwayJ TEMPORARY ERO5I01�9 SEDIMENT AND wATER POLt�UT10N CONTROL MEASURES CONSTRUCTION EXITS EC t3i —93 FIiE� EC393. DGN ow HEJ � cx, HEJ � ox� BGD � cx� O fXa�� JUNE 1993 � D757RltT I FE�FAdI 110 PpOJELT ` SHEET PBVISIONS I C�UNTY ICDttIFOL�SEtT I JOB iH�NXAY � d SECTION 8.3 -APPENDICIES 8.3.1 Geotechnical Report 8.3.2 Storm Water Pollution Prevention Plan (Under Separate Cover) G :\1210\4397-32\Project\Specifications\Contract 5A\100% Set -5A\08 .3 -SECTION 8 Reports -NOTE -DOUBLE SIDE THE GEOTECH REPORT.doc .. ENGINEERS · · Prep~r~d For: · . 0::~~1i~u.~:~1:a~~~,A~g~;~~:~~f . FdRT WORT'1, i'EXAS7~116 ATTN: MR; BRIAND. O'NEILL, P.E. MAY 2009 PROJECT NO. 09 .. 1402 TL ENGINEERS May 8, 2009 Mr. Brian O. O'NeiU, P.E. Dannenbaum ~ngineering Corporation Q42' Camp Bowi~·Qoult:tvard, Suite 400 Fort Worth~ Texas 76116 Re: GEOTECHNICAL ENGIN,EERING REPORT . . . MISCELLANEOUS PAVIN(; IMPROVEMENTS COijNCIL DISTRICT 5 . . ., . .. , FORT WORTH, t~s Dear Mr. O'Neill: Submitted herewiJh areJhe re:sulfs of a geotechnical investigation condu.cted for the referenced project. This investigation was pE;Hiormed in accordance with the scope outlint;ld in our revised proposal No. 08- 14~7 dated May 28, 2008 and was au.thodzed by you on March 3, 2009. Engin1?ering analyses and recommenct~tions are conf;:iined in the narrative section of the report. Results of our field and laboratory investigation are submitt~d'ih detail in· the Append i'x section of the report. We appreciate the opportuni~ tcrbe ·of ~ervice to you on this ·project. ·Please contact us if you have any questions or need any additional ·~erviclit.t\\l•i · ~·· · ,. ~~ . ~ ~t,. ·r, ' #~'G.'OF r. · tlt, 11 . '(i1 Respectfully Submitt~d. § J'::-·········.··~d'1 ft'~ sr · .£!*/: · ··:*·~ · S.*: ·. *~ ·;.,,r••.•····~·····.·····.·~·.··········~ lbert Ghannoum, P.E. enior Engineer . Copies Submitted: 3 ~ ELIEA. GHANNOUM .~ ~ ·~· ··~· • .;. ~'~.·\I ; a II ... u 'a a a ... ~ •• ;:: ~~···.~sl31400 . /Iii g ?i"'~··:f.Gi.s1$~f' ~$ ~qi.-~& ... ... ~ ~ ~illi ;s'/ONAL ~~# lllflt\\\'\'\'-'-'-'t'l Geotechnical Engineering • Environ.mental Consu/1/ng • Cpnstructicm Materials Testing 8908 Ambassador Row• Dallas, Texas 75241 • Tel : 214-630-3800 • Fax: 214-630-3898 www:stlf;ingineers.com · MIWBE • DBE• HUB• HUBZone TABLE OF CONTENTS INT.RODUCTION ...................... , ....................... , ....................... , ................... ; .................................. 1 PURPOSES AND -SCOPE Oi=STUDY ...................................................................................... 2 FIELD OPERATIONS AND LABO RA TORY . TESTING ................................... ; ....... ; .... , ............ 2 GEN!::RAL SITE :CONDITIONS ................................................. ,, .... : ... , ...... , .......... · . .-............... , ... , .. 4 ANALYSIS AND RECOMMENDATIONS .... , ............................................................................. , 5 RECOMMENDATIONS FQR THE PLACEME;NT OF CONTROLLED .EARTH FiLL.. ............ 13 . . CONSTRUCTION OBSERVATIONS .... ,., ............ .' ................ , ................................................. 14 'REP.ORT CLOSUR:E .................................................................................................................... 14 .APPENDIX A VICINITY MAP ........................................................................................................... A.1 A .;_ A.113 BORING LOCATION D1AGRAM ................................................................................ A2A-A.2J LOGS OF BORING .................••.....•...... , ......................................................................... ,A:~-A.35 KEY TO CLASSIFICATIONS AND SYMBOLS ..................................................................... A.36 UNIFIED SOI.L CLASSIFICATION SYSTEM ....................................................................... A.37 SWELL TEST RESU.L TS ..................................................................................................... A.38 LIME SERIES ................................................................................................. · ................. ,., .. A.39 APPENDIX B FIELD OPERATIONS .............................................................................................................. B-1 TL·' . . . I ; ~t Ef~GlNEERS LAB.ORA TORY TEST ING ......................... , ................................................................... , ......• , B-3 APPENDIXC PAVEMENT DESIGN SOLUBLE SULFATES TEST RESULTS . ; ! T. L . ~ : :\,; . .• El\f :GJNE.ERS .GEOTECHN.ICAL ENGINEERING REPortr MISCELLANE<>liS PAVING INiPROVEMENTS . . . C(iUNCIL)>l~TRICr' 5 . . . . .. FORT WORTH, TEXAS INTRODUCTION STL Engineers understands the proposed project will consist of repaving portions of 1 O street alignments, located. withih Council District 5, in Fdrt VVorth, Texas. A. to~al o_f approximately, 13.,000 linear fe¢t of paverne·nt will ber reconstructed . The general loc_ation .and o,rientatioh of the streets is presen~ed on Plates,A 1 through A.2J .irtAppendix A of the report . This study was performed in support ofthe de$ign of the following .streets , . . . . ·. ,,, . . '. . . Contract · Street Name Apprc;xiinate No.of Lirie~r"Feet Borings SA Bideker Avenue (between MLK Freeway 3,350 7 an.o Ea.st Dec1d End) Bright street (between East Berry Street an·d Reed Street) · 1,330 3 B(Jf1on Av~nue: (l).~tw~en<Ylil9Ql1n Bou.levard and Canu:ibelrStreet) 2,140 5 ··ss Avenue M (between 'Miller Avenue and 1,440 4 So.uth Hughes Avenue) Edg·ewood Tefrace :Street (betweeri Judy 760 2 Lane and Hampshire Boulevard) . . . . Plants Avenue (betwe.en Craig Street and 1,420 4 Cravens Road (East Loop 820)) SC Capers Avenue (between Stalcup Road 710 2 and Farrell Lane) Osborne Lane (between South Hampshire Boulevard and Old Handley 1,060 3 Road) Ransorn Terrace (between Maceo Lane 700 2 and Truman Drive} Valley Vista Drive (from State Highway 10(East Hurst Bouievard) to south of 100 1 State Highway 1 O Project .No. 09-140~ Page1 1 TL ENGINEERS This report was prep~red hi accordan~e Wit11 th~ QifyofFort Worth Pavement Design Stand.ard.s Manual (the manual), and the pavement de$iQn was performed using the AASHTO Guide for theDesign of Pavf!3ment .Structures.guidelines ( current editi!m). PURPOSES AND SCOPE OF STUDY The principal purposes of this invE1stigation were to :evaluate the general subsurface tond\tions at the vadous · stree.ts, and to develop geotechnical recomrnendations for the design and c:onstruction of new pc\Vements. To accomplish ;1ts intended purfJ"Oses, the study was conducted ih the ·folloWirig phases : (1) locate drill sample borings and clear utrlities;·(2) drill sample borihgs·tcre:valuate the soil conditions at the boring location$ and. to obtain soil samples; (3) cont!uct .laboratory tests on selected samples recovered from the boriog_sto establish the pertinent engineering charac:teristics pf the subgrade materi~ls; a:ncl (4) e-ect:orm engineeriq~ analyses ; ~sin_g (iel(J and la~oratory data, to develop PclVenient des'ign criteria. FIELQOPERA"flON.$ AND '-ABORATORYTESTING Subsurface conditions . Were ~val.uated t:>y aa\(artcihQ a total ot33 sample borings, drilled to depths of about 1 O feet below exi$ting grades ; the:dislrib4~ion c>f:bori11gs ~t e~cn street is presented in the table ' ' below, and the ;:ipptoxJmate l.9catioris of~t,e boring$ are presented in f,ppendixAof the report. Proj~ctNo. 09-1402 Pag1J2 TL .. . , · . . ,i . . ~ .. i ENGINEERS Boring Summary Street Name Bideker Avenue Bi'i~ht Street 131,1rton A venue Avenue M Edgewood Terrace s :treet PlaritsAvenue Capers Avenue Osborne Larie m~risom Tefrace · Valley Vi.$ta Drive No. of Borings Boring Labels Plate Location 7 B'-1 .through B-7 A2A 3 B-.8 through B-10 A;28 $ 13-11 throtjgh B-15 A20 4 B-16thr6Ligh B~19 A.2D 2 B'-20 and B'-21 A .2E 4 s-22 through B'-25 A2f 2 s~2s and s~27 A'i.G 3 13,.2a through 9:.30 A.2H 2 8~31 ~i,d 8~32 A.21 1 s,;33 A.J The borings Were drilled on March 16 arid March 17, 2009. Sample depths, destriptions of soils/rock, and clasSificaUons (~as.ed on the Unified Soil Glassincation System) are presented on th.e logs of Borings, Plates A3 through A.3$. Keys to terms and symbols used on the lo~s are shown on P·lates A.36 and A.37. Laboratory tests were performed on selected samples recovered fr9m · the borings to verify visual classification and determine the p·ertinent engineering properties of the soils encountered . Unconsolidated- Undrained (UU} triaxial shear tests were performed on selected clay samples to determine the strength of the subgrade soils to be used 1n the estimation of the Caiifornia 'searing Ratio (CBR). Classification and strength test results are presented on the Logs of Borings. Swell tests were performed oh selected clay samples to evaluate the swell pO.\entiai of the subgtade soils . The samples were incrementally air dried prior to testing iri order to bring their moisture contents to at or below the Plastic Limit, in order to simulate swelling from a dry condition. Many of the soils sampled during . . this study contained limestone fragments and/or sand which affected the test results . Swell test results are Project No. 09-1402 Page3 presented on Plate A.38 . Descriptions of the procedures used in the field and laboratory phas·es of this study are presented in Appendix i3 ofthis report. GEN .ERA~ SITE CONDITIONS Surface Condltions The various project sites consi~t c.>f existing s.treets; which are currently pa'{ecJ with either aspha)tic <;:oncrete (AC), or AC overlying Portland cement concrete (PCC) pavement. Geology Gene rally, the sites are 10<::ated iri the followh,g geological fC>rmations ; Kgm: Grayson Ji.J.larl and Main ~treet kimes~one undivided . The Graysqn Marl con.s.i.sts mostly of calcareous cl~y and niarl. The clay-ansJ marl are blocky, yellowish gray to medium gray with thin to thick limestone beds . Tht;t formation. js ~.pput 6.0 to 100 feet thi<;:k i;ind thiris northward . The Main Street Lime$tone con~ists mostly of 9halk and calcareous shale . The form_atjon is . approximately 20 to 35 thick ano thi~s northward. . . . Kpc;I:. Denton Gli:':ly f9rroatlon '. The formatic;m cons!sts of alternating clay, marl and limestone . The clay _is calcareous· .. The formation. is approx imately -6 to 25 feet and th ins southward. Kwb : Woodb_ine formation. The forin~tion qonsists of s_and~tone with. some clay and.shale . The clay is sanc;ly grr1y t9 prown. Th(:! formation is appro~_imately 175 to ?SO feet thick and thic.~Elns northw~rd . . Qt: Fluviatile terrace deposits th~t rn9st.ly oon$i~ts qf gr avel , $and, silt, an .d clay . ., . Kfd : Fort Worth Limes tone that mostly consist of limestone and clay . The claysare calcareous . The limestone oonsist;s qf 0.2 to 2 f~et thi~k b.eds and . b_ecome$ thicker and more l}'lass ive so1:Jthwarc;I . Project No. 09-1402 Page4 T,. L\' ~ : ij • < . . . :.· ~ . . EN(il ~JE E RS Subsurfac.e Soi.I Conditions besGrlptions of the·vatious $traJa -and their approximate depths and thicknesses are shown. on the boring logs. A briefsummary of the stratigraphy encountered at the borings is given below . Given the various locations of the streets to be repaved, and the ,dose proximity of the above mentioned geological:formations in the general area of the project;· conditions at different streets, ar:id sometime·s within the same street, are highly variable , In gene ral, the borir,gs encountered clay , silty clay , ancf sandy clay, followed by)an and gray finie$tone at approximately one-thfrd of the borings . At the remainder of the borings, clay, silty clay and sandy clay Were ·pre·sent to bori rj g termination depths . Poorly gr~ded sands were ·_pr~sent below ·the clay soils in few of the b.Orir)9s , and extended to. a depth of about 1 o feet. Ai r'borihgs we re drilled through .existing -Ac· pavemerit With the· exception of Bor ing B~33. Boring B-33 was drilled through a concrete pavement. In' most of the borings the ·Ac pavemerit was followed by gravelly sand and gravelly day base course . The borings were typically-advanced to a depth ofabout 1 o feet beiow existing grades . The Plasticity Index (Pl} of the samples tested ranged from 9 to 47 , indicating iowto very high soil plasticity. . . A high Plasticity Index is generally associated with a high potential for swelling with changes in soil moisture content. Due the high variabil ity of the subsurfc1ce 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 th is report . .ANALYSIS AND RECOMMENDATIONS Pavement Design Recommendations STL understands that Portland cement concrete. (PCC) pavement is being considered for the new improvements . As described earlier, our design Was perforrried using the AASHTO Gu icJe for the Desi(;Jn of. Pavement Structures in accordance With the City of Forl Worth Pavement Design Standard Manual. Project No. 09-1402 Pages TL El\f GlN:EERS As a·fjrststep in the design proce$s; the sweU poten.tic1I of the subgrade soi.ls wa.s ev.aluc1t~d; Swellratjos were calculated, based upon thefreesweli testre~uits, and the thicknesses of the potentiailyactiveclay soil ~trata. The ca .lculated swell ratios are tabulate~ on Plate A.38. Tests takeri in all of the 1 O street alignments resulted in swell ratios of 1.0 qr greater. In .thes~ l.ocations; lime treatmentof the .submade soils will be required in :accordance with t.he requirements of.the rnl=ln1J_.al. Based on the streets clc;1ssificatjons provided byDarmepbaum Engineering Cprpor13tion, all of the streets with the exception of Valley Vista Drive, are class . .ified a$ re~idential-n.iral (low~volume) with ·annual Equiv.c1lent 18:kip Single ·Axle Load (~SALS) o.f 25,0.00. in. e>rie clirection . ,A 2? year ·qe_signJife wc1s :µsed as indicated iri the manual. At Valley Vista Prive.( ~nd at th~ req~~st of Dan _neri.baurn f;:ngineElting _ C()rpor.c1tion1 STL has p·erforrnecJ trciJfic ·analyse~· for two diffe~enttraffic classificati,ans., Vc;illeyVist~ Or,ive was classified as either.residential-;urban (high.:voJum.e) with a_nnual Equiva!ent ta ~ip ESALS9f.35,,000 in one direc:tion, or ·a Collector fqrusing annual Equivalent 1 $ kip J;:SALS of 1·0Q ;OOO. in qne. directi.9n,: A 25 year desiQn life and a growth rate of 1.5 percent were used iii our analysis as required in the manua.L The,.results of our analyses anc;I assurnptjons are tabµlated !:>~low. Unconsolidated-undrained triaxiaLtests were performed on .selected clay sample~ recovl:3r'?c:l.. Shear strength values from the t~sts were correlated with California Bei;1ring Ratio (CSR) values, and residua.I m.odulusvalues .as presen.ted ·in Plate 8 .1 of the .Gityof Fqrt Worth Pavernent:Peisign. Stand~rqsty1anual. The.CSR -values were estimated to pe •aPproximately .Q;62 times the undrained _shear stre.ngth (in pounds per square inch (psi)) of the soils tested. Based on that relationship, and using the averaged soil strength for each group of boring$, the CSR value estimated for the various streets ranged from 5 to 40 for the · natural si.Jbgrade. None of the to street alignments had estimated CBR values of 3 or less . Forthe streets which will require subgrac;le st~bilization, the Gompo_site CBR values were. estirnatec:l 1,.1sing 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 calculated composite CBRvatues ranged from 12 .to 4 7 ProJ,ct No. 09-1402 . Page6 ~T~··L ll ' E'.NGINEERS for the 6 inch thick lime stal:>iljzed subgrade . CBR values with correspondirig Resilient Modulus vaiues for each street ~r~ presented in the table l:>elow. 6" Thick .'Lime Stabili~i;td Na•ural Slibg~ade $tabilized Subgrade · Street Subgrad.e over Natural S~il Name Estimated · ~sttmat,d estimated Estimated · Resiiient Resilient Required? CBR ModlJ~~s compo.site ll/lodulus (s,si) CBR . (psi> Bideker Avertµ¢ Yes 9 8874 16 13()~4 Bright Yes ' Street . 9 8857 16 13.000 aurton Yes· 7 7299 14 11720 Avenu~ AvenLJe rvi ·· Yes 14 12038 21 · 15744 Edgewood Ye,s 12 10743 19 1461.0 Terr~ce · S.treet . Plants Yes 24 16968 31 20201 Avenue Capers Yes 9 8743 16. 12904 Avenue Osbome Yes 14 11975 21 15688 lane Ransom Yes 5 6142 12 10808 Terrace Valley 40 24120 47 26919 Vista Yes Drive Project No. 09-1402 · Page7 ,. ! TL El'IGINEERS A rigid 'design for each street was performed using 1993. MSHTO design equations and the DARWin Pavement Design and Analysil3 System. The results are pr,e$i:mted in Appendix C of this. report. For the PCC pavement designs, the follpwing. design inputs were used: Pavement Type -Jointed Reinforced Concrete Pavement 18,kip ESALs over Initial Performance Period· (25· years)-625, 000 (low-volume) and 875,000 (high-vtjh,1me) . · · 18-kjp ESALs over Initial Performan_ce P~r,od (25 years) with 1.5% growth rat~-3,051,500 (Collector) . · fr11tiai serviceability -4,5 Terminal Servic;e~pility-2.0 2~~ay Mec:in P¢¢ M6:au1us of RlJpture -650 psi 28:tjay ,mean e.lastic 01.odutus of Slab -4,400,000 .psi Relrabiliiy LeVel --80% · Loss o,f S_Uppori ,.. 2.0 Over.all Standard Deviation -0.35 Load . Tr~n$fer Coefficif::mt, J -~.b OveraH .Drainage Cqefficierit, Cd -0.7 (~ea .note below) . Mean 'EffecUve :k.:value -estimated by the progtam based upon the input Resilient Modulus Note: F:orpCC paven,¢nts coostr~¢tE!d dir¢ctly on clay subgrade or sta~Hiie_d.clay subgrade, the quality of drainage was assomed to be·"very poor';, resulting iiithe overall drainage coeffic;:ient of d. 7 ~hown above. · Our-recommended pavement .sections aret preseriteci .in the followi119 tab.le: Project No. 09-1402 · TL' ~ . . t . . . . ENGINEERS ~\reet Bideker Avenue Bright Street Burton .Ave hue Aven ·ue.M . Edgewood Terface ·Street Plants Avenue Capers AYf?r'lUe Osborne Lane Ransom· i~rrace Valley Vista . Drive · (Residential ~ high volume). Valley Vista Drive (C'ollector) Subgrade Preparation ii' Lime Sfa'bilized 8% l(n,e. (~.6il)./~.y.) .. 6" Lime Stabilized 6% lime (27 lb./s.v.> 6'.' Lime Stabilized . 6% Jirhe (27 '1b.ls.vJ 6" Ume· $tat;>ilized 6% lime' (2Tib./s,:Y.) · · · 6" Lime Stabilized • 8% iime (36. lb./s.y.) 6" Lime .Stabilized 6% lime (27 lb./s,v.) 6" Lime Stabilized (;>%lime (2i:lbJs;y.) .6'.'. qrn$ $t~bmzed · 6% lin1,e (27 lbd$.y.) 6.,, Lime Stabilized · 6% Orne C271b.ls :vJ 6'' Lime Stabilized 6°(~ lirne (271µ./s .y.) 6" Lirne Stabilized 6%. lime (271b./s .y.} Thickness of . · Pav.errutnt(in) 7.5 7.5: 7.5 7 .5 7 ,5 7.5 a;o 9.5 Jointed Reinforced Concrete Construction Recommendations • • • •_.. •' ' : • '.'' • '1 '• ... ' •' • C: • ."', :': ')."' • .,• • • The. pavements shotJld be adequately reinforced, with expansion, contraction, dummy saw and coristruction joints as required in s ·ection 4 of the City of Fort Worth Ma·nual.. The spacing of the joints wHI depend prlmarily on the' :type of steel reinforcement used .. STL recommends, for the thicker pavement sections, No. 3 steel rebar spaced at 12 inches center to center in both longitudinal and transverse direction. The·. rebar spacing may be increased to 18 inches for thinner pavement sections. · ltis our experience that dummy saw joints of 12 to 15-foot spacing, saw cut to a depth of at least orie- quarter oUhe pavementthickness, in both the longitudinal and transverse directions, have generally exhibited less uncontrolled post.:constructioncracking than pavements with wider spacing. Frequent use of expansion and contraction joints will improve pavement performance . . Project No. 09-1402 Pa~e9 TL El\JGINEERS For Portland cement concrE!~E1 (PCC) pavement; c9ncr~te with a minimum 28 day compressive strength of 3,500 _pounds pe(square ·,nch or more shoµld be useg, The ~oarse aggregate in the concrete should l • • I • : ' • • ' consist of crushed limestone ratherthan rounded graveL We recommend lime stabilization of th~ subgrade oittheindicated str~e;t~ ysJn~. a hlinlmum of either 6 or 8 percent lime, as ·shown, (by dry soil J..eight) tC? ~-d~ptti o:f 6 inches (27 · ~~-36. pounc;ls per squ~re :yard, respectively) .. Lime stabilization . should be pE!r:formeq in accordance with ltern STS ' 024 of the City of Fort . ,. ..r ... .. . ' Worth Pavement Specification . I' Pavement Subgrade Prep~ration All ·existing pav_ement, base, topsoil, Vegetijtion ;_ang :af'.iy other unsuitable in'aterials should be removed. . . . The pavement subgrade should be proofrolled · w"ifh :iffully loaded tandem axle .dump truck (or simiiar ' I . • ,', I . pneumafic~tire ~quip_mt?rit). ·1n areas tobe qut, ~~e pro.ofron should be .perfor~ed after the final grade is established. lh are;;is to be fillep, the prooftoll 's.hp~ld be performed pripr to.'piacern'eht of engineerecJ fill. . • •• • .: ' ' .,· ,L ' • ,,·. i ;·,1.i·· ,='.:,: •. . Areas of loose or soft subgrade enqountered in ttie proofroll · shot;Jld be remO:v.ed , and replaced with • .,· ' • . I • • • ·, • ! . -., ·> ·; . . . engineered fiil, o.i' moisture .conditioned (dried hr we_tted, ~s -r;°ee~ed) .£.!n<:I C01)'1P,a~te(J 1irl place , Depending on the final grade of pavement, fi~estone coqid be encounterefne'at pavement.subgrade elevation at some locations . Where bedrock is present at cut subgrade, the .limestone should be undercut to a minimum depth of 8 inches arid repl~ced with crushed lim$stb'rie fle~ible 'ba§e,.'which conforms to Type A,. Grade 1, itf!3rri No .. 249 ;,ofSDHPT, · The bas_e should be compacted to 98 percent oHhe maximum dry density determined .using SDHPT Test Method TEX..,1fa.,E : In addition allowance .should be made at the interface· of the rock With · the subgrade soils ; -to control differential S!;!tllement arid . pav~ment. cracking between .tqe different ~ubgrade materials. Grading :and compaction of pavement st,1bgrade should follow: the procedures outlined .. in the. section · erititlecl "Recommendatiqns for: the Placement of Controlled Earth . Fill/' .. The final . gra_ctEls: must be such that drainage is fac::ilitated, and access ofsurfa~e watl;lrt6the subgrac;le materjalsis;prevented . . . ··.·: ··.' · Project No. 09-1402 . Pag1;t10 ,TL ENGINEERS ·Soluble Sulfates in Pavement Stibgrade From our. experience, relatively high concentrations of sciluble sulfates can be enco"untered randomly thrquShout the Pallas-Fort Worth Metroplex. Soluble sulfc:1tes c_an react with lime or cement, water; and clay minerals >to create a:new mineral ·ca·lled ettringite. Ettringite expands in volume : upon formation, which can create heaving in the chemii::ally~treated portion of the pavement subgrade . This sulfate- inducE;!d hec:ive ofthe chemicaily-treat~q subgrade canmanifest itself as slightly elevated and elongated mounds (commonly cf;llled "gopher trails '.'') or blocks of clay subgrade thrust up ahd over ad}acent subgtcide. If present, soluble sulf1;1tes can occur in relatively small . and randomly spaced locations. Analytical testing was performed to aid in risk assessment ofsulfat~inducec! heave occurdng . Analytical testresults .showihg solUble sulfate concentrations greaterthan.about2·,ooo to 3.,000 ppm are:ihdicative of'elev~tea ri$k of heave. occurring . The majority of the sulfate tests performed from samples recovered ·from this site.fesulted in noh-detectable '(ND) levels of soluble su'lfates (less than 250pprri). It should be noted that a ND .testresult dqes not neces~arily'indicate heaving Will not occur. This is because -sulfate- laden zones in the subgi'ade may be missed in th¢ samp!ilig process . However, in the residual soils of the previously listed geological forrnation, sulfate iriquced heaving is typically riot a concern. A copy of the analytical test results is attached in Appendix :C of this report. Project No. 09-1402 Page 11 TL ENGINEERS General As previousiy discus$ed, limestone was encountered ·neatthe existing pavement .grade at some boring locations, and we.expect limestonefo be encountered .at pavement level Qra"e at some locations during site grading·; utility installation and other general :e.xcavations. The limeston~ can be hard to difficult to excavate ·and the contractor selected should have experience with excavation in hard .limestone . All excavat,io.ns should :be :shqred, sloped ahd shi$1ded in accordance with OS.HA req.uir.ernents., Groundwater $eepage can .occur at the ground surface where limi":?!,,tone is at or oe.;;ir th~ surface. Subsurface drains should be provided ih areas where seasonal seepage rnay be objectionable. The drains should consist of6 inch aiameter slotted drain pipe embedded in a fr.ee~qralning gravel medium. · The gravel should be surrounded by a geo-textile filtedabric to pre:Vent -the i11.trusioh of fines, a.nd the drains· should ~e sloped doWli to drain to .storm sewers or nearby ·c!rainage featu.res ; Sups4rfaGe dtain~ge .syste'rn should comply with specifications outlined in Section srs~o21 of the Fort Worth Pa11emetit be.sign Manual. EvElry attempt should be made to limit the extreme wetting or drying of tl:)e -subs.urface soils :b.eca.t.,1se some. swelling and shrinkage of.these .soils will result. .Standard construction prc!ctices of providing go()d surface water drainage should be used. A positive slope of the grqund awayJror:n the pavement eqges :should be provided. Also, ditches .or swales should be provided to carry the run~off water path di.Jrihg and after construction. Root systei:ns from trees and shrubs can draw a substantial amount of water from the clay so.ils at this site, causfng the clays to dry and shrink. This could cause settlement beneath graqe-supported paving . Newly planted trees and large bushes snoulc;I be located a distance equal to at IE~.ast one-half their anticipated mature height away from the pavement edges. Project No. 09-1402 Page 12 TL ENGINEERS Fi.II a~C, Backfill Mate~i~ls RECOMNIENDATIONS . F()R THE . PLACEMENT OF CONTROLLED EARTH FILL General sit~ fill in the construction area should consist of on-site material approved by the Soils Engineer.. Imported fill should comply With specifications· requirements descried 1ri Appendix c .of the Fort Worth Pavement Design Standard Manual, ani::I should be . approved by the Soils Engineer; The fill niciterlal should be placed in level, uniform layers , whii:!h, when compacted, shoul<;f haye moisture content anct dens:ify conforming to the stipulations c:~lled for her¢in . Each layer should be thoroughly mixed during spreading to -provide uniformity of the layer. The fill thickness should not exceed 8-inch loo$e lifts. Prior to l;!nd in conjunction with the compacting operation, each layer should be brought to the proper moisture content as determined by A$TM D 698. The clay soils should be moisture conditioned to a moisture content that is between 2 percentage points below .optimum and 4 percentage points above optimum . After .each layer has been properly placed, mixed and spreacl, it should be thoroughly compacted to between 95 and 100 percent of Sta_ndarcl Proctor Density as determined by ASTM D 698 . Density Tests Field Density tests should be made by the Soils Engineer or his representative. Density tests should be taken in each layer of the compacted material below the disturbed surface . If the material$ fail to meet r the density specified, the course should be rework.ed as necessary to obtain th~ specified compaction ; Utility Line Backfill Backfill for utiiity lines should be properly compacted to reduce the risk of pavement cracking. Bedding around utility lines should co·ntorm to the manual and the City of Fort Worth specifications. The upper 24 Project No. 09-1402 Page 13 TL ENGlNEERS inches of b~c;kfill consist of lime stabilized soils to reduce the risk of surface water percolating down into the granular beddingJayer. Water collecting insatid backfill ca.r:i c;ause differential movement near utility lines. Water jetting of utility bacleflll i_s 11Qtrecommerided , . . ... ,.'.· .. · ProJe.ct No. 09-1402 I TL ENGINEERS CONSTRl)CTIONOBSERVATIONS In any geotechnical investigation, ·the design recomn:;endations are based on. a limited amount of information about the. subsurface conditions. In the analysis; the gecitechnical 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 recom.rnended that a qualified firm be retained to observe earthwork c;ind pavement construction and perform materials evalµation and testing during the construction phase of the project. This enables the geotechnical engineer to stay abreast of the projectand tobe rec1dily available to evaluate unanticipated conditions, to conduct additional tests if required and , When necessary, to recommend alternative solµtions to uncmticfpated conditions .. REPORT .CLOSURE The anc!lyses, 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 th1;:1t the exploratory borings are represen'tative of the-·subsurfi3ce . conditions throughout the sites; that. is, the subsurface coriditions everywhere are not signifiGantly different from those disclosed by the borings atthetime they were complete-a .. If dudng construction,. different subsurface conditions from those encountered iri our porings are observed, or appear to be present in excavations, we must be advised promptly sot.hat we can review these conditions and reconsider our recommendations where necessary. If there is a substantial lapse of time between submission of tliis 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 stnJcture locations, structural loads orfinish gr..~des 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 STL E .NGJNEERS This report has been prepared for the ·exclusive use of Dannenpaum Engineering Corporation and their d.esignated .agerits for:specific application to design or this project. W~ have used that degree of care and skill ordinarily e~er9Jsed under similar c::on<:fitions by reputable members of our .profession practic::ing in the same:or;5imilar locality. No warranty; expressed or implied, is made or intended . Project No; 0.9·1402 F'age16 I . .· S TL ENGINEERS VICINITY MAP ,IN,DICATING DIFFEREN'T STUDY AREAS . . PLATE .A.1A STUDY AREAPLAN CONTRACT5A THROUGH5C MI SCELLANEbiJS PAVING IMPROVEMENTS WITHIN couN¢iL 01~mic-f s FORT WORTH , TEXAS PROJECT NO: FILENAME: DRAWN BY : REVISED BY: REVISED BY: APPROVED BY: ~ SCALE:NTS 09-1.402 091402.!:lwg HR DATE ; 04,.30-09 DATE: DATE : EG DATE : I I STL ENGINEERS I • I VICINITY MAP INDICATING DIFFERENT STUDY AREAS PROJECT.NO: 09•1402 ~ SCALE:NTS P.LATE A,1S- STUDY AREA PLAN C6Nm.ACT5C FILE NAME: 091402;dwg DRAWN BV: HR DATE: 04-30-09 MISCELLANEOUS PAVING IMPROVEMENTS t-R""". E_V-is"':-· E_D._B;;.Y"". : _____ +.=DA:...:.T.:.:E::.;.: _____ ___. WITHIN :COUNCIL DISTRICT 5. t-R".':. EV~IS:'-:E':'D .... B~Y"":-:--------+··.:.DA:...:.T.:.:E::.;.:_,... ____ -1 .FORT WORTH, TEXAS APPROVED BY: EG ,DATE: . I I ,. I I I I I I BIDEKER AVENUE B:-3 w .W 0:::, ~-Pn-T77777TT77'7777777777'777777?777777.,..,,.,.,,j a .. ~~~~{t!Z,~~,LZ{,CL;!L,;:;{LL.c.a:.<il..1:aC£L.CL4,u:L.a2.lZ£',c,uU.,:====~===:.u:.~ ir· ",CLz.:U:,L.U."L.Z.l.'.La.':LL.i.~=====~ :5 tm. ~ STUDY : ARE"A BOUNDARY VICINITY MAP &CN.f:)!1$. . ENGINEERS PLATEA.2A BORING LOCAT;ION ~IAGRAM , PROPOSE!;> ROAD IMPROVEMENTS '.(BElWEE!II ML.K~~::~1fcf'fAsr DEAD END) F.ORT 'WdRTH ;TEXAs . ' ·s··=·_--T _._L-.H. 0 • • . .. . . . ' -l 0 (;.). Cl) 100 PROJECT-NO:· Fll.E.NAME: ;DRAWN BY:. R!:V1SEJ)J3Y: ~PROVED BY:. 'O 100 09-1402 0914Q2.:µwg :H°R : DATE: .04-30..09 DATE.: DATE: EG • DATE: Km ~ STl.lOY AR~ BOUNDARY STL ENGINEERS PLATE-A.28 · . B.OR!NG :LOCATION DIAGRAM PROPOSE.D RO~Q !M!'~9Vi:MENTS BRIGHT STREET {BElWEEN EAST !3ERRY8m~Et:AND REEtl,SJREET) FORTWORTH;·Ti:XAS . ·------···----·· ·-· ..... , ·······-··---·-··· VICIN(TY·.MAP · s~~ 100 PRQjECT:NO : FILE'NAME: ·i:)RA:WNBY: REVISED B'(: REVISED -BY:• _APPROVED BY: .0 50 100 SCALE: 1~ = 100' . 09-1402 0~1402.dwg HR DATE:-04-30-09 DATE: DATE~ ~G. .DATE:. KE:(;. . . ~ ST1JDY-AREA· BOUNDARY STL ENGINEERS . . Pt:ATEA.2C. BORING LOCATION 'DIA,GRAM VICINITY MAP . SCAl.t:~ . PRQPO~:~~~l~gr,MENTS . . (BElWEENVAUGHN BOUI.E\IARO ANO'CAMPB.ELL ,STREET) FQRTWOffTHi TEXAS _____ ........... ------·· i oo b 50 100 ~QALE: 1"='100' P~OJE0TcNO; · .09-,1402. . . FILENAME: 09140:2.dwg DRAWN BY: HR DATE: 04-30:-09 REViSEDBY :: , REV1$'EO BY:. DATE: APPROVl;D B'f.: EG D'ATE;: ••••••••oH •M•·----· -·-··---·- w -;:::> :z w B-16 ~ . ?J. '77,'77,'"77,'77,'77,'77,'"77,'"77,'77,777,>77,'77",'77","77:>77.>77.777."177.777.777.7'F.77777777777777777'777777777'7777777'77J7n'77''7n'77''77'>'?7?': ~ ~~~'=6'rn'~--;,<;,<;4"~~~~~ w ::j ~ s~1s . Ka; ~ S1UDY AA'cA BOUNDARY STL ENGiNEERS PLATEk2D · BORING "lOC~TIPN 'OJA~RAM P.ROP.OSEO ROA1HMPROVEMENTS ... AV,eNiJei.1 . (BETWEEN MILLER AVENUE ANo·.sourH·1:1u~1:1es AVEN_UE). FoR'rwo1ri:1:1.t~s ----··---·--·--·----~----------· VICINllY:MAP s~ilif111i . 100 SCALE: 1~:;: 100' PROJECHJO:• F.ll.E: NAME: . .091402:dwg .DRAWN BY: HR DATE: -04"30-09 REV1SED6Y: DATE:· · REVISi:P BY.~ DA:TE: APP~QVED BY: E.G c . DATE: 10.0 :c .~. "1J U> :c ~ .. ~~.,..,..,..,..,..,.777~-r.r,,+r,7??777TT7"77?7'T)7TJ"7T,r7T,'77":'7r.>'"770'77:"77:"7,7?7:"/'77.777:7777777771'.: liJ z :5 >-.Cl >T?7707r.-rr,~>77""'7-J'l•~. lll ·~~~~~~~~~aL,~~~~u:;c;ca,~~~~~~'L.CL~~CLL<~'LLL.aL..CLi2'..c..aLZ!'.caU!-.~ KE.Y: ~ .p ~· SltJDY AREA : BOUNDARY· STL ENGINEERS QI · Panola .Ave .. ~ .... . a, Judv 1-. ~-S_lT~E~·~.j...;r--c....,.Ln_· .... J T V. nson St "\o,, ~ ~ FQRT WORTH .••• tn · Q> ~ Q> ·> <( u, w ~ J:: g 0 .,. :::; ui Hampshi re Eiivd . VICINIT.Y MAP SCAl£:·NTS· :PLAi'E'A.2E BORIN·G•Lo'CATION PIAGRAM PROPOSED ROAD IMPROVEMENTS igoi3ewooo TERRACE s,:REEi" (BE'IWEElil JUD'( LA,NE A!'ID.H!',MP.Sf:IIRE'BO!JI.EVARP) FORTWORTH, 7EXAS 100 . PROJECTrilo:· F.IL~.NAME: DRAWNBY: REVISED BY: REVISED: BY: ·i;co. Q 50 100 SCAlE: ·1"·=· 100' 011-1402 091402:dwg HR DATE: 04-30-09 DATE: EG DATE: ~ ~ STUDY AREA BOUNDARY STL ENGINEERS PLANTS AVENUE: ,~ ?n'77'>'7n"7n'77''7.7.;'7n'"Tn,"7,'77:,n-,-:777".777:rTT".r.'77':....-r,..,...,..,rrr,..,.r.l Tz ~:~'LLL.'L.CL'LLL."LLL."LLL.'LLL.~~'LL.:.'LL.:.~~~ZZ<~~:'.ZL.i~ lz le) VICINiTY MAP. Sc;/'J..E!N:IS PLA,:e; A.2F: BORl~.G l.::OCATION D1AGR1.J,I! PROPOSED ROAD.IMPROVEMENTS PLANTS :AvENUE ((BETWEEN C~IG STREET.AND CRAVENS ROAD·(EASt LOOP 820)) FORTWOR.TH , TEXAS . . 100 O 50 SCALE: 1" = 100'. PROJECT.NO : . FILENAME: :09.1'402.dwg . DRAWN .BY: ·HR. DATE:· ·04-30,09 REVISED .BY: DATE: REVISEb:BY:. DAT!:: · APP.ROVED. BY: EG_: DATE ~ --------··----·-·· 100 KEY: ~ STUDY AREA BOUNDARY . STL ENGINEERS VICINiiY-MA~ . . SCALE: 1'11:S· PLATEA2G BORING LOCATION DIAG.RAM PROPOSED ROAD IMPROVEMENTS ·cAPERS AV!:NUE . (BE'IWEEN STALCUP ROADANO FARRELL LANE) . FORTWORTli; ~s i OO 0 50 100 PRC>JECT'NO: 09-1402 FILE'NAME: 091402:dwg DAAWNBY.: HR DATE: 04.30-0!l REV1$EDBY: REViSEDBY: DATE: _APPROVED BY: l;G PATE: KE!:· ~ STUDY AREA BOUNDARY STL ENGINE·ERS VICINITY MAP ~CALE::i,m; PlATEA.2H BORING LOCATION:l)IAGAAM f>~QPOSED ROAD IMPROVEM~ OSBORNE•LANE (BElWEEN SOUTH HAMPSHlijE BOU.LEllARD .f\ND OLD HANDLEY ROAD). f.ORTWORTl;f,T!:XAS · ----···--···-····--···----------~··· a:s.: §5 iii: . 100 0 50. 100 PRO;JECf.NO: 09-1402 . FILE .NAME, 0~14.02.dwg DRAW.t.f BY: 'iiR . .DATE: 04-30-09 . REVIS!':D BY: DATE: .REVISED BY: DATE: AP.PROVED BY:. KE:t -~ S11JD.Y ARE'A BOUNDAR'I' STL ENGINEER:S VICINITY MAP .SCAl:E:NTS PLATEA21 ijORING LOCA:TIOI\I PIAGRAM PROPOSED ·ROAD,IMPROVEMENTS (BETWaoN~;~Nf~;UM.6.N DRIVE) FORT W9RTH ; TEXAS -----····----·------· ---··-···· ' ... 100 SCALE: 1" -·100• · PRO;JECt NO: 0~1402 . . FllENAME: (!914q2.dwg . -DRAWNB¥: HR . DATE: 04-30-09 . REVl$.EO BY: . DATE;;. ·Rl;VlSED'BY: DATEi APP~OYED BY: EG . DATE: KEY; ~ STUDY ARE:A BOUNDARY STL ENGINEERS 'PLATEA2J BQRll',IG LOCATIO~ DIAGRAM PROPOi~t~J:=MENTS ((FROM .STATE HIGHWAY -1!){EAST0 EAST,HUl:!ST·BOULEVARO) TO SQUTH bF :STi>.iE :HlGHWAY 10)) · . . FORT WORTH, TEXAS , VICINITY MAP SCALE;MJ"S : PROJECT-NO:: 'FILENAME: -DRAWN BY: 'Ri:VISEO,BY: . REVISED BY:· ,APf>ROVED BY: so ' 100 ~CAl.:E: 1" =.100' 09-1402 o9-r40'2.awg · HR DATE? 04-30,09 ·DATE; . DATE; E~ . DATE: ~r"}f,.lf l'rqjectNo. Boring No. Project Paving Improvements Within Council Distl'ict 5, Ft Worth, TV . .:1 .Ll 09-1402 B-1 l<:"NCJNEEnS Driller Ground Elevution Locntion Bideker Avenue Completion Complc1ion Wnter Observa1ions Depth 10.0' Date 3-16-09 Groundwater was not encountered during drilling or upon completion Type Auger of drilling. 1-0. 0 'C a.u 0 ~ N Cl) I-0 ... ... -21 .... . . z ~ (J • J!l ~'g [ +.i C 0 Q, C • Stratum Description = 1/) !:!::::: c,~ ~ 0~ ~ f...r ~ .. QI Cl Ul C -· 0 (I) ~ ~ ;; C 'O O. 'i:i :, C C: .... Q. C c·-111 f a. 0 0 -oi .:,.....-~ >< _, GI => a 'C:S 0 ~--'e ,_..,. E {.) 0 Ul > ::,·-ui-ell (I) in .... (J 'C ~ 0 00 Ul QI a E 111 E 111 'C ·-C '5~ C !U GI 111 w 111 ,-Oo !U CII C C'C: >, 0 Cl) 0: 0: in in a. Cl) :J:J a: :J -C: :;Eu :i:: 0: ::, ::, I-(I.I a._ "\ ASPHALT, 2 inches f 1- 64 44 18 26 14 115 4.5+ ~ BASE, 6 inches -CLAY, silty, hard, dark brown to brown, with li mestone fragments (CH) I- • light brown below 2' 17 109 7476 I- I-85 15 111 4.5+ i--s I-13 4.5+ I- LL LIMESTONE, wea1he red , 111ode111tcly hard, light brown , II with occnsional cloy senms I- II'. JO 100/4.5' -~··· BO'ITOM OF BORING ---- I LOG OF BORING NO. B-1 Plate A.3 ~ Ylf1l( Project No. Boring No. Project Paving Improvements Within Council District 5, J?t Worth, TV .11: .. !LJ 09-1402 B-2 E":'WINEYms Driller Ground Elevation Location Bideker Avenue Comhletion Completion Water Observations Dept 1 10.0' Date 3-16-09 Groundwater was not encountered during drilling or upon completion Type of drilling. Auger l-0.. 0 "Cl 0..(.) 0 .l!l "' (I) ... 0 .... . lj {J -. I z ~ (J :g1f :g_ Stratum Description ., . en~ ~ QI • C. C • ~ II) 11. .!: ~ fJ ~ .. -:!:: • 8'. gi UJ C..: 0 QI ~ .!! ii C (J :l C c .... .c i5. 0 -<Ii :2...; "jjj.l!l ::> .g, c·-co .a .:l ..r ~ )( "Cl '6 o E·-a E (.) 0 U) > ;;J•-ui-(/J QI (J "Cl 1i1 E a 00 (I) QI er E ro E co "Cl •-C 5~ C: co >, QI n, w iii iii n, ·-Oo co CIJ Cc •- ti) 0 en er: ct 0. (I) :J :::i ii: :J -C: :au J: a:: ::>::>i!= ll.- ~ \ ASPHALT, I inch · r 52 19 33 13 4.5 -\ BASE, 8. inches ·r - CLAY, hard, brown to light brown, wilh limestone _ fragments (CH) --...I'..., LIMESTONE, weathered, moderately hnrd, light brown, IVB 00/1 .25' r with occnsionol clay seams ..... r -- I IW I00/1" I -5 I -- I I-- ~· -- - - 10 l'W 00/0.75' BOTl'OM OF BORING I LOG OF BORING NO . B-2 Plate A.4 . a, 12 :! "' b C) u.l 2 0 a: 2 C) ¥ C11f1lf Project No. Boring No. Project Paving Jmpro~emcnts Within Council District 5, Ff Wo1·th, TXY !J. .1_J 09-1402 B-3 E'.'-JCINEl::RS Driller Ground Elevation Locution Bideker Avenue .. Water Observntions Comfiletion Completion Dcpl l 10.0' Date 3-16-09 Groundwater was not encountered during drilling or upon comr>letion Type Auger of drilling. l-0. 0 'ti a..o 0 .e N cni-... " . I 0 :,l! ... • J!l 'ti ... z 0 ~-g[ u'. .E -~ 0 .... a. C: • Stratum Description ¢! II) O>~ ~ ~ QI • Q) t» .. ., ·2...; (I) C: _. 0 Q) ~ ~ ii r:: 'C o• 0 :, C: ll. C: C: -<U :5 a. 0 . ·-<Ii ~...,. :;,x .... a, ::, .g, 'D :a 3~x .Q E 0 0 ~.~ ·3:t: 111 ·-(I) Q) U) ... E a. 00 er E cu E ·-C: ~·; C 111 Q) <U w a 111 'D oo 111 Q) C: C: <U >, 0 en 0:: 0:: iii iii ll. (/) :J:J ii: :.J -C: :;Eo c~ :c 0:: ::, ::, i= en 0.- ""\. ASPHALT, 3 inches / 46 37 17 20 II Ill 4425 CLAY , silly, very stiff to hnrd , brown to light brown, -with trace of gravelly snnd senms and limestone fr~gmcnts (CL) · -16 4.5 I- I-84 16 Ill 4362 ,__ 5 - -16 ·-3.0 ... -very stiff nt 7 feel ~ CLAY, very stiff. light brown nml gray, shalcy {CH) 91 70 26 44 25 98 4.0 .... 10 ·-,-. .. -------BOTl'OM OF BORING I LOG OF BORING NO. B-3 Plate A.5 Pr~jcct No. Boring No . Project Paving lmp1·ovements Within Council District' 5, Ft Worth, T ! - 09-1402 B-4 ENClNEli:RS Driller Ground Elevation Location Bidekcr· A venue Complet ion Complelion \Voter Observations ., Depth 10.0' Date 3-16-09 G1·01111dwatcr was not encountered during drilling or upon completion 1'5•pe of drilling. Auger ; I-a. ·O "O a.u 0 .2! N U) I-0 .... ~ ..... . ' z ~-'13 .Jg ·-"O II) ·Stratum Description .J C -~ 0 ~ ': C • 0 QI C. ¢: VI u._ en~ ~ cj ~ e..r QI tl) VI C _:, 0 QI ',ft. ~ _._ C 0 CJ ::l C c ... 0. C c-ro £ 0. 0 l~ ·-ai 32 .... t;.! ~"El .J:J :w ..r '.oX "0~ o ro.- E E 0 0 U) > ::1·-II)·-II) QI CJ-6 ~ C. II) Q) tr E .!!! .5 ·-C tl C ro >, QI (0 llJ 0 ii:iiii ro ·-ro "O Oo IV GI C C'C: U) : 0 en 0:: 0::: a.(/) :J:J Q..J -c ::Eo :c 0:: ::,~1-0..- I ASPHALT, I inches r 58 42 19 23 18 94 . 4.5+ CLAY , silty, hard, brown to light brown, with limestone f-. .. fragments (CL) . - ~ LIMESTONE, weathered, moderately hard. light bro\\~l. w)th occnsional cloy senms f-l'W' 00/0.25' '"" - II 19 00/0.25 II ..... 5 tr .. - - tr -- tr -- I --I ,, I== 10 IW 00/0 .75' BO"ITOM OF BORING ·-·--:-:-:----- ; .. I LO.GOP BORING NO. B_-4 Plate A.6 ,. 0. rir1, Projecl No . Bor111g No . Projcc1 · Paving lmp1·ovements Within Council Disfl'ict 5, Ft Worth, Tk;J .!l. 1LJ 09-1402 B-5 l~NGINElmS Drille r Ground Elevation Lo cation Bideker A venue Complc1im1 Completion Waler Observat ions Depth 10.0' Dnte 3:-16-09 Groundwater was not encountered ,hiring drilling or upon completion Type of drilling. '. Auger I-0. 0 -0 o.o 0 .e (I) I-N ... (11 . ' 0 *-'t; • J9 1J ... z ·-'ti [ Stratum Description ..; C '5' Q. C: • 0 ~--~ (/) !:!:::: t:n~ ~ 0~ ~...,. ==u QI OI 0 a, ~-~ .E ai" 'OD• ::J C: C: .c: ll.c ~~.~ ~ C. 0 ;~ z..;-.. >< t;S 'O '6 .0 ·-.... :::> OI E 0 0 en > ::,·-en ·-(/) (II 8 'O ~ E a 00 (/) QI .~.§ mE ·-C: i::-'al C: (11 >, 'QI (11 w iii iii <11-m,:, Oo CV QI C C •;: 0 Cl) 0:: 0:: 0. (I) ..J..J O:::::i -C: :ao 0~ J: 0:: ::>::, I-(I) 0.- t-\. ASPHALT, 2.5 inc.hes ./ 44 19 25 15 112 950 :""\ BASE , IO inches r_ '., CLAY, silly, son , brown to light brown, with limestone fragments (CL) --\ CLAY, fim1 to hard , light brown mid grny, shaley (CH) 29 94 1689 ~ ' .... ,- 73 26 47 26 97 2639 ~ ,-. 5 ~ ,-26 4.5+ ~ ,-- ... -25 4.5 ~ ... ·----,-.,,,-'10 .. _ .. _ ,---B01TOM or BORING ' ' : . .. ~ .. LOG OF BORING NO . B-5 Plate A.7 . i .-Project No. BonngNo . Project Paving Jmprovcmcnts Within Council District 5, Ft Worth, T- 09-1402 B-6 E:-.ICINEJ::RS ST"JL Driller Ground l~lcvot ion Locntion Bidcl,er Avenue Complet ion Complet ion Water Observations Depth 10.0' Date 3-16-09 Groundwater was not encountered during drilling or upon comJ>letion Type of drilling. Auger I-D. 0 'O a.u 0 2l N Cl) I-.2 n, . . 0 :.e 't; 'O .... z ·-"C Ul Stratum Description ..; C . ~~ C • 0 Q) Q. ;cl Ul ll Cl~ ~ t)~ ~ ·e.r a, en VJ c...: 0 2 ~ :.e C i:, •• ·o :, C: c .... a. C c ·-CV ;5 Cl. " 0 ·-qj .:; .; ; )( i~ ::> "Si i:, :a 0 (I!·-.0 ·-.... E frl a Ul > ::s ·-Ul ·-Ul Q) "-c ~ E Cl. 0 Ul Q) er E n, E (1) -c oo 5~ en, ;,,, OJ Ill iii iii !O ·-:J:J 0::J -c n, Q) Cc:•-en 0 en ~ 0: a.(/) Q._ :!Eu :co: ::>::)I!:: I , ASPHALT, 2 inches . . · r 49 32 17 15 12 112 3255 CLAY, snndy, stiff, light brown , with limestone -fragments (CL) · ~ LIMESTONE , weathered, modcrotely hnrd , light bro wn, with occasional cl ay scnms ,... l'W 00/0 .25 ' -- -5 !'9' 00/0 .25 ' ct 2 -- -- DC -- ~ -- IO ;'W 00/075 ' B<Y ITOM OF BORING I LOG OF BORlNG NO . B-6 Plate A.8 011r1f Prqjecl No . Boring No. Project Paving lmprovemcnls Within Council Dislrict 5, Ft Wortii, Tl.J' 11 !LJ 09-1402 B-7 ENCINl~KRS Driller Ground Elcvnlion Locn1ion Bidcker Avenue Completion Completion Wolcr Observations Depth 10.0' Dote 3-16-09 Groundwaler was not encounlered during drilling or upon completion Type of drilling. Auger I-0. 0 "O 0. (.) 0 .! N (/) I---t'II I I 0 ~ ,J!I 't> -z 0 ·-'Ii Ill t .E ~ 0 ~ ': C: -0 Q) C. Stratum Description ~ Ill a,~ :,!? 0~ Q) -Q) Cl 0 Q) ~ ~ li C: 0 ·.; 5 C: C: .. 0. C Ill c..: 't> -c·-t'II % ii 0 0 ·-(jj +I .w +I )< ,;~ ::, 'SJ '0'5 of-.0 C la ili ·-... E (.) ::i ·-111·-i3 ~ O'C ~ E 0 00 aE t'II E &'~ C t'II Q) m w cu·-Oo t'II Q) C: C: ·.: >-0 (/) a:: a:: iii iii 0. Cl) :::i:::i i'i: ::J -C: :a: (.) :r.a:: ::J ::JI-Cl) o. _ '"' ASPHALT, 4 inches /" 60 44 19 25 15 115 2.0 CLAY, silty, stiff lo hard, brown to lighl brown . with .... limestone fragments (CL) ,- 21 115 3198 ,- -43 20 23 12 4.5+ ..... 5 ,- 11 3.5 ,- ~ LIMF~'iTONE, wenlhen:d , moderately hard, light brown. with occasional clay scams ,-- 10 l'IIU' I 0/0.2 " 1301TOM OF BORING ·, LOG OF BORING NO. B-7 Plate A.9 C'lf1lf Pr~jccl No . Boring No . Projccl Paving Improvements Within Council District 5, Ft Worth, TD · .!l .!:LJ 09-1402 B-8 E".'JCINEEHS Driller Ground Elevnlion Locntion Bright Street Complet ion Completion Water Obscrv111i~ns Depth 10.0' Dnle 3-16-09 Groundwater was not encountered during drilling or upon completion 1)•pe Auger of drilling. I-a. 0 'C a. u 0 ~ (I) I-"' ... ~ --. . 0 ~ '13 ,J!l Stratum Description ..J • z ~ . ... Q. r: • =a: a ¢:: Ill u..E CJ~ ·if!. 0~ Ql_; QI OI g C:..: 0 Ql ';f!. ~ ii C • u .. r: ·-.; a. r: £ a. . 'C • .a Ql r: .c g~.~ .0 ·-QI ·5:: ~:!:!" +l )C :::, C) ,:,'6 E u 0 Ill> Ill Ql 1/)+' E C. a 00 VJ Ql l:TE ftJ E IV 'C ·-r: ~·a; C IV U 'C IV ;,,; Ql (V w iii iii ftJ ,-:J:J [:J -r: Oo o:!: ftJ QI r: c·i: (/) 0 (/J 0: 0: a. (I) a._ :li:u :co: :::, :::, I- r--. ASPHALT. 3 inches '/ 27 93 3607 f\ BASE, 3 i~ches ! ... CLAY , silly, slifflo hard , brown lo light brown , wilh trnce gravelly sn nd scams and lirncslone fr agments (CL) ... 38 42 20 22 15 109 4.5 .... - .... 21 110 4872 ..... 5 -ve ry stiff nt 6' .... 13 3.0 .... .... 19 4.0 ... -·-·---10 ---BO'ITOM OF BORING ' I LOG OF BORING NO. B-8 Plate A.10 crir1f Project No . Boring No. l'roJeCt Paving Imp1·ovcmcnts Within Council District 5, Ft Worth, Tk' .!l .ll....J 09-1402 B-9 E:,.!CJNEEHS Driller Grom1d Elevation Location Bright Street -Comriletion Completion Water Observations Dept 1 10;0' Date 3-16-09 Groundwater was not encountered during drilling or upon completion Type of drilling. Auger I-a. 0 "Cl a.() 0 J!l Cl) I-N .... 111 . • 0 ~ .... • J!l "Cl ... z u :g-g a Stratum Description ..,J • ~ ... a. C • ~ U) IJ.. .5 en~ ~ 0~ 'ij l!!.; c ... · GI Ol U1 C -· 0 ..9! '#. ~ ]'w C: 0 ::, C Q. C c ·-111 .c a. 0 ·-,; "Cl • ~~ ; )( ... Q) ::, '6i i:,'tj 0 111·-.0 _.., C. E Id C 0~ en > ::,·-en QI UI.., 0~ :.1 E C/1 Q) i:rE 111 e ·-C: &~ C 111 Q) 111 0 111"0 oo 111 Q) C C 'C >, iii iii 111,-:J:J a::.:; -c (/). 0 Cl) 0: 0: Q. (/) a._ ::!E () :i::o:: ::, ::, I- I I""'\. ASPHALT, 3 inches r I \~. ,_ BA$E, 8 inches -~ CLAY, stiff to hard, light brown, with limestone fragments (CB) . '- r\ '-IWF 7 98 22 , - ~ '-50 22 28 22 102 3842 i\ '--5 ~ '-23 4:5+ '- ~ '-' 92 53 21 32 19 4,5+ ..... I '----·-.• J30 '1TOM OF BORING IO ~- ' ; "' g ., l J t5 a: ... Q. ,,.; 0 .., "; m ! 0 ~ 0 0 ~· LOG OF BORING NO. B-9 Plate A.11 Iii £:i '1f1lf Projecl No. Boring No . i>l'OJCCI Paving Improvements Within Council District 5, Ft Worth, TV J!. LJ 09-1402 B-10 E":'-lCINElW.S Driller Gro1111d Elevn!ion Locolion Bright Street Coml'Jcrion Completion Waler Observa!ions Depl 1 10.0' · D11te 3-16-09 Groundwater was not encountered during drilling or upon completion Type Auger of drilling. I-0. C 'C 0. (.) C s IIH-"' .... Ill . . 0 ~ -,J!l 'ti -~ I.I ...; C z ~~ C: -:g-g C. Stratum Description ¢! 8l C')~ :,!? tl~ b Cl> -Cl> OJ :,e LI..-'i3 :;c 1/1 c-: 15 :,e 11 C: ~~ C.c; Q. C c·-n, %· C. 0 0 ·-ai ;; ..J' .: >< uiS 'C :a 0 f!-.0 E 0 0 VI> 111·-1/1 QI ::, 0) O'tl ~ E 00 1/1 a> c-E "' E ·-C &j C: Ill Cl> (U w a Ill 'ti Oo Ill QI C C'i: >, iii iii (II -::J::J ii:::J -C: <n 0 (I) 0: 0: 0. (I) 0.-:a. (.) :c 0:: ::, ::, I- ~ ::x ASPHALT; 3 inches /.:. 23 101 4744 ' \ BASE, 2 inches I ,_ ~ CLAY, very stiff to hard, brown to light brown, with limesione fragments (CH) ,_ 84 60 25 35 18 108 4.5 i\ ,_ ... CLAY; silly, hnrd , light brown, with limestone fragments 88 35 17 18 14 117 4.5+ (CL) -5 ,_ 17 118 10025 I- ,_ 18 4.5+ ,_ 10 -BO JTOM OF BORING " LOG OF BORING NO . B-10 Plate A.12 C'1f11f ProJect No . Boring No. Project Paving Improvements Within Council District 5, Ft Worth, T~ .ll. _JJ_J 09-1402 B-11 F.'.'11 c; I~ EE RS Driller Ground Elev ntion Locotion Burton Avenue Comfiletio11 Complet ion W11ter Obser vat io.ns Dep11 10.0' Date 3-l 6-09 Groundwater was not encountered during drilling or upon completion Type Auger of drilling . 1-0. 0 "ti a.u 0 .l!I N Cl) I-.,_ . co . . 0 ~ .,_ • .!!) "ti .... z 0 ·--o Ill Stratum Description +JC z. • a. gcii 0 CII Q. ;:: U) IL-en~ ~ 0~ ! +T .... "'c_. 0 Q) '#-~ ii C :2 :r ·u ::IC ·c +' .. a. C c ·-ra .0 ~ C. ·-ai +1..r ~ )( .w CII ::, "Si "O '6 0 !!!·-i5. E u 0 Ill> ::i ·-en ·-II) CII C/1 ... O"tl ~ E ·-C '5'~ C ta Q) <O w 0 00 Ill QI c-E 111 E 111"0 Oo <O Q) 35~ >, iii iii Ill.-::i :J [:::i -c Cl) 0 Cl) 0:: 0:: D. C/) a._ :i:o :c 0:: ASPHALT, 1.5 inches / 60 41 19 22 18 106 3.0 I\' BASE, 6 inches ~1,:. CLAY , silly, sliffto very st iff, light brown , wilh limestone fragments {CL) t-14 115 2843 t- -ha rd wi1h !ra ce snnd seoms below 4 feel t-59 28 16 12 14 113 4.5+ ,-. 5 IL LIMESTONE, wea1he red , mod erately hard , lighl brown , tI wilh occasion al clay seams t-- ~ t-- tI t-- IV I )0/1 .2 " B01TOM OF BORING 10 ; ' LOG OF BORING NO . B-11 Plate A.13 .. I.Ci'lfi"Jf l'rojecl No. Boring No. Pr11jcct Paving Improvements Within Council DisCrict 5, Ft Worth, TV .!I. .!.LJ 09-1402 B-12 F:'IIGJNEERS Driller G.-ound Elevation Location Burton Avenue Completion Complelion Water Obscrvntions Depth JO.O' Dnte 3-16-09 Groundwater was not cncounterecl during drilling or u1>on completion Type of drilling. Auger 1-11. 0 'O ll.O 0 .re <'I C/)j-0 -.... {1J • 'u; ' I z ~ 0 .J!J Stratum Description ...i • b 0 ... C. C: • :1' Cl. it:! II) u.. .!: OJ~ ';!. ~ f! ..r QI OI g~..:- 0 ~ ~ ~ ~ ]] C: :5! ..r OD 'i3 :, C: ·c.w 0. C C: ·-IV .0 a. 0 ·-ai ~ ..s ;; )( ._.QI ::>-§, ,:,'5 0 IV•- C. E (.) C Ill> ::,-111-Ill QI 111 .... 0 ii 1;j E a 00 Ill QI c-E IV E Ill,, ·-C: r~ C: Ill >, Cl) IV LU in iii IV-:J:J n::::; -C: oo t'II CII C: C: ·c: en 0 U) 0:: a: a. C/) a._ :a: o :i::o:: ::>::>1- ASPHALT, 0.5 inches r 53 28 15 13 II 123 4159 r,. BASE, IO inches />--CLAY, sandy, very stiff, light brown , with limestone fragments (CL) · >- -lirni at 2' 15 112 1483 >- LI'.., LIMESTONE, wcnlhcrcd, moderately hnrd , light bro\\~1, tr with occasional clay seams >--5 -00/0.75' I >-- ~ >-- >-- ~ >-- >--10 -I00/1" BOTfOM OF BORING ·---- 1 LOG OF BORING NO. B-12 Plate A.14 iC'i rir ·1r Project No. Boring No . Project Paving Improvements Within Council District 5, Ft Worth, TxJJ Jl JLJ 09-1402 B-13 ENGINEERS Driller Ground Elevation Location Burton Avenue Completion Completion Water Observations Depth 10.0' Dote 3-16-09 Groundwater was not encountered during drilling or upon completion Type Auger of drilling. I-Q. 0 ,, a.(.) 0 l!! (1)1-N .... .g .... I I 0 ~ ... ,.l!I z u -~-g :g_ Stratum Description .,J • ~ 0 ~~ C • ¢:: <I) ~,§ O)~ :,I! 0~ ·u f.; if g> Cl) c..: 0 Q) ~ *' C: .• :E :r :J C C: .c: c·-IV ~ C. 0 ~~ ·-a, ;l J :.::; )( t;S ::> OJ 'O '6 0 ~--.0 0. E (J 0 Cl)> :, ·-Cl)'-Cl) Cl) 0,, 1;i E 00 ~-9! a-E 111 E ·-C c5~ C 111 Q) IV w 0 IIJ,, Oo IIJ Q) :5 :5 i!: >, iii iii :i ::J ii: :J -C: en 0 Cl) 0::: 0::: a. (I) a,_ :iE 0 :r 0::: ~ CLAY, stiff to hard, 'dark brown to brown, with limestone j9 I08 3248 fragments (CH) ,-- ,-62 54 19 35 18 105 4.5+ ~ -light brown below 3' ,- ~ ,.. 26 4.5+ ~ ,-5 l'I.. IL LIMESTONE, weathered, moderately hard , light bro,,11 , 0: with occnsional clay scams ,-- 0: ,-- 0: 0: ,-- l'W 00/0.75' BOTroM OF BORING 10 LOG OF BORING NO. B-13 Plate A.15 . Project No. Boring .No. Project Paving Improvements Within Council District 5, Ft Worth, Td i -- 09-1402 B-14 ENCJNEI•:HS Driller Ground Elevation Location Burtcm Avenue Comhlction Completion Water Obscrvalions -Dept 1 J 0.0' Date 3-16-09 Groundwater was not encountered during drilling or upon c~mJJlefion Type of drilling. Auger I-a. 0 "O a.o 0 s N Cl) I-0 .... . li ~ _ ... I I z "$. 0 ~ 'g jg, Stratum Description \ .. ,.J • ~ ~ ': C: -¢:: 1/1 u..5 tT)~ ::,l1 0~ ·c:; ! +: (U Cl 1/1 C: _.. -o Q) ::,l1 ::,l1 ll C: :E :r ::, C: C: ... a. C: C: ·-111 s= ii 0 0 -gj i~ ~ )( t,.S :> "5i '0'6 012·-.0 a. E 0 0 C/1> ::i-C/1 QI "'O )( E .2.2 C/1 (U c-E 111 E ·-C: 5~ C: Ill Q) C1I w a Ill "O Oo Ill QI C: C: ~ >, Ill·-:J:J ii: :J -c (/) 0 (/) a:: a:: mm a. en D.-:li:U :co: -:>:>I- !!!I =-ASPHALT, 4 inches "" 70 32 17 15 16 114 3606 \ BASE, 2 inches -1 -CLAY, sandy, stiff to hard, light brown , with limestone fragments {CL) . I-17 4.5+ - ·-LIMESTONE , weathered, moderately hnrd, light brown , with occasional clny seams ,-5 V I00/1.5' -- -- I-- --•, JO-w 00/0.75' BO'JTOM OF BORING I LOG OF BORING NO. B-14 Plate A.16 C'lf"11f Project No. Bormg No . Prqject Paving Improvements Within Council District 5, Ft Wortli, TX.:, .. il .. !L../ 09-1402 B-15 E:-.iClNEli:RS Driller Ground Elev ation Location Burton Avenue Comrlet ion Completion Wnter Observation s Dept1 10 ,0' Date 3-16-09 Groundwater was not encountered during drilling or upon completion Type Auger of drilling. I-0. 0 i:, 0. (.) 0 .ru l'I Cl) I-0 ""' ... {1l .... . . z ~ 0 .J!I ·-i:, 1/1 Stratum Description ii.5 i:, 0 ... D. C • 0 CII D. ¢:: II) C>~ ~ tJ~ ·c; 2?..; ·-.r Q) Cl u, C..: 0 .!l! ~ ~ 11 C • 0 ::, C C..c a. C c-111 i a. 0 0 ·-G) ;g ...r ~...r •-X 1n .$ i:,.:S o~-.0 E u a 1/1 > :,•-.,.-'lii G) :::> Cl oi:, ~ E 00 13 .!!! .2'.E 111 E ·-C i!' "ii C 111 G) <'Cl w CJ .!l! "g Oo Ill Q) :5:5~ ;,,, 0 (/) 0: a::: . ai iii Q, Cl) ..J..J a:::; :aE () Cl~ :c 0: (/) a,_ 111111 ASPHALT, 6 inches 69 47 19 28 26 97 1753 :! t() b C) uJ z 0 0: -, a. Cl 8 .. ~ 1:5 0 ;, "' CLAY , silty, fim1 to stifT, dark brown to brown,.with limestone fragments (CL) -very stiff lo lmrd belo w 4' LIMESTONE, wenthcrcd, modemtcly hard, light brown, with occn sionnl clay scams · -BO'ITOM OF BORING LOG OF BORING NO. n~1s - .,.., ' .... .... . -5 .... .... .... 10 66 46 19 27 26 93 2115 14 117 6519 16 4.5+ - IW 100/1" -- .. Plate A.17 Ctif1lf PTQjecl No. Boring No. Project Paving Improvements VVithin Council District 5, Ft Worth, TV .11 .. iLJ .09-1402 B-16 ENCJNE.EHS Driller Ground Elevation Locnlion Avenue M C0111rile1ion Completion Wntcr Observations Dcpt1 10.0' Dote 3-16-09 Groundwater was not encountered during dri11ing or upon completion Type of drilling '. Auger ..... Q. 0 "C o.u ~ s (I) I-0 'ti ... ~ -~ . . ~ .Jg Stratum Description +I • z ·f 0 .... a. C: • ~ala. it: Ill u.E. c»~ ·rfl. u~ ~..r Q) C) 15 QI ';I!. ';I!. 11 C: ::, C ·2.;-Q. C Ill C:..: :E...: c: ·-ro .0 .. ; .Ii ' a ·-ai ~~ .J X .. Q) :::> .g, 'ti '6 01?·-15. E 0 0 VI> :, ·-1/1 Ill II)+-' t.l'tl ~ E Ill Q) E .5 ro E ·-C: 5~ C C'O QI ro 111 a Ill "CJ oo ro a> C C •i: >, iii iii C'O ,-a: :J -C: (/) ··-0 (/) 0:: 0:: Q. (I) ..J..J a._ :Eu :c 0:: ::::, :::11- \ ASPHALT, 2 inches r 12 Ill 1665 , BASE, 7 inches ' r_ CLAY, silty, fim ~ to very sliff, dm ·k brown to brown , with limestone fragments (CL) · -65 45 21 24 24 97 3.0 -.. -21 109 3350 -s . --61 45 20 25 19 104 J.5 - -16 4.5 - 10 ----·-BOlTOM OF BORING ' ' I LOG OF BORING NO . B-16 · Plate A.18 .£i rir·1-r Project No . Boring No., Project Paving Improvements Within Council District 5, Ft Worth, TX:, · !C .1.l.-1 09-1402 B'."'17 ENGINEERS Driller Ground Elevnlion Loc ation Avenue M Comriletion Complet ion Water Observations Dept ! 10.0' Dole 3-16-09 Groundwater was not encountered during drilling or upon completfo11 Ty pe Auger of drilling. ' I-a. 0 "O n.o 0 s {/) I-N .... (II I I 0 ';fl 'l3 ,.'!l "O • 'ti Stratum Desfription ...; C z .. ~ ~!; C: • = "O a. <t:: .91 ~ !!: ::: tn~ . ~ u~ e! +l' £,g> g ~ _. 0 ~ ~~ C: • 3L.r 0 ::SC C,c: C: ·-(II .c a. 0 ·-G) ~..r +:IX ..... G) ::, 1:1) "O :a 8 ~·x .0 a. E frl 0 Ill> :I··-IJ)•-U) G) ,,, .. E Ill G) CT E Ill E ·s g c=-'iii C Ill GI (II 0 111 .-Ill "O Ill G) cc~ >, 0 Cl) a:: a: ii:iiii ll. (/) :J:J a: :J -c ~u 0~ :i::o:: ::J ::J I-·C/J ll.- r-ASPHALT, 2 inches r 36 49 21 28 14 I 14 . r-BASE, 8 inches ; r._ CLAY, silly, hard , brown to light brown , with interbedded cl ayey sand scams (CL) L.. 9 119 9393 ..... I .... -30 31 18 13 6 115 4.5+ .... 5 . ..... 7 4.5+ .... '-.'. 14 4.5+ '- BOnOM OF BORING JO ·: . ! : "' Q ~ b ' t!I uJ z ~ ... II. C! N 0 V ~ ~ 0 0 C: g LOG OF BORING NO. B-17 ;. I Plate A.19 0. >'lf"lf Project No. Boring No. Project Paving Improvements Within Council District 5, Ft Worth, TX:, . .l.l. lLJ 09-1402 B-18 l~NGINEERS Driller Ground Elevolion Location Avenue M Completion Completion Water Observations Depth 10.0' Dale 3-16-.09 Groundwater was not encountered during drilling or upon com1>letion Type of drilling. Auger I-D. 0 "O D. () 0 s N Cl),-0 ... I'll . I ~ 't .J!I "O -'ti Stratum Description ...i • z ~ 0 ~'= C • ~ -g a. ,ii Ill u..!: C)~ :,1! .g~ u ~...; GI tJl 111 C..:' i5 GI ~ ~ 11 C 0 ::IC c .... Q. C C: ·-I'll ,5 a 0 ·-cii "O --GI ::, 'El .0 ·3~ ....... = )( -o:S o~-E irl 0 Ill> 111 ·-Ill GI .,, .... O'C ~ E a. 0 0 Ill GI o-E "'E ·-C: ~·iii C: I'll >, Q) Ill a ai iii I'll,-I'll "O Oo I'll GI C C ·;: :J:J ii:::J -C: 0~ Cl) 0 en a: 0:: a. Cl) 0.-::1!:0 :r a: ::, ::, I- [ffl '-ASPHALT, 2 inches /" 22 112 2914 h.. BASE, 8 inches r_ ~ CLAY, stiff to very slilT, brown to light brown, with limestone fragments (CH) -70 75 28 47 22 92 4.0 ~ - - -~ 21 104 7720 -5 ' -light brown nnd grny below 6' --14 4.5+ ~ -very hnrd helow 6' - ~ -19 4.5i· - ~ ----BO'ITOM OF BORING 10 I LOG OF BORING NO . BM18 Plate A.20 Boring No . Project Paving Improvements Within Council District 5, Ft Worth, T r i -Project No. 09-1402 B-19 ENCJNEl~RS Driller Ground Elevation Location Avenue M Coinplelion Completion Wnter Obscrl'n tions Depth 10.0' Dote 3-16-09 Groundwater was not encountered dul"ing drilling or upon completion Type of drilling. Auger I-Q. 0 'D a..o 0 s N Cl) I-0 'u ... ~ _ ... . I ~ • £l it .5 z ! 0 ~~ 5i ai ~j R .Stratum Description ~ Ill O):.e ~ ·.2~ ~ .. .!!I ~ ~ l~ c~. 0 ::IC C: ... Q. C Ill C: ..:- ] t 0 -0 -::, "6, C: ·-Ill a. 0 ·-GI .-.... ...... .:; )( tiS 'C '6 0 f!·- E 0 a UI > :,•-:a e Ill GI U'C ~ E 00 UI GI i:r E ·-C 5'! C 111 GI Ill UJ a 111-111-0 Oo Ill GI Cc·- >, a: iii iii '.:i'.J a: :::i -c :ii (J :>:Jt Cl) 0 U) a: Q..{/) a._ :ca:: r\ ASPHALT, 2 inches I 20 107 8333 i\. BASE, 7 inches .r ... CLAY, silly, hord, brown lo light ·brown, with limestone fragments (CL) , ... 56 44 20 24 II 107 4.5+ ,_ '-14 117 13378 '--5 '-13 4.5+ '- ... 13 4.5·1· ... JO ,____ ---------·-·--ironoM OF BORING -----1---,---- I LOG or BORING NO . B-19 Plate A.21 ...;._.....,._-....--,-..,.........:..---.-.~--------,,~------Snf1 .,Li - Prqjecl No . Boring No. Project Paving lmprovemcnts Within Council District 5, Ff Worth, T · . 09-1402 .. B-20 E~CJNE'lrns Diillcr Ground Elevation Locnlion Edgewood Te.1·rac~ Street Comhletion Completion Water Observntions Dept 1 J0.0' Dote 3-17-09 Groundwater was not encountered during drilling or ur>on completion 1--T-y-pe--'-;....;;..--'-------1 of drilling. ! E Cl ! § ~ ~ Auger Stratum Description ,,e 0 '\..:.:A:.::S.:..:Pl-:.;l:..:A.;:LT.:2•:..::2:...:i:.:.:nc::.;h;:,:cs:.._ _________ _.J/,.. r\ BASE, 6 inches · / _ Cl,A Y, sandy, very sliff lo hard, brown to light brown, with interbcdded sand~lone scams (CL) '- I- ... ._ 5 ... .,,. ... _-.-~ 130'1TOM OF BORING 10 0 ~ 0 z C)~ C • ·-QI t:! ~ 111,- ll.CI) 33 41 19 ~ ·r; :p >< (/) <I> cu "O -c D.- 22 ~ 0 I!!., ::, C -s .~ C oo ::s 0 14 18 13 28 22 110 5423 4.0 4.0 4.5+ i1-..1... ___________________ ....;...:...1. __ ..__..,__...__.,__....,_ _ _.,_ _ _._ _ _.__...__...__...__.,__-i gi.....::L:.::.d..::.o-=o..:...F..::.B..::.OR:...::I:.:..;.N..::.G..:...N:..::.O--. ___ B_-_2 __ 0 ________ -"--_________ P_l_a_te_A_.2_2__, crir1r Project No. BormgNo. Pl'ojecl Paving Improvements Within Cotincil District 5, Ft Worth, TV JI. 1L.J 09-1402 B-21 EN<:JNE .ERS Driller Ground Elevntion Location Edgewood Terrace Street Completion Completion Wnler Observalions Depth 10.0' Date 3-17-09 Groundwater was not encountered during drilling or upon completion Type Auger of drilling. I-0. 0 'O o.u 0 s II) I-N : ]i -3 .... I I 0 ';I. 't; Stratum Description ..:c z ?.' ~: C • ~-g [ ¢:l "' ~ U.-o,~ ~ u~ u ~+J' GI DI (I) c..: 0 i j! :,!! 11 C • :2 :r ::,C C.s: 0. C c ·-cv 0. 0 'iii~ ';lj +1' ;: >< -CII :::, Cl '0'6 0 I!-.0 E u C ::,-(I)'-en a, (I)- U'O ~ E a 00 en Ill .sr .§ CV E CIJ 'O ·-C ~·a; C CIJ ·it; a, Ill w iii iii CV ,-ii:::; -c Oo I'll Ill C c•c: 0 (/) a: ~ 11. IJ) ..J..J 0.-:a: u o3: XO: :::,:::, I- '-ASPHALT, 3 inches r 41 32 16 16 12 116 5739 1-\ BASE, 6 /,ch<, I - ~ CLAY, sandy, very slifT lo hard, brown to light brown, I wiili '""'""""' """""'' """" (CL) . "" 45 35 17 18 . 14 104 4.5+ ._ -~~~ 9 120 13099 [/ ~~ "~ s ,-11 2.0 -. -16 4.5+ ,- -BOTfOM OF BORING 10 ; . -.. Plate A.23 I LOG OF BORING NO. B-21 .,. Project No. 09-1402 Boring No. B-22 Prqject Paving hnprovemenfs Within Council District 5, Ft Worth, TV .!l .!LJ J.::',l(; IN E 1ms Driller Ground Elc"nlion Location Plants Avenue Comrilction Completion Water Observations 1-D_e_p_11_.:.10.:.;•:..::0_' --.1:...o_a_1c_3_-_1_7_r0_9--J Groundwater was not encountered during drilling or upon comJ>letion Type of drilling. 0 .D E ?i Auger Stratum Description I h. ASPHALT, 2.5 inches CLA'Y, sandy, very sliffto hard, reddish brown to light brown, with inlerbedded snndstone seams (CL) ~ ~/, I .. ·· ',.•' '•,' SAND, very dense, lighl bro1m (SI') ¢:! .c a. GI 0 r '- ... ... L.. '---5 '- L.. I-a. Q. I.) Cl) I-. • .J • .,, I!: ,g Q) :,!! ,,e ii 0 0 ;~ 0 E (J a 00 ro w iii iii U) a: a: - .. 0 0 N 0 ,,e ... z u ~ 0 Q. CD~ ~ (.)~ I!! ..r ±! • C • 0 ·;:; ::,C C.., ... QI 'tJ • :a.,; :a )( .... a, :> -g, --.,, .... in > ::>-in ... in QI in a, c-E <V E <11" ·-C aj I'll,-:J:J ii: :J -c oo a. Cl) a._ :au 36 17 19 II 113 28 33 16 17 II 95 4 53 24 15 9 9 97 ,, .s .... ~ ..... • .'!J :g 'g ~ C: • QI tll <n C...: 0. C c·-ni 'tJ '6 0 ~--u,, ~ C n1 I'll QI Cc•;;: :I: 0: :::i ::)I- 14914 4.5+ 4.5+ 3.5 i-:·-· ··:.ci·-------a==<=-~-==~,,,.-----·--'-IO-l'•~ xl---f--l·S::..:0:.:../4.:..:..5=-'-t' --1---+--1---1---1---1----l----l BOTrDM OF BORING I "' b C) w z ~ 2 C) s .. ~ a ~l--'---------------------'----'---'---'----'---....... -.,___..__ __ ...___, _ ___. _ __,_ _ _.__-1 g' LOG OF BORING NO. B-22 Plate A.24 Cir'lf1lf Prq1cct No . Boring No. Pl'QJCCI Paving Improvements Within Council District 5, 1''t Worth, TV .ii.. JL.J 09-1402 B-23 E':"JCINIWRS Driller Ground Elevat ion Location Plants Avenue Comfiletion Completion Wnter Oliscrvations Dept 1 10.0' Dnte 3-17-09 Groundwater was nor encounfcrcd during drilling or upon completion Type of drilling. Auger ... a. 0 'C a.o 0 ! N C/)1-0 .E • I z .f!. 't; :E ,/ti Stratum Description +J • CJ~ ~ (I) • .... Q. C • 0 Q> a. ;: fl) .f!. IL..: ~ CJ~ u ....... ·-.s QI CJ> Ill C..: :g £ '1J ~ 11 C • ,, 0. .a~ CS: 0.. C C ·-Ill a. 0 ·-QI ,_.,,.. :i:i +J' ·~ )( :>. 0) 'C i5 o ro,- E 0 0 Ill> :, ·-111·-Ill QI Ill ... u ,a)( E 0. ·-C C rG CD 111 UJ -~ 00 fl) ell t1 E ra E rG 'C Oo i:,ai 111 Q) C C Ill >, iii iii "'·-::i::i ii:::i -c 0~ :>::>~ Cl) 0 Cl) 0: a. C/) 0.-:Eo :z:a:: --. · ASPHALT, 3 inches /'" 39 18 21 10 116 16068 , BASE, 5 inches /" -CL.A Y, sandy, hard , light brown, with sand seams (CL) -9 4.5+ ,... -. •' SAND, vc1y dense, light brown. with snndslone senms ,, (SP) X 50/J.5'' '• . ,-..5 . . ... -· . .. · .. - - .. . •' -- .. - -•,. ---IX 5013" .::...:: 1301TOM OF BORING ------10 --·---- LOG OF BORING NO . B-23 Plate A~25 PrQjCCt No. 09-1402 Driller Boring No. B-24 PrQjec1 Paving Improvements Within Council District 5, Ft Worth, TV .JI. .. lL.J K:'IGINEERS Ground Elevnlion Locntion Plants Avenue Completion Completion Water Observntions Depth JO.O' Date 3-17-09 Groundwater was not encountered c1uring drilling or upon completion 1-T_y_pe_...;;...:;_;_;:__.._ ____ -1 of drilling. · Auger Stratum Description \..!.,:A::::S:...;Pl:,:;-IA:..:..::.LT~,.,:.l..:in;.::c::.:h.,..-_,...,.,..,....,,-------,,,--..,..--:--...,Y' CLAY, sandy, hard, reddish brown , with occasional clayey seilms (CL) •grades with sand scams below 4' :.·: SAND, dense to very_ dense, light brown, with sandstone ·:.'·.: scams (SP) .... .... L. L. ,_ 5 - ,_ - ... a. a.(.) (/)I-. . ~ (J +l )( UI CU lll"tl -c 0.- 29 "ti !!l 0 .... 't;,£! .... ~ <J• ... :::"tl~ f...;~c..;C>g!. ::, C cj 0. C c·-co 'iii!!l => c, i:,'6 o l!!·x -C ,,_-C Ill <J "ti 111 ~o ,_-~ 111a, cc·c: .::0 O;:,, :tit :::>:::>1- 15 109 4.5+ II 115 15664 23 28 16 12 9 96 4.5+ 6 4.5+ t.:·~· '·:,_i: _______ -===...,..,,~=~=----·----~ 10-41= 'X+---1----li.::5.::.:0f..,:;0;.::.5_"1-----i1---+--+--+--l---l---i-·-- BO'ITOM OF BORING ! 15 ~ z ~ 2 Cl ~ ~ o ~1-..L ___________________ ..,__ _ __.__,____. _ __,_--' _ _.__...__....__..___,..____,.___, _ _,_ __ ..., g'.__ ..::L;.::;;.O.;;;..G..;;;.O..:;...F.;:.BO;;;..;.R;..;;;.IN;....G.;....;...N __ o. __ B_-2_..4 __________________ P_la_t_e _A_.2_6__. · PrQjecl No. 09-1402 Boring No. B-25 Project Paving lmprovenients Within Council District 5, Ft Worth, TV .i . .! E:'lCJN Elms Driller Ground Elevnlion Location Plants Avenue Comrletion Completion Wntcr Observotions .. i..1-)c_Jl_t 1_.;;;.10.;;.;.~0-' __,._o_a_ie_J_-_1_7_-0_9_-1 Groundwater was not.encountered during drilling or upon completion T)•pe of drilling. . •' .. Auger Stratum Description r;. ASPI-IAL T, 3 inches CLAY, sandy, very stiff to hard, reddish brown, with sond seams (CL) -with clnycy seams at 2' •Stiff al ti' SAND. medium dense, light brown (SP) r L. .... .... . -5 - - - L. -rx "# Q 0 0: 1-0. 0 Q. () ~ C/)1-0 I • :Z ii.s 11 jjj iii 17 112 5786 42 53 22 31 16 108 4.S 13 114 2707 20 4.5+ 18 1,:.-.:-l--------,,Bc;:O::;-n"'·""o:.-M-.O=F"Bc;:O.;;R:;;IN;-;-G;i;--------+-IO-+--'l---1-----· __ ,_ ----·-l---li---1,---l·---1 gi 1A 15 C) UJ ~ ~ ,.. \i ii g:1-..l--------------------1-.--L..--L-...J..-...1---.1.--1-.---''----l'-.....J.--L-...J..--L..,._--f .o: g LOG OF BORING NO. B-25 PJate A.27 Projecl No. 09-1402 Driller Boring No. B-26 Ground Elevntion Project Paving Jmprovemcnts Within Council District 5, Ft Worth, TV Jl .!.L.J ENCJNElmS Localion Capers Avenne Comhletion Completion Wnler Observolions Dept 1 10.0' Onie 3-17-09 Groundwater was not encountered during drilling or upon com1,letion 1-.-r>-,J>-e _.::..:;.:..,:__..__ ____ -1 of drilling. is 15 .0 [ C/J Auger Stratum Description CLAY, silty, stiff to hard, brown lo light brown, with limestone fragments (CL) .... L-5 - - .... .... 0 ~ 0 % CD~ .5 ai "'> 1/1 Ill 111 ,- ll. C/J ~ 'O ·-... ::i-CTC ::; ::; . 19 109 3310 70 39 18 21 19 106 4.5 16 I 19 5161 19 4.5+ 21 4.5+ l----ll--1----.. -.. -----·- -·----·--·--+-------< ~1-..L.--...;._-_______________ ,._ _ _,___,.....___,_ _ _,_ __ ...__..___,.__._____,.__--'--'·-_._'----1 g LOG OF BORING NO. B-26 · Plate A.28 Q Ylf'11f Project No . Boring No. Project Paving Improvements Within Council Distd~t 5, Ft Worth, TX.-, .ll .!LJ 09-1402 B-27 E'.'!ClNEl.:HS Drille r Ground Elevat ion Location Capers Avenue Completion Completion Waler Observations Depth 10.0' Pote J..:17-09 Groundwater was nol encountered during drilling or upon completio11 Type of drilling. Auger - I-a. .0 i:, a. u Q Cl) N ... cn1-.l:i 111 . . 0 ~ 't; :E,;'lii Stratum Description ...i • z ~ D .... Q, C ~ 0 Cl) 0. ~ II) u. .E C)~ ~ CJ~ l!!...r ~2.; Cl) Cl Ill c..: 0 .c Q) ~ ";f!. ii C • :2 :r u a 5i Q. C c ·-111 .Q 0. ·-Cll ";;J ~ >< ::, a '0'5 01:1!·-a. E 0 0 Ill> ::, ·-<11·-(/) Cl) 1/)..., ui:, ~ E 00 II) Cl) .~.§ 111 E •-C c5'I C 111 >, Cl) (ll UJ 0 iii iii 111 ·- 111 "C 0 0 111 Cl) CC •-0 II) " " a. U) _._, ii: :J -c ~o :ca: ::> ::> i= II) a. _ "\. ASPHALT, I inch / 59 41 . 18 23 21 107 3962 , BASE, 6 inches . ,r - CLAY, silty, very stiff, dark brown to brown , with limeslo1ie frag11ients (CL) -18 107 4312 -- 1-o 55 19 104 3.0 ,.... 5 ,-.. 18 3.0 - ,-.. --lmrd below 8' 22 4.5+ ,-.. 1301TOM OF BORING 10 -·----- ' g g a: I LOG OF BORING NO . B-27 Plate A.29 .. ~11r·1f ' l l PrQject No .· Boring No ;. Project · Paving Improveri1ents Within Council District S, Ft Worth, TV .. !J. .lLJ 09-1402 B-28 ENCJNEEHS Driller · Ground Ele vation Locatio11 Osborne Lane Completion Completion Water Observnlions Depth 10.0' Dntc 3-17-09 Groundwater was not encountered during driJling or u1>on completion Type of drilling. Auger 1-a. 0 'O o..u !;I $ (/) I-0 .... .'11i ~ ·'lii . . ";ft I,) Stratum qescription ir.E z ... Q. C • =a 'g C. ¢: Ill C)~ ~ 0~ b e .... Ill C') UI C...: _g/ :,!? .~ ii 0 ·u ::, C '2 +: Q. C 0 { C :2..; c~.!!! C. 0 ·-,ii :p...,. .:; )( .... Ill ::, '6, ,:,'ij .c UI OJ E E frl 0 "'> ::,·-0 ·-VJ a, ·-C &! C<U 8,, ~ . ' a 00 (/) QI c-E cu E <U "O Oo >, I QI ro ii5 iii <U ·-:J :J ii: :J -c <U a, C: C 'i: (/) 0 (/) a:: 0:: 0. (/) Q._ ~u :r 0:: ::,::::,,- ASPHALT, I inch r 32 16 16 18 Ill 5311 ~ BASE, 6 inches r,.. CLAY, sandy, stiff to very still; brown lo light brown, with sand seams (CL) -59 36 17 19 18 I 15 3438 . ,- -18 113 3610 -hn rd below 5' ,--5 ~ 16 4.5 ' .... ,-: 22 4.5 ,- 10 ---------·-· • 130TrG!'v1 OF BORING l I LOG '·op BORING NO . B-28 Plate A.30 Ci""lrlf Project No. Bor ing No . Pr~ject Paving Iniprovements Within Council Dish"ict 5, Ft Worth, T)QJ · !1 . JLJ 09-)402 B-29 E:'1CIN E1i:RS Driller Ground Elevolion Location Osborne Lane l Completion Cornplclion Water Observations Depth 10 .. 0' Onie 3-17-09 Groundwater was not encountered during dril)jng or upon co~pletjon Type of drilling. Auger 1-Q. 0 'O a.o 0 .! N UH-0 'o .... ~ ..... . . ~ .s Stratum Description rt .E z ~. ;to!': r:: -:g-g l!l. <I= IJj D)~. l:t tJ~ I!! ..r QJ a, IJj r::..: 0 QJ ~ ~ ir r:: ..• :s! :r ·;:; . ::s r:: r::"" Q. C r::-cv ~ a. 0 :) '51 ·.O 0 , .. GI ::i.r +I )( u,S i,;; o~-a E 0 0 IJ) > :J ·-111-Ill QJ U'O ~ E II) QI i:rE Cl) E ·-r:: ~-; r:: Cl) QJ Cl) w 0 Cll 'O Oo Ill . QI :5:5~ >, mm 111-:::;:::; 0: :::i -r:: a~ (/) 0 (/) a: a:: 11.(/) 11.-:l!!U :ca:: ~ ASPHALT, 3 inches r JO .4.5+ ""' BASE, 6 inches ,,_ .. CLAY, sil(y, hard , dark bro,\11, with li meston e fragments (CL) -58 40 18 22 11 117 4.5+ 10496 ... -II 121 4.5+ 15585 f-5 . ; ... 15 4.5 ... ~ CL/I Y, hard, gray and light brovin, shnlcy (CH) 22 ·4.S '' ' ,_ .. 10 --··•·------BO'ITOM OF BORING : ; ' ' . ; ; j ' ! ~ , .. d, 0 ~ 0 0 ····· " o:, LOG OF BORING NO . B-29 Plate A.31 ..J ti ProJcct No . Boring No. Projc~ Paving lmprovcments Within Council District 5, Ft Worth, T I ~ - 09-1402 B-30 1':'.'lCl'.'lfEHS Driller Ground Elevation Locotion Osborne Lane Completion Completion Wnter Obscrvotions Depth 10.0' Date 3-17-09 Groundwater was not encountered llnring drilling or upon completion Type of drilling. Auger I-a. 0 'ti a. (J 0 ~ M (I) I-... 111 . . 0 ~ .,_ ,J!J 'ti ·'w z u Stratum Description .; C ~ 0 .... a. C • :g 'g a. ¢:! Ji c,:;e ~ t)~ a, • a, ti) ~ IL-,._.., ·c...r C/1 C..: 0 .r:. ~ 11 C :2 ...r u ::IC Q. C C •-111 ~ 0 ·-ri .:...r ~ >< ui~ ·::, '§, 'ti :a 0 111,-.0 ii (.) 0 UI > ::,•-C/1 ·-C/1 QI u-6 ~ E 0 00 II) a, o-E 111 E 111'0 ·-C 5~ C 111 >, a, ro w ixiixi 111,-:J '.J a:::; -c Oo 111 a, CC·- (I) 0 V, 0: 0: 0. (/) 0.-~o :i: 0: ::,::,i!= """\. ASPHALT, 2 inches r 18 112 4178 , BASE, 6 inches r,... CLAY, silty, still: gray and light brown (CJ,) ... 67 45 19 26 15 116 3778 I- I- -hard below 4' 13 4.5+ -s I--17 4.5 I- s CLAY, hard. brown to light brown, shnlcy (CM) 21 4.5+ I- -JO ,_ ... ----··-.. _. ___ . b C> UJ z 0 a: ii'. C> ~ ~ ~ 0 0 a: I ..J t; --BOTJ"OM OF BORING LOG OF BORING NO . B-30 Plate A.32 C Ylf11f Prqject No .. Boring No. Prqject Paving Improvements Within Council District 5, Ft Wo,·th, TV .ll _!I_J 09-1402 B-31 E:'.JCINEl<:l~S Driller Ground Elevation Locn1io11 Ransom Terrace Completion Completion Water Observations Depth 10.0' Date 3-17-09 Groundwater was not encountered during drilling or upon completion Type Auger of drilling. t-0.. 0 'tJ o..o 0 .e N (I) t-0 't; . ti ~ ...... . . ~ z 0 ·-"C f/1 Stratum Description ...i • ~ ... Q. C • 0 QI Q. ii: U) u..5 C)~ ,,e u~ I!! ..r ,u en QI ~ ~ iii iii 0 ·;; ::, C -..r Q. C f/1 c...:- Ji ~ C :2 ..... C .C c.·-t'II a. 0 0 -or =...r .. )( t, !? 'tJ '5 0 e!·-~~ :::, en E E (J Cl lll ~ ::,•-0 ·-(/) QJ ·-C ~ai C ti! u "C >< ~ QI t'II w 0 iii iii cv.-o-E cv E Ill "C Oo Ill QJ cc.!! 0 (/) er: er: 0.. (I) :J:J ii: :J -c :ao 0~ ::ca: ::I ::Ii= 0..- !JIil -... ASPHALT, 4 inches ,... 48 19 29 24 102 3130 \ BASE, 3 inches ·1 - CLAY, silty. stiff, brown to light bro wn (CL) -46 19 27 12 117 4.0 - -18 Ill 2046 -5 ~ CLAY , hnrd , gray and light brown. shnley (CH) 22 4.5+ - -25 4.5+ - '· ' BO'ITOM OF BORING 10 -----·--·----·· ' I LOG OF BORING NO. B-31 Plate A.33 cri:rlf Prqject No. Boring No. Project Paving Improvements Within Council District 5, Ft Worth, TV .!.I. JL.J 09-1402 -B-32 E:'-ICJN1 ;:1ms Driller Ground Elevalion Locntion Ransom Terrace Completion Completion Wnter Observations · Depth 10.0' Dote 3-17-09 Grounclwater was. not encountered during drilling or upon completion Type of drilling. Auger 1-0.. 0 'O 0.. (J 0 2 N (/) I-... "' . . 0 ~ ... ,J!l 'O -z u '61 [ .. Stratum Description ...: . &.' :!:l !; C • ¢: U) LL .!: tn~ ';ft .~~ QI -Q) Cl ....... ·l!! .!: ra" 15 a, ~ ~ ._ --C • ·c:; ::, C C .C 0. C ~ a. 0 ;i 'O' -D ·-Q) -S ·~ ...... ... )( 1i> .s :, Cl 'ti '6 0111-·.o E (J 0 U) > U)·-U) Q) u-5 ~ E 00 U) Q) c-E "'E -C: 5~ C 111 a, "' w 0 111"0 Oo "' Q) C C'C: >, iii iii "'·-:i:J O::i -c (/) 0 1/J tt: tt:' 0.. U) 0.-~(J J: tt: ::, :, I- ...... ~ ASPHALT, 3 inches f ,-27 93 1347 ~ CONCRETE, 5 inches CLAY, silty, firm ro stiff, brown to light brown, shaley (CH) -24 104 3472 - --hord below 4' 76 45 20 25 19 I 12 4.5 -5 \ CLAY , hal'd, gray :ind light b1'0,,..11, shaley (CH) 2 1 4.5+ -- ~ -21 4.5+ ,... - 10 BOlTOM OF.BORING ', -LOG OF BORING NO. B-32 Plate A.34 nnr·lL -------~.,-..,..,..----,,......-,---------------------------~~ I ! -Pro)Cct No. Boring No. Pr~jcct Paving Improvements Within Council District 5, Ft Worth, TU 09-1402 B-33 . E~Cl'.\IEFRS Driller Ground Elcvntion Location Valley Vista Drive Completion Completion Water Observntions ._0_c_p_th __ 1_0_.0_' _ _.__0_11 t_e_3_._1_7_-0_9_-t Groundwater was not encountered during drilling or upon completion of drilling. Type 0 .a E >, CJ) . ~/~: · .. ·.· . . : · .. · ... .·.·. Auger Stratum Description CONCRETE, 7 inches CLAY, sandy. hard , reddish brown to light brown, with snnd seams (CL) SAND, light brown. ve1y dense , cemented (SP) I-CL CLU CJ) I-. . ~ en ..J C LL.-QI ";!. ~ -~ i 0. 0 ~ ~ E u 0 Cl) ra w 0 iii iii 0 CJ) 0:: 0:: ... - ... I-- I-- -- ,_ - 0 0 IN 0 ~ ... z I.I en~ ';ft 0~ .?;-I!! .r ... Cl. ·-.r C ·u .a 5i "O • CS: ·-ai ·-.. :w +:' :p X :::> Cl en > ::,·-lh'-en .., IJI .... en a> .9'.5 ra E ·-C 5~ ra,-111 "O oo CL CJ) ..J..J ii: :J -C: :Eu 0.- 34 31 16 15 JO 116 15 29 17 12 4 'O .s .Jii (U "O ... ·--c5 en 5i cii 'o Cl) 0. en C..: 0. C c·-ra "O :a 0 I'!!·- U'O ~ C ra ra .., CC·-:ca:: ::) :, i= 18436 c::__: -------=a=o=r=ro""M-o""F~l3"'=0""R'""IN-G""'·------IO·-I"><~ --1--~ 5=0'-4'-' +----tl--1---1---1---+--+----ti----1 ' g l1 5!'-.J_ ___________________ ._ _ _.___._ ...... _ _._ __ ...__,__,____. _ __._ ...... _ ...... _ _,_ __ -t g'L....::L~o~a-=o.;;..F...;.B __ OR_I_N_G_N_o_. _B_-_3_3 _________________ --,-P __ l_at_·e ..... A_· ._3_5__. SOIL OR ROCK TYPES •••• • • • SAND •••• SILT HIGl-:ILY PLASTIC CLAY • 0 • • • SANDY • SILTY CLAYEY SHALE CONGLOMERATE Shelby Tube Auger Split Spoon TERMS DESCRIBING CONSISTENCY, CONDITION, AND STRUCTURE OF SOIL Fine Grained Soils (More than 50% Passing No. 200 Sieve) Descriptive Item Penetrometer Reading, (tsf) Soft . 0.0 to 0.5 Firm 0 .5 to 1.0 Stiff 1.0 to 2.0 Very Stiff 2.0 to 4.0 Hard 4.0+ Coarse Grained Soils (More than so% Retained on No. 200 Sieve) Penetration Resistance Descriptive Item (blows/foot) 0 to 4 4 to 10 10 to 30 30 to 50 Over 50 Soil Structure Very Loose Loose Medium Dense Dense Very Dense Relative Density 0 to20% 20 to 40% 40 to 70% 70 to 90% 90 to 100% Rock Core Contains appreciable deposits of calcium carbonate; generally nodular Having inclined planes of weakness that are slick and glossy in appearance Composed of thin layers of varying color or texture Containing cracks, sometimes filled with fine sand or silt . Cone Pen No Recovery 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 Can be remolded in hand; corresponds in consistency up to very stiff in soils Can be scratched with fingernail Can be scratched easily with knife; cannot be scratched with fingernail Difficult to scratch with l<nife Very Hard Cannot be scratched with knife 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 Weathered 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. Typical Names Labo ratory Classification Criteria Sym . ... ....... Well-graded gravels , gravel-l!! Q) (030>2 e> 1/l Doo .':!l :g GW sand mixtures, little or no n, .!!! ..!!! c.= ti-· greater than 4: Cc= ······----between 1 and 3 .!!! ~<.: fines ·o 10 o,.x OGO l1! 0 "' 0. u .!'.1 C Ol C -0 .Q Q) 1ii 0 Q) (/) (/) _g Poorly graded gravels, gravel C 0 -~ .i§ •• E Q) e! "' Q) .!!l ~~ 6'i -~ GP sand mixtures , little or no C) Not meeting all gradation requirements for GW .!::l -Q) ud. d, "' 21. 5l ~-fines I!! ·cSm Q) Q) ,_ ·-n, 0.. (!) :> > > ro "' 8 C!) 'O Q) ~ 0 '<t ..... • ~ 0: ·;;; C!) (J • gi § ~ 5 C!) .§ Liquid and Plastic limits 0 00 Silty gravels, gravel-sand-silt Liquid and plastic lir:nits 0 .._z C: 0 GM N C!) ·-below "A " line or P.I. Q) 'iii . : ::, N -C: c;:: E mixtures : : CT plotting in hatched zone ro ro .c ro 'in C: ~ : Q) greater than 4 ci .c .c ~ Q) <I> :> Q) : ,_ between 4 and 7 are z C. -3 J5 ~ (J 'iii 1/l ro <I> C. £ Ill .!!! ... <I> 0 (/1 borderline cases "' ro ai U 0 -~ ~ ~ Liquid and Plastic limits 'is :5 Q) > Q) Clayey gravels , gravel-sand-requir ing use of dual .,_ l1! 0. GC C: ci • Q) above "A'' line with P.I. (/1 .... 0 clay mixtures symbols "O Q) $ (!) 0. 'ffiZ j ~ greater than 7 Q) e> ~ ,._ C .£ .!!! Ol n, : Q) [!! .!!! E -s : 'E ... 0 ..... :o Ol-.!!l vi' ~~ ;~ (D3o)2 ' ro Well-graded sands, gravelly Dao Q) ·-m Cl) Q) SW -n, Cl) ,_ a> E c .= -· greater than 6 : Cc= -·········-· between 1 and 3 ... Q) E -g tS sands, little or no fines :g iii 1u "' D,o o,o x Doo u E Ill ro o ,_ C .!!! Cl) C 0) 0 Q) g Q) C ,_ 'O :::, £ ro o Poorly graded sands ; C: ~ -13 .!::l .!!l <II m ..t: . :c 0 OE SP gravelly sands , little or no '0-'E ~ Not meeting all gradation requ irements for SW = Ill Cl) ~ C 1/l ~ Q) ro co ~ <i5 • Ill fines Cl) .g .c 1/l Q) [i ti) 0.....: C: 'O Ill •-Oo O.N C Ill C ._ Ill 0 ll) .... fl :5 Ill~ '<I' 1/l Q) (/) (J ci "'c Q)c, CC:aj Liqu id and Plastic lim its ~ oz Q) :> SM Silty sands , sand-silt g>~ ~] 0. below "A " line or P.I. less 0 C 0 i::Bu;--N Liquid and plastic limits .s = C: c;:: E mixtures Q),._3v,a,,-than 4 ro ro ~~,gifla.s plotting between 4 and 7 .s:: .c .c ro .-. C. -~<I>~ :g_c.g;...1~1.0 are borderline cases :S: -C ·-Ill (/l~c;:: 0"' s:: Q) C) (II Liquid and Plastic limits requiring use of dual -'Cl ·-.!: .!: -0 ~ C IJ Clayey sands, sand -clay ro ~ SC §-g ~ above "A" line with P.I. symbols 0 (/J Q. mixtures 6 Q) Cl) 1/) 0. -a. 1/) greater than 7 ~ Q) Q) n, oou Inorganic silts and very fine 0 ML sands, rock flour, silly or LO clayey fine sands, or clayey C silts with slight plasticity "'Ill >..s:: 60 Q) ro -Inorganic clays of low to / ~ 0~ 'O <1> medium plasticity, gravelly ·;;; C -CL 0 co-~ clays, sandy clays. silly clays, / 0 "'E 5 N ~= and lean clays V ci ci5 :E CH z :J / 0- C d Organic silts and organic silty 40 ro OL .c clays of low plasticity / ~ -: ~ / ·-(!) 'O g~ C -o E c3o ~"' Inorganic silts, micaceous or ·;:; ~ .. ·-II) 0 MH dfatomaceous fine sandy or ''Vi Ill ·-ll) Jg •' OHa1 dMH ,__ a. 0> ro C silly soils , elastic silts •99' d, ·c: ro C: .2! Cl) .c 20 / >.-·-Ill ro ._ u. E o -2 CL 0 -g ~ CH Inorganic clays of high / ..... (II Ol plasticity, fat clays 1:: m (/)~ / .c ~ .§ 7 C CL-ML / MLa 1dOL (II 4 :5 'O V ·:5 Organic clays of medium to 0 ~ O" OH 0 10 20 30 40 50 60 70 BO 90 100 0 :::i · high piasticily, organic silts ~ ._, Liquid Limll >.-~ Peat and other highly organic -C: 1/l Plasticity Chart .c ro := Pl ; e> g soils 0 UNIFIED SOIL CLASSIFICATION SYSTEM PLATEA.37 Boring Sample Depth (ft) 8-1 S-1 0-2 · B-1 S-3 4-6 8-3 S-1 0-2 B-3 S-5. 8-10 B-4 S-1 0-2 B-6 S-1 0-2 8-7 S-1 0-2 B-8 S-2 2-4 B-9 S-3 4-6 B-10 S-2 2-4 .. B-10 S-3 4-6 8-11 S-1 0-2 -B-11 S-3 4-6 B-12 S-1 0-2 8-13 S-2 2-4 8-15 S-1 0-2 8-15 S-2 2-4 B-16 S-2 2-4 8-16 S-4 6-8 -8-17 S-1 0-2 B-17 S-3 4-6 -8-18 S-2 2-4 ·-B-19 S-2 2-4 B-20 S-2 2-4 B-21 S-1 0-2 B-21 S-2 2-4 8-22 S-2 2-4 8-22 S-4 6-8 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(%) 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 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 44 20 24 11 24 41 19 22 14 19 32 16 16 12 18 35 17 18 14 20 -33 16 17 11 22 24 15 9 9 20 -·~ Load Swell Swell (psf) (%) Ratio 125 1.5 1.44 625 2.1 2.00 -125 2.1 2.52 1125 0.7 0.84 125 0.4 0.24 125 2.9 1.74 125 3.2 3.07 375 0.5 0.60 625 2.9 . 2.78 375 0.1 0.12 625 0.1 0.12 -125 0.3 0.22 ---·-625 0.1 0.07 --·---125 0.5 0.30 375 0.7 0.50 125 3.3 3.17 375 0.2 0.19 375 0.4 0.48 875 0.1 0.12 125 4.6 5.52 625 3.4. 4.08 --· 375 2.8 3.36 --375 2.6 3.12 375 0.3 0.36 125 1.7 2.04 375 0.1 0.12 375 0.1 0.09 875 0.1 0.09 Plate A.38 Boring Sample Depth (ft) B-23 S-1 0-2 B-24 S-1 0-2 8-24 S-3 4-6 -S-25 S-2 2-4 · 8-26 S-2 2-4 B-27 S-1 0-2 B-27 S-3 4-6 8-28 S-2 2-4 -13-29 S-2 2-4 8-30 S-2 2-4 9:..31 S-2 2-4 s~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 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 f.8 625 0.1 0.12 375 0.1 0.12 375 3.1 3.72 375 0.4 0.48 375 0.3 0.36 ----···--·-625 1.0 1.2 125 2.7 U;l4. ·-Plate A.38 Boring No. Depth (ft) B-3 0-2 -B-5 4-6 ----··-B-12 · 0-2 B-16 2-4 B-19 2-4 -----·---8-21 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 Description Percent Liquid Lime(%) limit (LL) Clay, silty, 0 37 brown to 3 37 light brown 6 36 9 36 Clay, light 0 73 brown and 3 74 Plastic Plasticity Limit (PL) Index (Pl) 17 20 23 14 29 7 34 2 . 2.6 47 32 42 --· gray 6 73 37 36 ---9 74 44 30 Clay; sandy, 0 28 15 13 ·-light brown 3 28 21 7 6 28 26 3 --9 28 26 2 Clay, silty, 0 45 21 24 dark brown 3 44 27 17 -to brown 6 45 31 14 ---------- 9 44 36 8 -. -Clay, silty, 0 44 20 24 -------brown to 3 44 26 18 -light brown 6 44 33 11 --9 44 37 7 Clay, sandy, 0 35 17 18 brown to 3 35 25 10 ·-·-------light brown 6 36 30 6 9 36 35 1 Clay, sandy, 0 36 17 19 reddish 3 35 22 13 brown to 6 35 29 6 light brown 9 34 30 4 Plate A.39 Boring No. Depth (ft} 8-27 0-2 B'-28 0-2 -· B-31 0-2 8-33 0-2 --- LIME SERIES TEST RESULTS GEOTECHNICAL INVESTIGATION PROPOSED PAVEMENT IMPROVEMENTS COUNCIL DISTRICT 5 FORT WORTH, TEXAS STL PROJECT No. 09~1402 Descl'iption Percent Liquid Lime(%} Limit (LL} Clay, silty, 0 41 dark brown 3 · 41 · to brown 6 41 . 9 42 Clay, sandy, 0 32 brown to 3 32 ligl1t brown 6 32 ·---· 9 33 Clay , brown 0 48 to light 3 49 brown · 6 48 9 49 Clay, sandy, 0 31 reddish 3 32 brown to 6 32 light brown 9 33 Plastic Plasticity . Limit (PL)__ _ _ Index {PIJ_ 18 23 25 16 30 12 37 5 16 16 20 12 25 7 -·---.. ·-· -··----31 2 19 29 23 26 29 19 ·-· --·-36 13 16 15 22 10 28 4 31 2 - . Plate A.39 STL ENGINEERS APPENDIXB i I. I I TL ENGINEERS Subsurface co·nditlonswere defined by 3·3 sample bo'ringsdrilled ·Within existing paved areas to be reconstructed . The borings W.~re 1:1dvariceg l:,etween sample ·intervals usin!;) continuous flightauger drilling procedures . The result$ of each boring are -shown graphically on the Logs of Boring, Plates A.3 through A.3~. · Sc:imple depth~. descdptions, and soil ciassifications based on the Unified Soil Classification System are shown on the Logs ofBorihg. Keys to the symbols and terms us~d oh the 'Logs of Boring are presented on Plates A.36 and A..37 . Groundwater observations during and after completion of the boring$ are . shown on the boring logs. Upon com,pletion of t~E! borings, the boreholes were backfilled as recommended 1n the ·manual from the top and the paveme"r.1t was patched at the surface. Relatively undisturbed samples of cohesive soils were obtained with Shelby tube samplers in general ac~ordance with ASTM D-1'587 at the lo.cations shown on the Logs of Bodng. The Sheiby tube sampler consists ofa thin-walled steel tu.oe with a sharp cutting edge connected fo a head equipped Wlth. a ball vaiv~ threaded for rod conne¢~ion. The tube is pushed into. ttle t,mdisturbed soils by the hydraulic pulldown · of the drilling rig. The soil specimens were extruded from the tube in the field , logge<;t, testeq torGO.nsi~tency;with a hanq peneirorne.t~r. sealed, arid.p.ack~g~d to maintain "In situ" moisture content The consistency of cohesive-soil samples was evaluated in the field using a 9~1ibr~ted hand penetrometer. In this test a tt2$-inch diameter piston is pushed into the undisturbed sampie at a con~tant rate to a depth of0.25-inch. Th~ results of these tests are -tabulated. at respective sample d~pths on the togs. When the capacity ofthe penettometer i$ exceeded, the value is tabulated as 4 .5+. Some samples were obtained using split-barrel sampling procedures in general accqrdanoe With ASTM ·o-1586. In tne split~barrel procedur~. a disturbed sample is obtained in a standard 2 ineh' OD split barrel sampling spoon driven into 18 inches iritc;, the ground using a 149-pound hammer faUirig freely 30 inches. The number of blows for the l.aSt 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 I 1. I TL ENGINEERS boring logs c!t the depth <;>f. sampling. The sampies were seaied and returned to our laboratory .for further examination and testing. The limestone encounter1;id was evaluated using the Texas Cone Penetrc1tion test at selecte~ locations. Texas Departm.ent of Transportation (TxDOT) Test Method Tex-,132-E specifi.es driving a 3- inch ~iameter cone with a 170,-pollnd hammer freely falling 24 inches . This results in 3.40 foot-pounds of energy for each blow. In relatively soft materials,, the penettometer cone i.s driven 1 foot and the nu.r:nber of blows reqt.iirEld for each 6-inch penetration .is tabulated at respected test depths, as blows per 6 inches on the ·109. In hard materials (rock and rock~like), thepenetrometercone is driven with the resulting penetrations, in inches, recorded for the first and second 50 blows; a total of 100 bl,ows. The penetration forthe total 100. blows is recorded at the . respective testing depths on the boring logs. B-2 1- I TL ENGINEERS LABORATORY TESTING General Labor.~tory tests were performed to define pertinent engineering characteristics of ·the soils encountered . The laboratory tests included moi$ture content, percent passing a #200 sieve; Atterberg limits determinatlbn, unconsolidated~undrained (UU) triaxial compression tests, lime series; soluble sulfate content, and visual -classification .. Cla$sifjcation· Tests Ciassifications ofsoils were verified by natural moisture content; Atterberg limits ,determinations. and percent passing ~ #200 sieve; These tests were performed in -general accordance with the American Society for Testlng and Materials (ASTM) Procedures. The Atterberg limits, percent passing #2()0 s'ieve, .and natural moisture conteni determinations c;ire presented at the respective sample depths on the Logs of Boring . Uri~onsolidated-lJ.ndrained (UU)Tri~xi_al T,~ts. Soil uu tests were p.e"rformed on seiected samples of cohesive -soils . In the uu test, a cylindrical specimen is subje.cted to axial load arid . confining ·fluki pressure at.a constant rate of strain until failure occurs . The applii:?d confining pressure was equivalentto approximately the existing overburden .pressure ?il the sampl~~. T ~st prcfoedures wer~ 'in general>accprdam;:e wi:th A~TM O 2850. Stre.n0,ths determined by this test-are tabulated· at their respective sample depths oii the logs of borings. Results ofnatural moisture content and dry unit weight determinatfon_s are also tabulated at the respec:tive sample depths on .the logs. Free Swell Tests Seiected sampies of the near-surface cohesive soiis were subjec\eo to free swell tests. In the free swell test, a ·sample is pla~~d in a ~orisolidometer and subje,cted to ttw: estimated overburden pressure. The sample is then inundated with ·water and allowed to swell. Moisture contenti. are determined both before and after completion pf th~ test Test results ar:e recorded as the percent swell, With initial .and final moisture content. The resuits are shown on Plate A.38. 13-3 ! I I I I I ! . I STL ENGINEERS Lime ·serie$ Te•t$ A lixne series on selected samples oHhe near-:surface cohesive soils were performed. The lime.was added to fl,$ sQii sample$ .at 3%; 6% and 9% by dry weight. Test results of the lime series on selected samples are shown ori Plate A.39. 8-4 STL ENGINEER..S I APPENDIXO l l I I 1 · 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 Brdeker Avenue, Council District 5, Fort Wo1th, 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 Overal I Drainnge Coefficient, Cd Calculated 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 1993 AASHTO Pavement Design DARWin Pavement Design and Analysis ·System A Proprietary AASHTOW are Computer Software Product STL Engineet's 8908 Ambassador Row Dallas, Texas USA Rigid Structural Design Module Avenue M, Council District 5, Fort Worth, Texas 09-1402 Pavement Type J 8-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,iop I 1993 AASHTO Pavement Design DAR Win : Pavement Design and Analysis Syste1n A Proprietary AASHTOWare \ Computer Software Product STL Engineers 8908 Ambassador Row Dallns, Texas USA Rigid Structural Design Module Bright Street, Council District 5, Fort Wo1th, 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 Menn 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 39 psi/in 80% 0.35 3 0.7 7.47 in P:,op I 1993 AASHTO Pave1nent Design . DARWin Pavement Design and Analysis System A Proprietary AASHTOWare Computer Software Product STL Engineers 8908 Ambassa~or Row Dallas, Texas USA Rigid Structural Design Module Burton Avenue, Council District 5, Fqrt Worth, Texas 09-1402 Pavement Type 18-kip ESALs Over Initial Perfonmrnce Period Initial Serviceability Terminal Serviceability 28-day Mean PCC Modulus of Ruptu re 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 37 psi/in 80% 0.35 3 0.7 7.48 in Paue 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 Iviodule Edgewood terroce Street, Counci I District 5, Fort Worth, Texas 09-1402 Pavement Type 18-kip ESALs Ovei· Initial Performance Period Initial Serviceability Terminal Serviceability 28-day Mean PCC MoclLJlus 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 47 psi/in 80 % 0.35 3 0.7 7.41 in PRPe I ,· 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, Te.xas 09-1402 Pavement Type 18-kip ESALs Over Initial Performance Perio.d 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 '1,400,000 psi 38 psi/in 80% 0.35 3 0.7 7.48 in .Pl'ltJP l 1993 AASHTO Pavement Design DARWin Pavement Design and Analysis Syste1n A Proprietary AASHTOWare Computer Software Product STL Engineers 8908 Ambassador Row Dallas; Texas USA Rigid Structural Design Module Osboi·ne Lane, Council District 5, Fcirt 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 Pfll>I': l 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 District 5, Fort Worth, Texas 09-1402 Pavement Type 18-kip ESALs Over Initial Performance Period Initial Serviceability Terminal Serv iceability 28-day Mean PCC Modulus of Rupture 28-day Mean Elastic Modulus of Slab Mean Effective le-value Reliability Level Overall Standard Deviation Load Transfer Coefficient, J Overall Drainage Coefficient, Cd Calculated Design Thickness Rigid Structura! Design JPCP 625,000 4.5 2 650 psi 4,400,000 psi 60 psi/in 80% 0.35 3 0.7 7.33 ·in P:ior. 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 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 Calculated Design Thickness 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 Paop I 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 Valley Vista Drive (Collector), Council District 5, Fort Worth, Texas 09-1402 Pavement Type 18-kip ESALs Over In itial Performance Period Initial Serv iceability Terminal Serviceability 28-day Mean PCC Modulus of Rupt ure 28-day Mean Elastic Modulus of Slab Mean Effective k-value Reliability Level Overall Standard Deviat ion Load Transfer Coefficient, J Overall Drain age Coefficient, Cd Calculated 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/Hle 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 (High Volume), 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 875,000 4.5 2 650 psi 4,400,000 psi 70 psi/in 80% 0.35 3 0.7 7.67 in P110P I Brian M Martinez STL Engineers 8908 Ambassador Row . Dallas, TX 75247 Accredited Pnramcter Ana-Lab Corp. P.O. Box 9000 Kilgore, TX 75663 ,a;,...,cre Phone 903/984-0551 FAX 903/984-5914 c-Mail corp1r1;a111Hab.com LELAP-accrcdilt·d #020fl8 Results ncsulls Units Account Printed: 04/06/2009 STLS-N Page I of 17 Project 436967 Paving Imp . District 5 RL Flags CAS Bottle _,...,,_..,._..,., __ , ==.,_.....,,.,.-=r,,,,..m...,.....,....,...,.,.,."""'"""'""",_.,i::::,i;u.~~ =~mam:wa:citw'J~'"'"""' ..... ~A":.Q:I""·""""'"'._""' "'' --""=="""',.......,=="""' .. ..,""H"""'"""""""'"'"""" ... "'"""' 089248 Solid B-1 S-1 0-2 SM 2540 G, 20th Ed. AN Total Solids Tex-145-E = Sulfate by Turbidity • Dry Weight Basis Drkgray+yellowclayw/LSF Collected by: Client Affilill/1011: Ana!J ,;:ed: MI.C 92 % 0.1 Ana!J,;:ed: ALY <217 * mg/kg 217 Received: 04/02/2009 STL Engineers 0:/102/2009 /434 QCgro11p 3/2805 0.J 04102/2009 /440 QCgroup ' 3i3135 · . 01 mmaz..=-: _ _...,...., _ _,ttt.~~...-...--• .. _,..,....,.,.,..,..,..., .... ,.. • .....,,_....,._,_, ...... ,,.,......, ... .,.,..,..,..,, • ....,.,_.,,_....,....,, .. ._,...-..,..,, .. ...,,.,....,~...,"16Pl~"""""==""'"·....,..,. .. ..,....,.,..,..,,,..=._.....,..,.., .. ~""-"'"'w'""'""--"'""*«sllQl_,,.._,,. .... z='" 089249 Solid B-3 S-1 0-2 SM 2540 G, 20111 Ed. 1/N Total Solids yellowBrsdclayw/gravel Colfected by: Client . 11fli/i{(tion· STL Eng. 1l11a!J,;:ed: MLC 04/02/2009 93.l % 0.1 1434 Received: 04/02/2009 QCgroup . 3/2805 01 ------·-------------·----·--------,-----'----_;...-___ _ Ai1<1!J •=ed: ALX 04/02/2009 1440 QCgroup · 3/3/35 Tex-145-E Sulfate by Turbidity 089250 Solid • Dry Weight l3nsis B-5 S-1 0-2 SM 2540 G, 20th Ed. .,IN Total Solids Tex-145-E = Sulfate by Turbidity * Dry Weight Basis <215" Dlg/l<g 215 01 Bryellowclayw/.LSF Collected by: Client 91.3 % t!ffillmlon: STL Eng . A1w!J:;cd: MLC 04/01/2009 0.1 Annl;•:cd: AV{ 04/02/2009 <219 * mg/kg 219 Received: 04/02/2009 /434 QCgro11p 3/2805 01 1440 QCgroup 313/35 01 ~~Jtt~1'!t~~~11C1:.~.Jll dl.c:::;:~n,kt'MIS:llta~~.~~ft1Ut~~~Cll 4,.~ ... ...,,~~ i111 1¥Jl ,-,,,,.,~qh:9U~)IIMC'f?,U,,:~ 0.89251 Solid B-7 S-1 0-2 SM 2540 G, 20/11 Ed. AN Total Solids Tex-145-E C orpora11· Shippinj!: :?Mil Hudl1·y H!I . h:il:,turc, T:\. ,;;c,<,2 lDSC/ie11111/.0.l .232 GrayBrclayw/LSF Collected by: Client 11fli/iar/01 r STL Eng . t111aly:ed: MLC 04/02/2009 Received: 04/02/2009 /:/34 QCgroup 86.7 % 0.1 3/2805 01 t11wly:ed: 1l/X 04/02/2009 /440 QCgro11p 313/35 '\c,nh 'I c:,a~ Hl't!lnn: l <,U I L I .anw r Uh 11 # l 11, ,\rlin{llon T~ 7<,U 11 MEMBER -·· www.ann-lab.com For1111711PROJRESCreated /0/13/1004 vl.2 Ana-Lab Corp. P.O. Box 9000 Kilgore, TX 75663 _...,,.., A t7?R1J ,.,,,.,.,,._ zc MPdllCd .. VCJr'$!e,n1e• ~~ .. ,.....,.....,.._.....,.....,,,.z...w_,...., .. _. ......... ...,.., Phone 903/984-0551 FAX 90:3/984-5914 c--M21il corp(ti1,rn,1-h1b .co111 LEI..AP-accrcclitcu 1102001! Brian M Martinez STL Engineers ! Results 8908 Ambassador Row . Dallas, TX 75247 Accrediled Parameter 089251 Sol id Tex-145-E B-7 S-1 0-2 Sulfate by Turbidity 089252 Solid • Dry Weight Bnsis B-8 S-1 0-2 SM 2540 G, 20th Ed. AN Total Solids Tex-145-E Printed: 04/06/2009 Page 2 of 17 Account Project STLS-N 436967 Paving Imp. District 5 Results Results Units RL CAS Bottle GrayBrclayw/LSF Collected by: Client Ajjiliatio11: STL Eng . 1/nabr::ed: ill,¥ 04/02/2009 <231 • mg/kg 231 ReddishBrsdclayw/LSF Co/(ectedby: Client A.ffiliatio1r STLEng. 1l11aly::ed: MLC 0410212009 80.0 % 0.1 Analy=ed: 1//.X 04/02/2009 /440 1434 1440 Received: 04/02/2009 QCgroup 3/3135 01 Received : 04/02/2009 QCgroup 312805 01 QCgroup 313135 Sulfate by Turbidity <250 * 111g/11g 250 O 1 * Dry Weight Basis ~~~"~~~~a1~14rm~n~'MWN.%1...mMn>::tWA<at~~~"1CJ ,r=,t.;;"t~~:,3=~~~,l'\';W""~~:u:,~,~!'M'a.-==.~~ 089253 B-9 S-3 4-6 YellowBrshellyclayw/CN Reqeived: 04/02/2009 Solid Col(ected by: Client A.lfiliario1r. STL Eng. SM 2540 G, 20th Ed. A n"ly::ecl: MLC 04/02/2009 l •/34 QCgro11p 312805 AN Total Solids 85.1 % 0.1 01 Tex-145-E Ana{v::ed· 1UX 04/02/2009 1440 QCgroup 3/ 3135 Sulfate by Turbidity <235 • mg/Ilg 235 OJ • Dry Weight Bnsis . Zf'J~~'tOl~,lffll;ft~~~~o:,~'Ur.LWA~~~~~MJMo'fQ~v ~r~:~..;cA."'t'!Q tttM"'...r~".,.~!/JC'tT'J..~m~.cA'l~5"'~..,n:;w,~.n:Nl~Mlt~~.- 089254 Solid B-10 S-1 0-2 SM 2540 G, 20th Ed. AN Total Solids Tex-145-E Sulfate by Turbidity • Dry Weight Bnsis C nr·p,11·:111· $hiJ>piog : :?C,l)U Dutlk,\ lhl. i,,:il:iurc , T\ 7:-M,2 TanBrsiltyclayw/FG,CN Co/(cctcd b)': Client Affiltatiolt" STL Eng. tlnctl)r::<!d: MLC 0.fl02i2009 90 .3 % 0.1 llnaf;•::ed: Al.X 04/01/2009 <221 ~ mg/kg 221 Received: 04/02/2009 ·----------· /434 QCgro11p 3/2805 01 /440 QCgroup 313/35 01 '\unb I ~,ns l{1·ui11u: IC,01 l· .. 1.unmr lll11l ,1 11(1 \rlingrnn T\ 7<,lll I MEMBER Bll JS0-17025 # 0637-01 NELAP-accredited #Tl04704201-08-TX 2007 Seal of Excellence ~~W'C:11,)...)1 --==z-t.."1:rm!~~.QISOl~ltb:A,uiot .llltt#lta:U ... PJilttfllllw:t#•NM1~11:'tM~~W.~~~t,ifA&C4144PCl4.i ;.r.~ LDSC/ie11tvl.O.l.2J2 www.ana-lah.cc,m For11117J1PROJRESCrct1ted JO/IJ/2ll04 v/.2 Ana~Lab Corp. P.O. Box 9000 Kilgore; TX 75663 Brian M Martinez STL Engineers 8908 Ambassador Row . Dallas, TX 75247 Accredited Parameter Results Results Unils Account LF.LAP-uccrcdilcd t/02008 Printed: 04/06/2009 Page 3 ofl? Project STLS-N 436967 Paving Imp. District S RL Flags CAS Boule ................. _,, .. _ _,_,.....,..,.....,_,."""'""""""""""" .. """'""""'""'"''"'"""""' ._ .............. ,u..,, .. --.=z:-1r ... ,u..,,,¢1tfflll .. .-..... -................................. ,.. .... ..,,:m: .... ,.,~ ...................... N ... •<UIUIN,O.,. .......... .._ ..................... ..,._.......,.............,.. 089255 Solid SM 2540 G, 20th Ed. AN Total Solids Tex-145-E Sulfate by Turbidity * Dry Weight Basis Brownclayw/FE,gravel Collected by: Client Affilialio11: STL Eng. 1lnal)':ed: MLC 04/02/2009 92.1 % 0.1 Ana/r.ed: Al)( 04/02/W09 <217 • mg/kg 217 /434 /440 Received: 04/02/2009 QCgro11p QCgi-o11p 312805 01 313/35 01 ,..,. ,......,a,..,.A:am!i...,. __ ...,,...,""""'~'u:m.:w=== ,www .... ...cs...rU.tt;ttJQtO..~~-010rw111:,:,o.c~i:sc:r, eeetn,,..,...~ 1 WW 089256 Solid B-13 S-1 0-2 SM 2540 G, 20th Ed. ,LV Total Solids DrkBrsdclayw/CN .LSF Co/lecled by: Client A.ffi/ia//on: STL Eng. Ana{1ced: MLC 0,//0212009 86.2 % 0.1 Received: 04/02/2009 143:/ QCgro11p 3/1805 01 ________ .. _______________ _ -Tex-145-E = Sulfate by Turbidity 089257 Solid • D,y Weight Basis B-15 S-1 0-2 SM 2540 G, 20th Ed. AN Total Solids Tex-145 -E Sulfate by Turbidity • Ory Weight Basis <232 b DrkBrclayw/FE Col/ecJed by: Client 80.9 1l11aly:ed: 1/L'( 04/02/2009 1440 QCgro1ip 3/3/Jj 111g/ltg 232 01 Received: 04/02/2009 Affi/iaf/01r STL Eng. AnolJced: MLC 04/0212009 /,fj,f QCgro11p J/2805 % 0.1 01 Ana(y:.ed: A!X 04/02/1009 /440 QCgroup 313/35 mg/lig 247 01 ~~~~~~~~~~~~~m."f-6-a..u,DOJ~~1ilf*lnl 089258 Solid B-16 S-1 0-2 SM 2540 G, 20th Ed. AN Total Solids Tex-145-E ('orporntr Shipping: 2C,UU llu<llt-y Htl. 1,iluurc, T:--~:-Mi2 DrkBrsiltyclay Collected by: Client 90.2 % Received: 04/02/2009 Affilialio11: STL Eng. Analy:ed: MLC 0'410212009 . /t134 QCgro11p 311805 0.1 01 Analy:ed: 1/LY 04/02/Z009 1440 QCgro11p 3/ 3/J5 'inr lh T~~n ~ Ht·gion: l<ifl I r:. l.,111mr llhtl // 11 c, ·\rlin{\ll>n T.\ 7<,u 11 ~,;~Acco;,,, ME M B .E .R f~--\ -·· IS0-17025 # 063 7-0 I NE LAP-accredited #Tl 04704201-08-TX 2007 Seal of Excellence ;c:i .t&A4U& t o=.&t..C.,C.14~.J::li~n:J=t::ftll:l::-IC w ~ ¥t:: r"1 $ X:.ICC WM'l:\Ci .. ...W..O..WC,.*'44t4.ta•INP'Nf ..... =rtttte:e t ft1CHl't,Mt1t,.~~ J.OO!IO cc:,a.,t=,t cum.;.a.4t.'(lt~-..i..www WiWW._.laJC LDSC/iem ,,/. 0.1.232 www .ana-lab.com Furm rpll'ROJRES Cre(IJed I 0/1312004 vi .2 Brian M Martinez STL Engineers 8908 Ambassador Row . Dallas, TX 75247 Accredited Parameter 089258 Solid Tex-145-E D-16 S-1 0-2 Sulfate by Turbidity ~ Dry Weight Basis Ana-Lab Corp. P.O. Box 9000 Kilgore, l'X 75663 Phone 903/984-055 I FAX 903/984-5914 l'-i'i'lnil ciirp1,i~nna-l11h.co111 LELA P-m:crcdil<.'d #02008 :wr::e:sere:r Jt.!S Results Results DrkBrsiltyclay Collected by: Client <222 ~ Account Printed: 04/06/2009 STLS-N Page 4 of 17 Project 436967 Paving Imp . District 5 Units RL Flags CAS Bottle IA:l:taMC::~t.ca Wl:tl"T!'lfflAm: Received: 04/02/2009 Affiliatio1r STL Eng. Ana/j,:;cd: ALY 04/02/2009 /440 QCgroup 313135 mg/leg 222 01 ""'"~ .............. =""""-'""'""-'""'"'"'"'"'"'"--'~--~~~,,~~ll,fl1txl:l:~.to!31A,~·~ 089259 Solid B-18 S-1 0-2 SM 2540 G, 20th Ed. AN Total Solids Tex-145-£ Sulfate by Turbidity . •Dry Weight Bns is 089260 Solid B-19 S-1 0-2 SM 2540 G, 20th Ed. 1/N Total Solids Tex-145-£ Sulfate by Turbidity • D,y Weight Basis Brsiltysdclayw/FE Collected by: Client 82.2 % tlffilimto11: STL Eng. ;1110/y::ed: MLC 0410212009 0.1 Analj,:cd: AlX °'1102/2009 <243 • mg/leg 243 Tanclayw/weatheredLS Collected by: Client Ajfiliat/011: STL Eng . 90.5 <221 * % Ana/j•;ec/: M!.C 04/02/2009 0.1 /111(1/j •:ed: Al-I' 04102/2009 mg/lig 221 · Received: 04/02/2009 /434 /440 /434 /440 QCgro11p 312805 01 QCgro1ip 3/3135 01 Received: 0419212009 QCgroup .QCgro11p 3/2805 01 3/3135 01 ~ut::l~~~lta.\t,;:a:/~~~~~~~~~,ci(rr,llJlr~~~~~"'\:lftt'.$1~.)A'~~.Jl:" .... .tl 089261 Solid B-20 S-1 0-2 SM 2540 G, 20111 Ed. ,1N Total Solids Tex-145-£ Sulfate by Turbidity • Dry Weigh! Basis ( orporalt• ShipplnJ!: '.!liUO ll11<ll1·r Hi!. Kil!!urc , T\ 7%112 ReddishBrclayw/FErocks Col/wed by: Clicnl Affihatio11: STL Eng . ;Jnaly::erl· /v/LC 0./102/2009 88.J % 0.1 A1wly:cd: 1/LY Q.f/0212009 <227" mg/1,g 227 Received: 04/02/2009 /434 QCgroup 312805 01 /440 QCgro11p 3/3135 01 '\r)l'lh I ~ms lh·1tinn: H,11 I I·. l.n mnr lill•d 1111(, Arlina ton I':\ 7r.tl I I MEMBER ·~IL IS0-17025 # 0637-01 2007 Seal ofExcellence rrws::a:..-tN:e:ro~ r~,:,,,....e.::.::..4,ui~~~..t::!lll'ltllC,$$nll>Wl-1~l~~NI"~ J,DSC/ientv/.0. 1.232 www.ann-hlb.com For11111J1PROJRES Createti I 0/13/2004 vi .2 Brian M Martinez STL Engineers 8908 Ambassador Row . Dallas, TX 75247 Accredited Parameter Ana-L~b Corp .. P.O. Box 9000 Kilgore, TX 75663 1•: .U4S 'C« 1 cu; ; , ..,. ~• Phone 903/984-0551 FAX 903/984-5914 c-Mail corp(ti.)ann-lah.c,,m LELA l'-accrctlitcd #02008 Results Results Units Account Printed : 04/06/2009 STL5-N Page 5 of 17 Project 436967 Paving Imp. District 5 RL Flags CAS Bottle ;aw :..:.:z:sa:m.:•x:ua mw~,,.,-..,.,.,...,...,._.,,....,,,_....,,.,,_.....,....,_ ... ..,.,_,_.,.,..,n_:n1t,..:1N_m..,,,.1,,..,1ar,....,.....,,_ .. ..,....,.~1JQW_,., .... _,_,,....,....,"""'""""""·~~=====IIIIQ&"8CIW.ta 089262 Solid B-20 S-2 2-4 SM 2540 G, 20th Ed. AN Total Solids Tex-145-E = Sulfate by Turbidity "' Dry Weight Basis ReddishBrc!ay Collected by: Client 86 .5 <231 ff Received: 04/02/2009 1/jflfiatio1L' STLEng . 1/naly=ed: MlC 04/01/2009 /434 QCgro11p 3/1805 % 0.1 01 Analy:ed: ;/L,Y 04/021]009 1440 QCgroup 3/3135 mg/l<g 231 01 ~~::nwra ~.,i.:st.:,....,....,-.,...,......,,,_._....,_.__,......,.~~-.....,_,..,,..,AICc"""".....,..,,...""'_:iar.Llt~ASl&Wf~ 089263 Solid B-21S-22-4 SM 2540 G, 20/h Ed .. AN Total Solids Tex-145-E = Sulfate by Turbidity • Dry Weight Bnsis DrkreddishBrclay Col/ectecl by: Client 90.5 <221" . Affiliatio1 r STL Eng. ,1na/y;ed: MI.C 04/(/2/1009 % 0.1 A11aly::ed: AJX 04/02/1009 mg/11g 221 Received : 04/02/2009 /43,f /4,fO .· QCgroup QCg roup 3/2805 01 313135 01 • ~~~~~~~~!.CN';\'~ ... "9P)&Al,! ... 4,e ......... _,...,..,....,._,,..,....,,a'IIQ1~ 089264 Solid B-22 S-1 0-2 SM 2540 G, 20th Ed. AN Total Solids Tex -145-E Sulfate by Turbidity • Dry Weight Basis ReddishGraysiltysdclay , Colle.c1ed by: Client Affiliatio11: STI , Eng . Analy:ed· MLC 04/01/2009 92 .3 % 0.1 lhwly;ed: Al.X . 04/02/2009 14.U 1440 Received : 04/02/2009 QC.'gro11p .QCgro11p 312805 01 313135 <217* 01 ·mg/leg 217 r,:a.11:;1.li;.&Wi#i."1tl:,O.~·~.CO,~..,T-----"'lt'lmelq-~~~~k .. )1$:c-nf 089265 Solid B-24 S-1 0-2 SM 2540 G, 20th Ed. 1/N Total Solids Tex-145-E Corpnratr Ship11inl,l.: :?CiOIJ l)udlt·~ Rd. l,il~u rc, I"'\ 7:\f,62 ReddishBrsdclay Colll!Clad by: Client 85 .t % Received: 04/02/2009 Affilimion· STL Eng . Analy::cd: MLC 04/0212009 /434 QCgro11p 312805 0.1 01 Analy:ed: AJX 04/01/1009 /440 QCgro11p 313135 :'\'t)J'lh Tc,n~ R1·.11ion: lC,UI 1-..1.unnir Hhd :i I to ,\rlin!(IUII IX 7601.1 MEMBER :A.Cit IS0-17025 # 0637-01 . NELAP-accredited #T)0470420J-08-TX 2007 Seal of Excellence .,,_....,..,.,,,.,.., .. 1:e..,ee·;io1f#Plt..,.....,_,...,_.n,..~"''~cr; ... •"'.,, .. 'm:,"""'•""cnc"""""'"'-"'"""'"""""'"""""':""""===~e-~ree-s:1:m cc,z mu,~~..-e c : ==-~b...C.:wac ·-=== LDSCl/elll vl.O. l .232 ww.w;ana-lnh.com Form rptPROJRESCreaied IOI! 3/2004 vl.2 -Ana-Lab Corp. P.O. Box 9000 Kilgore,· TX 75663 ~~ a ~.:!:. Phone 903/98•1-055 I FAX 903/984-59 I 4 c-Muil corp(@.nnll-lnb .com ' LELAP-uccrcditc<.1 #02008 ~-~..., j Results Printed: 04/06/2009 Page 6 of 17 Prqject THE COMPLETE SERVICE LAB 'W deltl,in Brian M Martinez STL Engineers 8908 Ambassador Row . Dallas, TX 75247 Accredited Parameter PIH 089265 Solid Ill 1.tCI$& . Tex -145-E B-24 S-1 0-2 : Sulfate by Turbidity . 089266 Solid "' Dry Weight Basis B-25 S-2 2-4 SM 2540 G, 20/h Ed. 1/N Total Solids Account STLS-N Results · Results Units RI.. Flngs ReddishBrsdclay . Collected by: Cliclll 1!/Jlliat /011: STL Eng. A11aly:ed: 11/X 04/02/2009 <235 ~ mg/kg 235 436967 Pav ing Imp . District 5 CAS Bottle z»s:::wu: 1111 -Received: 04/02/2009 1440 QCgm11p 313135 01 Received: 04/02/2009 Tangraysiltyclayw/FE Collected by: _ Client A/jilialion: STL Engineers A11aly-..ed: M/,C 04/02/2009 87.9 % 0.1 "131/ QCgroup 3/2805 OJ Tex-145-E 1l11aly.:ed: AI.X 04/01/2009 1440 QCgroup 3/3/35 : Sulfate by Turbidity <228 " mg/l<g 228 o I • Ory We ight Bnsis . _ ~ t:~-~~~~~~~..,..,..~~~~~~..,.... 089i67 Solid B-26 S-1 0-2 SM 2540 G, 20th Ed. AN Total Solids Tex-145-E : Sulfate by Turbidity 089268 Solid 0 Dry Weight Bosis B-26 S-2 2-4 SM 2540 G, 20th Ed. AN Total Solids .,. Tex-145-E :: Sulfate by Turbidity • Dry Weight Basis Ccw,,111·111\' Shlp11ln1t: :?MIIJ l)udlcr Hd. Kilgore, T'.\ 7:-6<,2 IS0-17025 # 0637~01 "'"'It( d 14-...~l"'T ,www:cm••• lDSC/ient v).0./.232 Yellowtanclayy,t/CN,LSF Col/acted by: Client 1/ffilialio1r STL Eng. 84 .0 <238" YellowTanclay Collecled by: Client 85 .9 <233" A11oly::ed: f.,fLC 04/02/2009 % 0.1 Ant1/y.:ed: 11Lr 04/02/2009 111g/l1g 238 A!filimio1r STL Eng. A11ab ,-:ed: Ml,C 04/02/2009 % 0.1 A11aly::ed: 11l.X 04/02/2009 mg/kg i33 Received : 04/02/2009 /434 QCgroup 312805 01 1440 QCgroup -313135 01 Received: 04/02/2009 /434 QCgroup 3/2805 01 /555 QCgroup 3/3/,f8 01 \11r1h ·1 C\n> tltitlon: H,01 E.1.nnmr lllnl l/ JI(, :\rlln1111111 ·1 X 7r.tll I NELAP-accredited #Tl 04704201-08-TX www.nna-lab.com MEMBER 2007 Seal of Excellence For111rp1/>ROJIU::SCraated /0//3/2004 v/.2 llmW Brian M Martinez STL Engineers 8908 Ambassador Row . Dallas, TX 75247 Accredited Parameter 089269 Solid W..Zdi B-27 S-l 0-2 SM 2540 G, 20th Ed. ,w Total Solids Tex-145-E . . . = Sulfate by Turbidity • Ory Weight Basis 089270 Solid B-28 S-1 0-2 SM 2540 G, 20th Ed. 1/N Total Solids Tex-145-E : .Sulfate by Turbidity 089271 Solid • Dry Weight Basis D-29 S-1 0-2 SM 2540 G, 20th Ed. 1/N Total Solids Tex ~145-£ Sulfate by Turbidity • Dry Weight Basis Am1-Lab Corp. P.O. Box 9000 Kilgore, TX 75663 Ph011f.' 903/984-05fH FAX 903/984-5914 t•-Mail corp(a~am1-lab.com LELAP-accredit~d #02008 Printed: 04/06/2009 · Page 7 of .17 Results Results Units Account STLS-N RL DrkBrsiltyclayw/CN Collected l,y: Client 1/fjiliation: STL Eng. A11al;ced: MLC 04/0Z!l009 83.9 % 0.1 A11aly-.ed: ALY 04/02/2009 <238 * mg/l<g 238 Olivegraysiltyclayw/FE Collected by: Client Afflliatioii· STL Eng . 84A <237 • Brsdclayw/FE Collected by: Client 91.0 <220" Aiwljced: MLC 04/02/2009 % 0.1 -Ana/y;ed: AlX 04/01/Z009 mgl.hg 237 Affiliation: STL Eng. llnaly=ed: MLC 04102/2009 % 0.1 Ana/Jced: AU{ 04/021200.9 mg/leg 220 Project 436967 Paving Imp . District 5 CAS 1434 1555 /434 1555 1434 1555 Received: 04/02/2009 QCgroup QCgro11p 31280S 01 3/3148 01 Received: 04/02/2009 QCgl'Ollf) 3/280S OJ QCgraup 313148 01 Received: 04/02/2009 QCgroup 312805 01 QCgroi1p 313148 OJ ~ ... ~~~ ........................................ ..,.,,..,._,. .. IZ'tu: ............... 'F,1,111..,,. .. ~....,.-----------·~·:,:c·"~~~~~~ 089272 Solid B-30 S-1 0-2 SM 2540 G, 20th E.d. AN Total Solids Tex-145-£ IS0-17025 # 0637-01 LDSC!ieni v/.0. '1 .232 Brclayw/CN Collected by: Clicnl Afji/i(ltion· STL Eng . A11c1/;c1!d: MLC 04/02/2009 Received: 04/02/2009 1434 86.3 % 0.1 3/Z80S 01 A11t1l)>:1!d: AL\' 0.fl021200R ISS5 QC:grai,p 3/3148 '\nrlh l'c,a, Hci:inn: 1(,111 E. l.:1111;11 · IIIHI 1'·11(, ,\rlini:mn T .\ 7(,11'1 I MEM.BER ·J¥:..Il 2007 Seal of Excellence . :z;r C~'"""""':-=--~J;f'?WT ... ------="""""""""",_.......,,,_..~.,.,s,-.,.,._o .. ~Nr'Ql111St!'!'.Q) ........ tt,r,-IIOi.l . l s,1 www.nnn-hlb.com Fon11 rptPROJRJiS Created I 0/1312004 v l .2 Ana-Lab Corp. · P.O. Box 9000 Kilgore; TX 75663 Phonl' 903/984-0551 FAX 903/984-5914-l'-M iiil corpCciiana-lnb.corn LELAP-nccrntlilcd l/0200ll AN •Results co • · 1 THE COMPLE7E SERVICE LAB 11!1' mtmiiffl Brian M Martinez STL Engineers 8908 Ambassador Row . Dallas, TX 75247 Accredited Parameter 089272 Solid Tex-145-E B-30 S-1 0~2 Sulfate by Turbidity * Dry Weight Basis . Results Results Brclayw/CN Collected by: Cliem <232 • Printed: 04/06/2099 . Page 8 of 17 Account STLS,.N Units RL Afflliat/011: STL Eng . Ana/y:ed: 1/1.X 04/02/2009 111g/11g . 232 Project · 436967 Paving Imp. District 5 CAS Bottle Received: 04/02/2009 1555 QCgroup JJ3/48 01 re::-.,, ltlfflT't''«:J i d M~&il~=-t:~W>ruJ.~•IOftlWJCW• .,...~:M!#~Ql!Q:;; ~ 089273 Solid B-31 S-1 0-2 SM 2540 G, 201h Ed. //N Total Solids Tex-145-E : Sulfate by Turbidity ReddishBrsiltysdclayw/FE Co/Jecled by: Client llffiliatioit STL Eng. 1/11,ily:ad: MLC 04/02/2009 82.3 % 0.1 llna(y:ed: 1/1.X 04/0212009 <243 * -mg/Ilg 243 Received: 04/02/2009 /434 QCgro11p 312805 01 /555 QCgroup 313/48 01 • Dry Weight Basis tti~~lt=s;,17' ·rmmmt?:mr:=-: • ..-~~~~11:'!\tt.&:ftOll~~!UJll'...,~~-~~~i'f'Wlfl,~lteliWt'~~Jf\d»t''""'{ 089274 Solid .B-31S-34-6 SM2540 G, 20th Ed. AN Total Solids Tangrayclayw/CN,FE Collected by: Client Afji/ialio•l· STL Eng . 1/na(y:ad: MLC 04/02/2009 84.l % · 0.1 /:/34 Received : 04/02/2009 QCgroup 3/1805 01 Tex-145-E ;/11aly=ed: AU( 04/01/2009 /555 QCgroup 3/3/48 Sulfate by Turbidity <238 '' mgncg 238 01 ~ Dry Weigh1 Basis . _ t•t~~ ... ~~•~.P.-,~.ldf'llt'Jl#~~~~~(f>WWW/,ttt-.lO'~.C,Ct:f~ICl.l"'~;(~?~.hHil~:ir:,~~t'JIZ:f!H'lV,r.m:rr.;tN""...:WDCJl'4~ 089275 B-32 S-22-4 Solitl SM 2540 G, 20th Ed. AN Total Solids Tex-145-E Sulfate by Turbidity • Dry Weight Basis Oliveclayw/CN,FE Collected b)•: Client ;lffiliation· STL Eng. Analy:ed: MLC 04/02/l009 J./3:/ Received: 04/02/2009 QCgroup 83.5 % 0.1 3/2805 01 --·---· .. ·-----------Ana/y:ed: AL'( 04/0112009 /555 QCgro11p 3/3148 <240* mg/leg 240 01 '\or1h Tc,11~ H1•gion : l(,lll I.. l,111ni11· Bll'cl # l l/1 .\rli11(!l1111 I'\ 7(,111 t MEMBER :~IL IS0-17025 # 063 7-0 I NELAP-accredited #TI 0470420 I -08-TX 2007 Seal of Excellence .Ad oWziiwbtltr.cat<t-..;.Alblf~~~~~-""----..,,......, .. ,.__,.....,_, _ _. _ _..,..==_,c,a,""b .. •CWll!f-M~~~~ooww ...:.:;: ;:..uw LDSCl/ent 111.0.i.232 www.a11i1-lab.c:om Formq,tf>ROJRESCr<?ated /01/312004 v/.2 Ana-:-L~1b Corp. P.O. Box 9000 Kilgore, TX 75663 icrc-w=--a••:pe_... is: tdl'A'N'e:"'-""""'...., ___ ....,...,..,,.,..,,..,a,--,,1kW,,.,....,_.,.,.,_.,.n, Phone 903/984-0551 FAX 903/984-5914 c-Mail corp(titann-lab.coni LELAJ>~acci ·cditcd #02008 Brian M Martinez STL Engineers 8908 Ambassador Row . Dallas, TX 75247 Accredited · Pnrnmeter 089276 B-33 S-1 0-2 Solid SM 2540 G, 20th Ed. AN Total Solids Tex-145-E : Sulfate by Turbidity Account Printed: 04/06~009 ST.LS-N Page 9.ofl7 Project 436967 ...... -·, ................. . Results Rm1lls Units RL Flags Reddishtansdclayw/FE Collec1ed by: Clielll A.ffililllion: STL Eng.. Anllly=ed: MLC 04102/]009 91.7 % 0.1 Anal;ced: ALY 04/02/2009 <218 * mg/1,g 218 Paving, Imp . Distri\:l S CAS Boule :.uo.r- Received: 04/02/2009 1434 QCgro11p 3/2805 01 . /555 QCgro11p 313./48 01 * Dry Weight Basis ,....,111 ....... ,...,.,,..,.,,,_..,_.1.:n~""""""'"""''"""'"'"""'.._""".:1•.,...,,.. . ..,.,..,. .... """''nr--=,.,, ..... ,.D.:11:...,,.....,_JCfl.'~'Da/AUCSW'""'..,...,.1a"'"'"".,."'":itaGC~•~~""""""""""""',_ .. .., .... ..,.,,,,.,_,,i,_•.,.._,.,,,.,..,..,..,..,1M"'"""~"''"'" .. '"''"',.._"'.,.." __ 089277 Solid B-33 S-2 2-4 SM 2540 G, 20th Ed. AN Total Solids Te)(-145-E Sulfate by Turbidity • Dry Weight Basis 089248 B-l S-1 0-2 Bottle Temperature on Receipt Calculation RedBrsdclay Col/ecled by: Client ·---------· Affi/iatio1r STL Eng . Analy:ed: MI.C 04/0l/1009 30 .4 % 0.1 Received: 04/02/2009 143.f · QCgroup 312805 01 ··--·-.. ----------------Analy=ed: AL'( 04/02/1009 <226 h mg/Ilg . 226 Sample Preparation Drkgrny~·yellowclayw/LSF 21 1/11C1/;-=ed: KAT 0410212009 degrees tl1wl)•::ed: CAL 04/06/2009 1555 · QC.7gro111> J/3148 01 Received: 04/02/2009 01 /4 :/8 As Received to Dry We.ight Basis Cnkulatcd ~~~!a*bC.m:i,Rme~~~..,.,c,~.r.s·».~~~~~~~~lllt'C'l~~.tCM,.~~~:ir~~ 089249' B-3 S-1 0-2 yellowBrsdclayw/gravel Received: 04/02/2009 Bottle Temperature on Receipt 21 C11rp111·n1c Shippinj!: 21illll lh1tlky Htl. Kil!!nrc, T:'I: 75662 . . · Anal)ced: KAT 0:f/02/2009 deg r ees 01 '\nrlh Tt•,as Rcl!iou: H10I E. f.11111:11· Ill\ ti r. I.II• -\rlin~1011 T~ ,7(,011 M EM.,BER ••• NELAP-acctedited#TJ04704201.-08-TX 2007 Seal ofEiceilence ~MllJ '&a Qd ldt WW.104 WWW I QUZ.lf:'~~"'"'""'="'.""."'"' ........................... ,~,um IS0-17025 II 0637-0 I ==---........ --........................... _ .. r,.,.,.. .... _R 1,~'lll'llCll,aJ,l~k 1a1111 ·· WSClient,•J .O.J.i32 www.anil-lab.com For11117,1PROJRt::SCrtmlcd idmnOOif vi.] Ana-Lab Corp. P.O. Box 9000 Kilgore, TX 75663 .... $4 ___ , ______________ ,.. ____ ..,,...,.._, ..................... .,,.,.._~---...... _ ...... ___ .... _ .... __ .. .., ........ .w,__..,,,,.=~ Phone 903/984-0551 FAX 90J/984-59T 4 c-Mnil corp(iii,11na-l11h.co111 LELA P-accrcdilcd f/02008 Printed: 04/06/2009 Page JO of 17 Brian M Martinez $TL Engineers 8908 Ambassador Row . Dallas, TX 75247 089249 B-3 S-1 0-2 Calculation Account STL5-N Sample Preparation yel lowBrsdclayw/gravel Analy::ed: CAI, 04/06/2009 Project 436967 Paving Imp . District 5 Received: 04/02/2009 /4:18 As Received to Dry Weight Basis Calculntctl ~.:ct11it:11110hAl,;r:J:ilC!a ~~ 1::a~~~~'"'t"l;l::tfi,~·~IO~(:S~U(illtts~mm~~~~~~~~c'ICV'.t' 089250 B-5 S-1 0-2 Bottle Temperature on Receipt Bryellowclayw/LSF 21 Ana/r-ed: KAT 04/0212009 degrees Received: 04/02/2009 01 Ca/cu/a/ion 1/naly=ed: CAL 0410612009 14:18 As Received lo Dry Weight Basis Calculalcd :~~1~DC:1A1*:~~~:•1!:f~rr~~~~,c:sp~.,....~~ .. ~~"l'l~~IWMltar~~~,""3'\IM~ 089251 B-7 S-l 0-2 Bottle Temperature on Receipt GrayBrclayw/LSF 21 A11aly::ed: KAT 04/0212009 degrees Received: 04/02/2009 01 Cafculalion Anc,9-::ed: CAL 04106/2009 N:18 As Received to Dry Weight Basis Cnlculatcd ~~~~~~~"'::'CMr.~.C,)f'f.l't'lff'~~t:IO:S':~~~~(O'~~~fSICIU:f 089252 B-8 S-1 0-2 Bottle Temperature on Receipt ReddishBrsdclayw/LSF 21 1hwQ<::C'd: KAT 04102illlll9 degrees Received: 04/02/2009 01 -----·-----------·-·---Calc11/alio11 Anuo-::ec/; CAI. 0410612009 14:18 As Received to Dry Weight Basis . C.1lc11J;1tcd ~~)!DIQl~:T.X::=c;ttmJ..'"l:"'~~tl~~~A.,:,l/tOtitt'Jl::WrJ:~~1~~~"Na:ll'~ai.:trta:,.~~¥:,,":'4'!Cfl'.l'fl:J~HHlt~~qn:::,::::,~~J::tel<H."f:lr.!'CC~ 089253 B-9 S-3 4-6 YellowBrshellyclayw/CN Received: 04/02/2009 C'oq111n111• ~l1i1>pin!!: '.!r.llll Dutile~· Rtl. J.:ih!orc. T\ "~C,/,2 '\orth Tc"i:1s lh•gion: l<,111 I· .. J.,111111r Ohd ii 116 ,\rlin:{1011 I'\ 7(,llf I MEMBER :ACIL IS0-17025 fl 0637-01 . NELAP-accredited #T104704201-08~TX 2007 Seal of Excellence r.tzc =:eMIC'ml~W4..;;r,~p.1~Jfl,'ff)tM'f..U~~lt~l l iWIA &:zatlaMr:;::,..;o, ~-~ #.c..:cw. ,~,,.~---...... --..------- LDSC/Jent vl.O. l .232 n ww.arrn-1::lb.<."Olll For11117)IPROJl?ESCreated JOI/ 3/2004 vl.2 Ana.;.Lab Corp. P.9. Box 9000 Kilgore, TX 75663 §7!?"".:iiif'?Qz.. 11 C:.1MJS:C~tGl2fU-,m.ac.u ...A.•.W•.-.:UU.. :;: :;q;;;r HXIR rrrcm:~ E, ..... .=:,. Phone 903/984-0551 FAX 1)03/984-5914 c-Mail corp(<i~nna-lub.coin LELAP-accrcdit(·d #020llS ~ .... .... ANA,111127 'Results <:ORY.®~ I Printed: 04/06/2009 Page II of 17 TliE COMPLETE SERVICE LAB V ~ Brian M Martinez STL Engineers 8908 Ambassador Row . Dallas, TX 75247 089253 B-9 S-3 4-6 Bottle Temperature on Receipt Calculation Account STL5-N Sample Pl"eparation YellowBrshellyclayw/CN 21 Calculntcd A,wly;ed: KAT 04/02/2009 degrees Analy::ed: CAL ' 04106/2009 Project 436967 Paving Imp. District 5 Received: 04/02/2009 01 14:18 As Received to D~ Weight Basis ................... """' ..... ____ .....,.....,_..,,,,.....,....,....,,~~~1:(~~~ .. ~P"~~~"&lfQl'hUI~~~~*~ 089254 B-10 S-1 0-2 TanBrsiltyclayw/FG,CN Received: 04/02/2009 ----------·----A1m~,;ed: K,/T 0410212009 Bottle Temperature on Receipt 21 de _grecs 01 Calculation Analy::ed: C1/L · 04/06/2009 14:/8 As Received to Dry Weight Basis Cnlculntcd l ~~~.ue;,;ir~ftr:t:qtJlt::ls; ,!!:$!S;d.4w0~11. CCC. •&Zr!",IA:'~~K~~~~.IN'UM~~~~t'JIIU.U~~~ 089255 B-11 S-1 0-2 . Bottle Temperature on Receipt Brownclayw/FE,gravel 21 A110/y::cd: KAT 04/0212009 degrees Received : 04/02/2009 01 ----------·------··---------·---Calculation Anoly;cc/: C,11~ 04/06/2009 14:18 As Received to Dry Weight Basis Calculated f l \~,1-JL,ll~o,='J,l'.1111'~~~~,.~~·MW'.'f'"'"~~~~~N~'!:1'7:'.:C.~~~~'r.;or!ll"Ml~.l:n.YC".Q'N~~~'q..,,,~~4l\t,~l~:.:tl"Nef 089256 B-13 S-1 0-2 Bottle Temperature on Receipt Calculalidn As Received to Dry Weight Basis ( orpuralr Shippin!(: :!MJII D111ll1·y !~ti. 1,il\!urc, T:--7:,(,(,2 LDSC/ie111vl.O.l .231 DrkBrsdclayw/CN .LSF Received: 04/02/2009 ·-----------------------·--------------- 21 C:ilculated An(lo-:ed: KAT 04/0212009 degrees 1/naly;ed: CAL 04106/2009 01 },f;/8 ',nrth ·1 ;1·,11~ Rrgion: tr,111 E.1 .anrnr Bl\·tl ;/ 11(, ,\rllogrnn ("\ 7(,1111 MEMBER iACIL 2007 Seal of Excellence nr,;s,llffllla11li; b. Liidcll'I I "" www.anlil-lah.<:om Brian M Martinez STL Engineers 8908 Ambassador Row . Dallas, TX 75247 089257 B-15 S-1 0-2 Ana-Lah Corp. P .0. Box 9000 Kilgore, TX 75663 .... r;1;u1 .......... .ww:w. ...,.,;..:u.z:ce WWW WWW mdWii-CitA A S:1!. 4..a::..z:..~ tmvtt Phone 903/984-0551 FAX. 903/984-5914 c-Mail corp<ii~ana-lal>.c1>111 , LELAP-accrcditct.11102008 Sample Preparation DrkBrclayw/FE Account Printed: 04/06/2009 STLS-N Page 12 of 17 Project 436967 l'nving Imp . District 5 Received: 04/02/2009 Bottle Temperature on Receipt 21 Analy..ecl: /;.i/T 04102/2009 degrees 01 Calculation Analy:ed: CAL 04/06/2009 14: /8 ... As Received to Dry Weight Basis Cnlculnted b?MM:,ert=ii:~>::ree;rtttt _...,.....,,,....,..,,,,,..,,1,'»'0:Q .. l'W-~"'"""*" __ , ..... _..,, ... o ... ~c .. ,1 ..... ------"""'----M~W~~~~- 089258 B~l6 S-1 0-2 Bottle Temperature on Receipt DrkBrsiltyclay Received: 04/02/2009 -----------------··------------·----- 21 Anafr;ed: K1IT 04102/2009 degrees 01 Calculation An(dy::ed: C;II, 04/06/2009 J.f: /8 As Received to Dry Weight Bas is CnlculHtcd . rtNrNi.«• ;.;:~m mrrbi.JCW ..::=:zs:;.o.!alA.llDtllN'3,~~~ c,&~:IC'JJl*AzJ !Sil:lfffl\M.At,.MltlJ)R:4r<*•••a>.r1 .:it:1 •,;o,,lfWll!w.,a11 ,.w,1,,.~r:,~~~~~•l"f,!'r;uo~ltt'f 089259 · B-18 8-1 0-2 Bottle Temperature on Receipt Calculation Brsiltysdclayw/FE 21 Ana(l';ed: KAT 04/0212009 degrees A1wly:ed: CA I. Q.110612009 Received: 04/02/2009 01 /4:/8 As Received to .Dry Weight Basis Calculated Jll.""-fcd~~~ 'l!'ltft,.~~-",lil!i111:m,J.CICll~~~~~~,,.;:1~aun~n«11 089260 B~I9 S-1 0-2 Bottle Temperature on Receipt Calculation As Received to Dry Weight Basis Corpnrnl~ Ship11in,!!: 11>1)0 J)utll1·~· l{tl. Kll!!ore , T:\ 7:-<,C,?. Tanclayw/weatheredLS 21 Cnlculated llnaly::ed: K1IT 04//Jl/2009 degrees A11aly;cd: CA I. 04106/2009 Received: 04/02/2009 01 f.l: 18 '\111 ·1h Inns Ht!i.11,n: l@I I·. I 11111111 · Bhd ti I l/1.\rlin~111n "L\ 7(,1111 MEMBER :ACIL ISO-J 7025 # 063 7-0 I NELAP-accfodited #TI 04704201-08 -TX 2007 Seal of Excellence ,. r w .. 1t..J:! .i.a.c.r.:.c<* .. ,:=,;.c~~~~':0\•18.1.-«:: IJ..:aQt!. ~-1 '"'~~l#.~•:pil,•A·*'""""""'._11::..-~.-.c:•rca;cfCll'...,.an..~ LDSC/ientv/.0:1.212 wwwj111a-lab.com Form q)tPROJRES Created I Oil 3/2004 1•/ .2 Ana-Lab Corp. P.O. Box 9000 Kilgore, TX 75663 a.tJ1 17 ==-e:d ILL WlS~tm...t ' ~:11.,.,,tmt~illlitCI tics.; PIHllll' 903/984-0S5 I FAX 903/984-5914. l'-M11il corp(f().ana-lnb.com LELAP,acci·cdited 110200H coKr.· ! Results THE COMPLETE SERVICE LAB qr; Brian M Mai1inez STL Engineers 8908 Ambassador Row . Dallas, TX 75247 089261 B-20 S-1 0-2 Bottle Temperature on Receipt Calculation Printed: 04/06/2009 Page 13 of I 7 · • Account Project STLS-N 436967 -·.. . .. .. ·····-··----.. ··-· ··•···· . ·' Paving Imp. Dis1ric1 5 Sample Preparation ReddishBrclayw/FErocks 21 .. A11a6•=ed: KAT 04/02/2009 degrees llna6,;ed: CAL 04/06/2009 Received: 04/02/2009 01 /.1: i8 As Received to Dry Weight Basis tt; 21,:0.,--,~~ • a 'tr Calculated rm~cm .. ~.MOIU.\CM rs ~;~wa:;a.a.~,...,.....,.tc..,Jt_.....,. .. · .. ,ur:eu .... , .... __ '#,~.~ 089262 ' B-20 S-2 2-4 ReddishBrclay Bottle Temperature on Receipt 21 Calculation As Received to Ory Weight Basis Calculated Ana6r.:t!d: KAT 04102/2009 degrees Ana6r.:t!d: CAL 0.fl061W09 Reqeived: 04/02/2009 01 /4 :/8 . L1.ffl!Dll'Jil ~·, ·e1,t.11,jlt.(IIIMF'"'1»rllltJIIQl:W 4 .q )~t:lltNn, 'li :ltFff~lltmDUICl~t~o;:u..o;,,a1111. \ IIIPOI z::a ~MJ:1211WAmn~r.,o~w~~~ 089'263 B.:.21S-22-4 DrkreddishBrclay Bottle Temperature on Receipt ;2) Calculation A11a6ct!d: KAT 04/02/2009 tlcgrccs ,1na6•:t!d: CAL 04106/2009 Received: 04/02/2009 01 14:18 . ,, As Received to Dry Weight Basis Calc11l11lcd . '.·' :··· ... ·,1 . : / ~ . .zuw =•,a-~~....., aJ , ••. e.._,,,.,.~~"'•~~~~r,-ecnr>1;¥$S.fna.ls 'CII: t?!p'MNfollfVW1IIJi."ll)':l':1::nnl~~~~-rtff~J.otitJICt~*"~".C''"~~~:IA1Q~v.c 089264 ' B-22 S-1 0-2 Bottle Temperature on Receipt Calculatfon As Received to Dry Weight Basis ReddishGraysiltysdclay Received : 04/02/2009 21 Calculated Analy;ed: KAT 04i0212009 degrees Anafy=ed: CAL O.f/0612009 . f,fJ8 01 \111·1h ·1 c,ns l{1•giun: 16111 I·., l.n111111· llh<I i:' l ((, \rlin!!lCIII TX 7(~ll I) MEMBER -lo .·: . ., IS0-17025 # 0637-0 I NELAP-accredited #Tl 04704201-08-TX 2007 Seal .of Excellence ________ .._..,.....,.,.,_..,...:wot1~,;~r::=: ue:e~ «nee c.z....a.~l(Wr~~~-.1~~.1111111aTu:,ra,.it.;:·~··· .iN.;.w LDSC/ienfl•I.O. I .232 www.ana-lab.com FonnrptPROJR£SCrrmlt!d 101/3/200.fvl.i Ana-Lab Corp. P.O~ Box 9000 Kilgore, TX 75663 l'!:Wtll ~ *4WWW*11Ki M O ~-t',.Olialllll'.l:l'ffll~ s; t ~Slll__.,10!4Jlflft'"a~ Phone 903/984-0551 FAX 903/984-5914 ,•-Muil corpt<1~nna-lah.co111 LELAP-a<'.crcdit,•d 1102008 ~ Brian M Martinez STL Engineers !Results 8908 Ambassador Row . Dallas, TX 7.5247 C 089265 B-24 S-1 0-2 Bottle Temperature on Receipt Printed: 04/06/2009 Page 14 of 17 Account Project STLS-N 436967 Paving Imp. Dist rict S Sample Preparation ReddishBrsdclay 21 A11a9,;cd: KAT 0410212009 degrees Received: 04/02/2009 01 Calculation 1lnf16•;ed· CAL 04/0612009 14:18 As Received to Ory Weight Basis Calculated fflU~m;a~1131:111*Mia:ti~== www.sm~~wem':'er:-tze~~~t~~~~.:: --=s,.::smu 089266 B-25S-2 2-4 Bottle Temperature on Receipt Tahgraysillyclayw/FE 21 .:/11a9,;ed: K1/1" 0://02/2009 degrees Received: 04/0212009 01 Ca/cu/a lion Analy:cd: C11/. 04/0612009 I ti: I 8 .As Received to Ory Weight Basis Calculated "~~..,ir.a-...., :itfl<Zt':ft a ~tn'll'A'l~~~~•~•fll'l:117 1'11;~~""'°,....,..~~Nf."MMl ~a,~~,,,.,,, ... ~~..,,."*"'lfft~toc:=."'"~~~ 089267 B-26 S-1 0-2 Bottle Temperature on Receipt Calculation Yellowlanclayw/CN,LSF 21 A11a(1 r.ed· K11T 04/02/2009 degrees Analy::cd: C,IL 04106/2009 Received: 04/02/2009 01 14:18 As Received to Dry Weight Basis Calculated r.o~~'lff~~~-.ll'lf'M~~-w,:,1.,:•~~~!'.~~~~10...:~~~-~~~~~~oi,~,i:1\fl'O'A ft't'1 089268 B-26 S-2 2-4 Y ellowTanclay Received: 04/02/2009 .-.--------......... ---·--·-·-·· .. ---·-··-----· llnao,;ed: KAT 04/02/2009 Bottle Temperature on Receipt 21 degrees 01 Calculation A11cr~i:ed: C1/1. 01/06/2009 14:49 As Received to Ory Weight Basis Cnkulntcd Cn r pnrnt1·Sh ip11lng: 2(,011 l)udll·)" Rd. Klh;nrc, T\. 7%62 ',nnh T,·~n s ltcl(ion: i<,01 I· .. l.:1 11mr Bhr.l = 11(, \rling11,n "J \ 76111 I \~ 1,ccoh ; .. ~ !JF~'' "~,., ,f: e;iteJ: \ ~i · -:1• . · "L MEMBER NELAP-accredited #Tl 04704201-08-TX 2007 Seal ofExcellence .. _ .......... ___ ....,,_,_,..,,,_..,_ ...................... ..__, .. ,__;~.IMCtft:I\V:l\..~'tWWW..UWWW:.e.u4al•l;tl 10 Wt~OllMll~~L~~~~ l A lTll~II' lilt Wftl.Waitlti*.AI IS0-17025 # 0637-01 LDSCfienl v/.0. 1.232 W\\'W.!IIIU-lllh.com Form 11,1PROJn£SCret11ed /0/1312004 v/.2 Ana-Lab Corp. P.O. Box 9000 Kilgore, TX 75663 _,.",,,., _____ ._ .... ______ ._ _ _. __ ....., .......... ___ __, ... _.....,.,,_,,,_.....,...., __ ..,w•--...... =-NCAU Phone 903/984-0:551 FAX 903/984-5914 c-M11il corp(1ii nna-lab.com LELAP-accn:dilcd #02008 !Results Printed : 04/06/2009 Page 15 of 17 Brian M Martinez STL Engineers 8908 Ambassador Row . Dallas, TX 75247 Sample Preparation Account Project STLS-·N 436967 Paving Imp . District 5 .......,,_...,._,.._,.....,._.,...,..,.,....,.,.,d"""'"""'_._.,..._..,..,w...., ..... =n...,.m=""-.,.,., .... ..__,,...,....,..,.. ...... ,_,...«en~,.. .. ,.., ,.._*'""""'....,.'""""""'"'""'"""""'"""'-"""'".,."""""""""~'==" ,= z;:.a o:a..Jir.:,,:_,.....""'"'"'~ 089269 B-27 S-1 0-2 Bottle Temperature on Receipt Calculation DrkBrsiltyclayw/CN 21 Analy;ed: KAT 04/02/2009 dcgre _cs Received: 04/02/2009 01 itnal)Ced: CAL 04/06/2009 14:49 As Received to Dry Weight Basis Calculnlcd sntttt ICCm'10ZP r,P;?.S Aa*'...-W:dd~MMSr;• ................ _.. ___ ..,~~'l'OIU..~IFl:lld'l~.tt!:?,X ,.., 089270 B-28 S-1 0-2 Bottle Temperature on Recei pt Calculation As Received to Dry Weight Basis ........ . 089271 B-29 S-J..0-2 Bottle Temperature on Recei pt Olivegraysiltyclayw/FE Received: 04/02/2009 21 Calculated Brsdclayw/FE 21 Annly::ed: KAT 04/0212009 degrees A1wly::ed: CAL 04/0612009 -14 :49 01 «.,rl,,~~.,..~~~~" lllwly:.ed: /(;ff 04/02/2009 degrees Received :. 04/021200"9 01 Calculation Analy::ed: CAI. 04/06/2009 /.f :49 As Received to Dry Weight Basis Cakulntcd UPl'fJrliDl.:il~~~~~~in,J;~tll'd.~~~c=d,,,•o,_..,.~....._~~~~tf! 089272 B-30 S-1 0-2 Brclayw/CN Bottle Temperature on Receipt 21 Calcvlation As Received to Dry Weight Basis Cnlculntcd ( orpor111r :ihi1>11i111t : -:?MIii Oudlcy Rd. J..:il:?.orc. I":\ 7%(,2 -Analy:ed: K1IT O.-J/0212009 degrees Analy::ed: CAI. 04106/2009 Received: 04/02/2009 01 14:4 9 \1w1h ·11·~:,s Hci:ion : IMI r _E. l.:1 111ar llh d ;i 111, .\r lin!(IOII T\ 7(,1111 MEMBER IS0-17025 ti 0637-0 I NELAP-accredited #Tl 04704201-08-TX 2007 Seal of Excellence c,o.,:n ;zsc::;q ;q~:n,~~..c'.u: .t btc, JJ.J.:1:-*~ ~;.c=e:.:a =•~Qt::!:j.:.ci...11~•·..c::e.a=z7rr.s.~H.ie ~-,,r..~~~~,w=• zzsb:t'S,e>:oQ<*'P.t'l••'ll WSC/ic111vl .O.J.232 WWW.l\Ua-lah.('0111 Form 1711PROJIIES CJ -eatcd I0// 3/20(J.i vl.2 . ---· 4•.?_. ..... Ana~Lab Corp. u=== saroMCt*'<P'P P.O. Box 9000 Kilgore, TX 75663 =· "";:e. .e. -Phone 903/984-0551 FAX 903/984-5914 t--Mail co.-p(iu.ana~lab.com LF.LAP-acc1·cdit<•d l#tl200H ~JIV !Results CORf. . _ · THE COMPLETE SERVICE LAB 1W Bdlli.tii Brian M Martinez STL Engineers 8908 Ambassador Row . Dallas, TX 75247 Sample Preparation Account Prinred: 04/06/2009 STLS~N Page 16 of 17 Project 436967 Paving Imp . District 5 ....,.....,,. .. .,.,,. • .,..,.,,==="""'_. __ ....,..,.. .... ..,.._.=""·"'"""'"""'""""'"'""'OiC<"""""""'"""'""""'~"'"""""'"'11"'"""'',,.,M~•--·"4ce1tou, ..... _..,,,,.,.._,..,....,,..,..,.,......,_..,...,,..~,zc•1:.s.auz.,~,. res ,~~~ 089273 B-31 S-1 0-2 Bottle Temperature on Receipt Calculation ReddishBrsiltysdclayw/FE 21 1/11aly:ed: KAT 04/02/2009 degrees Received: 04/02/2009 OJ 1Jna9•;ed: CAL 04/0612009 14:49 As Received to Dry Weight Basis Calculated ~:s:r;a ~eewn.1narca:t.=1sa, a:.:um::1R1~~~''""""""""...,....,...,..,,_,..,.....,.,,...,........,.,,_,,_=cu~~~-•;ac.c.d:iC.W11:~ 089274 B-31S-34-6 Bottle Tem.perature on Receipt Calcufalion As Received to Dry Weight Basis 089275 U-32 S-2 2-4. Bottle Temperature on Receipt Tangrayclayw/CN,FE 21 Cnkulaled A11a{1ced: KAT 04!07./2009 degrees 1l11a9,;ed: CAL 04106/2009 Oliveclayw/CN,FE Received: 04/02/2009 OJ 14:49 Rec_eived: 04/02/2009 ----------------·-A,w/y=ed: K1IT 04/02/2009 21 degrees · OJ Ca/culalion 1J11af;ced: CAL 04/06/2009 14:49 As Received to Dry Weight Basis Cnlculnred =,~orq,mr, -~~~~~~~~~~~~W#IW~Jt.tt 089276 B-33 S-1 0-2 Bottle Temperature on Rece ipt Reddishtansdclayw/FE 21 Ana(y:ed: KAT 04/02/2(/09 degrees Received: 04/02/2009 01 -----------------'--------------------~----Calculation Anal;ccd: CAL 04/0612009 14 :49 As Received to Dry Weight Basis Calcularcd Co r p111·:111· Shipping: '16011 Dullk.,· Hd. l,ih!11 rr, I'\ 7:-(,(,2 :-.urrh 'I t•xn ~ Rr11io11: I <,111 L l.;1111111· Bini " I II, \rlinl{tun I'\ 7(,1111 ~ACIL LDSC/ie111 v/.0.1 .232 \\ WW,ll llll-1'1 b.C()Ul Formrp1PROJ/1l:SCrcct1cd /Ol/3/2004vl .2 Ana-Lab Corp. P.O. Box 9000 Kilgore, TX 75663 ~J 11 tFSl"t«be --L ;4;.;..-440; IIICl:ICllll1"Pl.c.cf~ ......... ----tZ1iMl-... 11-... '"1-i Phone 903/984-0551 FAX 903/984-5914 l'·Mail corp(ti;Ana-lab.com LELAP-accrcditcd #02008 Brian M Ma1tinez STL Engineers 8908 Ambassador Row . Dallas, TX 75247 089277 B-33 S-2 2-4 Bottle Temperature on Receipt Ca/cu/a/Ion As Received to Dry Weight Basis Qualifiers: Printed: 04/06/2009 Page 17 of.I 7 Account Project STL5-N 436967 Paving Imp . District 5 Sample Preparation RedBrsdclay 21 Calc11h11ed 1/naf;ced: KAT 04/02/2009 degrees Ana(y:cd: C1iL Ot//0612009 Received: 04/02/2009 OJ 14 :49 We repo1t results on an 'As Received' or wet basis unless n1itrked 'Dry Weight'. Unless otherwise noted, testing was perfonned at Ana-lab's corporate laborato1y that holds the following Federal and State certificates: Texas Department of Health Lead Firm Certificate 2110076, EPA National Lead Laboratory Accreditation Program #637 .01, US Consumer Product Safety Commission #1095, US Department of Agriculture Soil Import Permit S-37592, Texas Commission on Environmental Quality Drinking Water Laborato1y Certificate TX2 l 9, Texas Com1nission on Environmental Quality NELAP Tl 0470A201-06~ TX, Oklahoma Department of Environmental Quality Dri;tking Water Certification Lab ID# D99 l 3, EPA Lab Number TX00063, USEPA Approved Perchlorate Testing Lab, USEPA UCMR2 Approved Lab, Oklahoma Depa1tmcnt of Environmental Quality Laboratory Certificate 8 I 25, Arkansas Dcpaitment of Environmental Quality Certification #03 -070-0, Louisiana Department of Environmental Quality Laboratory Certificat ion (NELAP, LELAP) #02008, Louisiana Department of Health and Hospitals Drinking Water (NELAP) fl LA030020, USOepartment of Energy Approved, State of Kansas Department of Health and Environment W~te Water and Solid/Hazardous Waste Cert. E-10365, Alabama Department of Environmental Management Drinking W~tcr #41540. Ana-Lab is also accredited lo the intemational IS0-17025 standard by the American Association for Laborato1y Accreditation (A2LA Certificate fl 0637-0 I). The · Accredited column designates accreditation by U --UCMR2 (EPA), A -- A2LA, N --NELAC, or z --not covered under one of these scopes of accreditation. These analytical results relate to the sample tested. This report may NOT be reproduced EXCEPT in FULL without written approval of Ana-Lab Corp . Unless otherwise specified, these test results 111eet the requirements ofNELAC. RL is the Repo1ting Limit (sample specific quantitation limit) and is at or above the Method Detection Limit (MDL). CAS is Chemical Abstract Service number . C.H. Whiteside, Ph.D., President < orpun11e Shit>pinJ!: :!MIil l)utll1·y !(ti. h.ilgon:. T\ 75(,62 "\u1 ·1h I c,11~ Ri·uiun: J<,Ut l· •• l.:111111r Bhd <l t H, Arling1111~ T.\ 7(,11__1_ 1 MEMBER IS0-17025 # 0637-01 · 2007 Seal of Excellence ~~-·""AlllfM ,mc4ii-CMt~~~•.:::ur.iuru"">ct"""""'""tt""m""-,..,.. .. ,. ... ,,.,...,.,.,.)l.1r;""·"'""',=:r~m,,.:iNCTe-t•,:i;::::e•ett lDSC/ie111 v I. 0.1 .232 www.nn;i-lab.com Form /pti' ROJRES Created j OJ /312004 vi .1 Ana-Lab Corp. P.O. Box 9000 Kilgore, TX 75663 ............................................................................................. .._ .............................................. ....., .... .,,,.,...,....., ................. ............... Phone 903/984-0551 FA.X 903/984-5914 c-M111l corp(ahinn-lab.cum LELAI-tuccrctlikd #02008 Brian M Martinez STL Engineers 8908 Ambassador Row . Dallas, TX 75247 ..... ·, 12805 w Solid (ltameter otal Solids Total Solids ummeter Totnl Solids Total Solids olnl Solids . otal Solids 313135 Pammeter <:utfmc by Turbidity Parameter <:ulfatc by Turbidity ulfntc by Turbidity "ammeter ulfale by Turbidity ..-513148 '"'"meter Sulfate by Turbidity 'urameter Sulfate by Turbidity '(lrnmeter Sulfate by Turbidity Type Blnnk Blank Sample T;11e 089031 Duplicate .089030 Dupli~atc 089248 Duplicate 088957 Duplicate w Solid Sample 089248 089258 Type Blank Type Duplicate Duplicnte TJ1pe Standard w Solid "Typt! Blank S11111ple T)'pe 089268 Duplicntc Type Slandnrd Result -0 .000100 0.000100 Result 88 .9 90 .2 91.8 98.7 Re.mft <200 Result ND ND Remit 18 .8 Result <200 Res11/t ND Remit 19.1 Blank Duplicate Duplicate 88.8 89.6 91.4 98.8 Blank Duplicate Duplic11te ND ND Standard . /(11011111 20.0 Blank Duplicate D11plic(lt1! ND Standard /(11ow11 20.0 Printed 04/06/2009 Page I of I Project Unit grnms grams U11ir % % % % U11it mg/kg U11it mg/kg mg/kg Unit mg/1,g Unit mg/kg Unit mg/kg U11it mg/kg RPD l.imit% 0.113 25 0.667 25 0.437 25 0.101 25 RPD Limit% Recover% limits% 94 .0 90 -110 RPD Limit% Recot1er% Limits% 95.5 90-110 RPD is Relative Percent Difference: abs(rl-r2) / mean(rl ,r2)"' I 000/o Recover% is Recovery Percent: result/known* 100% lS0-17025 # 0637-01 LDSC/iem l'J.0. /.232 \or1hTl•i,1s Rr:!inn: l/,01 I·:. l.a11111r llh·1l •111/, \rlfn)!1t111'1'.X i601 I NELAP-accredited #Tl 04704201-08-TX www.a1111-lab.corn MEMBER 2007 Seal of Excellence FormrprPROJQCGrptCreated 01/27120051'1 .0 -r . I .-: CORY. ··1 :;-{ . ~i: COMPLETE SERV1CE !.AS W 2600 Dudley Rd PO Box9000 l<ilgore, TX 75662 903.984.0 55 1 (fx) 903.984.5914 e-mail; corn(il)ana-lab.com. . . . ~· . . .. " --.... Panhandle Oklahoma North-TX 806 .3S5 .3556 405.292.6530 617.261,6404 RI G d V II L ' • G If C 0 ran a ey ou1s1ana u oast 956.831 .6437 316 .219 .9300 281.333.9414 Central· TX 512.821 _.0045 Alb a ama 256 .651.7264 Report to: l PrpJect-name/location I f'l\.ti..C + ,·"' e. 2.. -"iZ. ... io.,-. ?~vii""" -.i:;;...,,, ...... ,r) ·s~P"t.-~ ~ Analysis Requested Company name: l . Sllll ng A'ddress (if different) I <.. -,-I f: !A.~ Address:(q f .; I ~ O A"""1:.,.n.,,1-kr /2.i)'-I.J ! ~ City ti 11~5 State Zip I City State Zip j-,t..... 7$' 2. i..11 ~ I Phone Fax I Phone Fax ?/../-{:,Ji) -'JJ<)o Vt./'-5,q -JYS-b "' I Sampler Signature I Printed Name I Affiliation PO Numb~ 5 I · l&, $-:.S. • Lab Number ! I #of Oo Not Use Field Identificati on j Date 11me Matrix Containers Notes ,()9,1:;.. </9 \>a.lc.r..,,.,~ .. °'" YP.ltnvJ <..&;.Jwlr.<i I I g_J !:'>l O -~ / I ~ <f9· Y ~uO\.J 'Dlf <' ,{ r /-,,1 ...AJkrMe.(l I I ~-5 I I I .1 S-1 o -2 I I 250 C, I l ¢..n v.f/11o...JJ />.,&...1 ...,/1 'Ls~ I { [>-',° S-1 l I () ·2 l 25""/ err.., ..,JI l,.<~ I i { ,~-1-! l 0-,(",,/ <S..~ i S-) ()-2. I ' ! I 252. 1u.,,~~i<-L ~ ._,,1,.Jt;..v...,ILsf: ! I lsz-x c:;_l 0,-"2. I 253 '/e.l/hu <Sr d,,,flv ,..k.u-lt..1J ! i I (!,-q 'l.-1/ t./-t I I I I I l 2'5'{--CM ~ <.) {~ I lw ...J/r=r; .uJ I 'g I I f { I -Jo S-J D-2 I I ZS-:~ fsll~'-',Jd <>.kv '-VJ F c. .n~1 .... t:.V i i I I I I I ( i(S..11 C{_ \ 6 ·"2. I l 2..5'b ~..J I ! I 113-n s-/ o--z I 11a k &r "'-.,,4 , J,t,.j \,J Jc.;v, <, <; F i I D<Z.1(. g.< ..:...,l?J .,., I r= e ' i I ! I l 25\ l l I ~-)~ ~-I · D -2-I Date Time OWastewater 0Drfnkfng Water 0SW846 ll to . ~~· I I I I Relinquished by: i Received by: I i Samples contain D HF D CN OS= 0 other## Printed Name Si gnature d ~1flllatlon I '='fnted Name t"\.&-Signature Affiliation t{-( t/.'Oc) "'jg _,,>'e,,-? rl ~,-/, ~"' C. iZ ./4 --? s 7 .L..1 nnA ~u,d" _/ /) ~9 -l -Ana-lab~ , u -;/JA~~ loo< ~cna Star l<.athy Tarver ; 'r/ .,,{.,,,.,, I I i I " J / - I J ! . , I ' l i I I Samples Received on Ice? ~ r:;i/No Method of Shipment O Bus O FedEX ~~Siar O UPS O Hand delivered O Airborne Oother ##c~n0Qa689 a- Cooler/Sample Secura? Yes D No Tracking or Shipping Number Z. 5"/ b 6 3 6 003233 0 2/,,c, Requested TAT D Rouline fs', 3 day O 2 Day O 24 Hr D 2-8 Hour Samples conlaln HF CN Ana-Lab oersonnel collect samoles s soecl fted bv Ana-Lab SOP #000323. 003532 D I Samole ana: sis will be y p rovided accordino to A na-lab's Slanoard Te rms and C nditions oi A reemenl available u on re uest and at .,, ...... • !• :, ·,,., , -,,.,. An 0 g . p q ···-··· ·--•• y other lerms Ii n re deemed material alterations and are rej ected unless expressly agreed to in wri"ng by Ana-lab. n;' im Ji 2600 Dudley Rd Panhandle Oklahoma North-TX · Central-TX 'I A ~~g:~:.~0075662 ~Jtt11~1.,~1~,.t# 806.355.3556 405.292.6630 . 817.261.6404 512.821.0045 ~~ ......... ' 903.984.0551 ...._ ____________ __. 0 Rio Grand Valley Louisiana Gulf Coast Alabama u :q ~ COKr.~ (fx} 903 984 5914 · . · 956.831.6437 318.219.9300 281.333.9414 256.651.7264 !;j • eJ1U•11111• 1i r:-THE_ . ....,co,...,!d-PL_·eT_._se_ii_:...c_._v.s,..,....-w __ _:e-::.;m:.:.:::::af::.:.f:.;:.c.,,or=o®·..:,a.:.:;na::...· ·:.:lazb·:.::.co::,:m~.·-.....,.-::---,--:---::--:-:----------------r--------------mm-ll!l!L, 1-\ 1_ Roport_to: .. .·· :1 ProJe_ ct-name/location m "' Jkjl Analysis Requested ~ ~ f I l-c=-o-m_p_a_n_y-na_m_e_:---------------. __ -+-=s"'il,.,..lin-g"""A,....d:-:d-re_s_s ..,,.(lf::-d.,,-iff:-:-e-re_n..,,t):--------------1---,---r-.__;..+--'--r-":-;.,,----,-.....,....;~~ ~ 1 '1111ft IJ)j i-...,....,..__,,-----------~-------1----------------------1 ....... > 1n,1111luUI Address: 1 , \..:_ a.--City State Zip City State _Zip \ t-=--~~----~~~~~~-~~~~~~~---1 ·~· Phone Fax Phone Fax "' .. i Sampler Signature I Printed Name \ Affiliation PO Number >/. I \-~ I I 1· Lab Number ,~ Do Not Use Field Identification Date Time Matrix #of Containers Notes I ( ts-I(.. S-/0 -?-./ . , ~5q ~r ~:fl....r.:. • .1 ;,t&.~wlr~ ( (5-/ 'i 5-/ t>-Z, I g....1q . ~-I D-2 ( (!.,zc _s,/ l)-"2. I &-ZD S--2. 7--<1 I (1...--z,( ~-,-~-'-{ I l~-'2,. '2. <i.-/ {) -2.. I {)-Zt( 5'-/ o -2 i, I'--. __ z..,...~;r:;_,;.G.-+k.,,,._1 i"'-...:..;p. ~·""-.c.;'"'f-=c;r..,_,lf-1+->-r-=lt.t,.,,_~=· ...L.l..:....r(.;:;;..-::_-l----f---+-' --+--'-'--1"-(5-_2..:....<_4.)·-=2.--=='Z'--" ..... 'rr-+-1--+---+-+---+--+--r----l } ,.___Z-:;::;..,::'7'-7'--l-\-"'-'lt/,c:.:.~.::-.~-1~~~n-e!iC,/~,0,./.,,...,_,/..u.....c /11v-1-'.;..:1., ;;_P_. __ --1, __ -!..--~.l.-l ....!.{ __ ..i;S;....-26__;;;,,,_-=S-__,_/ ~o -=-2..::::....J.--'---L-1---L---1.-..!.--.1.----l f Date Time Relinquishe~ oy: Received by: I i 0Wastewater 0Drlnking Water 0SW846 I Samoles contain O HF O CN OS= D other## Printed N'f:1---1:!{o/V\. T Signature Affiliation I ffflnted Name t"\..&-r Slgnat~e Affiliation , 1 nnA ~1~ , / /) 1 KathyTarver Ana-lab/Jg.A;; ; (},,~ / V f Samples Received on lee? C].,,....Yes l2l No Method 0 1 Sh1pmeni O Bus . D FedEX ~e Siar D UPS D Hand aefivered O Airborne Octher ##cdcQa.6$9 ~z' I O . Cooler/Sample Secure? i2:f Yes O No Tracking or Shipping Number Z-S{ t? ~ 0 · · · 003233 0 . (_ Requested TAT . 0 Routine 0 . 3 ciay O 2 Da~1 0 24 Hr O 2-'8 Hour Samples conta in Hr CN 003 532 Q · . Ana-Lab personnel collect samples as speciiied by Ana-Lab SOP #000323. _ Sample analysis will be provided according lo Ana,lab's Standard Terms and Conditions or Agreement, available upon request and al w....--:1.a na-!Jllg:Q(I.}. Any o·-lh_f!_r t-erm-.-=o03BB""".,,.....,.......,t\,,..dJi-1v=. 1-l-a-re-, deemed malerial alterations anci are rejected unless expressly ag reed to in writing by Ana-lab . ... . ........... -· ...... _ ................... ., ...... _. __ ,, ..... .. I I ::::l 2600 Dudley Rd Panhandle Oklahoma North-TX Central-TX ..,_ . ·~~-m ;i,:: PO Box9000 I ... , ... ,... .. ·-~·ralt . I 806.355.3556 405.292.6630 817.261.6404 512.821 .0045 88 ~iiff~1r~ ~ ANA & l<ilgore, TX 75662 \,...;,.:..J :;4,: • ·.J.;t .. ·:. '• :~_::. -.. ' ... i· • :: j~ ' 903.984.0551 Rici Grand Valley Louisiana GolfCoast Alabama COKi':p . .l (fx) 903.984.5914 -· '956,831,6437 318;219.9300 281.333.9414 256.651,.1264 m .., THE CO~IPLElE SERVICE l/18 W e-mail: corn®ane-lab.com ··· · -i m Project• name/location .. ... Report .to:, ·: . . l\i Analysis Requested ~ ~ Company name: Billing Address (if different) n 1111illli m ,-. Address: :,. tJ> i City State Zip City State Zip ~ t•=- l ' Phono fax I Phone Fax i I Sampler Signature . I Printed Name I Affiliation PO Number . ~ .. Lab Number #of . , .... I. Do Not Use . Field ldontificatlon Date Time Matri1< containers Notes I . Zb~. y,,/t..., "G.. , f4J I I <'f>-U<.-~ 2.•..f v[ I 2 "q I ~«.td!.it.. ,;;;/-A; ~~.J ....... ;;tJV ,. I \ I .. I '{?. "Z '°:t <;-I 1"1-'2.. '70~'. 'th,1.1i r.:,t.....t (,i 11~,,~v ~Ir:€ .. ( ~-2~ >-l h-'2- 27. f · ~r r:.: r/ ,. it;iJ ...,.; I F~ I I . &-20 s-1 f\-?.. I z.rz. ~(" dA.c.1 \.J ·1 u) I t-3o s-1 & -2 273 111 ... .,,hbs.t, t<,,.. -._, /~ ... ,( e,{'1..1.-) C;~ I ~-'JI s-1 o-z 2. 71./-. .-r~~ M~.., c Vu/ _._/er [;;. I , ~-·n S-'i '-{-lo I :275 -. I I ' Dl:v<:. 0l~v >wldv ;:-f « ·>'-s --i !i-V 2..1.(, <Luf 1J; t..l, 'f41 ~. rH// ·. ""IF f l I ( I · I i CS-l'J ~-, ()-'2.. 2-,1 l I I I P. . {Le..,( 1} C .o( ~/11u I I ~-'"J;f $-"Z ,z,.f I Date Time · Relinquished · by! I Receivedby: I OWastewater 0Drlnking Water 0SW846 SamDles contain D HF ·n CN ns .. n othertlil Printer,~~ Signature Affiliation Plnted Name ~:to Signature Affiliation nnc .. _ . r · ./ - f%q 100<:: Lon~ ~t~r . Kathy Tarver -A,;:~~"'b ~ ~ / / //?./Are,._ -. .., _ -· .. //.J /A_,e,_. I / l -.J ., ' -.. ... I . -. .. --· l ~··samples Received on ·1ce? ~ ~o Method of Shipment D Bus o ·FedEX ·G!"'Gne Siar D UPS D Hand delivered O Airborne ~g3689 · Er-· Oolher _ 11-f!comme t 3233 CJ .. ·-Cooler/Sam~le Secure? , 1 _ Yes O No Tracking or Shippirlg Number Z. 'S{{, 5'. 3 Ya · . . · .. 0 I ·· 1 · Requested lAT ... 0 ; Routme O 3 day O 2 Day O 24 Hr O 2-8 Hcur Samples contain HF CN 003532 Q 2/ · Ana-Lab ersonnel collect sam les ass eclfled b Ana-Lab SOP i\:000323 . . . . · . · . · , ? · Sample analysis will be .provided according to Ana-1:ib's Standard Terms and Conditions 01 Agreement, available upon request and al ~wM.ana-1;,b .c,-n}. Any _olher terms prop · · · deemed material alter.aUons and are rejected unless expressly agreed lo in writing by 'Ana'lab. · THE STATE OF TEXAS COUNTY OF TARRANT CITY OF FORT WORTH, TEXAS CONTRACT KNOW ALL BY THESE PRESENTS This agreement made and entered into this the __ day g(J A.D., 2011 , by and between the CITY OF FORT WORTH, a municipal corporation of Tarrant County, Texas , organized and existing under and by virtue of a special charter adopted by the qualified voters within said City on the I I th day of December, A.D . I 924 , under the authority (vested in said voters by the "Home Rule" provision) of the Constitution of Texas, and in accordance with a resolution duly passed at a regular meeting of the City Council of said city , and the City of Fort Worth being hereinafter termed Owner, Conatser Construction TX, LP, HEREINAFTER CALLED Contractor. WITNESSETH : That said parties have agreed as follows: I. That for and in consideration of the payments and agreements hereinafter mentioned to be made and performed by the Owner, and und e r 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 : Pavement Reconstruction, Water and Sanitary Sewer Main Replacement on Portions ofBideker Avenue, Burton Avenue, and Bright Street 2. That the work herein contemplated shall consist of furnishing as an independent contractor all labor, tools , appliances and materials necessary for the construction and completion of said project in accordance with the Plans and Specifications and Contract Documents prepared by the Department of Engineering for the Transportation and Public Works Department of the City of Fort Worth adopted by the City Council of the City of Fort Worth , which Plans and Specifications and Contract Documents are hereto attached and made a part of this contract the same as if written herein. 3 . The Contractor hereby agrees and binds himself to commence the construction of said work within ten ( 10) days after being notified in writing to do so by the Department of Engineering of the City of Fort Worth. 4. The Contractor hereby a grees to prosecute said work with reasonable diligence after the commencement thereof and to fut ly complete and finish the same ready for the inspection and approval of the Department of Engineering of the City of Fort Worth and the City Council of the City of Fort Worth within a period of 424 calendar days. If the Contractor should fail to complete the work as set forth in the Plans and Specifications and Contract Documents within the time so stipulated , plus any additional time allowed as provided in the General Conditions, there shall be deducted from any monies due or which may thereafter become due him, the sum of $630 Per working day, not as a penalty but as liquidated damages, the Contractor and his Surety shall be liable to the Owner for such deficiency. 5. Should the Contractor fail to begin the work herein provided for within the time herein fixed or to carry on and complete the same according to the true meaning of the intent and terms of said Plans, Specifications and Contract Documents, then the Owner shall have the right to either demand the surety to take over the work and complete same in accordance with the Contract Documents or to take charge of and complete the work in such a manner as it may deem proper, and if in the completion thereof, the cost to the said City shall exceed the contract price or prices set forth in the said plans and specifications made a part hereof, the Contractor and/or its Surety shall pay said City on demand in writing, setting forth and specifying an itemized statement of the total cost thereof, said excess cost. 6 Contractor covenants and agrees to indemnify City's engineer and architect, and their personnel at the project site for Contractor's sole negligence. In addition , Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense , the Owner, its officers, servants and employees, from and against any and all claims or suits for property loss, property damage, personal injury, including death, arising out of, or alleged to arise out of, the work and services to be performed hereunder by Contractor, its officers, agents, employees, subcontractors, licensees or invitees, whether or not any such iniury, damage or death is caused, in whole or in part, by the negligence or alleged negligence of Owner, its officers, servants, or employees. Contractor likewise covenants and agrees to indemnify and hold harmless the Owner from and against any and all injuries to Owner's officers, servants and employees and any damage, loss or destruction to property of the Owner arising from the performance of any of the terms and conditions of this Contract, whether or not any such iniury or damage is caused in whole or in part by the negligence or alleged negligence of Owner, its officers, servants or employees .. In the event Owner receives a written claim for damages against the Contractor or its subcontractors prior to final payment, final payment shall not be made until Contractor either (a) submits to Owner satisfactory evidence that the claim has been settled and/or a release from the claimant involved, or (b) provides Owner with a letter from Contractor's liability insurance carrier that the claim has been referred to the insurance carrier. The Director may, if he deems it appropriate, refuse to accept bids on other City of Fort Worth public work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract. 7 . The Contractor agrees, on the execution of this Contract, and before beginning work, to make, execute and deliver to said City of Fort Worth good and sufficient surety bonds for the faithful performance of the terms and stipulations of the Contract and for the payment to all claimants for labor and/or materials furnished in the prosecution of the work, such bonds being as provided and required in Texas Government Code Section 2253, as amended, in the form included in the Contract Documents, and such bonds shall be for 100 percent ( 100%) of the total contract price, and said surety shall be a surety company duly and legally authorized to do business in the State of Texas, and acceptable to the City Council of the City of Fort Worth . 8. Said City 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 successful bidder hereto attached and made a part hereof. Payment will be made in monthly installments upon actual work completed by contractor and accepted by the Owner and receipt of invoice from the Contractor. The agreed upon total contract amount (including/excluding) alternates n/a, shall be Two Million Ninety-two Thousand Four Hundred Sixty-five and 45/100 ...................................................................................................................... Dollars, ($2,092,465.45). 9. It is further agreed that the performance of this Contract, either in whole or in part, shall not be sublet or assigned to anyone else by said Contractor without the written consent of the Director of the Department of Engineering . 10. The Contractor agrees to pay at least the minimum wage per hour for all labor as the same is classified, promulgated and set out by the City of Fort Worth, Texas, a copy of which is attached hereto and made a part hereof the same as if it were copied verbatim herein. 11. It is mutually agreed and understood that this agreement is made and entered into by the parties hereto with references to the existing Charter and Ordinances of the City of Fort Worth and the laws of the State of Texas with references to and governing all matters affecting this Contract, and the Contractor agrees to fully comply with all the provisions of the same . IN WITNESS THEREOF, the City of Fort Worth has caused this instrument to be signed in ~ counterparts in its name and on its behalf by the City Manager and attested by its Secretary, with the corporate seal of the City of Fort Worth attached. The Contractor has executed this instrument through its duly authorized officers in~ counterparts with its corporate seal attached. JUL 12 2011 Done in Fort Worth, Texas, this the __ day of A.D ., 201!.: APPROVAL RECOMMENDED: Ji:1:w~~~:¥ DIRECTOR, DEPARTMENT OF TRANSPORTATION/PUBLIC WORKS ATTEST : Conatser Construction TX, LP PO 15448 Fort Worth, TX 76119 CONTRACTOR ~~ Jerry Conatser, President of Conatser Management Group, Inc , G .P. TITLE P .O . Box 15448 Fort Worth, TX 76119 ADDRESS November 1960 Revised May 1986 Revised September 1992 Revised March 2006 CITY OF FORT WORTH FERNANDO COST A, ASST CITY MANAGER CITY SECRET ARY (SE AL) LEGALITY ASST. CITY ATTORNEY OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX 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 CONTRACT 5A BIDEKER AVENUE, BRIGHT STREET AND BURTON AVENUE DOE 5876 REVISED Bid Submittal Due Date: March 3rd, 2011 Addendum No. 1 Issued: February 23rd, 2011 This addendum revises the Bid Submittal Due Date to March 3rd, 2011. 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 : "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 ACKNOWLEDG~ED William A . Verkest, P .E. D IRECT O R By:~ TRANSPORTATION & PUBLIC WORKS DEPT. / n By· ISi \(hi,L Jo-e>-(2,_,,.i Company: \-DYlChlSe r-~ r1 $·h1..uJ'(f>T\ JX Lf · Khal Jaafari , P.E. Project Manager A -I I' CITY OF FORT WORTH I TEXAS T RANSPORTATION & PUBLIC WORKS DEPARTMENT ADDENDUM NO . 2 to the Specifications & Contract Docu ments for 2007 CRITICAL CAPITAL PROJECT COUNCIL DISTRICT 5 CONTRACT5A BIDEKER AVENUE , BRIGHT STREET AND BURTON AVENUE DOE 5876 Bid Submittal Due Date: March 3 rd, 2011 Addendum No. 2 Issued: March 1st, 2011 The Specifications , Contract Documents and Drawings for the above mentioned project are revised and amended as follows: The Contract Documents for the subj ect project are hereby amended as follows: A. 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 : 1. Bid Item 00119 has been removed from this project. 2 . Bid Item 00126 Fence -Install has been divided into fences of various construction . 3 . Bid Item 00127 Fence -Remove has been d ivided into fences of various construct ion . 4 . Bid Item 00137 Sod has been removed . 5. Bid Item 001 4 7 Topsoil h a s been g ive n a un it pri ce . 6. Bid Item 00185 Tree Removal has been replaced with Bid Item 01321 Miscellaneous -Tree Removal. The unit of measure has changed from "lu m p sum " to "each ." 7. Bid Item 411 -"Paving Improvements Bi d Item" section, B id Item 0041 1 "Special Retaining Wall Detail" has been removed . Bid Item 00411 B "Retai ni ng Wall With S idewalk Deta il."-has been added . Quantities have A-1 ' been adjusted for th is change . On this project, all retaining wall shown is to be constructed with the adjacent sidewalk . 8. Added Item 004298 "Pavement-8 Inch -4,000 PSI -TxDOT Connection - Install ," Item 00449 "Pavement-4 Inch-Type D Underlayment -TxDOT Connection -Install " and Item 00484C "Subgrade-6 Inch-Lime Stabilized-48 lbs/sy -Install" have been added to anticipate a revision to the existing TxDOT Permit regarding the pavement section constructed on Bideker at US 287 . Note the steel placement and size on attached TxDOT Detail Sheet "Permit Construction Street Connection Details." Note that all steel shown in the detail shall be subsidiary to Bid Item 004298 . 9 . Bid Item 00471 Pavement -Transition -Min 6 Inch HMAC -Install has been added . 10 . Bid Item 005308 "Retaining Wall with Sidewalk Detail " has been added to the Paving Improvements and to Alternate Bid for sidewalk constructed in combination with retaining wall. This is due to the fact that combination walk and retaining wall shows steel placement on 12 " centers both ways . The quantity for Bid Item 00530 has been adjusted for sidewalk constructed per city standard with steel placement is on 18" centers both ways. 11. In both the water improvements and the sewer improvements, 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 unit of measure has changed from "square foot" to "linear foot." B. Mayor and Council Communications -Subject: 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 Provisions for Street and Storm Drain Improvements" Sheets 19 -29 , and replace with attached Sheets19 -29 marked "Addendum #2 ". Note the following revisions : 1. Item 42 has been modified to reflect that all concrete is to have a minimum 28 day compress ive str ength of 3,500 ps i wit h Numb er 3 steel reba r placed on 18" centers . 2 . Item 46 -Pavement -Transition -Min 6 Inch HMAC -Ins ta ll ha s been added . 3. Ite m 62 Signs , Ite m 65 , It em 66 , and Item 6 7 re fl ect tha t the contractor is to supply a uni t price for each bid item . A-2 4 . Additional text resulted in repag ination . D. Remove Plan Sheet 6 , Plan Sheet 7 and Plan Sheet 7 A and replace with Plan Sheet 6, Plan Sheet 7 , Plan Sheet 7A and Plan Sheet 78 marked "Addendum #2 ." Note the following revisions : 1. Concrete Compressive Strength has been added to each typ ical section . 2 . Steel requirements on Contract ion Joint and Expansion Joint have been modified . 3 . Concrete thickness has been revised to 8-inches . 4 . TxDOT "Permit Const ruction Street Connection Details " is provided . This Addendum No . 2 , forms part of the Specifications & Contract Documents for the above referenced proj ect and modifies the original Specifications & Contract Documents of the same. Acknowledge your receipt of this Addendum No . 2 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 : "RECEIVED & ACKNOWLEDGED ADDENDUM No.2" (3) Execute acknowledgement below and subm it signed copy with your proposal at the time of bid submittal Failure to acknowledge receipt of the Addendum No . 2 may subject bidder to be considered "NONRESPONSIVE ", resulting in disqualification . RECEIPT ACKNOWLEDGED Greg Simmon s , P.E. // , ,.,. ~ ACTING DIRECTOR T PW By , ~~ TRANSPORTAT ION&PUBLl:z:rSD~FT t7' B · /S/ \ (Ny' \_,._,.. fl /l y. Cl ' Company. \..._.Q(lod5e, l;O:{)sf:Y-ut;fi ~LP Khaf Jaafari , P.E . ' \ '.\ Project Manager \ \J ·,,; A-3 CITY OF FORT WORTH , TEXAS TRANSPORTATION & PUBLIC WORKS DEPARTMENT ADDENDUM NO. 3 to the Spec ificat ions & Contract Documents for 2007 CRITICAL CAPITA L PROJECT COUNCIL DISTRICT 5 CONTRACT5A BIDEKER AVENUE , BRIGHT STREET AND BURTON AVENUE DOE 5876 Bid Subm itta l Due Date : March 3rd, 2011 Addendum No. 3 Issued: March 2nd, 2011 The Specificat ions , Contract Documents and Drawings for the above mentioned project are revised and amended as follows: The Contract Documents for the subject project are hereby amended as follows : Remove Proposal Section Sheets 6 -(1) through 6 -(5), and replace with attached Sheets 6 -(1) through 6-(5) marked "Addendum #3 ". Note the fo ll ow ing rev is ions : 1. Bid It em 00223 (Sewer) has been removed from th is project. A-1 G :\1210\4397-32\Projecl\Specilicalions\Contmct 5A\JOO',t. Sel · 5A\00946 Addendum No ).doc.it ,, Th is Addendum No. 3 , forms part of the Specifications & Contract Documents for the above referenced project and modifies the orig ina l Specificat ions & Contract Documents of the same. Acknowledge your receipt of th is Addendum No . 3 by complet ing the requested information at the following locations : (1) In the space provide on the signature page of the Proposal (2 ) Ind icate i n upper case letters on the outs ide of your sealed bid envelop : "RECEIVED & ACKNOWLEDGED ADDENDUM No.3" (3 ) Ex ecute acknowledgement be low and submit signed copy with your proposal at the t ime of b id submittal Fa ilure to acknowledge receipt of the Addendum No. 3 may subject bidder to be conside red "NONRESPONSIVE", resulting in disqualification . RECE l~T ACK iW LEDG~D Greg Simmons , P.E. ACTING DIRECTOR TPW By -~ TRANSPORTATION & PUBLIC WO t,/ () (v By : -'-"'I S'--/ __ i -+--\----++--4,( v\ Compa ny :con~4s,N· \.]D'.)fil CJ,e;t ;01-·l1Y 1 Lf KhalJaaf ari , P.E. Pro j ec t Ma na ger A-2 FORT"WORTH =--,, •w• ,-, City ·of Fort Worth Minority and Women Business Enterprise Specifications SPECIAL INSTRUCTIONS FOR BIDDERS APPLICATION OF POLICY :f::~:::::-'i)Jf :f~{(pt_a.1 :g§,1,1,~t-:R~JM!}?n h~}~~.~~~.¢fi~:.,~?,9P~·t~t :'!lp[~;J~i(ri/!{Y\'~,Ei~§,1 )~\,eij(ic~~,~'.:':::::;)s'.f /-::;::;a,/:11,J f t ~eJ otal :,dollar~Valuei of.,t he · contract is ·tes·s: thah -$25 ,000 ,Jh~ MNVBE :goaLis ;hot applicable ;:: :-·:<'i··. ~ :\ POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority and Women Business Enterprises (M/WBE) in the procurement of all goods and services to the City on a contractual basis . All requirements and regulations stated in the City's current Minority and Women Business Enterprise Ordinance apply to this bid . M/WBE PROJECT GOALS The City's M/WBE goal on this project is --=28"--__ % of the tota l bid (Base bid applies to Parks and ·Community Services). COMPLIANCE TO BID SPECIFICATIONS On City contracts of $25 ,000 or more, bidders are requ ired to comply with the intent of the City's M/WBE Ord inance by either of the following : 1. Meet or exceed the above stated M/WBE goal, or 2. Good Faith Effort documentation, or; 3. Waiver documentation, or; 4. Joint Venture. 1. Subcontractor Utilization Form, if goal is received by 5:00 p.m., five (5) City business days after the bid met or exceeded : openinQ date, exclusive of the bid opening date. 2. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after the bid Utilization Form, if participation is less than opening date , exclus ive of the bid opening date. stated Qoal: 3. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after the bid Utilization Form, if no M/WBE participation : openi ng date, exclusive of the bid opening date. 4. Prime Contractor Waiver Form , if you will received by 5:00 p.m ., five (5) City business days after the bid perform all subcontracting/supplier work : opening date , exclusive of the bid opening date . 5. Joint Venture Form , if utilize a joint venture received by 5:00 p.m., five (5) City business days after the bid to met or exceed goal. opening date , exclusive of the bid opening date : :"I)'FAl1"WRETQ :conilPLy:WITH ::rHEPl1:Y'S tlVI/WBE .ORPINANC~/WIL t RE$UL."t 'IN}THE 'BID .BEING.:<,,·;: .-.·,:.,i,,;<!i·, ·· _ ... ,-· ·ti:it'c.0Ns1i::,eReDNoN ~R~sP.bt.is1ve r o ;sP1:G1F1c.AT10Ns·· ·:: ·::;.JI.-:>·· -·· .. ,.i::,.:.-, Any questions, please contact the M/WBE Office at (817) 392-6104, G:\12 10\4397-32\FROJECT\SPEC IF ICA TIONS\CONTRACT 5A\l 00% SET -SA\03.1 -PINK - 11-1 5-0 5 SPECIAL INSTRAUCTIONS .RECREATED .DOCX Rev. 11/1/05 FORT WORTH ~ City of Fort Worth Subcontractors/Suppliers Utilization.,Form D ATTACHMENT 1A Page 1 of 5 PRIME COMPANY NAME : Check applicable block to describe prime ru cJ i On -r,: M/W/DBE NON-M/W/DBE 2007 Critical Capital Project Council District 5, Contract 5A Prime's M/WBE Project Utilizati on: City's M/WBE Project Goal: 28% Ji.3 % DOE No. 5876; CITY NO . 00946 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. Marketplace is the geographic area of Tarrant, Parker, Johnson, Collin , Dallas, Denton , Ellis, Kaufman and Rockwall counties . · ALL M/WBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms , located or doing business at the time of bid opening within the Marketplace , that have been determined to be bonafide minority or women businesses by the North Central Texas Regional Certification Agency (NCTRCA), or the Texas Department of Transportation (TX DOT), highway division . Disadvantaged Business Enterprise (DBE) is synonymous w ith Minority/Women Business Enterprise (M/WBE). G:\1210\4397-32\PROJECT\SPECIFICATIONS\CONTRACT 5A\100% SET -5A\03 .2 -PINK-5-30-03 SUBCONTRACTOR-SUPPLIER UTILIZATION FORM .DOC Rev . 5/30/03 FORT WORTH ---.,..---03 -03 -11 °C'-: _ I ATIACHMENT 1A Page 2 of 5 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 i ,·,.:;,,-- (check one) /1 9•) SUBCONTRACTOR/SUPPLIER T N T ,::mt: Detail Detail Company Name i C X JM? Subcontracting Work Supplies Purchased Dollar Amount Address e M w T D ft Telephone/Fax r B B R 0 E E C T j ~\ A ,:._,_.:·. :·,h\fG -rr~i~e "Y J.la.u.1 CJ . t-$J J, 3;q oo .OO ROBERT GRANADOS TRUCKIN( 'S u. <p W8 5412 Kmgshnk Circle v v Fort Worth, Texas 76135 I (817) 237-3520 C,o ne,(~e__ $;) 9 /p I {)6() 'd) ?,cd i (h ;X' COWTOWN REDI-MIX PO Box 16232 7 I V V Fort Worth , Texas 76161 V (8 17)759-1 9 19 f (817) 75 9-171 6 Roadrunner Traffic Supply I -r(?A-f-fi'L $'-II OCi>· D'() v11--f ,V/ 3200 Marquita Drive , nc. Fort Worth , Tex as 76116 I v V SApp1it£ phone: 81 7-244-0305 fax : 817-244-4819 l/-1 yd (DMulvh- $ (p I) .. DtJ _c;-O Texas Environmental Management Seeding / San Antonio, Inc . v P.O . Box369 I Justin, TX 76247 1,.1 · Soddk~ Phone :940648-3640 Shaunna ~v Ef dJ j bO-{)O MJ PIPELINE INSPECTION, INC. sr1sp()cA ;on I/ PO Box 851 I v o+ Granbury, TX 76048-0851 L'1neS Melody Bendewald (817 ) 946-1126 G:\1210\4397-32\PROJECT\SPECIFICATIONS\CONTRACT SA\100% SET-5A\03 .2 -PINK· 5-30-03 SUBCONTRACTOR-SUPPLIER UTILIZATION FORM.DOC Rev . 5/30/03 -SUN COAST RESOURCES INC Teri Bateman PO Box 972321 I Dallas , Texas 75397 V (800)677-3 835 x655 fORTWORTH I, ,:u~I v ATIACHMENT 1A Page 3 of 5 $ ~ 7l>D ,lf> 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 . ;~. (check one) }>, SUBCONTRACTOR/SUPPLIER T .:.n : N T j ~~'!: Detail Detail ' Company Name .i \~~j C .x Hill Subcontracting Work Supplies Purchased Dollar Amount Address e M w T D iv\ Telephone/Fax r B B R 0 '.!B E E C T iif A _'.;n;; MMG BUlLDING& CONST. SERVI 'E! , LL" Por-tP bl e_ [j ) > 300.DD P.O . Box 1298 ho j Je. --t- Hurst, TX 76053 Ren-J-01 I V (817) 510-049() f(817) 5)0-0495 I v p; p:! l +>; pe_ c/,J ~ CZ'L/1. 0 c) / p~ .)J', '13 s ~ J HD SUPPLY WATERWORKS, Ltd V PO Bo x 840700 \ V C). I l)fJ; Dallas, Texas 75284 (817) 595-0580 f+s pf);( I+-$ / I 1 7 DO , 6 o JLB Contracting, LLC I./ PO Box 24131 I V Fort Worth , Texas 76124 (8 17) 261-2991 .p;fe ,~PL $ d )otJO , oO V (--i+liff]5 ~ RINKER MATERIALS I II PO Box 730197 Dallas, Texas 75373 -0197 V~ I ve.s (817) 491-4321 G:\1210\4397-32\PROJECT\SPECIFICATIONS\CONTRACT 5A\100% SET-5A\03 .2 -PINK-5-30-03 SUBCONTRACTOR-SUPPLIER UTILIZATION FORM .DOC Rev . 5/30/03 .... FORT WORTH ATTACHMENT 1A Page 4 of 5 ~--~~~_.___--~--~-- Total Dollar Amount of M/WBE Subcontractors/Suppliers $ Total Dollar Amount of Non-M/WBE Subcontractors/Suppliers $ TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ · By affixing a signature to this form, the Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including M/W/DBE(s) arrangements submitted with the bid . The Offeror also agrees to allow an audit and/or examination of any books , records and files held by their company. The bidder agrees to allow the transmission of interviews with owners , principals, officers, employees and applicable subcontractors/suppliers/contractors participating on the contract that will substantiate the actual work performed by the 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 in itiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance and create a material breach of contract may result in a determination of an irresponsible Offeror and barred from participating in City work for a period of time not less than one (1) year . Title Printed Sign Contact Name/Title (if different) G :\1210\4397-32\PROJECT\SPECIFICATIONS\CONTRACT 5A\100% SET -5A\03 .2 ·PINK· 5-30-03 SUBCONTRACTOR-SUPPLIER UTILIZATION FORM .DOC . Rev . 5/30/03 ~.0 .6o-t Address City/State/Zip J fhof1Q__ g/7 -5?A-l)'-l 3 Telephone and/or Fax 0 ::,/ o::i.l ,;;Jo l, Date If ATIACHMENT 1A Page 5 of 5 H1 ',( 8'17 -/i3L/-Cfq$(,, G:\1210\4397-32\PROJECT\SPECIFICATIONS\CONTRACT SA\100% SET-5A\03 .2 -PINK-5-30-03 SUBCONTRACTOR-SUPPLIER UTILIZATION FORM.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 SA\100% Set -SA\04 .0 -SECT ION 4 COVER.doc TO: Mr. T.M. HIGGINS INTERIM CITY MANAGER, FORT WORTH, TEXAS FOR: City of Fort Worth, Texas Council District 5 Bideker, Bright, Burton D.O.E. No. 5876 . Unit I: Water & Sanitary Sewer Replacement Water Project No: P253 541200 605170094683 Sewer Project No: P258 541200 705170094683 Unit II: Paving Reconstruction T/PW Project No: C295 541200 205400094683 City Project No.: 00946 Fort Worth, Texas Pursuant 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 Port 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 bidding on and awarding the contract. .... City of Fort Worth Project Manager: Khal Jaafari , P.E. Project 2007 Critical Ca pita l Project Council District 5 ; Contract 5A Bideker Avenue , Bright Street , and Burton Avenue Date City Proj1 Number Company Name 2/14/2011 00946 PAVING IMPROVEMENTS BID ITEMS: Sub CPMS Record Group Number Material Descriotion Major BID -00100 ServiceCS Storm Water Pollu ti on Prevention Plan > Than 1 Ac SWPPP -Install BID -00119 REMOVED FROM BID PROPOSAL (ADDENDUM #21 Fence BID -00126A Other Fence -3' Wood Lattice -Install (ADDENDUM #2) Fence BID -001268 Other Fence -6' Chain Link -Install (ADDENDUM #21 Fence BID -00126C Other Fence -4' Chain Link -Install (ADDENDUM #2) Fence BID -00126D Other Fence -3' Chain Link -Install (ADDENDUM #2) Fence BID • 00126E Other Fence -Wroght Iron -Install (ADDENDUM #21 Fence BID • 00127A ServiceCS Fence -3' Wood Lattice,-: Remove (ADDENDUM #2) Fence BID -001278 ServiceCS Fence -6' Chain Link -Remove (ADDENDUM #2) ' Fence BID -00127C ServiceCS Fence • 4' Chain Link -Remove (ADDENDUM #2) Fence BID • 00127D ServiceCS Fence -3' Chain Link -Remove (ADDENDUM #21 Fence BID -00127E ServiceCS Fence -Wroght Iron -Remove (ADDENDUM #2) BID -00137 REMOVED FROM BID PROPOSAL (ADDENDUM #2) Soil BID . 00147 So il Topsoil -install (ADDENDUM #21 Site BID . 00181 ServiceCS Traffi c Co ntrol -Install C:\Users\cliff.CONATSER\AppData\Local\Microsofl\Windows\Temporary Intern et Fi les\Content.Oullook\UK80SOVH\Copy of addenda :61'51 .)Pro posal DOE# 5876 Unit of Measure Quantity LS 1 LF 25 LF 105 LF 513 LF 412 LF 330 LF 25 LF 210 LF 513 LF 412 LF 330 CY 1,505 LS 1 Your Unit Price Your Bid ::::tx).00 $ s:t).DQ -$ -- r.oo $ a.m.OQ ft,. 00 $ &)30.0C? 5 ,00 $ ~ :5(ft.r>fJ 400 $ I /,,l/-f. o? {0 .oD $ 3 ~oo .o_o {. o D $ J. 5. o D_ /. d..'.J $ J {,,J 5P /. OD $ :)/3 . Of? , .oo $ L/1)., 0 ~ ;;;., oo $ (.,t o o_o -$ - $ 16.00 $ 24,080.00 ,o ('J(){).00 $ t o ,a;o.oD ADDENDUM#3 City of Fort Worth Project Manager: Khal Jaafari , P .E . Project 2007 Critical Capital Project Council District 5 ; Contract 5A s ·d k A B . ht St t d B A 1 e er venue, ng ree, an urton venue PAVING IMPROVEMENTS BID ITEMS CONTINUED: Sub Ct'M:> Record unn or Group Number Material Description Measure Quantity Your Unit Price Your Bid Commom BID -01321 ServiceCS Miscellaneous -Tree Removal (ADDENDUM #2) EA 21 <100.00 $ g, L/00·()_0 Parkway BID -00402 ServiceCS Driveway -Remove SF 41,220 ,.).'5 $ 51 5;,5,qt) Parkway BID -00404 Concrete Driveway-6 Inch -In sta ll SF 41,061 450 $ I !Jf., 774.5/) Parkway BID -00407A Assembly Mailbo x -Install -On Metal or Wooden Pole EA 42 (00 .00 $ 1,:;..oo-0 ~ Parkwav BID -004078 Assemblv Mailbox -Install -Masonary, Rock , Brick EA 22 3-:50.0° $ , '7nn. QD Parkwav BID -00408A ServiceCS Mailbox -Remove -On Metal or Wooden Pole EA 42 ~o.o0 $ <J'fo. o_o Parkwav BID -004088 ServiceCS Mailbox -Remove -Masonary, Rock , Brick EA 22 1rn.oo $ d)OD_DD BID 00411 REMOVED FROM BID PROPOSAL (ADDENDUM #2) -$ -- Keta1mng vvan -per Keta1n1ng wa11 w1tn ;:,1oewa1K uetau-install \1~bD CJ. 100.o_o Parkway BID 004118 Other (ADDENDUM #2) CY 52 $ Parkway BID -00414 ServiceCS Utility Adjustment -Repair LS 1 $ 10,000.00 $ 10,000.00 Pavinq BID -00424 ServiceCS Curb & Gutter -Remove LF 6,925 ;) t>D $ I:> X~./;>O Pavement-1 ransmon -Min o men I ype ·1:1 nm"" msta11 lAUUl:NUUM 11 0.0° 1.IFD oO Pavini:i BID . 00471 Asphalt #2) TONS 38 $ Pavina BID 00443 Asohalt Pavement -2" (min) HMAC on 2/27 Concrete Base SF 1,499 [r;.00 $ z.cn1 o_o Pavina BID 00429 Concrete Pavement-8" Inch -3,500 PSI -Install (ADDENDUM #2) SY 22,646 dZ. &.5 $ (;L{-$, 807.~D t'avemen,-o men -4,uuu ,..,, - 1 xuu, <.;onnectton -install 4~0D J./.. 5t,{).D£? Paving BID 00429B Concrete (ADDENDUM #2) SY 100 $ l'avement-4 1ncn-1ype O'Underlayment -Txuu, Connecuon -1ns1a11 QO.OD :> :J./D.00 Paving BID 00449 Asphalt (ADDENDUM #2) '· SY 107 $ ' Pavina BID -00469 ServiceCS Pavement-Silicone Joint Sealant -Install LF 22,959 O.J-5 $ 5 7'Hi_75 Paving BID -00472 ServiceCS Pavement-Unclassified Street Excavation -Remove CY 7,670 Cf .DD $ fc, '1, O&). ~ o Pavinq BID -00479 ServiceCS Speed Hump -Remove EA 2 1000° $ :Joo .DO. Pavina BID -00480 Concrete Speed Hump -Install EA 2 100.0° $ czw .oo _ Pavina BID -00484A Lime Subqrade-6 Inch-Lime Stabilized-27 lbs/sv -Install SY 11,804 J .'15 $ ,~ L/tof.00 Pavina BID -004848 Lime SubQrade-6 Inch-Lime Stabilized-36 lbs/sv -Install (Bidecker Street. l SY 12468 d }f5 $ 3-5 5338C ::.uograae-o 1ncn-L1me ::.tau111zeu ... o 1os1sy -install (l:jlOecKer ::.treeq A9° 3'1). qo Paving BID • 00484C Lime (ADDENDUM #2) SY 114 $ Paving BID -00496 Lime Subgrade-Lime for Stabilization -Install TONS 384 /L[O .DD $ 53 7t:i,Q.DD .. ow .oo I 'z (){). O(J Siqn BID -00504 Steel SiQn-Proiect DesiQnation -Install EA 6 $ C:\Userslcliff.CONATSER\AppData\Loca l\Microsoft\W indows\Temporary Internet Fil es\Content.Outlook\UK80SOVH \Co py of addenda :6tf2.)Proposal ADDENDUM#3 City of Fort Worth Project Manager: Khal Jaafari, P .E . Project 2007 Critical Capital Project Council District 5; Contract SA Bideker Avenue, Briqht Street, and Burton Avenue PAVING IMPROVEMENTS BID ITEMS CONTINUED: ;:;uo ""M"' Recoro Unit OT Group Number Material Descrlotlon Measure Quantity Your Unit Price Your Bid Sidewalk BID -00529 ServiceCS Walk -Remove SF 17,085 /.00 $ 11 o&'5.()0 Sidewalk BID -00530 Concrete Walk-4 Ft -Install (ADDENDUM #2) SF 20,100 ,J.,75 $ :') 5. ~ •7.'5t)O Walk-5 Ft • "Retammg Wall with ;:;1aewalk Detail" ,-lnslall ,.".:.." '"IM .t.J.00 K'.). 00. qD Sidewalk BID -00530B Concrete #2) SF 2,050 $ Sidewalk BID -00532 Concrete Walk-ADA Wheelchair Ramp -Install SF 3,302 9 ,oo $ .J.cr 7,goo Sidewalk BID . 00533 ServiceCS Walk-ADA Wheelchair Ramp -Remove SF 1,514 / .50 $ ;/;J?f. (!J Sidewalk BID -00536 Concrete Walk-Steps -Install SF 527 u_oo $ /,,' 3:).cJ.1)0 Sidewalk BID -00537 Concrete Walk Steps -Remove SF 527 -~,00 $ I S'i'J.QO Distributio BID -00847 ServiceCS Valve Box Adjustment EA 1 I ()().w $ Jr.l).OQ Pavina BID -00843 Concrete Curb-7 Inch -Install LF 13,556 I . ;s $ ,J 3 7 d-.!J oO Distributio BID . 00848 ServiceCS Meter Box-Adiustment -Services EA 184 .~5-00 $ ~-it/D. (?O Collection BID . 00849 ServiceCS Manhole-Adiustment -Services EA 8 ~(J().00 $ d /I()(). op Lighting BID . 00973 Assembly Light-SalvaQe ExistinQ Street LiQht Equipment -Remove EA 3 f,OrXJ.oO $ ~ rYDf:O Liqhtinq BID . 00967 Assembly LiQht-Concrete Foundation Type 1, 2, & 4 -Install EA 3 7':{).00 $ :1 :15Qoo Liohtina BID . 00975 Assembly LiQht-Type 11 , 8, D-25 , D-30 Pole & Arm -Item purchased from City-Install EA 3 3 QOO.oo $ q (JJ).OP TOTAL PAVING IMPROVEMENT~ I. 374 I /0. 45 DRAINAGE IMPROVEMENTS BID ITEMS: .. Sub CPMS Record Unit of Group Number Material Descriotion Measure Quantity Your Unit Price · Your Bid Major BID -00080 ServiceCS Pipe-Remove LF 16 to .DD $ //J) oD Major BID -00081 Concrete Pipe-21 inch-CL Ill -Install LF 114 10.00 $ L/ '5{o()_ DO Maior BID -00101 ServiceCS Unclassified Trench Excavation & Backfill -Install CY 149 (p.oo $ ?f!L./_ Op Minor BID -00102 ServiceCS Inlet -Remove EA 21 J{(J).OD $ ~ L.Jtf).QD Minor BID . 00104 Concrete lnlet-Drop-4 FT· Install EA 1 I. 500-00 $ I 5W OQ Minor BID -00106 Concrete lnlet-lnline-10 Ft. -Install EA 22 d (){)(),oD $ 41000. oo Collection BID . 00372 ServiceCS Trench S~!ety System 5 Foot Depth · Install LF 144 3.00 $ 4=u.oo TOTAL DRAINAGE IMPROVEME 5'1 CJLJ&,.Dl C :\Usersl cliff.CONATSERIAppData\Local\MicrosoftlWindows\Temporary lnlemet Files\Contenl.Outlook\UK80SOVH\Copy of addenda :6t~)Proposal ADDENDUM#3 City of Fort Worth Project Manager: Khal Jaafari, P .E . Project 2007 Critical Capital Project Council District 5; Contract 5A Bideker Avenue, Bright Street, and Burton Avenue WATER IMPROVEMENTS BID ITEMS: Sub CPMS Record Group Number Material Descriotion Pavement-L men type u n,v'"'-' on o men i-1ex 1:lase-1 emporary -Install Pavinq BID -01302 Ashoalt (ADDENDUM #2) Distributio BID -00546 Iron Fire Hydrant -Install Distributio BID -00547 ServiceCS Fi re Hydrant -Remove Distributio BID -00548 Iron Fire Hydrant-Barrel & Stem Extension -Install Distributio BID -00549 ServiceCS Meter Box -Relocate Distributio BID -00550 Polvethvle Meter Box-Class A -Install Distributio BID -00553 Polvethvle Metre Box-Class B -Install Distributio BID -00567 ServiceCS Pipe -Remove Distributio BID -00568 Iron Pipe Fittini:is-< Than 16 Inch DI Pipe -Install Distributio BID -00616 PVC Pipe-Pressure-6 Inch -Install Distributio BID -00618 PVC Pipe-Pressure-8 Inch -Install Distributio BID -00745 Iron Valve-6 Inch-Gate-wNalve Box -Install Distributio BID -00749 Iron Valve-8 Inch -Gate-wNalve Box -Install Distributio BID -00751 ServiceCS Valve-Gate -Remove Distributio BID -00758 Coooer Water Service-1 Inch -Iris.tall Distributio BID -00762 Assembly Water Service-1 Inch-Tap to Main -Install Distributio BID -00767 Assemblv Water Service-2 Inch-Tap to Main -Install Distributio BID -00769 Steel Water Service-2 lnch-Temporarv -Install C:\Users\cliff.CONATSER\AppData\Local\Microsoft\Windows\Temporary Internet Files\Content.Outlook\UKSOSOVH \Copy of addenda :6tfJl)Proposal Unit of Measure Quantity Your Unit Price LF 6,881 ro.oo EA 16 .] ':J..110.00 EA 10 ~(f).bD VF 48 ,no .oo EA 24 ;)1"'5.00 EA 203 I\D.bo EA 1 -~_DD LF 6,877 Q,1D TONS 5.3 :"1 Qrf>.00 LF 215 c!).fn_DD LF 6,877 ::1x{JD EA 16 ~.oo EA 19 9(J).ti) EA 16 ( {j). DD LF 3,364 ;)_g_OO EA 203 ~()Q.DD EA 1 (n0D ·0 D LF 6,877 J_5D TOTAL WATER IMPROVEMENTS Your Bid $ lf.f :JR/,, OD I $ ;:y,.., e;?co. 0 Q $ d 000 .00 $ J. 9.rn.OQ $ ( D (,.,(){)_DO $ ;).Ji 39:D ()0 $ '&JJ .D_O $ 3.438_'5.0 $ /~qw.oe> $ 5 5{().DO $ /q) .<&",, 06 $ I~ ·9/'f). ti) $ \ 'l /t:0.00 $ I /1.)tl)DD $ qlj . lq;J.. c,D ' $ f../.QI-ID.bD $ (oti) OD $ \ 1 tct1.59 ! 51'5 I (o85.bO ADDENDUM#3 City of Fort Worth Project Manager: Khal Jaafari, P .E. Project 2007 Critical Capital Project Council District 5 ; Contract 5A Bideker Avenue, Bright Street, and Burton Avenue SEWER IMPROVEMENTS BID ITEMS: Sub CPMS Record Group Number Material Description Collection BID -00198 Concrete Collar-Manhole-32 Inch-Frame & Cover -Install Collection BID -00201 ServiceCS Inspection-Post Construction Cleaning & TV -Study Collection BID -00202 ServiceCS lnspection-Preconstruction Cleanin!l & TV -Study Collection BID -00206 ServiceCS Manhole -Remove Collection BID -00213 Concrete Manhole-Std 4 Ft Diam-(to 6 Ft Depth) -Install Collection BID -00214 Concrete Manhole-Std 4 Ft Diam-Added Depth (over 6 Ft Depth) -Install C :\Users\cliff.CONATSER\AppData\Local\Microsoft\Windows\Temporary Internet Files\Content.Outlook\UK80SOVH\Copy of addenda :6tlfi.)Proposal Unit of Measure Quantity EA 5 LF 902 LF 902 EA 2 EA 5 VF 10 Your Unit Price Your Bid .~.DD $ l.ly)(}. oo ;:)_ oo $ I ~o4 .uD ~-d,.5 $ ~ Od9. 50 ,:)rl)fXJ $ L./-6()00_ ;}_!Y'1Jpb $ ld,XD-6 1:? [.~.DD $ {,?{f).DQ ADDENDUM#3 City of Fort Worth Project Manager: Khal Jaafari , P .E. Project 2007 Critical Capital Project Council District 5; Contract 5A B"d k A B . h S d B A 1 e er venue , ng t tree!, an urton venue SEWER IMPROVEMENTS BID ITEMS: Sub CPMS Record Group Number Material Description Collection BID -00217 ServiceCS Manhole-Vacuum Tes t -Serv ices BID -00223 REMOVED FROM BID (ADDENDUM #3) Collection BID -00258 PVC Pipe-Sewer-12-lnch -SDR26 (Ail Depths) -Install W/CSBF Collection BID -00351 PVC Pipe -Sewer-8-lnch-SDR35 (Ail Depth s) -Install Collection BID -00354 PVC Sewer Service-4 Inch -Install Collection BID -00355 Other Sewer Service-4 Inch Service Tap -Install Collection BID -00356 PVC Sewer Service-4 lnch-2 Way Clean Out -install Collection BID . 00372 ServiceCS Trench Safety System 5 Foot Depth -Install t-'avemem-L 1ncn I ype u ni v'"" on o men i-1e x tiase-1 emporary -ms1a11 Pavina BID -01302 Asohalt (ADDENDUM #2) ALTERNATE BID -PAVING IMPROVEMENTS -ADDITIONAL SIDEWALK: BID -00137 REMOVED FROM BID Soil BID . 00147 Soil Topso il -Install (Deduct Item) (ADDENDUM #2) Ke1a1mng vva11 -per Ketammg vvau w1m :,1aewa1K ue1a11-ms1a11 Parkway BID • 004118 Other (ADDENDUM #2) '' :~ Sidewalk BID -00530 Concrete Walk-4 Ft -Install (ADDENDUM #2) vvatK·:> i-1-.. Ketammg vva11:w1m ;:,1aewa1K uetan .. -mstau Sidewalk BID • 005308 Concrete #2) Sidewalk BID -000532 Concrete Walk ADA Wheelchair Ramp -Install [J"OTAL PAVING AND DRAINAGE TOTAL PAVING AND DRAINAGE PLUS ALTERNATE [J"OTAL WATER AND SEWER !TOTAL: BASE BID !TOTAL: BASE BOD+ ALTERNATE BID C :\Users\cliff.CONATSE R\AppData \local\Microsoft\Windows\Tempora ry In ternet Fi les\Co ntent.OuUook \UKBOSOVH\Copy of addend a :6t'6-)Proposal Unit of Measure Quantity Your Unit Price Your Bid EA 5 ,c::t),00 $ ~'50 .CO.. -$ -- LF 76 d o ·t)D $ ~.7% r;>O LF 826 _'2Q .oo $024 180 oO LF 804 c).$.OD $ ,:J A. 5 I.J. . 00 EA 31 ~OO ·CJ6 $ fn:JC{). 60 EA 31 ,so.o 0 $ 't &fi).DD LF 902 I .DO $ °(0)...0() LF 920 {p _OO $ 5,s;lo. e:o TOT AL SEWER IMPROVEMENT~ '61 D'S::,. '50 , $ . CY -387 $ 16.00 $ (6,192.00) CY 6 d(X).D0 $ I ::JW . oD SF 20,162 r;rri5 $ 51:5 L/L/d. f50 .... ~.DD d. ( t!/0, oD SF 660 $ SF 283 Cf.OD $ d~7.oo TOTAL ALTERNATE BID: 55) &/1_0. ':IJ (po).·' 7 fe ~-5 0 c_. ---= ADDENDUM#J Within ten (10) days after notification by the City of Fort Worth, the undersigned will execute the formal contract and wi11 deliver an approved 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 above 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 thoroughly 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 empioyee applicants to the unders~gned 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 days after issue of the work order and to complete the contract within 424 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 . NonresideQ.t bidders in the State of' , our principal place of business, are required to be percent lower than resident bidders by state law. A copy of the statute is attached. b. Nonresident bidders in the State of , our principal place of business, are not required to underbid resident bidders . The principal place of business of our company or our parent company or majority owner is in the State of Texas. Addendum No. 5: Addendum No . 6: [ Affix Corporate Seal] ::s~~ Title: JQ-ff\{ Co na+se r 1 thJS;d en+ Company : Conll--+Se11 ~S-h1{e;f-itn1TX,Lf Address: .P, O. T?:i)'l( f tS 4 4 g t:'(),{-l WO{th \-ri t ~ )11 Date: O:>/ 03 / ;2.0lJ BID SCHEDULE Line No. Detail Description G:\1210\4397-32\Project\Specifications\Contract 5A\100% Set -5A\04.3 -Bid Schedule .xis 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 . 12{ BIDDER: Address to{~ U)Oflh :JX 1 (J I 11 City/State/Zip 1 By: Je(C\-b Cooa-+s e r::: ( lease print) Title: --::P({)SJdQrJ + (Please print) THIS FORM MUST BE RETURNED WITH YOUR QUOTATION QTY 20 :?~ a '1 /7 ~ -1 ..,? LIST OF DUCTILE IRON ADD OR SUBTRACT FOR THE FOLLOWING INCLUDING INSTALLATION SIZE OF FITTING TYPE OF FITTING t.f' / I /P~ ) JP ~ (. f4 .e ,vi)~ ~·1 ~_d, (/v t -e /l.,J /i? t R -e-II v cJC-..5 ,P ., S-C.,;;,.e c./e S cf' Ii WYe'.5 R ~ r r o 55 ,..p 'I 1/L....,,t S FITTINGS DUCTILE IRON FITTINGS VV I t'CI"( IUIAL FITTING WEIGHT COST (lb) (lb) -- 2 oo 4-0<?{) :,_... !{<JO()- 1.s'iJ qpo:::--CJtJbO~ J, t;'O l?J"O ,2700- 1.,(')() iov -Io o.!- 200: 1--10 0 <I Koo~ .?oti t;o o I 800.!- 706 ?00 /.. b(J =- /M }M {oo ~ TOTALS 0 $0 .00 Total Weight= 0 lbs or O 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 5A\100% Set-5A\04.4 -List of Fittings -WTR -(PMO_Released_20100609).xls Addenda Number I 3 ADDENDA INDEX AND RECEIPT Date Receipt PRE-QUALIFIED SUB-CONTRACTOR LIST SUB-CONTRACTOR Indicate Detail Company Name Unit(s)/Section(s) Subcontracting Address Working Work Teleohone/Fax G :\1210\4397-32\Project\Specificatlons\Contract 5A\100% Set-5A\04 .5-Pre-Qualified Contractor List-WTR- (PMO_Released_20100609).xls TABLE OF CONTENTS 01 -Project Information l8'J 1.1 -Title Page MS-Word D 1.2 -Location Maps pdf 02 -Front End Documents 2.1 -Table of Contents MS-Word l8'J 2.2 -Notice to Bidders MS-Word l8'J 2.3 -Comprehensive Notice MS-Word to Bidders l8'J 2.4 -Special Instructions to pdf Bidders (water-sewer) l8'J 2.5 -Special Instruction to pdf Bidders (paving-drainage) D 2.6 -Detailed Project MS-Word Specifications (no drawings provided) 03 -MWBE Documentation l8'J 3.1 -MWBE Special pdf Instructions l8'J 3.2-MWBE pdf Subcontractors/Suppliers Utilization Form l8'J 3.3 -MWBE Prime Contractor pdf Waiver l8'J 3.4 -MWBE Good Faith Effort pdf l8'J 3.5 -MWBE Joint Venture pdf 04 -Bid Package l8'J 4.1 -Bid Proposal Workbook MS-Excel l8'J 4.3 -Bid Schedule MS-Excel l8'J 4.4 -List of Fittings MS-Excel l8'J 4.5 -Pre-Qualified Contractor MS-Excel List 05 -General and Special Conditions l8'J 5.1 -Part C General pdf Conditions (water -sewer) l8'J 5.2 -Supplementary pdf Conditions to Part C (water - sewer) l8'J 5.3 -Part D -Special MS-Word Conditions (water -sewer) l8'J 5.4 -Part DA -Additional MS-Word Special Condition (water - sewer) l8'J 5.5 -Part E Specifications pdf l8'J 5.6 -Special Provisions (paving -drainage) l8'J 5.7 -Wage Rates pdf l8'J 5.8 -Compliance with and pdf Enforcement of Prevailing Wage Rates l8'J 5.9 -Standard Details (water-dwf sewer) l8'J 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\proj ect\spec ifications\contract Sa\100% set -Sa\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 [gl 7 .4 -Performance Bond [gl 7 .5 -Payment Bond [gl 7 .6 -Maintenance Bond [gl 7.7-City of Fort Worth Contract [gl Easements Index [gl Permits Index [gl Reports Index D Addenda Index MS-Word pdf pdf pdf pdf pdf pdf g:\1210\4397-32\project\specifications\contract 5 a\100% set -Sa\O 1.2 -table of contents (pmo _released_ 20 I 0061 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 5A\100% Set -5A\02.0 -SECTION 2 COVER.doc . NOTICE TO BIDDERS Sealed proposals for the following: FOR: City of Fort Worth, Texas · 20()7' CRITICAL CAPITAL PROJECT COUNCIL DSITRICT 5; CONTRACT 5A BIDEKER AVENUE, BRIGHT STREET AND BURTON AVENUE CITY PROJECT N0.:00946 D.O.E. PROJECT NO.: 5876 UNIT 1-WATER & SEWER REPLACEMENT WATER PROJECT NO.: P253 541200 605170094683 SEWER PROJECT NO.: P258 541200 705170094683 UNIT II -PAVING RECONSTRUCTION T/PW PROJECT NO.: C295 541200 205400094683 Addressed to: CITY OF FORT WORTH PURCHASING DIVISION . 1000 THROCKMORTON ST FORT WORTH TX 76102-6311 will be received at the Purchasing Office until ~:i3:0 p.m ., Thursday, February 24th, 2011 and then publicly opened and read aloud ~~2:00 p.m . 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 Improvements 245 6 ,124 782 ·LF LF LF Pipe Pressure 6 Inch -Install Pipe Pressure 8 Inch -Install Pipe Sewer 8 Inch SDR26 (All Depths) -Install Unit II: Paving Reconstruction 22 ,746 20 ,616 SY SF Pavement 7 .5 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 5A \ 100% Set -5A \02 .2 Noti ce to Bidde rs.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 rece ipt of the Addenda by initialing the appropriate spacels 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 do.cuments . Contractors and/or suppliers are requested to register as plan holders on -line (on Buzzsaw site) iri order to receive notifications regarding the issuance of addenda. It shall be . the bidding contractor's sole res ponsibility 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 Water Department, 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 Kha I 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, February 7th, 2011 at10:30 a.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 20th, 2011 January 27th, 2011 2.2 Notice To Bidders -Page 2 of 2 G:\1210\4397-32\P roject\Specificat ions\Contract 5A\100% Set -5A\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 DSITRICT 5; CONTRACT SA BIDEKER AVENUE, BRIGHT STREET AND BURTON AVENUE CITY PROJECT N0.:00946 D.O.E. PROJECT NO.: 5876 UNIT 1-WATER & SEWER REPLACEMENT WATER PROJECT NO.: P253 541200 605170094683 SEWER PROJECT NO.: P258 541200 705170094683 UNIT 11-PAVING RECONSTRUCTION T/PW PROJECT NO.: C295 541200 205400094683 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 24 1 \ 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 Toroclanorton 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 245 LF Pipe Pressure 6 Inch -:--lnstall 6,124 LF Pipe Pressure 8 Inch -Install 782 LF Pipe Sewer 8 Inch SDR26 (All Depths) -Install Unit II: Paving Reconstruction 22,746 SY Pavement 7 .5 Inch -Install 20,616 SF 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 "Vernon's Annotated Civil Statutes" of the State of Texas with respect to the payment of prevailing wage rates and City of Fort Worth Ordinance no. 7 400 (Fort Worth City Code Sections l 3- A-221 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 reject any and/or all bids and waive any and/or all formalities. No bid may be withdrawn until the expiration of ninety (90) days from the date bids are opened. The award of contract, if made, will be within ninety (90) days after the opening of bids, but in no case will the award be made until all the necessary investigations are made as to the responsibility of the bidder to whom it is proposed to award the Contract. C:\DOCUMENTS AND SETTINGS\JAAFAR.K\WCAL SETTINGS\TEMPORARY INTERNET FILES\OLKAA\02 3 -COMPREHENSIVE NOTICE TO BIDOERS (CONSULTANT DESIGN -MULTIPLE UNITS -SECTIONS)-WTR -01-25 -10 .DOC COMPREHENSIVE NOTICE TO BIDDERS Bidders are responsible for obtaining all addenda to the contract documents and aclrnowledging receipt of the addenda by initialing the appropriate spaces on the Addenda Index and Receipt form(s). Bids that do not aclrnowledge 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 of Fort 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 MBE/WBE UTILIZATION FORM, SUBCONTRACTOR/SUPPLIER UTILIZATION FORM, PRTh1E CONTRACTOR WA.IVER 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 informed that the Director of the Transportation and Public Works Department reserves the right to evaluate and recommend to the City of Fort Worth City Council the bid that is considered to be in the best interest of the City of Fort Worth. The managing department for this project is the Transportation and Public Works Department. Bidders must ensure that they are pre-qualified by the City of Fort 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 KhalJaafari, 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, February 7th, 2011 at 10:30 a.m., in the Transportation and Public Works Conference Room No.270, 2nd 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 . T.M . HIGGINS INTERIM CITY MANAGER Advertising Dates : January 20 51 , 2011 January 27°1. 2011 .E lie Works MARTY HENDRIX CITY SECRET ARY C:\DOCUMENTS AND SETTINGS\JAAFARK.\LOCAL SETTINGS\TEMPORARY INTERNET FILES\OLKAA\02 3 -COMPREHENSIVE NOTICE TO BIDDERS (CONSULTANT DESIGN -MULTIPLE UNITS-SECTIONS)-WTR -01-25 -IO .DOC SPECIAL INSTRUCTIONS TO BIDDERS 1) PREOUALIFICATION REQUIREMENTS: All contractors submitting bids are required to be prequalified by the Fort Worth Water Department prior to submitting bids. This prequalification process will establish a bid limit based on a technical evaluation and financial analysis of the contractor. It is the bidder's responsibility to submit the following documentation: a current financial statement, an acceptable experience record, an acceptable equipment schedule and any other documents the Department may deem necessary, to the Director of the Water Department at least seven (7) calendar days prior to the date of the opening of bids. a) The financial statement required shall have been prepared by an independent certified public accountant or an independent public accountant holding a valid permit issued by an appropriate · State licensing agency and shall have been so prepared as to reflect the financial status to the submitting company. This statement must be current and not more than one (1) year old. In the case that a bidding date falls within the time a new statement is being prepared, the previous statement shall be updated by proper verification . b) For an experience record to be considered to be acceptable for a given project, it must reflect the experience of the firm seeking qualification in work of both the same nature and technical level as that of the project for which bids are to be received. c) The Director of the Water Department shall be the sole judge as to the acceptability for financial qualification to bid on any Fort Worth Water Department project. d) Bids received in excess of the bid limit shall be considered non-responsive and will be rejected as such. e) The City, in its sole discretion, may reject any bid for failure to demonstrate experience and/or expertise. t) Any proposals submitted by a non-prequalified bidder shall be returned unopened, and if inadvertently opened, shall not be considered. g) The City will attempt to notify prospective bidders whose qualifications (financial or experience) are not deemed to be appropriate to the nature and/or magnitude of the project on which bids are to be received. Failure to notify shall not be a waiver of any necessary prequalification. 2. BID SECURITY: A cashier's check, or an acceptable bidder's bond, payable to the City of Fort Worth, in an amount of not less than five (5%) percent of the largest possible total of the bid submitted must accompany the bid, and is subject to forfeiture in the event the successful bidder fails to execute the Contract Documents within ten (I 0) days after the contract has been awarded To be an acceptable surety on the bid bond, the surety must be authorized to do business in the state of Texas. • In addition, the surety must (I) hold a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of $100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion, will determine the adequacy of the proofrequired herein. 3. BONDS: A performance bond, a payment bond, and a maintenance bond each for orie hundred . (100%) percent of the contract price will be required, Reference C 3-3.7. 09/10/04 1 4. WAGERATES: Section C3-3.13 of the General Conditions is deleted and replaced with the following: (a) The contract.or sh~II comply with ail requirements of Chapter 2258, Teias Government Code, including the payment ofnot less than the rates determined by the City Council ;fthe City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258, Texas Government Code. Such prevailing wage rates are included in these contract documents. (b) The contractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract; and (ii) the actual per diem wages paid to ea~h worker .. These records shall be open at all reasonabl~ hours for inspection by the City. The p~o~~}~#~ of Righf to; ~~cii~-~g~i ~ar~ia~ii· t or's'ectio~ ¢ i:. Suppiiien.iad. Ctincl{tip~s To Part C -Q~IleJal, Condition.s;: pert*µi · te>_ this_ itl.sp.ectioii. ( 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. AMBIGillTY: 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 ifthis 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 thaJ b idder. 8. PAYMENT:· If the bid amount is $25,000.00 or less; the contract amount shall be paid within forty- five (45) calendar days after completion and acceptance by the .City. 9. AGE: In accordance with the policy ("Policy") of the Executive Branch of the Federal Government, Contractor covenants that neither it nor any of its officers, members, agents employees, program participants or subcontractors, while engaged in performing this contract, shall, in connection with the employment, advancement or discharge of employees or in connection with the terms, conditions 09/10/04 2 or privileges of their employment, discriminate against persons because of their age except on the bases of a bona fide occupational qualification, retirement plan or statutory requirement. Contractor further covenants that neither it nor its officers, members, agents, employees, subcontractors, program participants, or persons acting on their behalf, shall specify, in solicitations or advertisements for employees to work on this contract, a maximum age limit for such employment unless the specified maximum age limit is based upon a bona fide occupational qualification, retirement plan or statutory requirements. Contractor warrants it will fully comply with the policy and will defend, indemnify and hold City harmless against any claims or allegations asserted by third parties or subcontractor against City arising out of Contractor's and/or its subcontractors' alleged failure to comply with the above referenced Policy concerning age discrimination in the performance of this agreement. 10. DISABILITY: In accordance with the provisions of the Americans With Disabilities Act of 1990 ("ADA"), Contractor warrants that it and any and all of its subcontractors will not unlawfully discriminate on the basis of disability in the provision of services to the general public, nor in the availability, terms and/or conditions of employment for applicants for employment with, or employees 1< of Contractor or any of its subcontractors. Contractor warrants it will fully comply with ADA;s t, 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,ofthis 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 Orqinance 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 th .e 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 shall be deemed complete and accepted by the City as of the date the final punch list has been completed, as evidenced by a written statement signed by the contractor and the City. d. The warranty period shall begin as of the date thaUhe final punch Ii .st has been completed. e. Bills Paid Affidavit and Consent of Surety shall be required prior to final payment becoming due and payable. f. In the event that the Bills Paid Affidavit and Consent of Surety have been delivered to the city and there is a dispute regarding (i) final quantities, or (ii) liquidated. damages, city shall make a progress payment in the amount that city deems due and payable. g. In the event ofa dispute regarding either fµial 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) 1. BID SECURITY: Cashier's check or an acceptable bidder's bond payable to the City of Fort 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 (10) days after the contract has been awarded. To be an acceptable surety on the bid bond, the surety must be authorized to do business in the state of Texas. In addition, the surety must (1) hold a certificate of authority from the United States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have qbtained 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 ofa certificate of authority from the United States secretary of the treasury to qualify as a surety on obligati_ons permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in ,j ts 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 (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 $!"00,000 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 proofrequired 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. All contracts shall require a maintenance bond in the amount of one hundred percent (100%) 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. Rev 3-13-09 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 r~serves the right t~ adopt the most advantageous construction thereof to the City or to reject tpe proposal. 5 .. EMPLOYMENT: AU bidders will be required to comply with City Ordinance No. 7278 as amended by · . City Ordinance No. 7400 (Fort Worth City Code Section 13-A-21 through 13-a-29) prohibiting discrimination 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 of not less than the rates determined by the City Council of the City of Fort Worth to be the p revailing wage rates in accordance with Chapter 2258, Texas Government Code. Such prevailing wage .rates are included in these contract documents . (b) The contractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract; and (ii) the actual per diem wages paid to each worker. These records shall be open at all reasonable hours for inspection by the City. The provisions of 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 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 <;ontractor has complied with the requirements of Chapter 2258, Texas Government Code. (e) The contractor shall post the prevailing wage rates in a conspicuous place at the site of the . project at all times. . . Section 8.9 of the Standard Specifications for Street and Storm Drain Construction is hereby c:leleted . 7 . FINANCIAL STATEMENT: A current certified financial statement may be required by the Department of Transportation and Publjc Works ifrequired for use by the CITY OF FORT WORTH in determining the successp.il bidder. This statement, ifrequired, is tobe prepared by an independent Public Accountant holding a valid permifissued by an appropriate State Licensing Agency . . 8. INSURANCE: Within ten (I 0) 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 lnjury-$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 coverages as may be required by each individual project. . Rev 3-13-09 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 canc~llation, non-renewal, and/or material change in policy terms or coverage. A ten days notice shall)e acceptable in the event of non-payment of premium. J,•, . ...... · 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 meas.ure of financial strength and solvency. f. . Deductible limits, or self-funded retention limits, on each policy must not exceed $10,000.00 per · occurrence unless otherwise approved by the City. g , Other than worker's compensation insurance, in lieu of traditional insurance, City may consider alternative coverage or risk treatment measures through insurance pools or risk retention groups. The City must approve in writing any alternative coverage. h. Workers' compensation insurance policy(s) covering employees employed on the project shall be endorsed with a waiver of subrogation providing rights 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 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 . 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. 10. NONRESIDENT .BIDDERS: Pursuant to Article 601g, Texas Revised Civil Statutes, the City of Fort Worth will not award this contract to a non resident 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 is located. Rev 3-13 -09 "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. · "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 not apply if this contract involves federal funds. The appropriate blanks of the Proposal must be filled out by all non resident 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 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 facts (other than a negligent misrepresentation)· and/or commission of fraud will result in the Contractor being determip.ed to be irresponsible and barred from participating in City work for a period of time of not less that three (3) years . 12. AW.ARD OF CONTRACT: Contract will be awarded to the lowe~t 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 ofninety (90) days from the date the M/WBE UTILIZATION FORM, PRIME CONTRACTOR W AIYER 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 awara the contract has been verified. 13. PAYMENT: The Contractor will receive full payment (minus retainage) from the City for all work for each pay period. Payment of the remaining amount shall be made with the final payment, and upon acceptance of the project Rev 3-13-09 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. Bids that so not acknowledge all applicable addenda may be rejected as non-responsive. 15 . CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW: A. Workers Compensation Insurance Coverage a . Definitions: Rev 3-13-09 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 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 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 all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner-operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation; providing, hauling, or delivering equipment or materials, or providing labor, transportation, or 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. b . 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. c. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. d . If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. e. The contractor shall obtain from each person providing services on a project, and provide 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, of any change that materially affects the provision of coverage of any person providing services 00~~~ . 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 p~oviding 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 401.0ll (44) for all of its employees providing services on the project, for the duration of the project; (2) provide to the contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (3) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (4) obtain from each other person with whom it contracts, and provide to the contractor: (a) a certificate of coverage, prior to the other person beginning work on the project; and (b) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter. (6) notify the governmental entity in wiring by certified mail or personal delivery, within ten (1 O) days after the person knew or should have known, <>f any change that materially affects the provision of coverage of any person providing services on the project; and · (7) contractually require 'each person with whqm 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 . Rev 3-13-09 J 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. k . 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 ofbreach 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 common to the worker population. The text .: " for the notices shall be the following text, without any additional words or changes: "REQUIRED WORK.ER'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". · 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: 1n 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 comply 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 Rev 3-13-09 Contractor's alleged failure to comply with 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"), Contractor warrants that it will not unlawfully discriminate on the basis of disability in the provision of services to the general pJ.Jblic, 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 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 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. PROGRESS PAYMENTS, FINAL PAYMENT, PROJECT ACCEPTANCE AND WARRANTY: a . The contractor will receive full payment (less retainag~) from the city for each pay period. b. Payment of the retainage will be included with the final payment after acceptance of the proje~t as being complete. c. The.project shall be deemed complete and accepted by the City as of the date the final punch list bas 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. £ In the event that the Bills Paid Affidavit and Consent of Surety have been delivered to the city and there is a dispute regarding (i) final quantities, or (ii) liquidated damages, city shall make a progress payment in the amount that city deems due and payable. g . In the event of a dispute regarding either final quantities or liquidated damages, the parties shall attempt to resolve the differences within 30 calendar days. Rev 3-13-09 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 SA\100% Set-SA\03 .0 -SECTION 3 COVER.doc 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\Specifi cations\Contract 5A\100% Set-5A\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 CONDITIONS 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-1 (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 Cl-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 .11 Irregular Proposals . C2-2 (4) C2-2.12 Disqualification of Bidders C2-2 (4) C3-3 AW ARD AND EXECUTION OF DOCUMENTS: C3-3.l 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) CS-5.2 Conformity with Plans C5-5 (1) CS -5.3 Coordination of Contract Documents C5-5 (1) CS-5.4 Cooperation of Contractor C5-5 (2) C5-5 .5 Emergency and/or Rectification Work . C5 -5 (2) CS-5 .6 Field Office C5-5 (3) CS-5.7 Construction Stakes C5-5 (3) (2) C5-5.8 Authority and Duties of City Inspector C5-5 (3) .. C5-5.9 Inspection C5-5 (4) C5-5.10 Removal of Defective and Unauthorized Work C5-5 (4) CS -5.11 Substitute Materials or Equipment C5-5 (4) CS -5.12 Samples and Tests of Materials C5-5 (5) C5-5.13 Storage of Materials C5-5 (5) CS-5.14 Existing Structures and Utilities C5-5 (5) C5-5 .15 Interruption of Service C5-5 (6) C5-5.16 Mutual Responsibility of Contractors C5-5 (7) CS-5.17 Clean-Up C5-5 (7) CS-5.18 Final Inspection C5-5 (8) C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY C6-6.l Laws to be Observed C6-6 (1) C6-6.2 , Permits and Licenses C6-6 (1) C6-6.3 Patented Devices, Materials, and Processes. C6-6 (1) C6-6.4 Sanitary Provisions C6-6 (1) C6-6.5 Public Safety and Convenience C6-6 (2) C6-6.6 Privileges f Contractor in Streets, Alleys,· C6-6 (3) and Right-of-Way C6-6:7 Railway Crossings C6-6 (3) ,· C6-6.8 Barricades, Warnings and Flagmen C6-6 (3) . I C6-6 :9 · Use of Explosives, Drop Weight,Etc. C6-6 (4) C6-6.10 Work Within Easements C6-6 (5) C6.6.11 Independent Contractor C6-6 (6) C6-6.12 Contractor's Responsibility for Damage Claims C6-6 (6) C6-6.13 Contractor's Claim for Damages C6-6 (8) C6-6.14 Adjustment or Relocation of Public Utilities, Etc . C6-6 (8) C6-6.15 . Temporary Sewer and Drain Connections C6-6 (8) C6-6.16 Arrangement and Charges for Water Furnished by the City C6-6 (9) C6-6.17 Use of a Section or Portion of the Work C6-6 (9) C6-6.18 Contractor's Responsibility for the Work C6-6 (9) C6-6.19 No Waiver of Legal Rights C6-6 (9) C6-6.20 Personal Liability of Public Officials C6-6 (10) C6-6.21 State Sales Tax C6-6 (10) C7-7 PROSECUTION AND PROGRESS C7-7 .1 Subletting C7-7 (1) C7-7.2 Assignment of Contract C7-7 (1) C7-7.3 Prosecution of The Work C7-7 (1) C7-7 .4 Limitation of Operations C7-7 (2) C7 -7.5 Character of Workmen and Equipment C7-7 (2) C7-7.6 Work Schedule C7-7 (3) C7-7.7 Time of Commencement and Completion C7-7 (3) C7-7.8 Extension of Time Completion C7-7 (3) (3) , ti~ f 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) C7-7J.3 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) !f',(. .. }' C7-7.17 Safety Methods and Practices C7-7 (11) ~ C8-8 MEASUREMENT AND PAYMENT C8 -8.1 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.ll Subsidiary Work C8-8 (4) C8-8.12 Miscellaneous Placement of Material C8-8 (4) · C8-8.13 Record Documents C8-8 (4) (4) PART C -GENERAL CONDITIONS Cl-1 DEFINITIONS SECTION Cl-1 DEFINITIONS Cl-1.1 . DEFINITIONS OF -TERMS: Whenever in these Contract Documents the following terms or pronouns in place of them are used , the intent and meaning shall be understood and interpreted as follows: Cl-1.2 CONTRACT DOCUMENTS: The Contract Documents are in all of the written and drawn documents, such as specifications, bonds, addenda, plans, etc., which govern the terms and performance of the contract. These are contained on the General Contract Documents and the Special Contract Documents. a. GENERAL CONTRACT DOCUMENTS: The General Contract Documents govern all Water Departmenf Projects and Include the following Items PART A-NOTICE TO BIDDERS (Sample) White PART B -PROPOSAL (Sample) White PART C -GENERAL CONDITIONS (CITY) Canary Yell ow (Developer) · Brown PART D -SPECIAL CONDITIONS Green PART E-SPECIFICATIONS El-White · E2-Golden Rod E2A-White PERMITS/EASEMENTS Blue PART F -BONDS (Sample) White PART G -CONTRACT (Sample) White b. SPECIAL CONTRACT DOCUMENTS: The Special Contract Documents are prepared for each specific project as a supplement to the General Contract Documents and include the following items: PART A-NOTICE TO BIDDERS (Advertisement) same as above PART B -PROPOSAL (Bid) . PART C -GENERAL CONDITIONS PART D -SPECIAL CONDITIONS PART E-SPECIFICATIONS PERMITS/EASEMENTS PART F -BONDS PART G-CONTRACT PART H -PLANS • (Usually bound separately) Cl-1 (1) Cl-1.3 NOTICE TO BIDDERS: All of the legal publications either actually published in public advertising mediums or furnished direct to interested parties pertaining to the work contemplated under the Contract Documents constitutes the notice to bidders. Cl-1.4 PROPOSAL: The completed written and signed offer or tender of a bidder to perform the work which the Owner desires to hav_e 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, associatio_n, corporation, acting directly or througp 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 constnlction and contract requirements which govern the performance of the work so that it will be carried on in accordance with the customary procedure, · the local statutes, and requirements of the City of Fort Worth's charter and promulgated ordinances. Whenever there may be a conflict between the General Conditions and the Special Conditions, the latter shall take precedence .. Cl-1.7 SPECIAL CONDITIONS: Special conditions are the specific requirements which are necessary for the particular project covered by the Contract Documents and not specifically covered in the General Conditions . When considered with the General Conditions and other elements of the Contract Documents they provide the information which the Contractor and Owner should have in order to gain a thorough knowledge of the project. Cl-1.8 SPECIFICATIONS: The Specifications is that section or part of the Contract Documents which set forth in detail the requirements which must be met by all materials, construction, workmanship, equipment and services in order to render a completed an useful project. Whenever reference is made to standard · specifications, regulations, requirements, statutes, etc., such referred to documents shall become a part of the Contract Documents just as . though they were embodied therein. Cl-1.9 BONDS: The bond or bonds are the written guarantee or security furnished by the Contractor for prompt and faithful performance of the contract and include the following: a. b. C. d. C2-2.6) -Performance Bond (see paragraph C3-3.7) Payment Bond (see paragraph C3-3.7) Maintenance Bond· (see paragraph C3-3.7) Proposal or Bid Security (see Special Instructions to Bidders, Part A and Cl-1 (2) Cl-1.10 CONTRACT: The Contract is a formal signed agreement between the owner and the Contractor covering the mutual understanding of the two contracting parties about the project to be completed under the Contract Documents. Cl-1.ll 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. r. 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, corporatioo, 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 furnis~ng 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 ofnot less than seven (7) hours between 7:00 a.m. artci 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 Thanksgivin& Day Thanksgiving Friday Christmas Day Such other days in lieu of holidays as the City Council may determine January 1 Third Monday in January Last Monday in May July 4 . First Monday in September Fourth Thursday in November Forth Friday in N.ovember December 25 ,• ' I ' ' When one of the above named holidays or a special holiday is declared by the City Council, falls on a Saturday, the holiday shall be observed on the preceding Friday, or if it falls on Sunday,. it shall be observed on the following Monday, by those employees working on working day operations . Employees working calendar day operations will consider the calendar as the holiday. Cl-1.26 ABBREVIATIONS: Whenever the abbreviations defined . herein appear in the . . . Contract Documents, the intent and meaning shall be as follows: · .Cl-1 (4) AASHTO -American Association of State MGD . Million Gallons Highway Transportation Officials per Day ASCE American Society of Civil CFS Cubic Foot per Engineers Second IAW In Accordance With Min. Minimum ASTM American Society of Testing Mono. Monolithic Materials % Percentum AWWA American Water Works R Radius Association I.D. Inside Diameter ASA American Standards Association O.D. Outside Diameter HI Hydraulic Institute Elev. Elevation Asph. Asphalt F Fahrenheit Ave. Avenue C Centigrade Blvd. Boulevard In. Inch CI Cast Iron Ft. Foot CL Center Line St. Street GI Galvanized Iron CY Cubic Yard Lin. Linear or Lineal Yd . Yard lb. Pound SY Square yard MH Manhole L.F. Linear Foot Max. Maximum D.I. Ductile Iron C l -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 surf.ice 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 betwe.en 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 ORA VEL 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 be updated by proper verification. Liquid assets in the amount of ten (10) percent of the estimated project cost will be required. For an experience record to be considered to be acceptable for a given project, it must reflect the experience of the firm seeking qualification · in work of both the same nature and magnitude as that of the project for which bids are to be received, and such experience must have been completed not more than five (5) years prior to the date on which Bids are to be received. The Director of the Water Department shall be sole judge as to the acceptability of experience for qualification to bid on any Fort Worth Water Department project. The prospective bidder shall schedule the equipment he has available for the project and state that he will rent such additional equipment as may be required to complete the project on which he submits a bid. C2-2.2 INTERPRETATION OF QUANTITIES: The quantities of work and materials to be furnished as may be listed in the proposal forms or other parts of the Contract Documents will be considered as approximate only and will be used for the purpose of comparing bids on a uniform basis. Payment will be made to the Contractor for only the actual quantities of work performed or materials furnished in strict accordance with the Contract Documents· and Plans . The quantities of work to be performed and materials to be furnished may be increased or decreased as hereinafter provided, without in any way invalidating the unit prices bid or any other requirements of the Contract Documents. C2-2 (1) C2-2.3 EXAMINATION OF CONTRACT DOCUMENTS AND SITE OF PROJECT: Bidders are advised that the Contract Documents on file with the Owner shall constitute all of the information which the Owner will furnish. All additional information and data which the Owner will supply after promulgation of the formal contract documents shall be issued in the form of written addenda and shall become part of the Contract Docume!l-ts 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 necessfll)' 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 jts completion, and obtain all information required to make an inteliigent 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 nec.essary 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 ~hall 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 authori.zed agent. If a proposal is submitted by a firin, 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, aµd the proposal signed by an official or duly authorized agent. The corporate seal must be affixed. Power C2-2(2) of Attorney authorizing agents or others to · sign proposal must be properly certified and must be in writing and submitted with the proposal. C2-2.5 REJECTION OF PROPOSALS : Proposals may be rejected if they show any .· alteration of words or figures , additions not called for, conditional or uncalled for alternate bids, erasures, or irregularities of any kind, or contain unbalanced value of any items. Proposal tendered or delivered after the official time designated for receipt of proposal shall be returned to the Bidder unopened. C2-2.6 BID SECURITY: No proposal will be considered unless it is accompanied by a "Proposal Security" of the character and the amount indicated in the "Notice to Bidders" · and the "Proposal." The Bid Security is required by the Owner as evidence of .good faith on the part of the Bidder, and by way of a guaranty that if awarded the contract, the Bidder 'will within the required time execute a formal contract and furnish the required .. performance and other bonds. The bid security of the three lowest bidders will be retained ,, until the contract is awarded or other disposition is made thereof. The bid security of all other bidders may be returned promptly after the canvass of bids. C2-2.7 DELIVERY OF PROPOSAL: No proposal will be considered unless it is delivered, accompanied by its proper Bid Security, to the City Manager or his representative in the official place of business as set forth in the "Notice to Bidders." It is the Bidder's sole responsibility to deliver the proposal at the proper time to the proper place. The mere fact that a proposal was dispatched will not be considered. l'he Bidder must have the proposal actually delivered. Each proposal shall be in a sealed envelope plainly marker with the word "PROPOSAL," and the name or description of the project as designated in the "Notice to Bidders ." The envelope shall be addressed to the City Manager, City Hall, Fort Worth, Texas . C2-2.8 WITHDRAWING PROPOSALS : Proposals actually filed with the City Manager cannot be withdrawn prior to the time set for opening proposals. A request for non-consideration must be made in writing, addressed to the City Manager, and filed with him prior to the time set for opening of proposals. After all proposals not requested for non -consideration are opened and publicly read aloud, the proposals for which non- consideration requests have been properly filed may, at the option of the Owner, be returned unopened . . C2-2 .9 TELEGRAHIC MODIFICATIONS OF PROPOSALS : Any Bidder may modify his proposal by telegraphic communication at any time prior to the time set for opening proposals, provided such telegraphic communication is received by the City Manager prior to the said proposal opening time, and provided further, that the City Manager is satisfied that a written and duly authenticated confirmation of such telegraphic communication over the signature of the bidder was mailed prior to the proposal opening time. If such confirmation is not received within forty-eight (48) hours after the proposal opening time, no further consideration will be given to the proposal. C2-2 (3) C2-2 .10 PUBLIC OPENING OF PROPOSAL: Proposals which have been properly filed and for which no "Non-consideration Request" has been received will be publicly opened and read aloud by the City Manager or his authorized representative at the time and place indicated in the "Notice to Bidders." All proposals which have been opened and read will remain on file with the Owner until the contract has been awarded. Bidders or their authorized representativ~s 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 agai,nst 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 re_vealed 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 sh.owing 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 conside~ation, which have been . succ.essfully completed by the Bidder. 3. An equipment schedule showing the equipment the bidder has available for use on the project. The Bic:l Proposal of the . bidder who, in the .judgment of the Engineer, is disqualified . under the requirements stated. herein, shall be set aside and not opened. C2-2(4) PART C -GENERAL CONDITIONS C3-3 AW ARD AND EXECUTION OF DOCUMENTS SECTION C3-3 AW ARD AND EXECUTION OF DOCUMENTS: C3-3.l CONSIDERATION OF PROPOSALS: After proposals have been opened and read aloud, the proposals will be tabulated on the basis of the quoted prices, the quantities shown in the proposal, and the application of such formulas or other methods of bringing items to a common basis as may be established in the Contract Documents . . The total obtained by taldng the sum of the products of the unit prices quoted and the estimated quantities plus ahy lump sum items and such other qu.oted amounts · as may enter into the cost of the completed project will be considered as the amount of the ~id. 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 Iiew 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 Worn.an-owned Business Enterprise (WBE) on the contract ·and the payment therefor. Contractor further agrees, upon request by the Owner, to allow and audit and/or ari examination of any books, records, or files in the possession of the Contractor that will substantiate the actual work performed by an MWE or WBE . Any material misrepresentation of any ·nature will be grounds for termination of the contract and for initiating any action under appropriate federal, state or local laws and ordinances relating to false statements; further, any such misrepresentation may be grounds for disqualification of Contractor at Owner's discretion for bidding on future Contracts with the Owner for a period of time of not less than six (6) months. C3-3 .3 EQUAL EMPLOYMENT PROVISIONS: The Contractor shall comply with Current City Ordinances prohibiting discrimination in employment practices. The Contractor shall post the required notice to that effect on the project site, and at his request, will be provided assistance by the City of Fort Worth's Equal Employment Officer who will refer any qualified applicant he may have on file in his office to the Contractor. Appropriate notices may be acquired from the Equal Employment Officer. C3-3.4 WITHDRAWAL OF PROPOSALS: After a proposal has been read by the Owner, it cannot be withdrawn by the Bidder within forty-five (45) days after the date on which the proposals were opened. C3-3 (1) '.( C 3-3.5 AW ARD OF CONTRACT: The Owner reserves the right to withhold final action on the proposals for a reasonable time, not to exceed forty-five (45) days after the date of opening proposals, and in no event will an award be made until after investigations have been made as to the responsibility of the proposed awardee. The award of the contract, if award is made, will be to the l<>west 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 c;,ther proposal securities, usually those of the three lowest bidders, will be retained by the Owner until the required contract has been executed and bond furqisheq . or the Owner has otherwise disposed of the bids, after which ~hey 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. b. C. PERFORMANCE BOND: A good and suffident performance bond in the ~ount of not less than 100 percent of the amount of the contract, as ev idenced by the proposal tab~lation or otherwise, g1,1ar~nteeing the full and. faithful ~xecution of the work and performance. of the contract, and f9r the protectio11. of . the Owner and all other persons against damage by reason of negligenc~ 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, suppli~s. and s~rvices .used in the construction of the work, and shall remain in full force and effect until provisions as above stipulated are accomplisbed and final payment is made on the project by the City .. MAINTENANCE BOND: A good and sufficient maintenance bond, in the amount of not less than 100 percent o~ the amount of the contract, as evidenced by the proposal tabulation or otherwise, guaranteeing the prompt, full and faithful perfon,na~ce of the general guarai:ity which is set forth in paragraph C8-8 .10. · · PAYMENT BOND: A good and sufficient payment bond, in the amount of not less than 100 p~rcent of the amount of the contract, ~s evidenced by the proposal tabulation or otherwise, guaranteeing the prompt, full and faithful payment of all claimants as defined in Article . C3-3 (2) ,, !:. 5160, Revised Civil Statutes of 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. d. OTHER BONDS: Such other bonds as may be required by these Contract Documents shall be furnished by the Contractor. No sureties will be accepted by the Owner which are at the time in default or delinquent on any bonds or which are interested in any litigation against the Owner. All bonds shall be made on the forms furnished by the Owner and 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 wilf'be given the Contractor to that effect and the Contractor shall immediately provide a riew 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 arid 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 th.e documents for execution whether or not his insurance covers sub-contractors. It is the intention of the Owner that the insurance coverage required herein shall include the coverage of all sub-contractors. . a. b. c. COMPENSATION INSURANCE: The Contq1ctor shall mai.ntain, during th~ 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. hl -case any class of employees engaged in hazardous work on the project under this contract is not protected under the Worker's Compensation Statute, the Contractor shall provide adequate employer's general liability insurance for the protection of such of his employees not so protected. COMPREHENSIVE GENERAL LIABILITY INSURANCE: The Contractor Shall procure and shall maintain during the life of this contract,. Comprehensive Oeneral 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-mention!;:d policies, and in the amount as set forth for public liability and property ~amage, the following insurance: 1. Contingent Liability ( covers General Contractor's Liability for acts of sub-contractors). · C3-3 (4) d. e. 2. Blasting, prior to any blasting being done . 3. Collapse of buildings or stnictures adjacent to excavation ill excavation are performed adjacent to same). 4. Damage to underground utilities for $500,000. · 5. Builder's risk (where above-ground structures are involved). 6. Contractual Liability (covers all indemnification requirements of · Contract). AUTOMOBil..E INSURANCE -BODil.. Y INJURY AND PROPERTY DAMAGE: The Contractor shall procure and maintain during the life of this Contract, Comprehensive Automobile Liability Insurance in an amount not less than $250,000 for injuries including accidental death to any one person and subject to the same limit for each person an amount not less than $500,000 on account of one accident, and automobile property damage insurance in an ainount not less than $100,000. SCOPE OF INSURANCE AND SPECIAL HAZARD: The insurance required under the above paragraphs shall provide adequate protection for the Contractor and his sub-contractors, respectively, against damage claims which may arise from operations under this contract, whether such operations be by the insured or by anyone directly or indirectly employed by him, and also against any of the following special hazards which may be encountered in the performance of the Contract. 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 o{ the wage rates shall be the responsibility of the Contractor. C3-3.14 CONTRACTOR'S CONTRACT ADMINISTRATION: Any Contractor, whether a person , persons, partnership, company, firm, association, corporation or other who is approved to do business with and enters into a contract with the City for construction of water and/or sanitary sewer facilities, will have or shall establish a fully operational business office within the Fort Worth-Dallas metropolitan area. The Contractor shall charge, delegate, or assign this office ( or he may delegate his Project Superintendent) with full authority to transact all business actions required in the performance of the Contract. This local authority shall be made responsible to act for the Contractor in all matters made responsible to act for the Contractor in all matters pertaining to the work governed by the Contract whether it be administrative or other wise and as such shall be empowered, thus delegated and directed, to settle all material, labor or other expenditure, all claims against work or any other mater associated such as maintaining adequate and appropriate insurance or security coverage for the project. Such local authority for the administration of the work under the Contract shall be maintained until all business transactions executed as part of the Contract are complete. Should the Contractor's principal base of operations be other than fo 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 anf 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 perfom1 to the satisfaction of the Engineer, the Engineer, at his sole discretion, may demarid 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 ass igned . No credit of working time will be allowed for periods in which work stoppages are in effect for this reason . C3-3.15 VENUE: Venue of any action hereinunder shall be exclusively in Tarrant County, Texas. C3 -3 (7) SECTION C4-4 SCOPE OF WORK PART C -GENERAL CONDITIONS C4-4 SCOPE OF WORK C4-4.1 INTENT OF CONTRACT DOCUMENTS: It is the definite intention of these Contract Documents to provide for a complete, useful project which the Contractor undertakes to construct or furnish, all in full compliance with the requirements and intent of the Contract Documents. It is definitely understood that the Contractor shall do all work as provided for in the Contract Documents, shall do all extra or special work as may be considered by the Owner as necessary to complete the project in a satisfactory and acceptable manner. The Contractor shall, unless otherwise specifically stated in these Contract Documents, furnish all labor, tools, materials, machinery, equipment, special services, and incidentals necessary to the prosecution and completion of the project. C4-4.2 SPECIAL PROVISIONS: Should any work or conditions which are not · thoroughly and satisfactorily stipulated or covered by General or Special Conditions of these Contract Documents be anticipated, or should there be any additional proposed work which is not covered by these Contract Documents, the "Special Provisions" covering all such work will be prepared by the Owner previous to the time of receiving bids or proposals for any such work and furnished to the Bidder in the form of Addenda. All such "Special Provisions" shall be considered to be part of the Contract Documents just as though they were originally written therein. C4-4.3 INCREASED OR DECREASED QUANTITIES: The Owner reserves the right to alter the quantities of the work to be performed or to extend or shorten the improvements at any time when and as found to be necessary, and the Contractor shall perform the work as altered, increased or decreased at the unit prices. Such increased or decreased quantity shall ·not be more than twenty-five (25) percent of the contemplated quantity of such item or items. When such changes increase or decrease the original quantity of any item or items of work to be done or materials to be furnished by the 25 percent or more, then either party to the contract shall upon written request to the other party be entitled to a revised consideration upon that portion of the work above or below the 25 percent of the original quantity stated in the proposal; such revised consideration to be determined by special agreement or as hereinafter provided for "Extra Work." No allowance will be made for any changes in anticipated profits not shall stich 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. b. C. Unit bid price previously approved . An agreed lump sum. The actual reasonable cost of (1) labor, (2) rental of equipment used on the extra work for · the time so used at Associated General Contractors of America current equipment rental rates, (3) materials entering permanently into the project, and ( 4) actual cost of insurance, bonds, and social security as determined by the Owner, plus a fixed fee to be agreed upon but not to exceed 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 own~r 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 wjth 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 wit~ the Owner within five (5) days before the time fqr 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 meet.s the requirements described in, this specification , showing by Critical Path Method (CPM) the planned sequep.ce and timing of the Work associated with the Contract. All submittals shall be submitted in PDF format, and schedule files shall also be submitted in native file format . (i.e . file formats associated with the scheduling software). The approved scheduling software systems for creating the schedule files are : Primavera (Version 6.1 or later or approved by OWNER) Primavera Contractor (Version 6 .1 or later or approved by OWNER) Primavera SureTrak (Version 3.x or later or approved by OWNER) Microsoft Project (Version 2003/2007 or later or approved by OWNER) It is suggested that the CONTRACTOR employ or retain the services of a qualified Project Scheduler to develop the required schedules. A qualified Project Scheduler would have the following minimum capabilities and experience. a. Experience preparing and maintaining detailed schedules, as well as 1 year of experience using approved scheduling software systems as defined in this specification. . . . .. b . Knowledge of Critical -Path Method of scheduling and the ability to analyze schedules to determine duration, resource allocation, and logic issues. C4-4 (3) c. Understanding of construction work processes to the extent that a logical critical path method schedule can be developed, maintained, and progressed that accurately represents the scope of work performed . C4-4.6(a) BASELINE CONSTRUCTION SCHEDULE: The CONTRACTOR shall develop, submit and review the draft detailed baseline 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 constructi?n 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 th~ 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 . Operation al testing C4-4.6(b) PROGRESS CONSTRUCTION SCHEDULE: The CONTRACTOR shall prepi:ire and submit monthly to the OWNER for approval the updated schedule in accordance with .~4-4.6 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 tiine 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 m~ntain the Schedule in an accepted status may result in the OWNER withholding payment to the CONTRACTOR until the schedule is accep(ed . C4-4 (5) C-4-4 .6(c) PERFORMANCE AND CONSTRUCTION SCHEDULE: If, in the opinion of the OWNER, work accomplished falls behind that scheduled, the CONTRACTOR shall take such action as necessary to improve his progress. In addition, the OWNER may require the CONTRACTOR to submit a revised schedule demonstrating his program and proposed plan to make up lag in schedule progress and to ensure completion of the Work within the allotted Contract time. Failure of the CONTRACTOR to comply with these requirements shall be considered grounds for determination by the OWNER.that 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 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 loaded into the scheduling software us ing 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 C5-5 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 al l questions which arise as to the quality and acceptability of the materials furnished, work performed, rate of progress of the work, overall sequence of the construction, interpretation of the Contract Documents, acceptable fulfillment of the Contract, compensation, mutual rights between Contractor and Owner under these Contract Documents, supervision of the work, resumption of operations, and all other questions or disputes which may arise. Engineer will not be responsible for Contractor's means, · methods , techniques, sequence or procedures of construction, or the safety precaution and programs incident thereto, and he will not be responsible for Contractor's failure to perform the work in accordance with the contract documents. The Engineer shall determine the amount and quality of the work completed and materials furnished, and his decisions and estimates shall be final. His estimates in such event shall be a condition to the right of the Contractor to receive money due him under the Contract. The Owner shall have executive authority to enforce and make effective such necessary decisions and orders as the Contractor fails to carry out promptly. In the event of any dispute between the Engineer and Contractor over the decision of the Engineer on any such matters , the Engineer must, within a reasonable time, upon written request of the Contractor, render and deliver to both the owner and Contractor, a written decision on the matter in· controversy. CS-5.2 CONFORMITY WITH PLANS: 'The finished project in all cases shall conform with lines, grades , cross-sections, finish, and dimensions shown on the plans or any other requirements other wise described in the Contract Documents . Any deviation from the approved Contract Documents required by the Engineer during construction will in all cases be determined by the Engineer and authorized by the Owner by Change Order. CS-5.3 COORDINATION OF CONTRACT DOCUMENTS: · The Contract Documents are made up of several sections, which, taken together, are intended to descri_be al!d provide for a complete and useful project, and any requirements appearing in one . of the sections is as binding . as though it occurred ifi 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 arid 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 · co.operate 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 superintendentand 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 l., . •· 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 anytime of the day or night on any day of the week on which the Engineer determines that circumstances ·require the presence on the project site of a representative of the Contractor to adequately provide for the safety or convenience of the traveling public or the owners of property across which the project extends or the safety of the property contiguous to the project routing. The Contractor shall provide all facilities to enable the Engineer and his inspector to examine and inspect the workmanship and materials entering into the work. C5-5.5 EMERGENCY AND/OR RECTIFICATION WORK: When, in the opinion of the Owner or Engineer, a condition of emergency exists related to any part of the work, the Contractor, or the Contractor through his 'designated representative, shall respond with dispatch to a verbal request made by the Owner or Engineer to alleviate the emergency condition. Such a response shall occur day or night, whether the project is scheduled on a calendar-day or a working-day basis. Should the Contractor fail to respond to a request from the Engineer to rectify any · discrepancies, omissions, or correction necessary to conform with the requirements of the · project specifications or plans, the Engineer shall give the Contractor written notice that such work or changes are to be performed. The written notice shall direct attention to the C5-5 (2) discrepant condition and request the Contractor to take remedial action to correct the condition. In the event the Contractor does not take positive steps to fulfill this written request, or does not shoe just cause for not taking the proper action, within 24 hours, the City may take such remedial action with City forces or by contrac;t. 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 OFF1CE: The Contractor shall provide, at no extra compensation, an ade,quate 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 6f the work contracted under these Contract Documents, and lines, grades and measurements will be established by means of stakes or other customary mC?thod of marking as may be found consistent with good practice. Thes.e stakes qr markings shall be set sufficiently in advance of construction operations to avoid delay. Such stakes or markings as may be established for Contractor's use . or guidance shall . be preserved by the Contractor until he is authorized by the Engineer to remove them. Whenever, in the opinion of the Engineer, any stakes or markings have been carelessly or willfully des!foyed, disturbed, or removed by the Contractor or any of his employees, the full cost of replacing such stak~s or marks plus 25% will be charged against the Contractor, and the full amount will be deducted from payment due t,he Contractor. C5-5.8 AUTHORITY AND DUTIES OF CITY INSPECTOR: City Inspectors will be authorized to i~spect 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 aqy 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 Engine~r. The CilY Inspector will not, however, be authorized to revoke, alter, enlarge, or release any requirement of these Contract Documents, nor to approve or acc;ep~ any portion or section of the work, nor to issue any instructions contrary tot he r~quirement s of the C5"'.5 (3) --:,,. ;1 ·1 Contract Documents. The City Inspector will in no case act as superintendent or foreinan or perform any other duties for the Contractor, or interfere with the management or operation of the work. He will not accept from the Contractor any compensation in any form for performing any duties. The Contractor shall regard and obey the directions and instructions of the City Inspector or Engineer when the same are consistent with the obligations of the Contract Documents of the Contract Documents, provided, however, · should the Contractor object to any orders or instructions or the City Inspector, the Contractor may within six days make written appeal to the Engineer for his decision on · the matter in Controversy. CS-5.9 INSPECTION: The Contractor shall furnish the Engineer with every reasonable facility for ascertaining whether or not the work as performed is in accordance with the requirements of the Contract Documents. If the Engineer so requests, the Contractor shall, at any time before acceptance of the work, remove or uncover such portion ofthe finished work as may be directed. After examination, the Contractor shall restore said portions of the work to the standard required by the Contract Documents. Should the work exposed or examined prove acceptable, the uncovering or removing and replacing of the covering or making good of the parts removed shall be paid for as extra work, but should Work so exposed or examined prove to be unacceptable, the uncovering · or removing and replacing of all adjacent defective or damaged parts shall be at the .. Contractor's expense. No work shall be done or materials used without suitable · supervision or inspection. CS-5.10 REMOVAL OF EDEFCTNE AND UNAUTHORIZED WORK:All work, materials, or equipment which has been rejected shall be remedied or removed and . replaced in an acceptable manner by the Contractor at this expense. Work done beyond the lines and grades given or as shown on the plans, except as herein specially provided, or any Extra Work done without written authority, will be considered as unauthorized and done at the expense of the Contractor and will not be paid for by the Owner. Work so done may be ordered removed at the Contractor's expense . Upon the failure on the part of the Contractor to comply with any order of the Engineer made under the provisions of this paragraph, the Engineer will have the authority to cause defective work to be remedied or removed and replaced and unauthorized work to be removed, and the cost thereof may be deducted from any money due or to become due tot he Contractor. Failure · to require the removal of any defective or unauthorized work shall not constitute acceptance of such work. CS-5.11 SUBSTITUTE MATERIALS OR EQUIPMENT: If the Specifications, law, ordinance, codes or regulations permit Contractor to furnish or use a substitute that is equal to any material or equipment specified, and if Contractor wishes to furnish or use a proposed substitute, he shall, prior to the preconstruction conference, make written application to ENGINEER for approval of such substitute certifying in writing that the proposed substitute will perform adequately the function called for by the general design, be similar and of equal substance to that specified and be suited to the same use and CS-5 (4) c~pable 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 ~ho 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 wit,h.out 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 ei(her 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, Sl,ICh tests -will be made at the expense .of and paid for direct to the testing agency by the Owner unless other wise specifically provided. TheJailure of the Owner to make any tests of m .aterials shall i,n 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 material~, unless otherwise specified, ,will be made in accordance with th~ 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 n;presented 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 trarisporting 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 u.sed later i11 the concret<!. Should the source of supply change, riew tests shall be made prior to the use of new materials. CS-5 .13 STORAGE OF MATERIALS: Alf 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 .. W:hen 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 UTil.,ITIES: 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 servic~ lin~s 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.I5 INTERRUPTION OF SERVICE: a. Normal Prosecution: In the normal prosecution of work where the interruption of service is necessary, the Contractor, at least 24 hours in advance, shall be required to: 1. Notify the Water Department's Distribution Division as to location, time, and schedule of service interruption. 2. Notify each customer personally through responsible personnel as to the time and schedule of the interruption of their service, or 3. In the event that personal notification of a customer cannot be made, a prepared tag form shall ·be attached to the customer's door knob. The tag shall be durable in composition, and in large bold letters shall say: C5-5 (6) "NOTICE" Due to Utility Improvement in your neighborhood, your (water) (sewer) service will be interrupted on ____ _ between the hours of and ___ _ This inconvenience will be as short as possible. Thank You, Contractor Address Phone b. Emergency: In the event that an unforeseen service interruption occurs, notice shall be as above, but immediate. C5-5.16 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 Cop.tractor or sub-contractor by agreement or arbitration. If such other Contractor or sub- contractor shall assert any clrum 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. C5-5. l 7 CLEAN-UP: Clean-up of surplus a!)d/or wa.ste 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. '.fwenty-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 shail 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 FINAL 1NSPECTION: Whenever the work provided for in and contemplated under the Contract Documents has been satisfactorily completed and final clean-up performed, the Engineer will notify the proper officials of the Owner and request · that a Final Inspection be made. Such fospection 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 orcijnances and regulations which in any way affect the conduct of the work or his operations, arid 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 t}le 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 ~hall 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 fo r the completion of adjoining work. Any additional grounds desired by the Contractor for his use shall be prov ided 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 instructipns 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 througn 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 adja~ent to any street, alley, or public place, the Contractor shall at his own expense furnish , erect, an.d 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 wiU be visible at night. .From sunset to sunrise the Contractor shall furnish and maintain at least one easily visible burning light at eac~ 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. Ail 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 hy 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 insuranc~ coverage to protect against any damages and/or injuries arising out of s.uch 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 exp~nse. 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 Contr~ctor 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 t)le 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 whkh must be removed to make pos~ible pi;oper 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, fen~es, 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 woi::k. The Contractor shall notify the proper representatives of the owners .<;>r occ;upants of the public or private lands of interest in lands which might be affected by the work. SuQh notice shall be made at least 48 hours in advance of the beginning of the work. Notices shctll be applicable to both public and. private. utility companies or any corporation, company, individual, or other, either as o.wners or occupant~, whose land or interest in land might be affected by the work.T4e .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 thc1.t 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 thte 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 ot 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 Ow~er 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. fu 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 writtep evidence satisfactory to the Director that the claim has been settle~ 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 duele~s 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 D~ector 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 µte Contractor submits evidence in writing satisfactory tot he Director that: 1. The claim has been settled and a release has · been obtained from the . claimant involved, or 2. Good faith efforts have been made to settle such outstanding claims, and such good faith efforts have f~led. If condition (1) above is met at any time within the six month period, the Director shall . recommend t)lat the final payment to the Contractor be made. If c·ondition (2) above is met at any time within the six month perio:d, 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 d~ages 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 251h day of the month succeeding that in which ant such damage is claimed to have been sustained, the Contractor shall file with the Engineer an itemized statement of the details and the amount of such alleged damage and, upon request, shall give the Engineer access to all books of account, receipts, vouchers, bills of lading, and other . books or papers containing any evidence as to the amount of such alleged damage. Unless such: statements shall be filed as hereinabove required, the Contractor's claim for compensation shali be waived, and he shall not be entitled to payment on account of such damages. C6-6.14 ADJUSTMENT OR RELOCATION OF PUBLIC UTILITIES, ETC.: · In case it is necessary to change, move, or alter in any manner the property of a public utility or others, the said property shall not be moved or interfered with until orders thereupon have been issued by the Engineer. The right is reserved to the owners of public utilities to enter the geographical limits of the Contract for the purpose of making such changes or repairs to the property that may be necessary by the performance of this Contract. C6-6.15 TEMPORARY SEWER AND DRAIN CONNECTIONS : When existing sewer lines have to be taken up or removed, the Contractor shall~ at his own expense and cost, provide and maintain temporary outlets and · connections for all private or public drains and sewers. The Contractor shall also take care of all sewage and drainage which will be received from these drains and sewers, and for this purpose he shall provide and maintain, at his own cost and expense, adequate pumping facilities and temporary outlets or divisions . The Contractor, at his own cost and expense, shall construct such troughs, pipes, or other structures necessary, and be prepared at all times to dispose of drainage and sewage received from these temporary connections until such times as the permanent connections are built and are in service. The existing sewers and connections shall be kept in service and maintained under the Contract, except when specified or ordered to be abandoned by . the Engineer. All water, sewage, and other waste shall be disposed of in a satisfactory manner so that no nuisance is created and so that the work under construction will be adequately protected. C6-6(8) C6-6.16 ARRANGEMENT AND CHARGES FOR WATER FURNISHED BY THE CITY : When the Contractor desires to use City water in connection with any C()nstruction work, he shall make complete and satisfactory arrangements with the Fort Worth City Water Department for so doing. City water furnished to the Contractor shall be delivered to the Contractor from a connection on an existing City main. All piping required beyond . the point of delivery shall be installed by the Contractor at his own expense. The Contractor's responsibility in the use of all existing fire hydrant and/or valves is . detailed in Section E2-1.2 USE OF FIRE HYDRANTS AND VALVES in these General Contract Documents. When meters are used to measure the water, the charges, .if any, for water will be made at , the regular established rates. When meters . are not used, the charges, if any, will be as prescribed by the City ordinance, or where no ordinances applies, payment shall be made on estimates and rate~ 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 provis1cms 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 froni any cause whatsoever, whether arising from the execution or nonexecution of the work. The Contractor shall requild, 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 apy order by the Owner by payment of money or any payment for or acceptance of any work, or any extension of time, or any possessio11 takeri by the City shall not operate as a waiver of any provision of the Contr.act Documents. Any waiver of any breach or Contract shall not ~e 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 · Do_cuments. C9-6(9) C6-6.20 PERSONAL LIABILITY OF PUBLIC OFFICIALS: In carrying out the provisions of these Contract Documents or in exercising any power of authority granted thereunder, there shall be no liability upon the authorized representative of the Owner, either personally or other wise as they are agents and representatives of the City. C6-6.21 STATE SALES TAX: On a contract awarded by the City of Fort Worth, and organization which . qualifies for exemption pursuant the provisions of Article 20.04 (H) of the Texas Limited Sales, Excise, and Use Tax Act, the Contractor may purchase, rent or lease all materials, supplies and equipment used or consumed in the performance of this contract by issuing to his supplier an exemption certificate in lieu of the tax, said exemption certificate to comply with State Comptroller's Ruling .007. Any such exemption certificate issued to the Contractor in lieu of the tax shall be subject to and shalf/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 th.e 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 Docurnents . All transactions of the Engineer will be with the Contractor. Subcontractors . will be considered only in the capa,city 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 . Contr.actor 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 an~ concm;red in by the. Sureties. If the Contractor does, without such previous consent, assign, transfer, sqblet, convey, or otherwise dispose of the contract or his right, title, or interest therein or any part thereof, to any person or persons , partnership, company, firm, or corporation, or does by bankruptcy, voluntary or involuntary, or. by assignment unqer 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 .constructipn 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) r The sequence requested of all construction operations shall be at all times as specified in the Special Contract Documents. Any Deviation from such sequencing shall be submitted to the Engineer for his approval. Contractor shall not proceed with any deviation until he has received written approval from the Engineer. Such specification or approval by the Engineer shall not relieve the · Contractor from full responsibility of the complete performance of the Contract. The contract time may be changed only as set forth in Section C7-7.8 EXTENSION OF TIME OF COMPLETION of this Agreement, and a progress schedule shall not constitute a change in the contract time; C7-7.4 LIMITATION OF 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 thi Contractor when ·it is available. The Contractor may bring from outside the City of Fort Worth his key men and his superintendent. All other workmen, including equipment operators, may be imported only after the local supply is exhausted. The Contractor shall employ only such superintendents,· foremen, and workmen who are careful, competent, and fully qualified to perform the duties and tasks assigned to them, and the Engineer may demand and secure the summary dismissal of any persori 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 "WORKING DAYS" or the date stipulated in the ''WORK ORDER" for beginning work, whichever comes first. Nothing in these Contract Documents shall be construed as prohibiting the Contractor from working on Saturday, Sunday or Legal Holidays, providing that the following requirements are met: a. A request to work on a specific Saturday, Sunday· or Legal Holiday must be made to the Engineer no later that the preceding Thursday. b. Any work to be dope 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 sh.all be final in response to su~h a request for approval to work . on a speci:(ic Saturday, Sunday or Legal Holiday, and no extra ~ompensation 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 desu.:es . .. 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 J?e 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 . exteI).sion 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, consid~ration will be given to unforeseen causes beyond the control of and . without the fault or negligenc~ 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 st&tement thereof shall be presented by the Contractor to the Engineer and if by the Engineer found correct, shall be approved and referred by the Engineer to the City Council for final approval or disapproval; and the action thereon by the City Council shall be · final and binding. If delay is caused by specific orders given by the Engineer to stop work, or by the performance of extra work, or by the failure of the City to provide material or necessary instructions for carrying on the work, then such delay will entitle the Contractor to an equivalent extension of time, his application for shall, however, be subject to the approval of the City Council: and no such extension of time shall release the Contractor or the surety on his performance bond from all his obligations hereunder which shall remain in full force until the discharge of the contract. C7-7.10 TIME OF COMPLETION: The time of completion is an essential element of the Contract. Each bidder shall indicate in the appropriate place on the last page of the proposal, the number of working days or calendar days that he will require to fully complete this contract or the time of completion will be specified by the City in the proposal section of the Contract Documents. The number of days indicated shall be a realistic estimate of the time required to complete the work covered by the specific contract being bid upon. The amount of time so stated by the successful bidder or the City will become the time of completion specified in the Contract Documents. For each calendar day that any work shall remain uncompleted after the time specified in the Contract Documents, or increased time granted by the Owner, or as automatically increased by additional work or materials ordered after the contract is signed, the sum per day given in the following schedule, unless otherwise specified in other parts of the Contract Documents, will be deducted from the monies due the Contractor, not as a penalty, but as liquidated damages suffered by the Owner. C7-7(4) AMOUNT OF CONTRACT AMOUNT OF LIQUIDATED DAMAGES PER DAY Less than $ 5,000 inclusive $ 35.00 $ 5,001 to $ 15,000 inclusive $ 45.00 $ 15,001 to $ 25,000 inclusive $ 63.00 $ 25,001 to $ 50,000 inclusive $ 105.00 $ 50,001 to $ 100,000 inclusive $ 154.00 $ 100,001 to $ 500,000 inclusive $ 210.00 $ 500,001 to $1,000,000 inclusive $ 315.00 $1,000,001 to $2,000,000 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 du,e 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 ~ny 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 cpvered by this contract, for any reason, th.e 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 periqd, the Contractor shall store all materials in such manner that they will not obstruct or impede the public unnece~sarily nor become damag~d in any way, and he shall take every precaution to prevent damage or de_terioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary . .. Sl:tould 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) ' ',. I • determined by mutual consent of the Contractor and the Engineer that a solution to allow construction to proceed is not available within a reasonable period of time , then the Contractor may be reimbursed for the cost of moving his equipment off the job and returning the necessary equipment to the job when it is determined by the Engineer that construction may be resumed. Such reimbursement shall be based on actual cost to the Contractor of moving the equipment and no profit will be allowed. No reimbursement shall be allowed if the equipment is moved to another construction project for the City of Fort Worth. The Contractor shall not suspend work without written ·notice from the Engineer and shall proceed with the work operations promptly when notified by the Engineer to so resume operations . C7-7.13 TERMINATION OF CONTRACT DUE TO NATIONAL EMERGENCY: Whenever, because of National Emergency, so declared by the president of the United States ,or other lawful authority, it becomes impossible for the Contractor to obtain all of the necessary labor, materials, and equipment for the prosecution of the work with reasonable continuity for a period of two months, the Contractor shall within seven days notify the City in writing, giving a detailed statement of the efforts which have been made and listing all necessary items of labor, materials, and equipment not obtainable. If, after ·. investigations, the owner -finds that such conditions existing and that the inability of the Contractor to proceed is not attributable in whole or in part to the fault or neglect of the Contractor, than if the Owner cannot after reasonable effort assist the Contractor in · procuring and making available the necessary labor, materials, and equipment within thirty days, the Contractor my request the owner to terminate the contract and · the owner may comply with .the request, and the termination shall be conditioned and based upon a final settlement mutually acceptable to both the Owner and the Contractor and final payment shall be made in accordance with the terms of the agreed settlement, which shall include. But · not be limited to the -payment for all work executed but not · anticipated · profits on work which has not been performed. C7 ;.7.14 ·SUSPENSI0N 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 oi 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. H the Contractor shall for any cause whatsoever not carry on the working operation in an acceptable manner. k. H the Contractor commences legal action against the Owner. . A Copy of the suspension order or action of the City Council ·shall be served . on the Contractor's Sureties. When work is suspended for any cause or causes, or when the contract is canceled, the Contractor shall discontinue the work or such part thereof as the owner shall designate, whereupon the Sureties may, at their option, assume the contract or that portion thereof which the Owner has ordered the Contractor to discontinue, and may perform the same or may, with written consent of the owner, sublet the work or that portion of the work as taken over; provided however, that"the Sureties shall exercise their option, if at all, within two weeks after the written notice to discontinue the work has been served upon the Contractor and upon the Sureties or their authorized agents. The Sureties, in such event shall assume the Contractor's place in all respects, and shall be paid by the Owner for all work performed by them in acC,ordance with the terms of the Contract Documents. All monies remaining due the Contractor ~t 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. I . -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 stich monies as may be due or may become due at any time thereafter to the Contractor under and by virtue of the Contract or any part thereof. The Owner shall not be required to obtain the lowest bid for the· work completing the contract, but the expense to be deducted shall be the actual . cost of the owner of such work In case such expenses shall exceed the amount which would have been payable under the Contract if the same had been completed by the Contract, then the Contractor and his Sureties shall pay the amount of such excess to the City on notice from the Owner of the excess due. When any particular part of the work is being carried on by the Owner by contract or otherwise under the provisions of this section, the Contractor shall continue · the remainder of the work in conformity with the terms of the Contract Documents and in such a manner as to not hinder or interfere with the performance of the work by the Owner. C7-7 .15 FULFILLMENT OF CONTRACT: The Contract will be considered as having been fulfilled, save as provided in any bond or bonds or by law, when all the work and all sections or parts of the project covered by the Contract Documents have been finished and completed, the final inspection made by the Engineer, and the final acceptance and final payment made by the Owner. C7-7 .16 TERMINATION FOR CONVENIENCE OF THE OWNER: The performance of the work under this contract may be terminated by the Owner in whole, or from time to time in part, in accordance with this section, whenever the Owner shall determine that such termination is in the best interest of the Owner. A. NOTICE OF TERMINATION: Any Termination shall be effected by · mailing a notice of the termination to the Contractor specifying the extent to which performance of 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) claim, demand or . suit shall be required of the Owner regarding such discretionary action B. 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 notice of the termination; and b. The completed, . or partially completed plans, drawings, inf ofIIlation and . other property which, if the contract had been completed, would have ~een required to be furnished to the Owner. 5 . complete performance of such work as shall not have been terminated by the notice of ternlinati9n ; and 6. Take such action as may be I!ecessary, or as the Engineer may direct, for the protection and preservation of the property relatedto its contract which is in the possession of the Contractor and in which the owner has or may acquire the rest.. · A t a time .not later than 30 days after the termination date specified in the notice of termination, the Con.tractor may submit to .the Engin.eer a list, ~ertified 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 terinination, 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. AMOUNTS: Subject to the prov1S1ons of Item C7-7 .l(C), the Contractor and the Owner may agree upon the whole or any part of the arriount or amounts to be paid to the Contractor by reason of the total or partial termination of the work pursuant hereto; provided , that such agreed amount or amounts shall never exceed the total contract price reduced by the amount of payments otherwise made and as further reduced by the contract price work not terminated. The contract shall be amended accordingly, and the Contractor shall be paid the agreed amount. No amount shall be due for lost or anticipated profits> Nothing in C7-7.16(E) hereafter, prescribing the amount to be paid to the Contractor by reason of the termination of work pursuant to this section, shall be deemed to limit, restrict or otherwise determine or affect the amount or amounts which may be agreed upon to be paid to the Contractor pursuant to this paragraph. · E. FAILURE TO AGREE: In the event of the failure of the Contractor and the Owner to agree as provided in C7-7.16(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 connection with this contract; and 3. the agreed price for, or the proceeds of the sale of, any materials, supplies or other things kept by the Contractor or sold, pursuant to the provisions . of this clause, and not otherwise recovered by or credited to the Owner. G. ADJUSTMENT: If the termination hereunder be partial, prior to the settlement of the terminated portion of this contract, the Contractor may file with the Engineer a request in writing for an equitable adjustment of the price or prices specified in the contract relating to the continued portion of the contract (the portion not terminated by notice of termination), such equitable adjustment as may be agreed upon shall be made in such price or prices; noting contained herein, however, shall limit the right of the owner and the Contractor to agree upon the amount or amounts to be paid tot . he Contractor for the completion of the continued portion of the contract when said contract does not contain an established contract price for such continued portion. 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. C7-7.17 SAFETY METHODS AND PRACTICES: The Contractor shall be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the work at all times and shall assume all.responsibilities for their enforcement. The Contractor shall comply with federal, state, and local l.aws, ordinances, and regulations so as to protect person and property from injury, including death, or damage in connection with the work. C7-7(11) PART C -GENERAL CONDITIONS C8-8 MEASUREMENT AND PAYMENT SECTION C8-8 MEASUREMENT AND PAYMENT C8-8.1 MEASUREMENT OF QUANTITIES: The determination of quantities of work performed by the Contractor and authorized by the Contract Documents acceptably completed under the terms of the Contract Documents shall be made by the Engineer, based on measurements made by the Engineer. These measurements will be made · according to the United States Standard Measurements used in common practice, and will be the actual length, area, solid contents, numbers, and weights of the materials and item installed. C8-8 .2·: UNIT PRICES: When in the Proposal a "Unit Price" is set forth, the said "Unit Price" shall include the furnishing by the Contractor of all labor, tools, materials, machinery, equipment, appliances and appurtenances necessary for the construction of and the completion in a manner acceptable to the Engineer of all work to be done under these Contract Documents . · The "Unit Price" shall include all permanent and temporary protection of overhead, · surface, and underground structures , cleanup, finishing costs, overhead expense, bond, insurance, patent fees, royalties, risk due to the elements and other clauses, delays, profits, injuries, damages claims , taxes, and all other items not specifically mentioned that may be required to fully construct each item of the work complete in place and in a satisfactory condition for operation. C8-8.3 LUMP SUM: When in the Proposal a "Lump Sum" is set forth, the said ''Lump Sum" shall represent the total cost for the Contractor to furnish all labor,· tools, materials, machinery, equipment, appurtenances, and all subsidiary work necessary for the construction and completion of all the work to provide a complete and functional item as detailed in the Special Contract Documents and/or P lans. 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 C5-5.14) 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 ~f 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 j n or about the construction of the work under contract and its appurtenances, or any damage du,e or attributed to such defects, which defects, imperfections, or damage shall have been discovered on or before the final inspection and acceptance of the work or during the one year guaranty period after the final acceptance . . The Owner shall be the sole judge of such defects, imperfections, or damage, and the Contractor shall be liable to the Owner for failure to correct the same as provided herein . C8-8.5 PARTIAL ESTIMATES AND RETAINAGE: Between the 1st and the 5th day of each month, the Contractor shall submit to the Engineer a statement showing an estimate of the value of the work done during the previous month, or estimate period under the Contract Documents . Not later than the 10th day of the month, the Engineer shall verify such estimate, and if it is found to be acceptable and the value of the work performed since the last partial payment was made exceeds one hundred dollars ($100 .00) inn amount, 90% of such estimated sum will be paid to the Contractor if the total contract amount is less than $400,000.00, or 95% of such . estimated sum will be paid to the Contractor if the total contract amount is $400,000.00 or greater, wiihin 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 acceptflble 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 Contract9r 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 esti,Ipates 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 q11 admission of the Owner of the amount of work done or of it~ 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 mont~y estimate if . the . Cont:J;actor 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 Contra~tor, 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 tl).e 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 ~d 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 ceftificate 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 specifiGally 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, s.hall be considered as a subsidiary item of work, the cost of which shall be incJuded in the price bid in the Proposal, for each bid item. Surface restoration, rock excavation and cleanup are general items of work which fall in the category of subsidiary work. C8-8.12 MISCELLANEOUS PLACEMENT OF MATERIAL: Material may be allocated under various bid items in the Proposal to establish unit prices for miscellaneous placement of material. These materials shall be used only when directed by the Engineer, depending on field conditions. Payment for miscellaneous placement of material will be made for only that amount of material used, measured to the nearest one- tenth unit. Payment for miscellaneous placement of material shall be in accordance . with the General Contract Docum~nts 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) A. B. C. D. SECTION Cl: SUPPLEMENTARY CONDITIONS TO PART C -GENERAL CONDITIONS General · These Supplementary Conditions amend or supplement the General Conditions of the Contract and other provisions of the Contract Documents as indicated below. Provisions which are not so amended or su,pplemented remain in full force and affect. 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 prepa,red 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 inclu~e 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 ofless 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 ofthis contract. Part C -General Conditions: Paragraph C3-3 .11 of the General Conditions is deleted and replaced with D-3 of Part D -Special Conditions. C3-3.11 INSURANCE: Page C3-3 (6): Delete subparagraph "g. LOCAL AGENT FOR INSURANCE AND BONDING" Revised 10/24/02 Pg. 1 E. C6-6.12 CONTRACTOR'S RESPONSIBLITY FOR DAMAGE CLAIMS: Page C6-6 (8), is deleted in its entirety and replaced with the following: F. Contractor covenants and agrees to indemnify City's engineer and architect, and their personnel at the project site for Contractor's sole negligence. In addition, Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the Owner, its officers, servants and employees, from and against any and all claims ·or suits for property loss, property damage, personal injury, including death, arising out of, or alleged to arise out of, the work and services to be performed hereunder by Contractor, its officers, agents, employees, subco~tractors, licensees or invitees, whether or not any such iniuni, damage or death is caused, in whole or in part, by the negligence or alleged negligence of Owner, its officers, servants, or e1nployees. 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 fromthe performance of any of the terms and conditions of this Contract, whether or not any such iniury or damage is caused in whole or in part by the negligence or alleged negligence of Owner, its officers, servants or employees. In the event Owner receives a written claim for damages against the Contractor or its · subcontractors prior to final payment; final payment shall · not be made until Contractor either (a) submits to Owner satisfactory evidence that the claim has been settled and/or a release from the claimant involved, or (b) provides Owner with a letter from Contractor;s liability insurance carrier that the claim has been referred to the insurance carrier. The Director may, if he deems it appropriate, refuse to accept bids on other City of Fort Worth public work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract. · INCREASED OR DECREASED QUANTITIES: Part C -General Conditions, Section C4-4 SCOPE OF WORK, Page C 4-4 (1 ), revise paragraph C4-4.3 INCREASED OR DECREASED QUANTITIES. to read as follows: The Owner reserves the right to alter the quantities of the work to be performed or to . . extend or shorten the impr9vements at any time when and as found to be necessary, and the Contractor shall perform the work as altered, increased or deci;eased 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 - - - - - - - - .... T. - ,;: 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 fen days notice shall be acceptable in the event of non-payment of premium. e. Insurers must be authorized to do business in the State of Texas and have a current A.M. Best rating of A: VII or equivalent measure of financial strength and solvency. f. Deductible limits, or self-funded retention: limits, on each policy must not exceed $10,000 .00 per occurrence unless otherwise approved by the City. g. Other than worker's compensation insurance, in lieu of traditional insurance, City may consider alternative coverage or risk treatment measures through insurance pools or risk retention groups. The City must approve in writing any alternative coverage . · h. Workers' compensation ipsurance 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. 1. Contractor's liability shall not be limited to the specified amounts of insurance required herein. Revised 10/24/02 Pg . 3 H. I. m. Upon the request of City, Contractor shall provide complete copies of all insurance policies required by these contract documents. C8-8.4 SCOPE OF PAYMENT: Delete C8-8.4, Scope of Payment at page C8-8(1) is deleted in its entirety and replaced with the following: The Contractor shall receive and accept the compensation as herein provided, in full payment for furnishing all labor, tools, materials, and incidentals for performing all work contemplated and embraced under these Contract Documents, for all loss and damage arising out of the nature . of the work or from the action of the elements, for any unforeseen defects or obstructions which may arise or be encountered during the prosecution which may arise or be encountered during the prosecution of the work at any time before its .final acceptance by the Owner, (except as provided in. paragraph CS-5.14). for all risks of whatever description connected with the prosecution of the work, for all expenses incurred by or in consequence of the . suspension or discontinuance of such prosecution of the working operations as herein specified, or any and all infringements of patents, trademarks, copyrights, or other legal reservations, and for completing the work in an acceptable manner according to the terms of the Contract Documents. The payment of any current or partial estimate prior to the final acceptance of the work by the Owner shall in no way constitute an acknowledgment of the acceptance of the work, materials, or equipment, nor in any way prejudice or affect the obligations of the Contractor to repair, correct, renew, or replace at his own and proper expense any defects or imperfections in the construction or in the strength or quality of the material used or equipment or machinery furnished in or about the construction of the work under contract and its . appurtenances, or any damage due or attributed to such defects, which defects, imperfections, or damage shall have been discovered on or before the final inspection and acceptance of the work or during the two (2) year guaranty period after the final acceptance. The Owner shall be the sole judge of such defects, imperfections, or damage, and the Contractor shall be liable to the Owner for failure to correct the same as provided herein. C8-8. l O GENERAL GUARANTY: Delete C8-8.10, General Guaranty at page C8-8( 4) is deleted in its entirety and replaced with the following: · Neither the final certificate of payment nor any provision in the Contract Documents, nor partial or entire occupancy or use of the premises by the Owner shall constitute an acceptance of work not done in accordance with the Contract Documents or relieve the Contractor of liability in respect to any express warranties or responsibility for faulty materials or 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 outline& The Owner will give notice of observed defects with reasonable promptness. Revised 10/24/02 Pg.4 - - - - - - - - - - ;.:. J. Any reference . to any shorter period of time of warranty contained elsewhere within the specifications shall be resolved in favor of this specifications, it being the City's intent that the Contractor guarantee its work for a period of two (2) years following the date of acceptance of the project. In the Special Instructions to Bidders, TPW contracts place the following in lieu of the existing paragraph 2. Part C -General Conditions, Section C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL, Page C2 -2 (4) exchange paragraphs C2-2.7, C2-2 .8 and C2-2.9 with the following: C2-2 . 7 DELIVERY OF PROPOSAL: No proposal will be considered unless it is delivered, accompanied by its proper Bid Security, to the Purchasing Manager or his representative at the official location and stated time set forth in the "Notice to Bidders." It is the Bidder's sole responsibility to deliver the proposal at the proper time to the proper place. The mere fact that a proposal was dispatched will not be considered. The Bidders must have the proposal actually delivered. Each proposal shall be in a sealed envelope · plainly marked with the word "PROPOSAL," and the name or description of the project as designated in the "Notice to Bidders." The envelope shall be addressed to the Purchasing · Manager, City of Fort Worth Purchasing Division, P.O. Box 17027, Fort Worth, Texas 76102. C2-2.8 WITHDRAWING PROPOSALS: Proposals actually filed with the Purchasing · Manager cannot be withdrawn prior to the time set for opening proposals. A request for non-consideration of a proposal must be made in writing, addressed to the City Manager, and filed with him prior to the time set for the opening of proposals . After all proposals not requested for non-consideration are opened and publicly read aloud, the proposals for which non-consideration requests have been properly filed may, at the option of the Owner, be returned unopened. C2-2.9 TELEGRAPHIC MODIFICATION OF PROPOSALS: Any bidder may modify his proposal by telegraphic communication at any time prior to the time set for opening proposals, provided such telegraphic 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 sucli confirmation is not received within forty-eight ( 48) hours after the proposal opening time, no further consideration will be given to the proposal K. C3-3.7 BONDS (CITY LET PROJECTS): Reference Part C, General Conditions, dated November 1, 1987; (City let projects) make the following revisions: I. 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 City, the surety must (1) hold a certificate of authority from the United States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of $100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion, will determine the adequacy of the .proof required herein. 2. Pg. C3-3(5) Paragraph C3-3 .ll INSURANCE delete subparagraph "a. COMPENSATION INSURANCE". 3. Pg. C3-3(6), Paragraph C3-3.l 1 INSURANCE delete subparagraph "g. LO.CAL . 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 shall, until the expiration of three (3) years after final payrn.ent 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 th~t the City shall have access during normal working hours to all necessary Contractor .facilities and shall be provided adequate and approptjate work space in order to conduct audits in compliance with the provisions of this section. The City shall give contractor reasonable advance notice of intended audits. (b) Contractor further agrees to include in all its subcontract~ hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under the subcontract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers ai;i.d 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 prnvided adequate and appropriate work space, in order to conduct audits ,in compliance with the provisions oft~s article .. City shall give subcontractor reason~ble advance notice of intended audits. ( c) Contractor and subcontrnctor agree to photocopy such documents . as may be requested by the City. The City agrees to reimburse the Contractor for the 'cost ofcopies as follows: · · · 1. 50 copies and under -10 cents per page Revised 10/24/02 Pg.6 - - .... - - - - M. 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 aild General Specifications. Clearing and restoration shall be considered as incidental to construction and all costs incurred will be considered to be included in the Linear Foot price of the pipe. N. Reference Part C-General Conditions, Section C6-6.8 BARRICADES, WARNINGS AND WATCHMEN: 1. Wherever the word Watchmen appears in this paragraph, it shall be changed to the word flagrne:p.. 2. In the first paragraph, lines five (5) and six (6), change the phrase take all such other precautionary measures to take all reasonable necessary measures. 0. MINORITY/WOMEN BUSINESS ENTERPRISE COMPLIANCE: Reference Part C (General Conditions), Section C3-3.2 Entitled "MINORITY BUSINESS ENTERPRISE/WOMEN-OWNED BUSINESS ENTERPRISE COMPLIANCE" shall be deleted in its entirety and replaced with the following: Upon request, Contractor agrees to provide to Owner complete and accurate information regarding actual work performed by a Minority Business Enterprise (MBE) and/or a Woman Business Enterprise (WBE) on the contract and payment therefore. Contractor further agrees to permit an audit and/or examination of any books, records or files in its possession that will substantiate the actual work performed by an MBE and/or WBE. The misrepresentation of facts ( other than a negligent misrepresentation) and/or the commission of fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate federal, state or local laws or ordinances relating to false statements; further, any such misrepresentation ( other than negligent misrepresentation) and/or commission of fraud will result in the Contractor being 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: ~e~tion =CJ;.,3. .. 13 o.ffl}~.G~p.erl!l qoµ4itip:r;i,s is delet~d . .and replacedw1th the followmg: . (a) The 'contractor shall comply with all requirements of Chapter 2258,Texas Goveinment Code,· including the payment of not less than the rates determined by the Cify Council of the C:ity off.ort Worth to be the prevailing wage rates m. ac~ordanc~'.witli Ghapter 2258, . Te:x.as Governnien,t Cpde ... such.,pr~vailing wage rate~ ii!¢ iJ?.clude4 ,in th~~e contrA~f docunierits.. . (b)The COD.tractOJ,"Bhall, for a period of three (3) years followi)?.g .,the date of acceptance of · the work, maintain recordst~t$how (i) the ;na.µie .and oc:cupat1on ·of eac:hworker .. employed by'the contractor in the construction of the work provided for iii this contract; and (ii) the actm1Jper diemwages paid tq:ea.c:h ~orker.:, These ,:ec:onis .. shaUbe operi at all ·· reasqnable houi:s ·for. inspectiqn, l;>y the. City., The prqyisioµs .of Section .C:-i; L Rightto Aqdit (Rev: 9/30/02) perl~in to this inspection.' . . ( C) J'h.e COiitracto J;'..sh~ll include ID. its subcontracts and/or shall otherwise. require· all of its subcontractors to ·cqmplywithparagraphs (a) and (b) above .. ( d).With each partialp.ayment estimate or payroll period, whichever is less, an affidavit stating tliat the contractor has complied with the requirements of Chapter 2258i Texas Goyernment' Code: The contractor shall post tp.e prevailing wage rates in a conspicuous place at the ~ite of the project at :an times .. Revised 10/24/02 Pg.8 - - - PART D-SPECIAL CONDITIONS D-1 GENERAL ............................................................................................................................ 3 D-2 COORDINATION MEETING ............. -................................................................................... 5 D-3 CONTRACTOR COMPLIANCEWITH WORKER'S COMPENSATION LAW ...................... 5 D-4 COORDINATION WITH FORT WORTH WATER DEPARTMENT ......................... -............. 7 D-5 CROSSING OF EXISTING UTILITIES ................................. : .............................................. 7 D-6 EXISTING UTILITIES AND IMPROVEMENTS .................................................................... 8 D-7 CONSTRUCTION TRAFFIC OVER PIPELINES ............................ : ..................................... 8 D-8 TRAFFIC CONTROL .......................................................................................... , ................ 9 D-9 DETOURS ........................................................................................................ -................. 10 D-10 EXAMINATION OF SITE ....................................................................... : ....................... 10 D-11 ZONING COMPLIANCE ................. _ ............... ; .......................... : .... : . .-· ............................. 10 D-12 WATER FOR CONSTRUCTION ...... : ............................................. .-............................... 10 D-13 WASTE MATERIAL .............................................................. : ........................................ 10 D-14 PROJECT CLEANUP AND FINAL ACCEPTANCE ........................................................ 10 D-15 SAFETY RESTRICTIONS -WORK NEAR HIGH VOLTAGE LINES .............................. 11 D-16 BID QUANTITIES ........................................................................... -............................... 11 D-17 CUTTING OF CONCRETE ............................................................................... -............. 11 D-18 PROJECT DESIGNATION SIGN .................................... : .............................................. 11 D-19 CONCRETE SIDEWALK AND DRIVEWAY REPLACEMENT ........................................ 12 D~ 20 MISCELLANEOUS PLACEMENT OF MATERIAL.. ........................................................ 12 D-21 CRUSHED LIMESTONE BACKFILL ....................................... .-...................................... 12 D-22 2:27 CONCRETE .................... : ........................................... : ..... :.-........... : ....... : .... :.: ........ 13 D-23 TRENCH EXCAVATION, BACKFILL, AND COMPACTION .............................. : ............ 13 D-24 TRENCH PAVEMENT (PERMANENT) REPAIR (E2-19) FOR UTILITY CUTS .............. 14 D-25 SITE SPECIFIC TRENCH SAFETY SYSTEM (COVERS ALL PROJECTS) .................. 15 D-26 SANITARY SEWER MANHOLES ....... : .............................................................. ; ........... 16 D-27 SANITARY SEWER SERVICES ........................................................ -............... : ............ 19 D-28 REMOVAL , SALVAGE, AND ABANDONMENT OF EXISTING FACILITIES .................. 20 · D-29 DETECTABLE WARNING TAPES ..................................................... : .............. ; ............ 23 - D-30 PIPE CLEANING ................................ .-.......................................................................... 23 D-31 DISPOSAL OF SPOIUFILL MATERIAL. ........................................................................ 23 D-32 MECHANICS AND MATERIALMEN'S LIEN ................................................................... 23 D-33 SUBSTITUTIONS .......................................................................................................... 23 _ D-34 PRE-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER .............. 24 D-35 VACUUM TESTING OF SANITARY SEWER MANHOLES ............................................ 27 D-36 BYPASS PUMPING ................................................. : ..................................................... 28 D-37 . POST-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER .. _ .......... 28 D-38 SAMPLES AND QUALITY CONTROL TESTING ........................................................... 30 D-39 TEMPORARY EROSION, SEDIMENT, AND WATER POLLUTION CONTROL (FOR DISTURBED AREAS LESS THAN 1 ACRE) ................................................................................. 31 D-40 INGRESS AND EGRESS/OBSTRUCTION OF ACCESS TO DRIVES ........... _ ............... 32 D-41 PROTECTION OF TREES, PLANTS AND SOIL ........................................................... 32 D-42 SITE RESTORATION .................................................................................................... 32 D-43 CITY OF FORT WORTH STANDARD PRODUCT LIST ................................................ 33 D-44 TOPSOIL, SODDING, SEEDING & HYDROMULCHING ............................................... 33 D-45 CONFINED SPACE ENTRY PROGRAM ....................................................................... 38 D-46 SUBSTANTIAL COMPLETION INSPECTION/FINAL INSPECTION .............................. 39 D-47 EXCAVATION NEAR TREES (WHERE IDENTIFIED ON THE PLANS) ........................ 39 D-48 CONCRETE ENCASEMENT OF SEWER PIPE ........................................................... .40 D-49 CLAY DAM ............................................................................ .' ........................................ 40 02/09/2010 SC-1 g:\1210\4397-32\project\specifications\contract Sa\100% set-Sa\05 .3 -green double sided -part d -special conditions -paginated (water-sewer) - wtr 02-09-10 .doc PART D -SPECIAL CONDITIONS . D-50 EXPLORATORY EXCAVATION (D-HOLE) .................................................................. .40 D-51 INSTALLATION OF WATER FACILITIES .......................................... ; .......................... .40 51.1 Polyvinyl Chloride (PVC) Water Pipe .......................................................................... .40 51 .2 Blocking ...................................................................................•................................... 41 51.3 Type of Casing Pipe ................................................. : .................................................. .41 51.4 Tie-lns ............................................... : ......... : .................................................................. 41 51 .5 Connection of Existing Mains ........................................................................................ 41 51.6 Valve Cut-Ins .......................... · ..................................................................................... 42 . 51.7 Water Services ............................................................................................................ 42 51.8 2-lnch Temporary Service Line ................................................................................... .44 51.9 Purging and Sterilization of Water Lines .......................................... ; .......................... .45 51.10 Work Near Pressure Plane Boundaries ........................................ : ............................. .45 51.11 Water Sample Station ................................................................................................. .46 51.12 Ductile Iron and Gray Iron Fittings .................. ." ............................................................. 46 D-52 SPRINKLING FOR DUST CONTROL. ........................................................................... 47 D-53 DEWATERING .............................................................................................................. 47 D-54 TRENCH EXCAVATION ON DEEP TRENCHES ........................... ; .............................. .47 D-55 TREE PRUNING .............................................. , .............................................................. 47 D-56 TREE REMOVAL ........................................................................................................... 48 D-57 TEST HOLES ....................... ; ........... , ....................... : .................................................... 48 D-58 PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION AND NOTIFICATION OF TEMPORARY WATER SERVICE INTERRUPTION DURING CONSTRUCTION ........................................................................................... i .............................. 49 D-59 TRAFFIC BUTTONS ............................. ·······,···························:······································49 D-60 SANITARY SEWER SERVICE CLEANOUTS ............. : .................................................. 50 D-61 TEMPORARY PAVEMENT REPAIR. ............................................................................. 50 D-62 CONSTRUCTION STAKES ............................. : ............................................................. 50 D-63 EASEMENTS AND PERMITS .................................................•...................................... 50 D-64 PRE-CONSTRUCTION NEIGHBORHOOD MEETING .................................................. 51 D-65 WAGE RATES .................................................................................................... : .......... 51 D-66 REMOVAL AND DISPOSAL OF ASBESTOS CEMENT PIPE ...................................... 53 D-67 STORM WATER POLLUTION PREVENTION (FORDISTURBED AREAS GREATER THAN 1 ACRE) ................................................................................ ~ .... , ........................................ 53 D-68 COORDINATION WITH THE CITY'S REPRESENTATIVE FOR OPERATIONS OF . EXISTING WATER SYSTEMS ...................................................................................................... 55 D-69 ADDITIONAL SUBMITTALS FOR CONTRACT AWARD ................................................... 56 D-70 EARLY WARNING SYSTEM FOR CONSTRUCTION ....................................................... 56 D-71 AIR POLLUTION WATCH DAYS ..................... : ................................................................. 57 D-72 FEE FOR STREET USE PERMITS AND RE-INSPECTIONS ............................................. 57 02/09/2010 SC-2 g:\1210\4397~32\project\specifications\contract Sa\100% set -Sa\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 5A · Bideker Avenue, Bright Street and Burton Avenue D.O.E. Project No. 5876 City Project No. 00946 Water Project No. P253 541200 605170094683 Sewer Project No.P258 541200 705170094683 D-1 GENERAL · The order or precedence in case of conflicts or discrepancies between various parts of the Contract Documents subject to the ruling of the Engineer shall generally, but not necessarily, follow the guidelines listed below: 1. Plans 2. Contract Documents 3. Special Conditions ·The following Special Conditions shall be applicable to this project under the provisions stated above. The Contractor shall be responsible for defects in this project due to ·faulty materials and workmanship, or both, for a period of two (2) years from date of final acceptance of this project by the City of Fort Worth and will be required to replace at his expense any part i er 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 upori the contractor. The specifications and drawings shall be considered cooperative; therefore, work or material called for by one and not shown or mentioned in the other shall be accomplished or furnished in a faithful manner as though required by all. Any Contractor performing any work on Fort Worth water or sanitary sewer facilities must be pre- qualified with the Water Department to perform such work in accordance with procedures described in the current Fort Worth Water Department General Specifications, which general specifications shall govern performance of all such work. This contract and project, where applicable, may also be governed by the two following published specifications, except as modified by these Special Provisions : 02/09/2010 SC-3 g:\1210\4397-32\project\specifications\contract Sa\100% set-Sa\05 .3 -green double sided -part d -special conditions -paginated (water-sewer) - wtr 02-09-10.doc PART D -SPECIAL CONDITIONS 1. STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION - CITY OF FORT WORTH 2 . STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION -NORTH CENTRAL TEXAS Any conflict between these contract documents and the above 2 publications shall be resolved in favor of these contract documents. A copy of either of these specifications may be purchased at the office of the Transportation and Public Works Director, 1000 Throckmorton Street, 2nd Floor, Municipal Building , Fort Worth, Texas 76102 . The specifications applicable to each pay item are indicated by the call-out for the pay item by the designer. If not shown, then applicable :published specifications in either of these documents may be followed at the discretion of the Contractor. General Provisions shall be those of the Fort Worth document rather than Division 1 of the North Central Texas document. Bidders shall not separate, detach or remove any portion, segment or sheets from the contract document at any time. Failure to bid or fully execute contract without retaining contract documents intact may be grounds for designating bids as "non-responsive" and rejecting bids or voiding contract as appropriate as ·determined by the City Engineer. INTERPRETATION AND PREPARATION OF PROPOSAL: A DELIVERY OF PROPOSAL: No proposal will be considered unless it is delivered, accompanied by its proper Bid Security, to the Purchasing Manager or his representative at the official location and stated time set forth in the "Notice to Bidders". It is the Bidder's sole · responsibility to deliver the proposal at the proper time to the proper place. The mere fact that a proposal was dispatched will not be considered . The Bidders must have the proposal actually delivered. Each proposal shall be in a sealed envelope plainly marked with the word "PROPOSAL", and · the name or description of the project as designated in the "Notice to Bidders". The envelope shall be addressed to the Purchasing Manager, City of Fort Worth Purchasing Division, PO Box 17027, Fort Worth, Texas 76102. . . . 8. WITHDRAWING PROPOSALS: Proposal$ 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 niade in writing, addressed to the City Manager, and filed with him prior to the time set for the opening of proposals. After all proposals not requested for non- consideration are opened and publicly read aloud, the proposals for which non-consideration requests have been properly filed may, at the option of the Owner, be r_eturned unopened. C. TELEGRAPHIC MODIFICATION OF PROPOSALS: Any bidder may modify his proposal by telegraphic communication at any time prior to the time set for opening proposals, provided such telegraphic communication is received by the Purchasi_ng Manager prior to the said proposal opening time, and provided further; that the City Manager is satisfied that a written and duly authenticated confirmation of such telegraphic communication over the signature of the bidder was mailed prior to the proposal opening time. If such confirmation is not'received within forty-eight (48) hours after the proposal opening time, no further consideration will be given to the proposal. 02/09/2010 SC-4 · g:\1210\4397-32\project\specifications\contract Sa\100% set -Sa\05.3 -green double sided -part d -special conditions -paginated (water-sewer)- wtr 02-09-1 O.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 ail 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 ofthe 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 proj~ct. "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. R The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401 .011 (44) or all employees of the Contractor · providing services on the project, for the duration of the project. C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. D. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. E. The Contractor shall obtain from each person providing services on a project, and provide the governmental entity: 1. A certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and 02/09/2010 · SC-5 g:\1210\4397-32\project\specifications\contract Sa\J 00% set -Sa\05 .3 -green double sided -part d -special conditions -paginated (water-sewer) - wtr 02-09-1 O.doc PART D -SPECIAL CONDITIONS 2. No later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. F. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. G. The contractor shall notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. H. The contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Worker's Compensation Commission , informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage . I. The contractor shall contractually require each person with whom it contracts to provide services on a project, to: 1. Provide coverage, based on proper reporting on classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401 .011 (44) for all of its emp loyees 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 show ing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project ; 3. Provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage , if the coverage period shown on the current certificate of coverage end.s 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 cov erage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project. w 5. Retain all req uired certificates of coverage on-file for the duration of the project and for one year thereafter. 6. Notify the governmental entity in writing by certified mail or personal delivery , within ten (10) days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and 02/09/2010 SC-6 g:\1210\4397-32\project\specifications\contract Sa\100% set -Sa\05 .3 -green double sided -part d -special conditions -paginated (water-sewer) - wtr 02-09-1 O.doc PART D -SPECIAL CONDITIONS . 7. Contractually require each person with whom it contracts, to perform as required by paragraphs (1)-(7), with the certificates of coverage to be provided to the person for whom they are providing services. · 8. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self-insured, with the commission's Division of Self-Insurance Regulation. Providing false or misleading information may subject the contractor to administrative, criminal, civil penalties or other civil actions. 9. The contractor's failure to comply with any of these provisions is a breach of contract by the contractor which entitles the governmental entity to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. J. The contractor shall post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage .and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas · Worker's Compensation Act or other · Texas Worker's Compensation Commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text, without any additional words or changes: "REQUIRED WORKER'S COMPENSATION COVERAGE The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling , or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." Call the Texas Worker's Compensation Commission at (512) 463-3642 to receive information . on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage". D-4 COORDINATION WITH FORT WORTH WATER DEPARTMENT During the construction of this project, it will be necessary to deactivate, for a period of time, existing lines . The Contractor shall be required to coordinate with the Water Department to determine the best times for deactivating and activating those lines ; D-5 CROSSING OF EXISTING UTILITIES Where a proposed water line crosses over a sanitary sewer or sanitary sewer service line and/or proposed sewer line crosses over a water line and the clear vertical distance is less than 9 feet barrel to barrel , the sanitary sewer or sanitary sewer service line shall be made watertight or be 0210912010 SC-7 g:\12 i 0\4397-32\project\specifications\contract Sa\l 00% set -Sa\05 .3 -green double sided -part d -special conditions -paginated (water-sewer) - wtr 02-09-1 O.doc 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 thei r 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 i make all necessary provisions (as approved or authorized by the applicable utility company) for the support, protection a·nd/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 ttie 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 02/09/2010 SC-8 g:\1210\4397-32\project\specifications\contract Sa\100% set-Sa\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 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 Nuniber 817-392-7738) to remove· the sign. In the case of regulatory signs, the Contractor must replace the permanent sign with a temporary sign meeting the requirements of the above-referenced manual and such temporary sign must be installed prior to the removal of the permanent sign. If the temporary sign is not installed correctly or if it does not meet the required specifications, the permanent sign shall be left in place until the temporary sign requirements are met. When construction work is completed to the extent that the permanent sign can be reinstalled, the Contractor shall again contact the Signs and Markings Division to reinstall the permanent sign and shall leave his temporary sign in place until such reinstallation is completed. Work shall not be performed on certain locations/streets during "peak traffic periods" as determination by the City Traffic Engineer and in accordance with the applicable provision of the "City of Fort Worth Traffic Control Handbook for Construction and Maintenance Work Areas." The lump sum pay item for traffic control shall cover design and / or installation, and maintenance of the traffic control plan . 02/09/2010 SC-9 g:\1210\4397-32\project\specifications\contract Sa\100% set -Sa\05.3 -green double sided -part d -special conditions -paginated (water-seweP)- wtr 02-09-1 O.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, which may affect construction of this project. Particular attention should be given to methods of providing ingress and egress to adjacent private and public properties, procedures for protecting existing improvements and disposition of all materials to be removed. Proper consideration should be given to these details during the preparation of the Proposal and all unusual conditions, which may give, rise to later contingencies sh .ould be brought to the attention of the Owner prior to the submission of the Proposal. D-11 ZONING COMPLIANCE During the construction of t.his 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, m the opinion of the Engineer it is necessary, clean-up shall be done on a daily basis. Clean up work shall include, but not he limited to: • Sweeping the street clean of dirt or debris • Storing excess material in appropriate and organized manner · • Keeping trash of any kind off of residents' property If the Engineer does not feel that the jobsite has been kept in an orderly condition, on the next estimate payment (and all subsequent payments until completed) of the appropriate bid item(s) will be reduced by 25%. Final cleanup work sh all 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-10 g:\1210\4397-32\project\specifications\contract Sa\100% set -Sa\05 .3 -green double si ded -part d -special conditions -paginated (w~ter-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 regarding the subject item on this contract: 1. A warning sign not less than five inches by seven inches, painted yellow with black letters that are legible at twelve feet shall be placed inside and outside vehicles such as cranes, derricks, power shovels, drilling rigs, pile drivers, hoisting equipment or similar apparatus. The warning sign shall read as follows: "WARNING -UNLAWFUL TO OPERATE THIS EQUIPMENT WITHIN SIX FEET OF HIGH VOLTAGE LINES." 2. Equipment that may be operated within ten feet of high voltage lines shall have insulating cage-type of guard about the boom or arm, except back hoes or dippers, and insulator links on the lift hook connections. · 3. When necessary to work within six feet of high voltage electric lines, notification shall be given the power company (ONCOR) who will erect temporary mechanical barriers, de- energize the lines, or raise or lower the lines. The work done by the power company shall not be at the expense of the City of Fort Worth. The notifying department shall maintain an accurate log of all such calls to ONCOR, and shall record action taken in each case. 4. The Contractor is required to make arrangements with the ONCOR company for the temporary relocation or raising of high voltage lines at the Contractor's sole cost and expense. 5. No person shall work within six feet of a high voltage line without protection having been taken as outlined in Paragraph (3). D-16 BID QUANTITIES Bid quantities of the various items in the proposal are for comparison only and may not reflect the actual quantities. There is no limit to which a bid item can be increased or decreased. Contractor shall not be entitled to renegotiation of unit prices regardless of the final measured 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 02/09/2010 SC-11 g:\1210\4397-32\project\specifications\contract Sa\100% set-Sa\05 .3 -green double sided -part d -special conditions -paginated (water-sewer) - wtr 02-09-1 O.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 . D-19 CONCRETE SIDEWALK AND DRIVEWAY REPLACEMENT At locations in the project where mains are required to be placed under existing sidewalks and/or driveways, such sidewalks and/or driveways shall be completely replaced for the full existing width, between existing construction or expansion joints with 3000 psi concrete with reinforcing steel on a . sand cushion in accordance with City of Fort Worth Transportation/Public Works Department · .. Standard Specifications for Construction, Item 504. At locations where mains are required to be placed under existing curb and gutter, such curb and gutter shall be replaced to match type and geometry of the removed curb and gutter shall be installed in accordance with City of Fort Worth Public Works Department Standard Specification for Construction, Item 502 . Payment for cutting, backfill, concrete, forming materials and all other associated appurtenances . required, shall be included in the square yard price of the bid item for concrete sidewalk or driveway repair. ' D-20 MISCELLANEOUS PLACEMENT OF MATERIAL Material has been allocated under various bid items in the Proposal to establish unit prices for miscellaneous placement of material. These materials shall be used only when directed by the Engineer, depending on field conditions . Payment for miscellaneous placement of material will be made for only that amount of material used, measured to the nearest one-tenth unit. Payment for miscellaneous placement of material shall be in accordance with the General Contract Documents regardless of the actual amount used for the project · D-21 CRUSHED LIMESTONE BACKFILL · Where specified on the plans or directed by the Engineer, Crushed Limestone shall be used for trench backfill on this project. The material shall conform to Public Works Standard Specifications for Street and Storm Drain Construction Division 2 Item 208 .2 -Materials and Division 2 Item 208.3 -Materials Sources. Trench backfill and compaction shall meet the requirements of E2-2 Excavation and Backfi ll, Construction Specifications , General Contract Documents. 02/09/2010 SC-12 g:\1210\4397-32\project\specifi cations\contract 5a\1QO% set-Sa\05 .3 -green double sided -part d -special cond itions -paginated (water-sewer)- wtr 02~09-10 .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 Contract Documents. D-22 2:27 CONCRETE Transportation and Public Works Department typical sections for Pavement and Trench Repair for Utility Cuts Figures STR-028,STR-029 and STR-031refer to using 2:27 Concrete as base repair. Since this call-out includes the word "concrete", 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 accordance with Section E2-2 Excavation and Backfill, if the stated maximum trench widths are exceeded, either through accident or otherwise, and if the Engineer determines that the design loadings of the pipe will be exceeded, the Contractor will be required to support the pipe with an improved trench bottom. The expense of such remedial measures shall be entirely the Contractor's own. All trenching operations shall be confined to the width of permanent rights-of-way, permanent easements, and any temporary construction easements. All excavation shall be in strict compliance with the Trench Safety Systems Special Condition of this document. . 2. TRENCH BACKFILL: Trenches which lie outside of existing or future pavement shall be backfilled above the top of the embedment material with Type "C" backfill material. Excavated material used for Type "C" backfill must be mechanically compacted unless the Contractor can furnish the Engineer with satisfactory evidence that the P.I. of the excavated material is less than 8. Such evidence shall be a test report from an independent testing laboratory and must include · representative samples of soils in all involved areas, with a map showing the location and depth of the various test hole.s. If excavated material is obviously granular in nature, containing little or no plastic material, the Engineer may waive the test report requirement. See E1-2.3, Type "C" or "D" Backfill, and E2-2.11 Trench Backfill for additional requirements .. When Type "C" back-fill material is not suitable, Type "B" backfill material shall be used only with the consent and approval of the Engineer. In general, all backfill material for trenches in existing paved streets . shall be in accordance with Figure WTR-029 . Sand material specified in WTR-029 shall be obtained from an approved source and shall consist of durable particles free of thin or elongated pieces, lumps of clay, soil, loam or vegetable matter and shall meet the following gradation: 02/09/2010 SC-13 g.:\1210\4397-32\project\specifications\contract 5a\100% set -Sa\05.3 c 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 s.ieve • P.I. = 10 or less Additionally, the crushed limestone embedment gradation specified in Section E1-3 Crushed - Limestone for Embedment of the General Contract Documents and Specifications shall be replaced with the following: Sieve Size 1" 1/2" 3/8" #4 #8 % Retained · 0-10 40-75 55-90 90-100 95-100 All other provisions of this section shall remain the same. 3. TRENCH COMPACTION: All trench backfill shall be placed in lifts per E2-2.9 Backfill. Trenches which lie outside existing or future pavements shall be compacted to a minimum of 90% Standard Proctor Density (A.S.T.M. D698) by mechanical devices specifically designed for compaction or a combination of methods subject to approval by the Engineer. Trenches which lie under existing or future pavement shall be backfilled per Figure A with 95% Standard Proctor Density by mechanical devices specifically designed for compaction or a combination of methods subject to approval by the Engineer. Backfill material to be compacted as described above must be within +-4% of its optimum moisture content. Ttie 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 pe.rformeo ,at :two (2) foot vertical intervals beginning at a level two (2) feet above the top of the installed pipe and continuing to the top of the completed backfill at intervals along the trench not to exceed 300 linear feet. The Contractor will be responsible for providing access and trench safety system · to the level of trench backfill to be tested. No extra compensation will be allowed for exposing the backfill layer to be tested or providing trench safety system for tests conducted by the City. · 4. MEASUREMENT AND PAYMENT: All material, with the exception of Type "B" backfill, and labor costs . of excavation and backfill will be included in the price bid per linear foot of water and sewer pipe.· D-24 TRENCH PAVEMENT (PERMANENT) REPAIR (E2-19) FOR UTILITY CUTS The unit price bid under the appropriate bid item of the proposal shall cover all cost for providing pavement repair equal to or superior in composition, thickness, etc., to existing pavement as detailed in the Public Works Department typical sections for Pavement and Trench Repair for Utility Cuts, Figures STR-028 through STR-031. The results of the street cores that were conducted on the project streets, to determine HMAC depths on existing streets, are provided in these specifications and contract documents. 02/09/2010 SC-14 g:\1210\4397-32\project\specifications\contract Sa\100% set-Sa\05 .3 -green double sided-part d -special conditions -paginated (water-sewer)- wtr 02-09-10 .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 materials as shown on paving , details, compacted and level with the finished street surface . This finished grade shall be maintained in a serviceable condition until the paving has been replaced. All residential driveways shall be accessible at night and over weekend.s. It has been determined by the Transportation and Public Works Department that the strip of existing HMAC pavement between the existing gutter and the edge of the trench pavement repair will not hold up if such strip of existing pavement is two (2) feet or less in width . Therefore, at the locations in the project where the trench wall is three (3) feet or less from the lip of the existing gutter, the Contractor shall be required to remove the existing paving to such gutter. The pavement repair shall then be made from a minimum distance of twelve (12) inches outside the ·trench wall nearest the center of the street to the gutter line. The pavement shall be replaced within a maximum of five (5) working days, providing job placement conditions will permit repaving. If paving conditions are not suitable for repaving, in the opinion of the owner, the repaving shall be done at the earliest possible date . A permit must be · obtained from the Construction Services Section by the Contractor in conformance with Ordinance No. 3449 and/or Ordinance No. 792 to make utility cuts in the street. The Construction Services section will inspect the paving repair after construction. This permit requirement may be wa ived 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 Te?(as . The trench safety plan shall be specific for each water and/or sanitary sewer line included in the project. 8. STANDARDS: The latest version of the U.S. Department of Labor, Occupational Safety and Health Administration Standards, 29 CFR Part 1926, Sub-Part P -Excavations, are hereby made a part of this specification and shall be the minimum governing requirements for trench safety. C. DEFINITIONS : 1. TRENCHES - A trench is referred to as a narrow excavation made below the surface of the ground in which the depth is greater than the width , where the width measured at the bottom is not greater than fifteen (15) feet. 2. BENCHING SYSTEM -Benching means excavating the sides of a trench to form one or a series of horizontal level or steps , usually with vertical or near-vertical surfaces between levels. 02/09/2010 SC-15 g:\1210\4397 -32\project\specifications\contract Sa\100% set -Sa\05 .3 -green double sided -part d -special co ndit ions -paginated (water-sewer)- wtr 02-09-1 O.doc PART D -SPECIAL CONDITIONS 3. SLOPING SYSTEM -Sloping means excavating to form sides of a trench that are inclined away from the excavation. 4. SHIELD SYSTEM -Shields used in trenches are generally referred to as "trench boxes" or "trench shields". Shield means a structure that is able to withstand the forces imposed on it by a cave-in and protect workers within the structure. Shields can be permanent structures or can be designed to be portable and move along as the work progresses. Shields can be either pre-manufactured or job-built in accordance with OSHA standards. 5. SHORING SYSTEM -Shoring means a structure such as a metal hydraulic, mechanical or timber system that supports the sides of a trench and which is designed to prevent cave- ins. Shoring systems are generally comprised of cross-braces, vertical rails, (uprights), horizontal rails (wales) and/or sheeting. D. MEASUREMENT -Trench depth is the vertical measurement from the top of the existing ground to the bottom of embedment or bottom of excavation. The quantity of trench safety systems shall be based on the linear foot amount of trench depth greater than five (5) feet. E. PAYMENT -Payment shall be full compensation for safety . system design, labor, tools, 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 construction. 1. CONCRETE COLLARS: Concrete collars will be required on all manholes specified as per COFW Standard Detail SAN-009. 2 . DELETED 3. LIFT HOLES: All lift holes shall be plugged with a pre-cast concrete plug. The lift hole shall be sealed on the outside of the manhole with Ram-Nek or an approved equal sealant. The lift hole shall be sealed on the inside of the manhole with quick setting cement grout. 4. FINAL RIM ELEVATIONS: Manhole rims in parkways, lawns and other improved lands shall be at an elevation not more than one (1) nor less than one-half (1/2) inch above the surrounding ground. Backfill shall provide a uniform slope from the top of manhole casting for not less than three (3) feet each direction to existing finish grade of the ground. The grade of all surfaces shall be checked for proper slope and grade by string lining the entire area regarded near the manhole. 02/09/2010 SC-16 g:\1210\4397-32\project\specifications\contract Sa\100% set-Sa\05.3 -green double sided -part d -special conditions -paginated (water-sewer)- wtr 02-09-10 .doc · · liiiil PART D -SPECIAL 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 COVERS: All lids shall have pick slots in lieu of pick holes. Manhole frames and covers shall be PAMREX, or approved equal, with 30-inch clear opening. Covers shall set flush with the rim of the frame and shall have no larger than 1/8-inch gap between the frame and cover. Bearing surfaces shall be machine finished. Locking manhole lids and · frames will be restricted to locations within the 100-year floodplain and areas specifically designated on the plans. · 6. SHALLOW CONE MANHOLES: Shallow manhole construction will be used when manhole depth is four (4) feet or less. All shallow cone manholes shall be built in accordance with Figure 105. All shallow cone manholes shall have a cast iron lid and frame with pick slots. NOTE : MANHOLES PER FIGURE 106 WILL NOT BE ALLOWED . 7. MANHOLE STEPS: No manhole steps are to be installed on any sanitary sewer manhole. 8. EXTERIOR SURFACE COATING: Exterior surfaces of all manholes shall be coated with two mop coats of coal tar epoxy, Koppers "Bitumastic Super Service Black" Tnemec "46- 450 Heavy Tnemecol," or equal to , a minimum or 14 mils dry film thickness.· 9. MANHOLE JOINT SEALING : All interior and/or exterior joints on concrete manhole sections constructed for the City of Fort Worth Water Department, excluding only the joints using a trapped type performed 0-ring rubber gasket shall require Bitumastic joint sealants as per Figure M. This sealant shall be pre-formed and troweiable Bitumastic as manufactured by Kent-Seal , Ram-Nek, E-Z Stick, or equal. The joint sealer shall be supplied in either extruded pipe form or suitable cross-sectional area or flat-tape and shall -be sized as recommended by" the manufacturer and _ approved by the Engineer. The joint sealer shall be protected by a suitable removable wrapper and shall not in any way depend on oxidation, evaporation, or any other chemical action for either its adhesive properties or cohesive strength. The Joint sealer shall remain totally flexible without shrinking, hardening, or oxidizing regardless of the length of time it is exposed to the elements. The manufacturer shall furnish an affidavit attesting to the successful use of the product as a pre-formed flexible joint sealant on concrete pipe and manhole sections for a period of at least five years . B. EXECUTION: 1. INSTALLATION OF JOINT SEALANT: Each grade adjustment ring and manhole frame shall be sealed with the above-specified materials . All surfaces . to be in contact with the joint sealant shall be thoroughly cleaned of dirt, sand, mud, or other foreign matter. The manufacturer shall apply a primer to all surfaces prior to installing the joint sealant in accordance with the recommendations. The protective wrapper shall remain on the joint sealant until immediately prior to the placement of the pipe in the trench . After removal of the protective wrapper, the joint sealant shall be kept clean . Install frames and cover over manhole opening with the bottom of the rings resting on Bitumastic joint sealer. Frames and grade rings shall rest on two (2) rows (inside and outside) of Bitumastic joint sealer. 02/09/2010 SC-17 g:\1210\4397-32\project\specifications\contract Sa\100% set -Sa\05.3 -green double sided-part d -spec ial conditions -paginated (water-sewer) - wtr 02-09-10.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 poncrete 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 Co~tractor, 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 manhol.e 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 wilf 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 c;lSSUre 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 Heayy 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 ~uring backfilling. C. MEASUREMENT AND PAYMENT: The price bid for new mc:inhole installations shall include all labor, equipment, and materials necessary for construction of the mc;1nhole including, but not limited to, joint sealing, lift hole sealing and extedor surface coating. Payment shall not include pavement replacement, which if required, shall be paid separately. 02/09/2010 SC-18 g:\1210\4397-32\project\specifications\contract Sa\100% set -Sa\05.3 -green double sided -part d -special conditions -paginated (water-sewer) - wtr 02-09-10 .doc · · ' ... ·; :·..::- _.:'-!-:1 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 ins.erts will be made per each. · D-27 SANITARY SEWER SERVICES Any . reconnection, relocation, re-routes, replacement , or new sanitary sewer service shall be . required . as shown on the plans, and/or as described in these Special Contact Documents in addition to those located in the field and identified by the Engineer as active sewer taps . The service connections shall be constructed by the Contractor utilizing standard factory manufactured tees. City approved factory manufacture_d saddle taps may be used, but only as directed by the Engineer. The decision to Lise saddle taps as opposed to tees shall be made on a case-by-case basis . The Contractor shali 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 l_ine 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 applicat ions, all sanitary sewer service lines shall be replaced to the property or eas.ement line , or as directed by the Engineer. Sanitary sewer services on sewers being rehabilitated using pipe enlargement methods shall be replaced to the property or easement line or as directed by the Engineer. Procedures listed below for Sewer Service Replacement shall be adhered to for the installation of any sewer service line including the incidental four (4) feet of service line which is included in the price bid for Sanitary Sewer Taps . Payment for work such as backfill, saddles, tees, fittings incidental four (4) feet of service line and all other associated appurtenances required shall be included in the price bid for Sanitary Sewer Taps. E. SEWER SERVICE REPLACEMENT: All building sewer services encountered during construction shall be adjusted and/or replaced by the Contractor as directed by the Engineer· as required for the connection of the sewer service line . If the sewer service line is in such condition or adjustment necessitates the replacement of the sewer service line , all work shall be performed by a licensed plumber. The Engineer shall determine the length of the · replacement. All sewer services shall be installed at a minimum of two (2) percent slope or as approved .by the Engineer. For situations involving sewer service re-routing, whether on 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-19 g:\1210\4397-32\project\spec ificatioils\contract 5a\100% set -5a\05 .3 -green double sided -part d -speci al conditions -paginated (water-sewer) - wtr 02-09-10 .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 ma ins, 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 elevatio n 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 c:1ny 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 Sa lvaging 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-20 g:\1210\4397-32\project\specifications\contract Sa\100% set-Sa\05 .3 -green double sided -part d -special conditions -paginated (water-sewer) - wtr 02-09-10 .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 excavated material approved by the Engineer. · Surface restoration shall be compatible with existing surrounding surface and grade. If the valve is in a concrete vault, the vault shall be demolished in place to a point no less than 18" below final grade. E. ABANDONMENT OF EXISTING GATE VALVE: Existing gate valve and box lid shall be abandoned by first closing the valve to the fully closed position and demolishing the valve box in place to a point not less than 18 inches below final grade. Concrete shall then be used as backfill ·material to match existing grade. F. ABANDONMENT OF EXISTING VAULTS: Vaults to be demolished in place shall have top slab and lid removed and vault walls demolished to a point not less than 18" below final grade . The void area caused shall then be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9 Backfill. Backfill material shall be suitable excavated material approved by the Engineer. Surface restoration shall be compatible with the existing surrounding grade. G. ABANDONMENT OF MANHOLES: Manholes to be abandoned in place shall have all pipes entering or exiting the structure plugged with lean concrete . Manhole top or cone section shall be removed to the top of the full barrel diameter section, or to point not less than 18 inches · below final grade. The structure shall then be backfilled and compacted in accordance with backfill method as specified in Section E2-2 .9 Backfill. Backfill material may be either clean washed sand of clean, suitable excavated material approved by the Engineer. Surface restoration shall be compatible with surrounding service surface. Payment for work involved in backfilling, plugging of pipe(s) and all other appurtenances required , shall be included in the appropriate bid item -Abandon Existing Sewer Manhole. 02/09/2010 SC-21 g:\1210\4397-32\project\specifications\contract Sa\100% set -Sa\05 .3 -green double sided -part d -special conditions -paginated (water-sewer)· wtr 02-09-10 .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 la~ger, and sanitary sewer manholes, regardless of location. Payment will be made for salvaging, abandoning and/or removing all other existing facilities when said facility is not being replaced in the same trench (i.e ., when removal requires a separate trench). L. ABANDONMENT OF EXISTING SEWER LINES : Where plans call for abandonment of existing sewer mains after the construction of a new sewer main, the Contractor shall be responsible for TV inspection of 100% of the existing sewer main to be abandoned to make a final determination that all existing service connections have been relocated to the new main. Once this determination has been made, the existing main will be abandoned as indicated above in Item I. 02/09/2010 SC-22 g:\1210\4397-32\project\specifications\contract Sa\l 00% set -Sa\05 .3 -green double sided -part d -special condi_tions -paginated (water-sewer) - wtr 02-09-10 .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 the tape shall be 5.5 mils, and the width shall not be less than two inches with a minimum unit weight of 2% pounds/1 inch/100'. The tape shall be color coded and imprinted with the message as follows: Type of Utility Color Code Water Safety Blue Sewer Safety Green Legends Caution! Buried Water Line Below Caution! Buried Sewer Line Below Installation of detectable tapes shall be per manufacturer's recommendations and shall be as close to the grade as is practical for optimum protection and detectability. Allow a minimum of 18 inches .. ···· between the tape and the pipe. Payment for work such as backfill, bedding, blocking, detectable . •. . tapes, and all other associated appurtenances required shall be included in the unit price bid for the appropriate bid item(s). D-30 PIPE CLEANING Joints shall be wiped and then inspected for proper installation by the inspectors. Each joint shall be swept daily and kept clean during installation. A temporary night plug shall be installed on all exposed pipe ends during any period of work stoppage. D-31 DISPOSAL OF SPOIL/FILL MATERIAL Prior to the disposing of any spoil/fill material; the Contractor shall advise the City of Fort Worth's Flood Plain Administrator ("Administrator"), of the location of all sites where the Contractor intends to dispose of such material. Contractor shall not dispose of such material until the proposed sites have been determined by the Administrator to meet the requirements of the Flood Plain Ordinances of the City of Fort Worth (Ordinance No. 10056). All disposal sites must be approved by the Administrator to ensure that filling is not occurring within a floodplain without a permit. A floodplain permit can be issued upon approval of necessary Engineering studies. No fill permit is required if disposal sites are not in a floodplain. Approval of the Contractor's disposal sites shall be evidenced by a letter signed by the Administrator stating that the site is not in a known flood plain or by a Flood Plain Fill Permit authorizing fill within the flood plain. Any expenses associated with obtaining the fill permit, including any necessary Engineering studies, shall be at the Contractor's expense . In the event that the Contractor disposes of spoil/fill material at a site without a fill permit or a letter from the administrator approving the disposal site, Contractor shall remove the spoil/fill material at his expense and dispose of such materials in accordance with the Ordinances of the City and this section. D-32 MECHANICS AND MATERIALMEN'S LIEN The Contractor shall be required to execute a release of mechanics and material men 's liens upon receipt of payment. · .. ~-33 SUBSTITUTIONS 02/09/2010 SC-23 g:\1210\4397-32\project\specifications\contract Sa\100% set-Sa\05 .3 -green double sided -part d -special conditions -paginated (water-sewer)- wtr 02-09-10.doc 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 not used in the specifications, this does not necessarily exclude alternative items or material or equipment which may accomplish the intended purpose . However, the Contractor shall have the full responsibility of proving that the proposed substitution is, in fact, equal, and the Engineer, as the representative of the City, shall be the sole judge of the acceptability of substitutions. The provisions of this sub-section as related to "substitutions" shall be applicable to all sections of these specifications. D-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 (exceptwhere being replaced in the same location), orrehabilitated (pipe enlargement, cured-in-place pipe, fold and form pipe, slip-line, etc.), shall be cleaned, and a television inspection performed to identify any active sewer service taps, other sewer laterals and their location. Work shall consist of furnishing all labor, material, and equipment necessary for the cleaning and inspection of the sewer lines by means of closed circuit television. Satisfactory precautions shall be taken to protect the sewer lines from damage that might be inflicted by the improper use of cleaning equipment. 1. HIGH VELOCITY JET (HYDROCLEANING) EQUIPMENT: The high-velocity sewer line cleaning equipment shall be constructed for easy and safe operation. The equipment shall also have a selection of two or more high-velocity nozzles. The nozzles shall be capable 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 us~d. 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-24 g:\1210\4397-32\project\speci fi cations\contract Sa\100% set· Sa\05 .3 • green double sided· part d • special conditions· paginated (water-sewer) - wtr 02-09-1 O.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 S_HALL 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-25 g:\1210\4397-32\project\spei:ifications\contract Sa\100% set -Sa\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 adjacentmanhole 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 manhole.s cannot be negotiated with the television camera. THE TAPES SHALL! BE SUBMITIED TO THE ENGINEER PRIOR TO CONSTRUCTION FOR REVIEW AND DETERMINATION OF SAGS. Upon completion of review of the tapes by the Engineer, the Contractor will be notified as to which sections of the sanitary sewer are to be corrected. The Engineer will return tapes to the Contractor upon completion of review. All costs associated with thls 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 fqot of sewer actually televised. The Contractor shall provide the Eng ineer with tapes of a quality that the particular piece of sewer can be readily 02/09/2010 SC-26 . g:\12,10\4397-32\project\specifications\contract 5a\I00% set -5a\05.3 -green double sided -part d -special co.nditions -paginated (water-sewer) - wtr 02-09-10 .doc · · ........ :::;: PART D -SPECIAL CONDITIONS evaluated as to existing sewer conditions and for providing appropriate means for review of the tapes by the Engineer including collection and removal, transportation and disposal of sand and debris from the sewers to a legal dump site. Television inspection shall include necessary cleaning (hydraulic jet or mechanical cleaner) to provide video image requ ired for line analysis . The primary purpose of cleaning is for television inspection and rehabilitation; when a portion of a line is not or cannot be televised or rehabilitated, the cleaning of that portion of line shall be incidental and no payment shall be made . The City makes no guarantee that all of the sanitary sewers to be entered are clear for the passage of a camera. The methods used for securing passage of the camera are to be at the option of the Contractor, and the costs must be included in the bid price for TV Inspections. The cost of retrieving the TV Camera , under all circumstances , when it becomes lodged during inspection, shall be incidental to TV Inspection. · The item shall also include all costs of installing and maintaining any bypass pumping required • to provide reliable, regular sewer service to the area residents . All bypass pumping shall be incidental to the project. D-35 VACUUM TESTING OF SANITARY SEWER MANHOLES A. GENERAL: This item shall govern the vacuum testing of all newly constructed sanitary sewer · manholes . B. EXECUTION: 1. TEST PROCEDURE : Manholes shall be vacuum tested prior to any interior grouting with all connections in place. Lift holes shall be plugged, and all drop-connections and gas sealing connections shall be installed prior to testing. The sewer lines entering the manhole shall be . plugged and braced to prevent the plugs from being drawn into the manhole. The ·plugs shall be installed in the lines beyond the drop-connections, gas sealing connections, etc. The test head shall be placed inside the frame at the top of the manhole and inflated in accordance with the manufacturer's recommendations. A vacuum of ten inches of mercury (1 O"Hg) shall be drawn and the vacuum pump will be turned off. With the valve closed, the level of vacuum shall be read after the required test time . The required test time shall be determined from the Table I below in accordance with ASTM C1244-93: 02/09/2010 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 0 to 16' 40 sec. 52 sec. 18' 45 sec. 59 sec. 20' 50 sec . 65 sec. SC-27 g:\1210\4397-32\project\specifications\contract Sa\100% set-Sa\05 .3 -green double sided -part d -special condit ions -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. Fo r 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 crossings to permit safe vehicular travel without interrupting flow in the bypass system . Under no circumstances will the Contractor be permitted to discharg13 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-28 g:\1210\4397-32\project\specifications\contract Sa\100% set -Sa\05 .3 -green double sided -part d -special conditions -paginated (water-sewer)- wtr 02-09-1 O.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 used to move the camera through the sewer line. No more than 2000 linear feet of pipe will be televised at one time for review by the Engineer. When manually operated winches are used to pull the television camera through the line, telephones or other suitable means of communications shall be set up between the two manholes of the section being inspected to ensure good communications between members of the crew. The importance of accurate distance measurements is emphasized. All television inspection video tapes shall have a footage · counter. Measurement for location of sewer service taps shall be above ground by means of meter device. Marking on the cable, or tlie like, which would require interpolation for depth of manhole, will not be allowed. Accuracy of the distance meter shall be checked by use of a walking meter, roll-a-tape, or other suitable device, and the accuracy shall be satisfactory to the Engineer. The City makes no guarantee that all of the sanitary sewers to be entered are clear for the passage of a camera. The methods used for securing passage of the camera are to be at the option of the Contractor. The cost or retrieving the Television camera, under all circumstances, when it becomes lodged during inspection, shall be incidental to Television inspection. Sanitary sewer mains must be laced with enough water to fill all low pints . The television inspection must be done immediately following the lacing of the main with no water flow. If sewer is active, flow must be restricted to provide a clear image of sewer being inspected. 2. DOCUMENTATION: Television Inspection Logs: Printed location records shall be kept by the Contractor and will clearly show the location in relation to an adjacent manhole of each sewer service tap observed during inspection. All television logs shall be referenced to stationing as shown on the plans. A copy of these television logs will be supplied to the Cijy. . 3. PHOTOGRAPHS: Instant developing, 35 mm, or other standard-size photographs of the television picture of problems sliall 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 re.cord 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 02/09/2010 SC-29 g:\1210\4397-32\project\specifications\contract Sa\100% set -Sa\05 .3 -green double sided -part d -special conditions -paginated (water-sewer)· wtr 02-09-10 .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 returneo to the Contractor upon completion of review by the Engineer. Tapes shall not be erased without the permission of the Engineer. If the tapes are of such poor quality that the Engineer is unable to evaluate the condition of the sewer line or to locate service connections, the Contractor shall be · required to re-: televise and provide a good tape of the line at no additional cost to the City . If a good tape cannot be provided of such quality. that can be reviewed by the Engineer, no payment for televising this portion shall be made . Also, no payment shall be made for portions of lines not televised or portions where manholes cannot be negotiated with th.e television cam~ra . D. PAYMENT OF POST-CONSTRUCTION TELEVISION INSPECTION OF SANITARY . SEWERS : The cost for post-constn..Jction 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 iniage required for line analysis . The quantity of TV inspection shall be measured as the total length of new pipe installed. All costs associated with this work shall be included in the appropriate bid item -Post-Construction Television Inspection. · The item shall also include all costs of installing and maintaining any bypass pumping required to provide reliable, regular sewer service to the area residents . All bypass pumping shall be incidental to the project. D-38 SAMPLES AND QUALITY CONTROL TESTIN .G 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 item .s to be used in the project and · will bear any expense related thereto . s.· 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 iii-place material on this project will be performed by the city at its own expense. Any retesting required as a result of failure of the material to meet project specifications will be at the expense of the contractor and will be billed at commercial rates as determined by the City . · The failure of the City to make any tests of materials shall in no way relieve the contractor of its responsibility to furnish materials and equipment conforming to the requirements of the contract. · D. Not less than 24 hours notice shall be provided to the City by the Contractor for operations requiring testing. The Contractor shall provide access . and trench safety system (if required) for the site to be tested, and any work effort involved is deemed to be included in the unit price for the item being tested . . 02/09/2010 SC-30 g:\1210\4397,-32\project\specificat ions\contract Sa\100% set· Sa\05.3 • green double sided· part d • special cond itions· paginated (water-sewer). wtr 02-09-10.doc · PART D -SPECIAL CONDITIONS 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 plt supplying the fill material. D-39 TEMPORARY EROSION, SEDIMENT, AND WATER POLLUTION CONTROL (FOR DISTURBED AREAS LESS THAN 1 ACRE) A. DESCRIPTION: This item shall consist of temporary soil erosion sediment and water pollution control measures deemed necessary by the Engineer for the duration of the contract. These control measures shall at no time be used as a substitute for the permanent control measures unless otherwise directed by the Engineer and they shall not include measures taken by the CONTRACTOR to control conditions created by his construction operations. The temporary measures shall include dikes, dams, berms, sediment basins , fiber mats, jute netting, temporary seeding, straw mulch, asphalt mulch, plastic liners, rubble liners, baled-hay retards, dikes, slope drains and other devices. 8 . 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 mate.rial exposed by excavation, borrow and to direct the CONTRACTOR to pr:ovide 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 . sched~le. Should seasonal conditions make such limitations unrealistic, temporary soil-erosion-control measures shall be performed as directed by the Engineer. · 2. Waste or disposal areas and construction roads shall . be located and constructed in a manner that will minimize the amount of sediment entering streams . 3. Frequent fordings of live streams will not be permitted; therefore, temporary bridges or other structures shall be used wherever an appreciable number of stream crossings are necessary. Unless otherwise approved in writing by the Engineer, mechanized equipment shall not be operated in live streams. 4 . When work areas or material sources are located in or adjacent to live streams , such areas shall be separated from the stream by a dike or other barrier to keep sediment from entering a flowing stream. Care shall be taken during the construction and removal of such barriers to minimize the muddying of a stream . 5. All waterways shall be cleared as soon as practicable of false work, piling, debris or other obstructions placed during construction operations that are not a part of the finished work . • 02/09/2010 SC-31 g:\1210\4397-32\project\specifications\contract 5a\100% set-5a\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 str~ams, 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 removed and/or rebuilt. D-41 PROTECTION OF TREES, PLANTS AND SOIL All property along and adjacent to the Contractors' operations including lawns, yards, shrubs, trees, etc., shall be preserved or restored after· completion of the work, to a condition equal to or better than prior to start of work . Any trees or other landscape features scarred or damaged by the Contractor's operations shall be restored or replaced at the Contractor's expense . Trimming or pruning to facilitate the work will be permitted only by experienced workmen in an approved manner (No trimming or pruning without the property owners ' consent). Pruned limbs of 1" diameter or larger shall be thoroughly treated as soon as possible with a tree wound dressing. ' By _ ordinance, the Contractor must obtain a permit from the City Forester before any work (trimming, removal,-or root pruning) can be done on trees or shrubs growing on public property including street Rights-of-Ways and designated alleys . This permit can be obtained by calling the Forestry Office at 817-392-5738. All tree work shall be in compliance with pruning standards for Class II Pruning as described by the National Arborist Association. A copy of these standards can be provided by calling the above number. Any damage to public trees due to negligence by the Contractor shall be assessed using the current formula for Shade Tree Evaluation as defined by the International Society of Arboriculture. Payment for negligent damage to public trees shall be made to the City of Fort Worth and may be withheld from funds due the Contractor by the City. To prevent the spread of the Oak Wilt fungus, all wounds on Live Oak and Red Oak trees shall be immediately sealed using a commercial pruning paint. No separate payme nt 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 Engirieer will be grade restoration to plus minus one-tenth (0.1) of a foot. • 02/09/2010 SC-32 g:\1210\4397-32\project\specifications\contract Sa\100% set -Sa\05 .3 -green double sided -part d -special cond itions -paginated (water-sewer) - wtr 02-09-10 .doc - - PART D -SPECIAL CONDITIONS D-43 CITY OF FORT WORTH STANDARD PRODUCT LIST Proposed products submitted in the bid documents must appear in the latest "City of Fort Worth Standard Product List, for the bid to be considered responsive. Products and processes listed in the "City of Fort Worth Standard Product List shall be considered to meet City of Fort Worth minimum technical requirements. D-44 TOPSOIL, SODDING, SEEDING & HYDROMULCHING This item shall be performed in accordance with the City of Fort Worth Parks and Community Services Depart~ent 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 before any topsoil is obtained from a borrow source. Topsoil material secured from street excavation shall be stockpiled at locations approved by the Engineer, and at completion of grading and paving · operations, topsoil shall be placed on parkway areas so as to provide a minimum six (6) inches of compacted depth of topsoil parkways. 2. SODDING DESCRIPTION: Sodding will consist of furnishing and planting Bermuda, Buffalo or St. Augustine grass in the areas between the curbs and walks, on terraces, in median strips, on embankments or cut slopes, or in such areas as designated on the Drawings and in accordance with the requirements of this Specification. Recommended Buffalo grass varieties for sodding are Prairie and 609. MATERIALS: · Sod shall consist of live and growing Bermuda, Buffalo or St. Augustine grass secured from sources where the soil is fertile. Sod to be placed during the dormant state of these grasses shall be alive and acceptable. Bermuda and Buffalo grass sod shall have a healthy, virile root system of dense, thickly matted roots throughout a two (2) inch minimum thickness of native soil attached to the roots. St. Augustine grass sod shall have a healthy, virile root system of dense, thickly matted roots throughout a one (1) inch minimum thickness of native soil attached to the roots. The sod shall be free from obnoxious weeds or other grasses and shall not contain any matter deleterious to its growth or which might affect its subsistence or hardiness when transplanted. Sod to be placed between curb and walk and on terraces shall be the same type grass as adjacent grass or existing lawn. Care shall be taken at all times to retain native soil on the roots of the sod during the process of excavating, hauling, and planting. Sod material shall be kept moist from the time it is dug until planted. When so directed by the Engineer, the sod existing at the source shall be 02/09/2010 SC-33 g:\1210\4397-32\project\specifications\contract Sa\100% set -5a\05.3 -green double sided -part d -special conditions -paginated (water-sewer) - wtr 02-09-10.doc · PART D -SPECIAL CONDITIONS watered to the extent required prior to excavating. Sod material shall be planted within three days after it .is excavated. CONSTRUCTION METHODS: After the designated areas have been completed to the lines, grades, and cross-sections shown on the Drawings and as provided for in other itenis of the contract, sodding of the type specified shall be performed in accordance with the requirements hereinafter described. Sodding shall be either "spot" or "block"; either Bermuda, Buffalo or St. Augustine grass. · a. Spot Sodding Furrows parallel to the curb line or sidewalk lines, twelve (12) inches on centers or to the dimensions shown on the Drawings, shall be opened on areas to be sodded. In all furrows, sod approximately three (3) inches square shall be placed on twelve (12) inch centers at proper depth so that the top of the sod shall not be more than one-half (1/2) inch below the finished grade. Holes of equivalent depth and spacing may be used in$tead 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 c:in the Drawings or where directed, sod blocks shall be carefully placed on the prepared areas. The sod shall be so placed that the entire designated area shall be covered, and any voids left in the bJock 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-34 g:\1210\4397-32\project\specifications\contract5a\100% set -Sa\05.3 -green double sided -part d -special conditions -paginated (water-sewer) - wtr 02-09-10.doc · · · ... /i-, . ~· PART D -SPECIAL CONDITIONS a. General. All seed used must carry a Texas Testing Seed label showing purity and germination, name, type of seed, and that the seed meets all requirements of the Texas Seed Law. Seed furnished shall be of the previous season's crop and the date of analysis shown on each tag shall be within nine (9) months of time of delivery to the project. Each . variety of seed shall be furnished and delivered in separate bags or containers. A sample of each variety of seed shall be furnished for analysis and testing when directed by the ·Engineer. The specified seed shall equal or exceed the following percentages of Purity and germination: Common Name .Purity Germination Common Bermuda Grass 95% 90% Annual Rye Grass 95% 95% Tall Fescue 95% 90% Western Wheatgrass 95% 90% Buffalo Grass Varieties Top Gun 95% 90% Cody 95% 90% Table 120.2.(2)a. URBAN AREA WARM-SEASON SEEDING RATE (lbs.); Pure Live Seed (PLS) .Dates ·Feb 1 to May 1 Mixture for Clay or Tight Soils (Eastern Sections) Bermudagrass 40 Buffalograss 60 (Western Sections) Buffalograss 80 Bermudagrass 20 Total: 100 Total: 100 Table, 120.2.(2)b Mixture for Sandy Soils (All Sections) Bermudagrass 60 Buffalograss 40 Total: 100 TEMPORARY COOL~SEASON SEEDING RATE; (lb.) Pure Live Seed (PLS) Dates Aug 15 to May 1 (All Sections) Tall Fescue . Western Wheatgrass Annual Rye Total: 50 50 50 100 CONSTRUCTION METHODS: After the designated areas have been completed to the lines, grades, and cross-sections shown on the Drawings arid as provided for in other items of this Contract, seeding of the type specified shall be performed in accordance with the requirements hereinafter described. a. Watering. Seeded areas shall be watered as directed by the Engineer so as to prevent washing of the slopes or dislodgment of the seed. 02/09/2010 SC-35 g:\1210\4397 -32\project\specifications\contract Sa\100% set-Sa\05.3 -green double sided -part d -speciai conditions -paginated (water-sewer) - wtr 02-09-1 O.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 obtained . "Finishing" as specified in Section D- 45, Construction Methods, is not applicable since no seed bed preparation is required. DISCED SEEDING: Soil over the area shown on the Drawings as directed to be seeded shall be loosened to a minimum depth of three (3) inches and all particles in the seed bed shall be reduced to less than one (1) inch in diameter or they shall be removed. The area shall then be . finished to line and grade as specified under "Finishing" in Section D-45, Construction Methods. The seed, or seed mixture, specified shall then be planted at the rate required and the application shall be made uniformly. If the sowing of seed is by hand rather than by mechanical methods, seed shall be raked or harrowed into the soil to a depth of approximately one-eight (1/8) inch. The planted area shall · be rolled with a corrugated roller of the "Cultipacker" type. All rolling of the slope areas shall be on the contour. ASPHALT MULCH SEEDING: The soil over the area shown on the Drawings, or as directed to be seeded, shall be loosened to the minimum depth of three (3) inches and all particles in the seed bed shall be reduced to less than one (1) inch in diameter, or they shall .be removed. The area shall then be finished to line and grade as specified under "Finishing" in Section D-45, Construction Methods. Water shall then be applied to the cultivated area of the seed bed until a minimum depth of six (6) inches is thoroughly moistened. After the watering, when the ground has become suffidently dry to be loose and pliable, the seed, or seed mixture specified, shall. then be planted at the rate required and the application shall be made uniformly. If the sowing of seed is by hand, rather than mechanical methods, the seed shall be sown in two directions at right angles to each other. Seed and fertilizer may be distributed at the same time, provided the specified uniform rate of application for both is obtained. After planting, the seed shall be raked or harrowed into the soil to a depth of approximately one-quarter (1/4) inch. The planted surface area and giving a smooth surface without ruts or tracks. In between the time compacting is completed and the asphalt is applied, the planted area shall be watered sufficiently to assure uniform moisture from the surface to a minimum of six (6) inches in depth. The application of asphalt shall follow the last watering as rapidly as possible. Asphalt shall be of the type and grade as shown on the Drawings and shall conform to the requirements of the item 300, "Asphalts, Oils and Emulsions". If the type of asphalt to be used is not shown on the Drawings, or if Drawings are not included, then MS-2 shall be used. Applications of the asphalt shall be at a rate of three-tenths (0.3) gallons per square yard. It shall be applied to the area in such a manner so that a complete film is obtained and the finished surface shall be comparatively smooth. 02/09/2010 SC-36 g:\i2I0\4397-32\project\specifications\contract Sa\100% set -Sa\05 .3 -green double sided -part d -special conditions -paginated (water-sewer). wtr 02-09-1 O.dcic .. :,::·:. PART D -SPECIAL CONDITIONS RE-SEEDING OF AREAS PLANTED WITH COOL SEASONS SPECIES: Areas where temporary cool season species have been planted may be replanted beginning February 1 with warm season species as listed in Table 120.2(2)a. The re-seeding will be achieved in the following manner. The cool season species shall be mowed down to a height of one (1) inch to insure that slit-seeding equipment will be able to cut through the turf and achieve adequate soil penetration. * Slit-seeding, is achieved through the use of an implement which cuts a furrow (slit) in the soil and places the seed in the slit which is then pressed close with a cult packer wheel. 4. HYDROMULCH SEEDING: If hydro mulch seeding is provided, seed mix shall have 95% purity of Bermuda grass and have a germination rate of 90%. Contractor shall ensure that the grass establishes. 5. CONSTRUCTION WITHIN PARK AREAS TURF RESTORATION OF PARK AREAS: FERTILIZER DESCRIPTION: "Fertilizer" will consist of providing and distributing fertilizer over such areas as are designated on the Drawings and in accordance with these Specifications. · MATERIALS: All fertilizer used shall be delivered in bags or containers clearly labeled showing the analysis. The fertilizer is subject to testing by the City of Fort Worth in accordance with the Texas Fertilizer Law. A pelleted or granulated fertilizer shall be used with an analysis of 16-20- 0 or 16-5-8 or 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 granul~ted fertilizer shall be applied uniformly over the area specified to be fertilized and in the manner directed for the particular item of work. Fertilizer shall be dry and in good physical condition. Fertilizer that is powdered to caked will be rejected. Distribution of fertilizer as a particular item of work shall meet the approval of the Engineer. Unless otherwise indicated on the Drawings, fertilizer shall be applied uniformly at the average rate of three hundred (300) pounds per acre for all types of "Sodding" and four hundred (400) pounds per acre for all types of "Seeding". MEASUREMENT: Topsoil secured from borrow sources will be measured by the square yard in place on the project site. Measurement will be made only on topsoils secured from borrow sources. Acceptable material for "Seeding" will be measured by the linear foot, complete in place. 02/09/2010 SC-37 g:\1210\4397-32\project\specifications\contract Sa\100% set -Sa\05.3 -green double sided -part d -special conditions -paginated (water-sewer) - wtr 02-09-1 O.doc PART D -SPECIAL CONDITIONS Acceptable material for "Sodding" will be measured by the linear foot, complete in place. Acceptable material for "Fertilizer" shal.1 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 a11d materials furnished and measured as provided under "Measurement" shall be paid for at the unit price for "Seeding", or "Sodding", of the type specified, as the case may be, which price shall each be full compensation for furnishing all materials and for performing all operations necessary to complete the work accepted as follows: Fe.rtilizer material and application will not be measured or paid for directly, but is considered subsidiary to Sodding and Seeding . D-45 CONFINED SPACE ENTRY PROGRAM · It shall be the responsibility of the contractor to implement and maintain a variable "CONFINED SPACE ENTRY PROGRAM" which must meet OSHA requirements for all its employees and subcontractors at all · times during construction. All active sewer manholes, regardless of depth, are defined by OSHA, as "permit required confined spaces". Contractors shall submit an acceptable "CONFINED SPACE ENTRY PROGRAM" for all applicable manholes and maintain an active file for these manholes. The cost of complying with this program shall be subsidiary to the pay items involving work in confined spaces. · 02/09/2010 SC-38 g:\1210\4397-32\project\specifications\contract Sa\100% set -Sa\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 COMPLETION INSPECTION/FINAL INSPECTION 7 . Prior to the final inspection being conducted for the project, the contractor shall contact the city inspector in writing when the entire project or a designated portion of the project is substantially complete . 8 . · The inspector along with appropriate City staff and the City's consultant shall make an inspection of the substantially completed work and · prepare and submit to the contractor a list of items needing to be completed or corrected. 9. The contractor shall take immediate steps to rectify the listed deficiencies and notify the owner in writing when all the items have been completed or corrected . 10. Payment for substantial completion inspection as well as final inspection shall be subsidiary to the project price. Contractor shall still be required to address all other · deficiencies , which are discovered at the time of final inspection . 11. Final inspection shall be in conformance with general condition item "C5-5.18 Final .,-... Inspection" of PART C -GENERAL CONDITIONS . D-47 EXCAVATION NEAR TREES (WHERE IDENTIFIED ON THE PLANS) 1. The Contractor shall be responsible for taking measures to minimize damage to tree limbs, tree trunks, and tree roots at each work site . All such measures shall' be considered as incidental work included in the Contract Unit Price bid for applicable pipe or structure installation except for short tunneling/tree augering . . 2. Any and all trees located within the equipment operating area at each work site shall, at the direction of the Engineer, be protected by erecting a "snow fence" along the drip line or edge of the tree root system between tree and the construction area . 3. Contractor shall inspect each work site in advance and arrange to have any tree limbs pruned that might be damaged by equipment operations. The Engineer shall be notified at least 24 hours prior to any tree trimming work . No trimming work will be permitted within private property without written permission of the Owner. 4 .. Nothing shall be stored over the tree root system within the drip line area of any tree. 5. Before excavation (off the roadway) within the drip line area of any tree, the earth shall be sawcut for a minimum depth of 2 feet. · 6. At designated locations shown on the drawings, the "short tunnel" method using Class 51 D.I. pipe shall be utilized . 7. Except in areas where clearing is allowed, all trees up to 8" in diameter damaged during construction shall be removed . and replaced with the same type and diameter tree at the contractor's expense. 8. Contractor shall employ a qualified landscaper for all the work required for tree care to ensure utilization of the best agricultural practices and procedures . 02/09/2010 SC-39 g:\1210\4397-32\project\specificat ions\contract Sa\100% set -Sa\05.3 -green double sided -part d -special conditions -paginated (water-sewer) - wtr 02-09-1 O.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 installatic;m 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 soHto make an impervious barrier to reduce groundwater percolation through the pipeline trench . Construction material shall consist of compacted bentonite clay or 2 :27 concrete. Payment for work such as forming, placing and finishing shall be subsidiary to the price bid for pipe installation . D-50 EXPLORATORY EXCAVATION (D-HOLE) The Contractor shall be responsible for verifying the locations of all existing utilities prior to construction, in accordance with item D-6 . At locations identified on the drawings, contractor shall conduct an exploratory excavation (D -Hole), to locate and verify the location and elevation of the existing underground utility where it may be in potential conflic;t with a proposed facility alignment. The exploratory excavation shall be conducted prior to construction of the entire project only at locations denoted on the plans or as directed by the engineer. Contractor shall submit a report of findings (including surveyed elevations of existing conflicting utilities) to the City prior to the start of construction of the entire project. If the contractor determines an existing utility is in conflict with the proposed facility, the contractor shall contact the engineer immediately for appropriate design modifications. The contractor shall make the necessary repairs at the exploratory excavation (D-Hole) to obtain a safe and proper driving surface to ensure the safety of the general public and to meet the approval of the City inspector. The contractor shall be liable for any and all damages incurred due to the exploratory excavation (D-Hole). Payment shall not be mcide 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 INSTALLAT IO~ 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 linearfoot price bid of the appropriate BID ITEM(S). 02/09/2010 SC-40 g:\1210\4397-32\project\specifications\contract 5a\100% set -5a\05.3 -green doub le sided -part d -special conditions -paginated (water-sewer)- wtr 02-09-1 O.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 rion- concrete pipes when installed in casing. Installation shall be as recommended by the Manufacturer. · 2. SEWER: Boring used on this project shall be in accordance with the material standard . E 1-15 and Construction standard E2-15 as per Fig. 110 of the General Contract Documents. 3. PAYMENT: Payment for all materials, labor, equipment, excavation, concrete grout, backfill, and incidental work shall be included in the unit price bid per foot. 51.4 Tie-Ins The Contractor shall be responsible for making tie-ins to the existing water mains. It shall be the responsibility of the Contractor to verify the exact location and elevation of the existing line tie-ins. And any differences in locations and elevation of existing line tie-ins between the contract drawings and what may be encountered in the field shall be considered as incidental to construction. The cost of making tie-ins to existing water or sanitary sewer mains shall be included in the linear foot bid price of the pipe. 51.5 Connection of Existing Mains The Contractor shall determine the exact location, elevation, configuration and angulation of existing water or sanitary sewer lines prior to manufacturing of the connecting piece. Any differences in locations, elevation, configuration, and or angulation of existing lines between the contract drawings and what may be encountered in the said work shall be · considered as incidental to construction. Where it is required to . shut down existing mains in orde.r to make proposed connections, such down time shall be coordinated with the 02/09/2010 SC-41 g:\1210\4397-32\project\specifications\contract 5a\100% set-5a\05.3 -green double sided-part d -special conditions -paginated (water-sewer)- wtr 02-09-10.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 tirne. The Contractor's attention is directed to Paragraph C5-5.15 INTERRUPTION . OF SERVICE, Page C5'."5(5), PART C -GENERAL CONDITIONS OF THE WATER DEPARTMENT GENERAL CONTRACT DOCUMENTS AND GENERAL SPECIFICATIONS. The Contractor shall notify the customer both personally and in writing as to the location; time, and schedule of the service. interruption. The cost of removing any existing concrete blocking shall be included in the cost of connection. Unless bid separately all cost incurred shall be included in the linear foot price bid for the appropriate pipe size. 51.6 Valve Cut-Ins It may be necessary to cut-in gate valves to isolate the water main from which the extension and/or replacement is to be connected. This may require closing valves in other lines and putting consumers out of service for that period of time necessary to cut in the new valve; the work must be expedited to the utmost and all such cut-ins must be coordinated with the engineer in charge of inspection. All consumers shall be individually 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-inch water · service lines which are to be replaced shall be replaced with 1- inch Type K copper, 1-inch diameter tap saddle when required, and 1-inch corporation from the main line to the meter box. All services which are to be replaced or relocated shall be installed with the service main tap and service line being in line with the service meter unless otherwise directed by the . Engineer'. A minimum of 24 hours advance notice shall be given when service interruption will be required as specified in Section C5-5.15 INTERRUPTION OF SERVICE. 02/09/2010 SC-42 g:\1210\4397-32\project\specifications\contract Sa\l 00% set -Sa\05 .3 -green double sided -part d -special conditions -paginated (water-sewer) - wi:r 02-09 -1 O.doc · · · · - PART D -SPECIAL CONDITIONS All water service meters shall be removed, tagged, and collected by the contractor for pickup by the Water Department for reconditioning or replacement. After installation of the water service in the proposed location and receipt of a meter from the project inspector the contractor shall install the meter. The meter box shall be reset as necessary to be flush with existing ground or as otherwise directed by the Engineer. All such work on the outlet side of the service meter shall be performed by a licensed plumber. 1. WATER SERVICE REPLACEMENTS: Water service replacement or relocation is required when the existing service is lead or is too shallow to avoid breakage during street reconstruction. The contractor shall replace the existing service line with Type K copper from the main to the meter, curb stop with lock wings, and corporation stop. Payment for all work and materials such as backfill, fittings, type K copper tubing, curb stop with lock wings, service line adjustment, and any relocation of up to 12-inches from center line existing meter location to center line proposed meter location shall be included in the Linear Foot price bid for Copper Service Line from Main to five (5) feet behind Meter. Any vertical adjustment of customer service line within the 5 foot area shall be subsidiary to the service installation. Payment for all work and materials such as tap saddle (if required), corporation stops, and fittings shall be included in the price bid for Service Taps to Main. 1 .. WATER SERVICE RECONNECTION: Water service reconnection is required when the existing service is copper and at adequate depth to avoid breakage during street reconstruction. The contractor shall adjust the existing water service line as required for reconnection and furnish a new tap with corporation stop. The contractor will . be paid for one (1) Service Tap to Main for each service reconnected plus for any copper service line used in excess of five (5) feet from Main to five (5) feet behind the Meter. 2. WATER SERVICE METER AND METER BOX RELOCATIONS: When the replacement and . relocation of a · water service and meter box is required and the location of the meter . and meter box is moved more than twelve (12) inches , as measured from the center line of the existing meter to location to the center line of the proposed meter location, separate payment will be allowed for the relocation of service meter and meter box. Centerline is defined by a line extended from the service tap through the meter. Only relocations made ·perpendicular to this centerline will be paid for separately. Relocations made along the centerline will be paid of in feet of copper service line. When relocation · of service meter and meter box is required, payment for all work and materials such as backfill, fittings, five (5) feet of type K copper service and all materials, labor, and equipment used by and for the licensed plumber shall be included in the price bid for the service meter relocation. All other costs will be included in other appropriate bid item(s). This item will also be used to pay for all . service meter and meter box relocations as required by the Engineer when the service line is not being replaced. Adjustment of only the meter box and customer service line within 5 feet distance behind the meter will not justify separate payment at any time. Locations with multiple service branches will be paid for as one service meter and meter box relocation. 02/09/2010 SC-43 g:\1210\4397-32\project\specifications\contract Sa\100% set -Sa\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), co.rporation 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 price bid for Service Taps to Mains. · Payment for all work and materials such as furnishing and setting new meter box shall be included in the price bid for furnish and set meter box. 1. MULTIPLE SERVICE BRANCHES: When multiple service branches are required the contractor shall furnish approved factory manufactured branches. Payment for multiple service branches will include furnishing and installing the multiple service branch only and all other cost will be included in other appropriate bid item(s). 2. MULTIPLE STREET SERVICE LINES TO SINGLE SERVICE METER:· Any multiple service lines with taps servicing a single service meter encountered during construction shall be replaced with one service line that is applicable for the size of the existing service meter and approved by the Engineer. · Payment shall be made at the unit bid price in the appropriate bid item(s): 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 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 dis.continuance 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 gr,ound or as otherwise directed by the Engineer. 02/09/2010 SC-44 g:\1210\4397-32\project\specifications\contract Sa\100% set -Sa\05 .3 -green double sided -part d -special conditions -paginated (water-sewer) - wtr 02-09 -1 O.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-inch service lines and the 2-inch meter shall be moved to the next successive project location. Payment for work such as fittings , 3/4-inch service lines , asphalt, barricades, all service connections, removal of temporary services and all other associated appurtenants required , shall be included in the appropriate bid item. · B. In order to accurately measure the amount of water used during · construction, the Contractor will install a fire hydrant meter for all temporary service lines. Water used during construction for flushing new mains that cannot be metered from a hydrant will be estimated as accurately as possible. At the pre-construction conference the contractor will r,J.:.· 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 of Water Lines Before being placed into service all newly constructed water lines shall be purged and sterilized in accordance with E2-24 of the General Contract Documents and Specifications except as modified herein . The City will provide all water for INITIAL . cleaning and sterilization of water lines . All materials for construction of the project, including appropriately sized "pipe cleaning pigs", chlorine gas or chlorinated lime (HTH) shall be furnished by the Contractor. Chlor inated lime (HTH) shall be used in sufficient quantities to provide a chlor ine residual of fifty (50) PPM . The residual of free chlorine shall be measured after 24 hours and shall not be less than 10 parts per million of free chlorine . Chlorinated water shall be disposed of in the sanitary sewer system . Should a sanitary sewer not be available, chlorinated water shall be "de-chlorinated" prior to disposal. The line may not be placed in service until two successive sets of samples, taken 24 hours apart, have met the established standards of purity. Purging and sterilization of the water lines shall be considered as incidental to the project and all costs incurred will be considered to be included in the linear foot bid price of the pipe . 51.10 Work Near Pressure Plane Boundaries Contractor shall take . note that the water line to be replaced under this contract may cross or may be in close proximity to an existing pressure plane boundary . Care shall be taken to ensure all "pressure plane" valves installed are installed closed and no cross connections are made between pressure planes 02/09/2010 SC -45 g:\1210\4397 -32\project\specifications\contract Sa\100% set-5a\05.3 -green double sided -part d -special cond itions -paginated (water-sewer) - wtr 02-09-10.doc PART DA -ADDITIONAL SPECIAL CONDITI.ONS 2. Description The Contractor shall be responsible for the furnishing of all labor, superv1s1on, materials, equipment, and · testing required for the completion of interior coating of manholes in accordance with the Contract Documents. · 3. Manufacturer's Recommendations Materials, mixture ratios, and procedures utilized for the coating process shall be in accordance with manufacturer's recommendations: · · 4. Manholes ··· Manholes to be coated are of brick, block, or concrete construction . · All manholes ;: shall have a minimum of one-half (1/2) specialty cement-based coating material · ·• (Quadex QM-1 s or Reliner MSP) sprayed · or trowelled on coating over the original interior surface . . B. MA TE RIALS 1. Scope This section governs the materials required for completion of interior coating of manholes. 2. Interior Coating Raven Ultra High-Build epoxy Coating, a two-part epoxy resin system using 100% solids based . epoxy binder with fibrous and flake fillers, is manufactured by· Raven Lining systems and designated as Raven 405. · 3. · Specialty Cement The specialty cement-based coating material shall be either Quadex QM-1s as manufactured by Quadex, Inc. or Reliner MSP as manufactured by Standard Cement Materials. 4. Material Identification Contractors will completely identify the types of grout, mortar, sealant, and/or root control chemicals proposed and provide case histories of successful use or defend the choice of grouting materials based on chemical and physical properties, ease of application, and expected performance. These grouting materials shall be compatible with Raven 405 interior coating. The contractor shall be responsible for getting approval from Raven Lining systems arid/or the grout manufacturers· for the use of these grouting materials .· 5. Mixing and Handling 1012310s ASC-21 G :\1210\4397-32\PROJECT\SPECIFICATIONS\CONTRACT 5A\100% SET -5A\5 .6-DA.i3.DOC PART DA -ADDITIONAL SPECIAL CONDITIONS Mixing and handling of interior coating , which may be toxic under certain conditions shall be in accordance with the recommendations of the manufacturer and in such a manner as to minimize hazard to personnel . It is the responsibility of the Contractor to provide appropriate protective measures · to ensure that materials are under control at all times and are not available to unauthorized personnel or animals. All equipment shall be subject to the approval of the Engineer. Coating shall be performed only by certified applicators approved by the manufacturers. C. EXECUTION 10/23108 1. General Manhole coating shall not be performed until sealing of manhole from frame and grade adjustments, partial manhole replacement, manhole grouting or sewer rep lacement/repairs are complete. 2. Temperatures No.rmal 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 recom111endations and the following procedure. 1) 2) 3) . 4) The surface preparation shall comply with the requirements of Section DA-11, SURFACE PREPARATION FOR MANHOLE RESTORATION. Apply a minimum of one-half (1/2) inch specialty cement-based product (Quadex QM-1 s or Reliner MSP) smooth surface for the urethane coating material. The surface prior to application may be damp but shall not have. noticeable free water droplets seeping or running water. Material shall be spray applied per manufacturer's recommendations with a .. fTlinjrnun, thickness of 1_25 mils (0 .1~5 inch) .. After the walls are coated, the wooden bench covers · shall be removed. and the bench sprayed to the same average and minimum thickness as required for the walls • • ASC-22 . G:\1210\4397-32\PROJECT\SPECIFICATIONS\CONTRACT 5A\10_0% SET -5A\5 .6-DA.B.DOC PART DA -ADDITIONAL SPECIAL CONDITIONS 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 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, equ ipment 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 $pecial conditions are to be followed. The contractor is also to follow all applicable Federal. State and Local regulations when handling known or suspect contaminated materials (soils). 1. WORK INCLUDED a. Excavation , stockpiling and testing of Potentially Petroleum Contaminated Material. b. Removal, testing, and disposal of petroleum contaminated groundwater. 1012310a ASC-23 G:\1210\4397-32\PROJECTISPECIFICATIONS\CONTRACT 5A\100% SET -5A\5 .6-DA.B .D0C PART DA -ADDITIONAL SPECIAL CONDITIONS c. Obtaining and paying for required permits. d. Hiring of qualified environmental professional consultant(s). Contractor will be required to submit the environmental consultant's experience and qualifications to the City prior to beginning work in areas of Potentially Petroleum Contaminated Material. e. Hiring of qualified environmental sampling professionals that will collect and submit samples to the applicable City of Fort Worth testing laboratory. The City of Fort Worth's Department of Environmental Management for coordination of laboratory testing. 2. REFERENCES a. All applicable OSHA regulatory requirements. b. All applicable Environmental Protection Agency (EPA) regulatory requirements. c. All applicable State of Texas regulatory requirements. d. All applicable City of Fort Worth (City) regulatory requirements. e. All applicable NIOSH standards. f . All applicable TNRCC requirements. 3. SUBMITTALS a. The contractor shall prepare and submit to the City's Department of Environmental Management, Senior Specialist in Compliance, plans for handling Potentially Petroleum Contaminated Material (PPCM) not less than 30 days prior to commencing excavation. . b. The Contractor shall take necessary precautions while performing this project. Contractor shall not commence PPCM work (1) Contractor's submittal for dealing with PPCM is reviewed by the City and (2) the plans (i.e., drawing and description) for discharging any treated liquid into the storm sewer or sanitary sewer are reviewed by the City (3) and acceptable stockpile area is identified by the Contractor. c. Contractor shall submit the name of his proposed qualified environmental professional consultant(s) and proposed PPCM Handling Plan to the City. The PPCM Handling Plan shall include the detailed sequence of construction including proposed excavation and handling methods, proposed carriers for contaminated materials, waste disposal site, and a list of any permits that may be required for PPCM handling or contaminated · materials disposal. The above data must be compiled and arranged in a format that is acceptable to the Texas Natural Resource Conservation Commission (TNRCC). d. Contractor shall submit actual limits of PPCM excavation, as prepared by his qualified environmental consultant(s) and testing lab. · 10J231oB ASC-24 G :\1210\4397-32\PROJECT\SPECIFICATIONS\CONTRACT 5A\100% SET -5A\5.6-DA.B.D0C PART DA -ADDITIONAL SPECIAL CONDITIONS e. Contractor shall submit for review the proposed carrier pipe material to be used with the actual limits of PPCM excavation, including pipe gasket and carrier pipe coating or liner. B. PRODUCTS: 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 CONTAMINATED AREAS a. Areas suspected of having petroleum contaminated material (soils) are shown in on :Ahe engineering drawings. b. In areas other than those noted on the plans and where potentially petroleum contaminated materials are either detected or suspected, the City of Fort Worth and the Engineer should . be notified immediately and the work should proceed in accordance with this section. 2. SCREENING POTENTIALLY PETROLEUM CONTAMINATED AREAS a. Care should be taken during all excavation and dewatering activities to identify areas potentially contaminated by petroleum. b. When a petroleum odor is encountered during excavation or when there is visual evidence of potentially petroleum contaminated soil, the Contractor shall notify the Engineer without delay. c. The Contractor shall have retained the services of an environmental consultant who shall be present at the site to screen suspect soil with a photo-ionization detector (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 enc;:ountered 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. 1012310a ASC-25 G :\1210\4397-32\PROJECT\SPECIFICATIONS\CONTRACT SA\100% SET -5A\5.6-DA.B.DOC PART DA -ADDITIONAL SPECIAL CONDITIONS a. The Contractor shall contact the City whenever contamination from any source is suspected . 3. HANDLING POTENTIALLY PETROLEUM CONTAMINATED SOIL (PPCS) a. Contractor shall coordinate with the City to determine a suitable location for the stockpiling of contaminated soil. The following procedure shall be followed in preparing the chosen site: 1. Provide a diked enclosure large enough to hold all material and prevent runoff. 2. The diked area shall be lined with 20-30 mil plastic tp prevent seepage into the existing soil. 3. At the end of each work day, Contractor shall completely cover stockpile with 20 mil plastic. During the day, the Contractor shall keep the 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 handl~d. 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 c~mi~ters. Contractor shall have his testing laboratory determine that the oil/water . separator treated discharge is within the limits established by the TNRCC's regulations before being . allowed to discharge (discharge to sanitary sewer). Contractor shall be responsible for furnishing the effluent test reports to the City. · · 101231oa ASC-26 G :\1210\4397-32\PROJECT\SPECIFICATIOI\IS\CONTRACT SA\100% SET-5A\5 .. 6-DA.B.D0C . l·:: ,, PART DA -ADDITIONAL SPECIAL CONDITIONS c. Alternatively, the Contractor may dispose of contaminated water, after appropriate pretreatment, into the sanitary sewer collection system. It shall be the responsibility of the Contractor to obtain the necessary permit(s) and to perform all testing required by the City of Fort Worth Pretreatment Services Division . d. All treated water shall be discharged into a Contractor supplied Frac Tank, sampled, and analyzed before discharge into the sewer system. · e. The product that is recovered shall be disposed of in accordance with all applicable regulations. Any phase separate product recovered from the oil/water separator and air stripper shall be transported in accordance with Department of Transportation rules and regulations for flammable products. When transporting product for disposal, tran~portation 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 ~nvironmental Management within 90 days of shipment. 5. HANDLING VAPOR CONCENTRATIONS a. · In order to maintain safe working conditions, the vapor concentrations should not exceed 20 percent of the Lower Explosive Limit (LEL). During construction, measures should be taken to maintain LEL levels below 20 percent in · all working areas. b. To monitor vapor levels and oxygen levels a combustible gas indicator (CGI) with a LEU02 meter should continuously operate in the working area. The CGI should be properly calibrated and should have an alarm that sounds if 20 percent LEL is reached. Monitoring data from the GCI should be recorded periodically to determine if ventilation or other methods are effective. In the event local health and safety agencies require more stringent monitoring, the local regulations must be implemented. D. MEASUREMENT AND PAYMENT: 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 1012310s ASC-27 G:\1210\4397-32\PROJECTISPECIFICATIONS\CONTRACT 5A\100% SET -5A\5.6-DA.B .D0C PART DA -ADDITIONAL SPECIAL CONDITIONS proper loading , transportation and disposal of the material to a designated site and the quantity establ ished 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. 8. WASTE MANIFESTS: Any and all non-hazardous liquid and petroleum substance waste removed from the site of generation and transported for treatment and/or disposal must be accompanied by a waste shipment record/manifest detailing required generator, transported, destination and waste description information. These results may not be uniform throughout the entire site. For all petroleum substance waste, the waste shipment record utilized shall be the TNRCC PETROLEUM-SUBSTANCE WASTE AFFIDAVIT (Form TWC-0332). The Contractor shall be responsible for obtaining, originating and maintaining manifests in accordance with federal and state laws. The Contractor shall sign the manifests forms as Independent Contractor to the Owner. AUTHORIZATION OF PAYMENT FOR REMOVAL TRANSPORT AND TREATMENT / DISPOSAL OF WASTES IN CONTINGENT UPON RECEIPT BY THE ENGINEER OF FULLY COMPLETED AND SIGNED MANIFEST FORMS that are in agreement with regard to the type . and amount of waste removed from the site and received by the treatment/disposal facility. The Contractor shall immediately resolve any manifest discrepancies. Completed Manifests shall be returned to the City Department of Environmental Management within 90 days of shipment. C. MEASUREMENT AND PAYMENT: Payment for t his item shall be made per in place cubic yard of contaminated soils that are loaded, transported and disposed of in an approved sp~cial disposal site. No · separate payment will be made for loading, transportation and dispqsal of contaminated ground waters collected; these costs considered subsidiary to DA-37, POTENTIALLY PETROLEUM CONTAMINATED MATERIAL HANDLING. The proposed landfill shall be included in the Contractor's bid submittal and approved by the City of Fort Worth Department of Environmental Management prior to contract award. Contractor shall be responsible for all landfill costs, including, but not limited to landfill fees, transportation costs and landfill operator requested analytical testing and waste characterization. DA-48 EASEMENTS AND Pt:RMITS Easements and permits, both temporary and permanent, have been secured for' this project at this time and made a part thereto. Any easements and/or permits, both temporary and permanent, that have not been obtained by the time of publication shall be secured before construction starts. No work is to be done in areas requiring easements and/or permits until the necessary easements are obtained. The Contractor's attention is directed to the easement description and permit requirements, as contained herein, along with any special conditions that may have been imposed on these easements and permits. 10123/os ASC-28 G :\1210\4397-32\PROJECTISPECIFICATIONS\CONTRACT 5A\100% SET -5A\5.6-DA.B.DOC PART DA -ADDITIONAL SPECIAL CONDITIONS Where the pipeline crosses privately owned property, the easements and construction areas are shown on the plans. The easements shall be cleaned up after use and restored to their original conditions or better. In the event additional work room or access is required by the Contractor, it shall be the Contractor's responsibility to obtain written permission from the property owners involved for the use of additional .property required. No additional payment will be allowed for this item. DA-49 HIGHWAY REQUIREMENTS The Texas Department of Transportation requirements pertaining to the construction . of this project are enclosed herein and made part of these specifications. DA-50 CONCRETE ENCASEMENT Concrete encasement shall be Class E (1500 psi) concrete and for sewer line encasements shall conform to Fig. 113; for water line encasements it shall conform to Fig. 20 of the General Contract Document~. Requirements for such encasement are specified in Sections E1-20 and E2-20 ofthe General Contract Documents. --·· Paymentfor 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 DRAWINGS 1. Submit seven (7) copies of shop drawings, layouts, manufacturer's data and material schedules as may be required by the Engineer for his review. Submittals rriay 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 . 1012310a ASC-29 G :\1210\4397-32\PROJECT\SPECIFICATIONS\CONTRACT SA\100% SET-5A\5 .6-DA .B .D0C PART DA -ADDITIONAL SPECIAL CONDITIONS 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: (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 withi _n 0.001 feet of specified parkway grade. The unit price bid shall be full and sufficient payment for all labor, equipment and materials used in the adjustment of the meter box. DA-64 WORK IN HIGHWAY RIGHT OF WAY When the Engineer directs the Contractor to perform work in the right-of-way which is under the jurisdiction of the Texas Department of Transportation (Tex-Dot), the Contractor shall obtain approval from the Texas Department of Transportation prior to commencing any work therein. All work performed in the Tex-Dot right-of-way shall be performed in compliance with and subject to approval from the Texas Department of Transportation and Item E2-29.1 "Construction Within .Highway Right-of-Way" of the General Contract Documents and Specifications, effective July 1, 1978, as amended. DA-72 SPECIFICATION REFERENCES When reference is made in these specifications to a particular ASTM, AWWA, ANSI or other specification, it shall be understood that the latest revision of such sp~cification, prior to the date of these general specifications or revisions thereof, shall apply. · 1012310a ASC-30 G :\1210\4397-32\PROJEC.T\SPECIFICATIONS\CONTRACT SA\100% SET-5A\5.6-DA.B.DOC 2.25-;;- • I") I ;... 7" 4'-o" 7" FORT WORTH ' ,,,,, ~.all.,.. . -,,._-1--------~-. ..,.-3"R (TYP.) ~~ / ,_._-1--____________ --..y r • C"I I N 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" <.? z 6:: I:! t-w ~ • tt? .... \ call: (817) 392-4477 ___ ---1--r----- \ 2.5" \ \ \ ~-l-./-----~.J--------...1:-----1-- ~ FORT WORTH LOGO -CHELTENHAM BOLD ALL OTHER TEXT -ARIAL LOGO COLORS; FORT WORTH -PMS 288 (BLUE) LONGHORN LOGO -PMS 725 (BROWN) E2-1 CONSTRUCTION 13" \ \ 3'-6" \ 3" l T \ I I l . \ \ \_j_ WHITE L PMS 288 (BLUE) CITY OF FORT WORTH, TEXAS PROJECT SJGN • 4'x4' b I ':,t- DATE: FEB. 2009 WTR-035 .. :·,:.,:·-_:- . :· . /1 ... ·:~-. . ; 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 iri 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: E 1-2.4 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 of9 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). EI00-4 WATERTIGHT MANHOLE INSERTS. SECTION EIOO-MA1ERIAL SPECIFICATIONS MATERIAL STANDARD EI00-4 JANUARY 1, 1978 (ADDED 5/13/90) El 00-4.1 GENERAL: This standard covers the furnishing and installation of watertight gasketed manhole inserts in the. Fort Worth sanitary sewer collection sy·stem. 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 AS1M 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 DI 056, or equal. d. The manhole insert shall have a strap for removing the insert. The strap shall be made of minimum I 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 per 24 hours. EI00-4.3 INSTALLATION: a. The manhole frame shcJ.ll 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 frame 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 rec.ords that show (i) the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of the Audit section of these contract documents shall pertain to this inspection. · (f) Pay Estimates. With each partial payment estimate or payroll period, whichever is less, the contractor shall submit an affidavit stating that the contractor has complied with the requirements of Chapter 2258, Texas Government Code. (g) Posting of Wage Rates. The contractor shall post the prevailing wl:\ge rates in. a conspicuous place at the site of the project at all times. (h) Subcontractor Compliance. The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs (a) through (g) above. 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. B.ID SUBMITIAL ...................... ~ ............................................ .-................................... SP-4 . 6. WATER FOR CONSTRUCTION ................................................................................ SP-4 7. SANITARY FACILITIES FORWORKERS ........................................... '. ..................... 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 UTILITIES ................................................................................................ SP-6 13. PARKWAY CONSTRUCTION ................................................................................... 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-1.3 25. CALENDAR DAYS ...................................................... ; ........................................... SP-13 26. RIGHT TO ABANDON ............................................................................................. SP-14 27. CONSTRUCTION SPECIFICATIONS ................................................ · ..................... SP-14 28. MAINTENANCE STATEM.ENT ............................................... ; ................................ 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 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-20 44. PAY ITEM-RETAINING WALL-INSTALL ............................................................. SP-20 45 . OMITTED 46. OMITTED 47 . OMITTED 48 . PAY ITEM -SAFETY SYSTEM> 5 FOOT DEPTH -INSTALL. ............................... 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-2 INCH HMAC ON 2/27-CONCRETE BASE-INSTALL SP-21 51. PAY ITEMS-WALK-INSTALL , CURB & GUTTER-INSTALL, WALK-ADA WHEELCHA IR RAMP-INSTALL, AND DRIVEWAY-INSTALL ............................ SP-22 52. PAY ITEMS -WALK -REMOVE, CURB & GUTTER -REMOVE, WALK -ADA WHEELCHA IR 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-24 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-25 61. PAY ITEM -TRAFFIC CONTROL ..... INSTALL ......................................................... SP-27 62. PRE BID ITEM -SIGN -PROJECT DESIGNATION -INSTALL ............................. SP-28 63. PRE BID ITEM -UTILITY ADJUSTMENT -REPAIR ............................................... SP-28 64. PRE BID ITEM -TOP SOIL -INSTALL. ................................................................... SP-29 65 . PRE BID ITEM -VALVE BOX -ADJUSTMENT ..... SERVICES ................................. SP-29 66. PRE BID ITEM -MANHOLE -ADJUSTMENT -SERVICES ................................... SP-29 67. PRE BID ITEM -METER BOX -ADJUSTMENT -SERVICES ................................ SP-29 68. NON-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-35 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 -wh ite double sided -Special Provisions paving-drainage (PMO _Release_20100728).doc SPECIAL PROVISl.ONS FOR STREET AND STORM. DRAIN IMPROVEMENTS Table of Contents 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 ITEM -WASHED ROCK .......................................................................... SP-40 81. NON-PAY ITEM -SAWCUT OF EXISTING CONCRETE ........................................ SP-39 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-41 84. NON PAY ITEM -SPRINKLER HEAD ADJUSTMENT ........... ; ............•................... SP-41 85. NON PAY ITEM -FEE FOR STREET USE PERMITS AND RE-INSPECTIONS ...... SP-41 86 . NON PAY ITEM -TEMPORARY EROSION , SEDIMENT AND WATER POLLUTION CONTROL (FOR DISTURBED AREAS LESS THAN 1 ACRE) ................................ SP-40 87. PAY ITEM -SPEED HUMPS ....................................................................... , ........... SP-43 City of Fort Worth, Texas Special Provis ions For Street and Storm Drain Improvements PMO Release Date: 07/28/20 10 Page sp.3 of 45 05 .6 -white double sided -Spe cial Prov isions paving-dra inage (PMO_Re lease_20100728}.doc SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS FOR: City of Fort Worth , Texas 2007 CRITICAL CAPITAL PROJECT COUNCIL DSITRICT 5; CONTRACT SA BIDEKER AVENUE , BRIGHT STREET AND BURTON AVENUE CITY PROJECT N0.:00946 D.O.E. PROJECT NO .: 5876 1. SCOPE OF WORK: The work covered by these . plans and specifications consist of the following : Construction of paving , water, and sanitary sewer improvements along Bidaker Drive from US Highway 287 to the dead end east of Bishop , Bright Street from Berry to Reed, and Burton from U.S. Highway 297 to Campbell and all other miscellaneou.s · items of construction to be performed as outl ined 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 the 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 the 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 deta ils 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 the Transportation and Public Works Department. 6. WATER FOR CONSTRUCTION : Water for construction will be furnished by the Contractor at his own expense . City of Fort Worth , Texas Special Prov isions For Street and Storm Drain Improvements PMO Release Date: 07/28 /20 10 Page SP-4 of 45 05 .6 -wh ite double sided -Special Provis ions paving-drain age (PMO _Re lease_20100728).doc SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS 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 required 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 Laws Duty to pay Prevailing Wage Rates. The contractor shall comply with all requirements of Chapter 2258, Texas Government Code (Chapter 2258), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these contract documents. Penalty for Violation. A contractor or any subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs , pursuant to Texas Government Code 2258.023. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a contractor or subcontractor, the City shall make an initial determination, before the 31st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the contractor or subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the contractor or subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the diff_erence between wages City of Fort Worth. Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date : 07/28/2010 Page SP-5 of 45 05 .6 -whlle double sided -Special Provisions paving-dra inage (PMO_Release_20100728).doc SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS paid and wages due under the prevailing wage rates , such amounts being subtracted from successive progress payments pending a fina l dete rmination 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 ariy court of competent jurisd iction. · 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 utilities 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 adequ~te clearance. The Contractor shall take all necessary precautions in order . to protect .· all . services encountered . City of Fort Worth , Texas Spec ial Provisions For Street and Storm Dra in Improvements PMO Release Date: 07/28/2010 Page SP-6 of 45 05 .6 -white doub le sided -Sp ecial Provis ions paving-d rainage (PMO_Re lease_20 100728).do c · SPECIAL PROVISlONS 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 this project, it will 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 utilities, 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, damage 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 paving-drainage (PMO _Release_20100728).doc SPECIAL PROVISlONS 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 Contra.ctor 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 d iscrimination 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 . Fa ilure 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 Specia l Prov isions For Street and Sto rm Drain Improvements PMO Release Date: 07/28/2010 Page SP-8 of 45 05 .6 -white double sided -Spe cial Provisions paving-dra inage (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 on 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 bid, and, 2. If substantial subcontracting and/or substantial supplier opportunities arise during the term of the contract which the Contractor had represented he would 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 SPE.CIAL 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 Partic ipation 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 provide 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 R.OW. 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' compensation 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 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 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 Dra in Improvements PMO Release Date : 07/28/2010 Page SP-1 o of 45 05 .6 -white double sided -Special Provisions paving-drainage (PMO_Release_20100728).doc SPECIAL PROVISIONS 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 showing 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 Drain Improvements PMO Release Date: 07/28/2010 Page SP-11 of 45 05 .6 -white double sided -Special Provisions paving-drainage (PMO_Release_2010072B).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 contrac.ts, 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 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 . 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 Provisio ns Fo r Street and Storm Dra in Improvements PMO Release Date : 07/28/2010 PageSP-12of45 05 .6 -white double sided -Sp ecial Provisions paving -drainage (PMO_Release_20100728).doc SPECIAL PROVISlONS 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 language common to the Worker population . The text for the notices shall be the following text, without any add itional 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'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,· br 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 been specified . Where the term "or equal", or "or approved equal " is used, it is understood that if a material , product, or piece of equipment bearing the name so used is furnished, it will be approvable, as the particular trade name was used for the purpose of establishing a standard of qual ity acceptable to the City . If a product of any other rianie is proposed, the substitution niust be approved by the City. Where the term "or equal ", or "approved equal" is not used in the specifications, th is 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 materialr'nen's liens upon receipt 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 within 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 dr 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 Special Provisions For Street and Storm Dra in Improvements PMO Release Date : 07/28/20 10 Page SP-13 of 45 05 .6 -wh ite do uble sided -Special Provisi ons 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 SPECIF/CATIONS FOR STREET AND STORM DRAIN CONSTRUCT/ON · 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 s.hall 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. DELA VS: 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 approved ano referred by him to the Council for final approval or disapproval;. and the action thereon by the Council shall be final and binding. If delay is caused by specific orders given by the ENGINEl;:R 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 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 o.f 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 Storm Drain Improvements PMO Release Date : 07/28/2010 Page SP-14 of 45 05 .6 -white double sided -Special Provisions paving-drainage (PMO_Re lease_20 100728).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 materia l 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 equ ipment 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 Improveme nts PMO Release Date : 07/28 /2010 Page SP-15 of 45 05 .6 -white double sided -Special Provisions paving-drainage (PMO_Relea se_20 100728).doc SPECIAL PROVISIONS 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 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 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 the 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 th is 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 Spec ial Provisions For Street and Sto nn Drain Improvements PMO Re lease Date : 07/28/20 10 Page SP -16 of 45 05 .6 -white double sided -Special Provisions paving-drainage (PMO_Release_20 100728).doc SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS (b) Contractor further agrees to include in all its subcontracts hereunder a provision 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 andior 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 E;NGINEER, 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 Registered 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 effortto 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 allowed by 20% or more (example: 10% of the work completed in City of Fort Worth , Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date : 07/28/2010 Page SP-17 of 45 05 .6-white double sided -Special Provisions paving-drainage (PMO_Release_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 1 O 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 Public 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 bond ing company will be notified appropriately. 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". Typically, the OZONE SEASON, within the Metroplex area, runs from May 1 through OCTOBER 31, with 6:00 a.m. -10:00 a.m. being critical BECAUSE EMISSIONS FROM THIS TIME PERIOD HAVE ENOUGH TIME TO BAKE IN THE HOT ATMOSPHERE THAT LEADS TO EARLY AFTERNOON OZONE FORMATION . . The Texas Commission on Environmental Quality (TCEQ), in coordination with the National Weather Service, will issue the Air · Pollution Watch by 3:00 p.m. on the afternoon prior to the WATCH day. On designated Air Pollution Watch Days, the Contractor shall bear the responsibility of being aware that such days have been designated Air Pollution Watch Days and as such shall not begin work until 10:00 a.m. whenever construction phasing requires the use of motorized equipment for periods in excess of 1 hour. However, the Contractor may begin work prior to 10 :00 a.m : if use of motorized equipment is less than 1 hour, or if equipment is new and certified by EPA as "Low Emitting", or equipment burns Ultra Low Sulfur Diesel (ULSD}, diesel emulsions, or alternative fuels such as CNG. If the Contractor is unable to perform continuous work for a period of at least seven hours between the hours of 7:00 a.m. -6:00 p.m., on a designated Air Pollution Watch Day , the calendar days allowed may be adjusted. City of Fort Worth, Texas Special Provis ions For Street and Storm Dra in Improvements PMO Release Date : 07/28/2010 Page SP-18 of 45 05.6 -white double sided -Special Provisions paving-drainage (PMO_Release_20100728).doc 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 require9 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 1 O percent, then actual quantities will be paid for at the unit prices 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 Z:8 r:,A,7 CJ»J.P ~ 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 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" with in these Special Provisions . (c) All concrete pavement not placed by hand shall be placed using a fully automated paving mach ine as approved by the ENGINEER. Screeds will not be allowed except if approved by the ENGINEER. City of Fort Worth , Texas Special Provisions Fo r Street and Storm Dra in Improvements PMO Release Date : 07/28 /2010 Page SP-19 of 45 05 .6 -wh ite double sided -Special Provisions paving -drain age (PMO_Reiease_20 10012a).doc SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS 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. 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. 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 Contractor 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 Safety 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 shall 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 : 07/28/20 10 Page SP-20 of 45 05 .6 -white double sided -Special Provisions paving-drainage (PMO _Reiease_20100728).doc SPECIAL PROVISlONS FOR STREET AND STORM DRAIN IMPROVEMENTS 49. PAY ITEMS -SUBGRADE -6 INCH LIME STABILIZED -27 lbs/sy -INSTALL (BID- 00486A), -SUBGRADE -6 INCH LIME STABILIZED -36 lbs/sy -INSTALL (BID- 00486B) 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 -6 INCH LIME STABILIZED -INSTALL-27 lbs/sy'' and "SUBGRADE -6 INCH LIME STABILIZED -36 lbs/sy" 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 -PAVEMENT-2 INCH HMAC on 2/27 CCONCRETE BASE-INSTALL {810- 00443}: 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 spe'cified 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 Cor:,tractor 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: City of Fort Worth, Texas Special Provisions For Street and Storm Drain 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 PROVISlONS FOR STREET AND STORM DRAIN IMPROVEMENTS The Contractor is required to submit a Mix Design for both Type "B" and "D" asphalt that will be used for each project. This should be submitted at the . Pre-Construction · Conference. This design shall not be more than two (2) years old . Upon submittal of the design mix a Marshal (Proctor) will be calculated, if one has not been previously calculated , for the use during density testing . For type "B" asphalt a maximum of 20% rap may be used . No Rap may be used in type "D" Upon approval of an asphalt mix design and the calculation of the Marshal (proctor) the Contractor is approved for placement of the asphalt. The Contractor shall contact the City Laboratory, through the inspector, at least 24 hours in advance of the asphalt placement to schedule a technician to assist in the 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 "D" aspha lt. Densities on type "B" must be done before Type "D" asphalt is applied . Cores to determine thickness of Type "B" asphalt must be taken before Type "D" asphalt is applied . Upon completion of the application of Type "D" asphalt additional cores must be taken to determine the applied thickness. 51. PAY ITEMS -WALK -INSTALL (BID-00530), CURB & GUTTER -INSTALL (BID- 00843), WALK -ADA WHEELCHAIR RAMP -INSTALL (BID-00532), AND DRIVEWAY 6 " -INSTALL (BID-00404) Concrete flatwork is defined as curb, curb and gutter, sidewalks , leadwalks, wheelchair ramps and driveways as shown in the plans. This prov.ision governs the sequence of work related to concrete flatwork and shall be considered a supplement to the specifications governing each specific item. The Contractor sha ll not remove any regulatory sign , instruction sign, street name and sign or other sign which 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 "as shown in the Proposal will be full payment for materials necessary to complete the work for that item. City of Fort Worth , Texas Special Provisions Fo r Stree t and Storm Dra in Improvements PMO Release Date : 07/28/2010 Page SP-22 of 45 05 .6 -white double sided -Speci al Provisions paving -drainage (PMO_Release_20100728).doc SPECIAL PROVISIONS FOR STREET AND STORM. DRAIN IMPROVEMENTS The price bid per square foot 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. 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 (810-00402): 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 at 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. Tlie unit price per linear foot shown on the Proposal shall be full compensation for all materials, iabor, equipments, tools and incidentals necessary to complete the work for each . 56. PAY ITEMS -MAILBOX -REMOVE -On Metal or Wooden Pole (BID-00408A), MAILBOX -REMOVE -Masonary, Rock, Brick {BID-00408B) MAILBOX -INSTALL -On Metal or Wooden Pole (BID-00407A). and MAILBOX -INSTALL -Masonary, Rock, Brick (BID-004078) Note, Bid Items 00407 A and 00408A involve the removal and installation of mailboxes that are on poles, without regard to the material of the pole. Bid Items 004078 and 00408B involve the removal and the installation of mailboxes that are brick, rock, or other forms of mortarted materials. 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 City of Fort Worth, Texas Special Provis ions 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_2010072B).doc SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS 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 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 GUTTER-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 City of Fort Worth , Texas Special Provisions For Street and Stenn Drain Improvements PMO Release Date: 07/28/2010 Page SP-24 of 45 05 .6 -white double sided -Special Provis ions paving-drainage (PMO_Release_20100728).doc SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS 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. 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 (NOD: 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 P.repared by the ENGINEER. It serves as a notice that the site is no longer subject to the requirement of the permit. City of Fort Worth, Texas · Special Provisions 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 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 Austin, TX 78753 A copy of the NOi and NOT shall be sent to: City of Fort Worth Transportation and Public Works -Environmental Management 1000 Throckmorton Street Fort Worth, 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 reduQe 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 p_rovided with three copies of the SWPPP after .award of contract,. along with unbounded copies of all forms to be submitted to the Tex~s Commission on Environmental Quality. LARGE CONSTRUCTION ACTIVITY -DISTURBED AREA EQUAL TO OR GREATER THAN 5 ACRES : A Notice of Intent (NOi) form shall be completed and submitted to the TCEQ including payment of the TCEQ required fee. A SWPPP that meets all TCEQ requirements prepared by the ENGINEER shall be prepared and implemented at least 48 hours before the commencement of construction activities. The SWPPP shall be incorporated into in the contract documents. The Contractor shall submit a schedule for implementation of the SWPPP . Deviations from the plan must be submitted to the ENGINEER for approval. The SWPPP is not warranted to meet all the conditions of the permit since the actual construction activities may vary from those anticipated during the preparation of the SWPPP. Modifications may be required to fully conform to the requirements of the Permit. The Contractor must keep a copy of the most current SWPPP at the construction . site . Any alterations to the SWPPP proposed by the Contractor must be prepared and submitted by the Contractor to _the ENGINEER for review and approval. A Notice of Termination (NOT) form shall be submitted within 30 days after final stabilization has been achieved on all portions of the site that is the responsibility of the permittee, or, when another permitted operator assumes control over . all areas of the site that have not been finally stabilized. SMALL CONSTRUCTION ACTIVITY -DISTURBED AREA EQUAL TO OR .GREATER THAN ONE ACRE BUT LESS THAN FIVE ACRES: Submission of a NOi form is . not City of Fort Worth , Texas Special Provis ions For Street and Storm Drain Improvements PMO Release Date : 07/28/2010 Page SP-26 of 45 05 .6 -white double sided -Spec ial Provisions paving-drainage (PMO_Re lease_20100728).doc SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS required. However, a TCEQ Site Notice form must be completed and posted at the site. A copy of the completed Site Notice must be sent to the City of Fort Worth Department of Environmental Management at the address listed above . A SWPPP, prepared as described above, shall be implemented at least 48 hours before the commencement of construction activities. The SWPPP must include descriptions of control measures necessary to prevent and control soil erosion , sedimentation and water pollution and will be included in the contract documents. The control measures shall be installed and maintained th roughout the construction to assure effective and continuous water pollution control. The controls may include, but not be lim ited 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 contro ls. 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 . 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 provisions set forth in the "Latest Edition Texas Manual on Uniform Traffic Control Devices for Streets and Highways" issued under the authority of the "State of Texas Uniform Act Regulating Traffic on Highways ," codified as Article 6701 d Vernon's Civil Statutes, pertinent sections being Section Nos. 27, 29 , 30 and 31. Traffic control plans have been furnished in the construction plan documents. If the contractor chooses to modify the traffic control plans , 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 City of Fort Worth , Texas Special Prov isions For Street and Storm Dra in Improvements PMO Release Date: 07/28/20 10 Page SP-27 of 45 05 .6 -white double sided -Special Provisions paving-dra inage (PMO_Release_20100728).doc SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS Markings Division to reinstall the permanent sign and shall leave his temporary sign in place until sucll 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 / 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 ENG INEER. It will be the responsibility of the Contractor to have the individual project signs lettered and painted in accordance with the enclosed, detail. The quality of the paint, painting and lettering on the signs shall be approved by the ENGINEER. The height 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 establishing a contract price which 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 . City of Fort Worth, Texas Special Provisions For Street and Storm Dra in Improvements PMO Release Date : 07/28/2010 Page SP-28 of 45 05 .6 -white double sided -Special Prov isions paving-drainage (PMO_Release_20100728).doc SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS 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. 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 City of Fort Worth, Texas 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) 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 Provis ions paving-drainage (PMO _Release_20100728).doc SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS 1. SCOPE 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. 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 AS SUPPLIED **** Non Volatile Content, % min. MIL-S-8802 Extrusion Rate, grams/minute ASTM D 1475 Specific Gravity **** Skin-Over Time, minutes max. **** Cure Time , days **** Full Adhesion, days AS CURED- ASTM D 412, Die Mod. Elongation, % min . ASTM D 3583 Modulus @ 150% Elongation, psi max. (Sect. 14 Mod.) ASTM C 719 Movement, 10 cycl.es@ +100i:-50% ASTM D 3583 Adhesion to Concrete, % Elongation min . City of Fort Worth, Texas Special Provisions For Street and Stonn Drain Improvements PMO Release Date : 07/28/2010 Page SP-30 of 45 05 .6 -wh ite double sided -Special Provis ions paving-drainage (PMO_Release_20100728).doc Requirement 96 to 99 275 to 550 1.206 to 1 .340 60 14 to 21 14 to 21 1400 9 No Failure 600 (Sect. 14 Mod.) ASTM D 3583 (Sect. 14 Mod.) SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS Adhesion to Asphalt, % Elongation min . 600 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 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 equipment 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 pumping 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. City of Fort Worth , Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date : 07/28/2010 Page SP-31 of 45 05 .6 -wh ite double sided -Special Provisions paving-drainage (PMO_Release_2010072B).doc SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS 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 SA . 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 reservo ir 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 the "Construction Detail" sheet. The faces of the joints shall be uniform in w idth and depth along the full length of the joint. 5.3 Clean ing 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 done 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 directi onal 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 required d imensions. 5.4 Joint Sealant: Upon placement of the bond breaker rod and tape, the joint . City of Fort Worth , Texas Special Provis ions 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-drainage (PMO_Release_20100728).doc SPECIAL PROVISlONS FOR STREET AND STORM DRAIN IMPROVEMENTS sealant shall be applied using the mechan ical'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 d iscarded 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 . 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. The.re 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 determ ination as to the need for action to address the cracking as to its City of Fort Worth , Texas Special Provisions For Street and Storm Dra in Improvements PMO Release Date : 07/28/2010 Page SP-33 of 45 05 .6 -white double sided -Special Provisions paving-drainage (PMO_Release_2010072B).doc SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS 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 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 est imate 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 engineer 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 bee n 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 w ithin 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. 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 double sided -Special Provisions pav ing-drainage (PMO_Release_20 100728).doc SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS 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. 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 niay 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 . Each wheelchair ramp shall be textured with a reflective dome pattern. Manufactured patterns: Armor-Tile ADA, Strong-Go TekWay, or approved equal. Installation shall be per manufacturer's specifications. 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: City of Fort Worth, Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date : 07/28/2010 Page SP-35 of 45 05 .6 -white double sided -Special Provisions paving-drainage (PMO_Release_20 100728).doc SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS • 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%. 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 arid 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. · 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 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. City of Fort Worth, Texas Special Provisions For Street and Stonn Drain Improvements PMO Release Date : 07/28/2010 Page SP-36 of 45 05.6 -white double sided -Special Provisions paving-drainage {PMO _Release_20100728).doc SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS 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 duratio·ns 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 events in their logical sequence for equ ipment 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 bf 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, City of Fort Worth , Texas Special Provisions For Street and Storm Dra in Improvements PMO Release Date : 07/28/2010 Page SP-37 of 45 05 .6 -white double sided -Spec ial Provisions paving-drainage (PMO_Release_20 10072B).doc SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS • 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 .· 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 ens1:,1re 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 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 City of Fort Worth , Texas Special Provisions For Street and Storm Dra in Improvements PMO Release Date : 07/28/2010 Page SP-38 of 45 05 .6 -white double sided -Specia l Provisions paving-drainage (PMO_Release_20100728).doc SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS 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. 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 concrete 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 ITEM-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 Project, City Project No., Scope of Project (i.e. type of construction activity), actual construction duration within the block, the name of the Contractor's foreman and his phone number, the name of the City's inspector and his phone number and the City's after-hours phone number. A sample of the 'pre-construction notification' flyer is attached at the end of this ·section. 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 · 1ocation 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 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 PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS 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 wash ing not required if g radation is met) 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 H .M .A.C. 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 subsid iary 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 ~ttempt to include the ENGINEER (if he is available) in the observation and marking activity. In any event a stre!3t 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 responsib le for all materials, equipment and labor to perform a most accurate job and all costs to the Contractor shaU be figured subsidiary to this contract. 83. NON PAY ITEM -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. City of Fort Worth, Texas Special Provisions For Street and Storm Dra in Improvements PMO Release Date : 07/28/20 10 Page SP-40 of 45 05 .6 -wh ite double sided -Special Provisions paving-drainage (PMO _Release_20100728).doc SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS 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 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 irilets, 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 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 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. 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 necess.ary. 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 wiil be given for this work. City of Fort Worth, Texas Special Provisions For Street and Storm 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 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS 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 shall be for the entire speed hump · section as shown in the detail installed at each· location . · City of Fort Worth , Texas Special Provi sions For Stree t and Storm Dra in Improvements PMO Release Date : 07/28/2010 Page SP-43 of 45 05 .6 -wh ite do uble sided -Special Provisions paving-dra inage {PMO_Release_20100728).doc SPECIAL PROVISIONS 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: MAPSCOLOCATION: __ 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 Tms 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 Stonn Dra in Improvements PMO Release Date: 07/28/2010 Page SP-44 of 45 05 .6-white double sided-Special Provisions paving-drainage (PMO_Release_20100728).doc PLAN VIEW BACK OF CURB'··, "' {Min . 28', ax 42 ') __ 2_· ----iv,,~L--;-f~"i-r-,a~ ---Jj~:rt"-...... !"~ .. )_ TJ-" Height : Ramp Gradient: Side Gradien 12" WHITE HOT TAPE / (AVERY DENNISON OR EQUNALENT) .\ . . I m Q • . r,o------+'.... , ,.__,..__.., 3 1/2 Inches (+/. 1/2 !nch) 8, 75 in 1 (30 inches / 3-1/2 inches height) 3.43 in 1 (12 Inches / 3-1/2 inches height) DEPARTMOO OF TRANSPORTATION AND PUBLIC WORKS crrv OF TRAFFIC -FORT WORTH SPEED CUSHIONS AJB .........,,..,. DRA'MNG NOT TO SCALE Invitation to Bid 08-0301:R. Traffic Calming Speed Hump Installation Services Page 58 of63 City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 7/8/2008 DATE: Tuesday, July 08, 2008 LOG NAME: 30WAGE RATES SUBJECT: REFERENCJ: 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. DISCUSSION: Texas Government Code Chapter 2258 requires that a public body awarding a contract for public works shall determine the general prevailing rate of per diem wages for each craft or type of worker needed to execute the contract, and shall specify In the bid documents and in the contract the prevailing wage rates in that locality. Each year The Quoin Chapter of the A~sociated General Contractors, In conjunction with the Association of Builders and ContrE!ctors (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 CONSTRUCT! PREVAILING WAGE RATES 2008 Air Tool Ooerator Asphalt Distributor Operator AsDhalt Paving Machine Ooerator Asphalt Raker Asphalt Shoveler Batching Plant Wei2her Broom or Sweeper Ooerator BuJldozer Ooerator 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, Drag]ine, Shovel Operator Electrician Fla2e:er Form Builder/Setter, Structures Form Setter, Paving & Curb Foundation Drill Operator, Crawler Mounted Foundation Drill Operator, Truck Mounted Front End Loader Operator I.,aborer, 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 Pipe layer Reinforcing Steel Setter, Paving Reinforcing Steel Setter, Structure Roller Operator, Pneumatic, Self-Propelled Roller Operator, Steel Wheel, Flat Wheel/Tamping Roller Ooerator, Steel Wheel, Plant Mix Pavement Scraper Operator Servicer Slio Form Machine Operator Spreader Box Operator Tractor Operator, Crawler Type Tractor Ooerator, Pneumatic Traveling Mixer Operator Truck Driver, Lowboy-Float Truck Driver. Single Axle , Heavy Truck Driver, Single Axle, Light Truck Driver, Tandem Axle, Semi-Trailer Truck Driver, Transit-Mix 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 $)3.63 $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 Brlcklaver/Stone Mason Bricklayer/Stone Mason Helper Carpenter Carpenter Helper Concrete Finisher Concrete Form Builder Drywall Mechanic Drvwall Heloer Drywall Taper Drywall Taoer Heloer Electrician /Journeyman) Electrician Helper Electronic Technician Electronic Technician Helper Floor Layer (Resilient) Floor Layer Helper Glazier Glazier Helper Insulator Insulator Helper Laborer Common Laborer Skilled Lather Painter Painter Helper Ploefltter Pipefitter Helper Plasterer Plasterer Helper 2008 PREVAILING WAGE RATES CONSTRUCTION INDUSTRY I H,ly Role I Classification $21.69 Plumber $12.00 Plumber Heloer $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 Sorinkler System Installer $13.12 Sprinkler Svstem Installer Heloer $14.62 Steel Worker Structural $10.91 Concrete Pumo 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 Heloer $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 I H,ly "'" $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 TITLE WTR-001A 1-inch Water Service Detail WTR-001B 1-1/2-inch & 2-inch Water Service Detail WTR-002 Gate Valve & Box WTR-003 Valve Stem Extension WTRl.QQ3A OperatinQ Nut Riser (for Large Valve Installations) WTR-004 Gate Valve Concrete Collar WTR-005 Vault Detail for 16" and Larger Gate Valves WTR-006 Standard Fire Hydrant WTR-007 Typical Ring Connection WTR-008 Horizontal Blocking WTR-009 Concrete Cradle WTR-010 Example 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 and Vacuum Release Valve WTR-015 Standard Blow-off into 4' Diameter Sump Manhole WTR-016 Concrete Encasement WTR-017 Casing Details WTR-018 Sanitary Sewer Pipe Replacement WTR-019 Sanitary Sewer Pipe Trench Crossing WTR-020 Combination 1" Air Release Valve and 1" Pitot Connection WTR-021 End PluQ Ch _lorination Blowoff and SamplinQ Point WTR-022 Standard Cleanina Wye WTR-023 CleaninQ 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 Samplina Station WTR-026 Class 'A' Standard Plastic Meter Box(%" & 111Meters) ·wTR-021 Class 'B' Standard Plastic Meter Box (1Y:z'' &2" Meters) 'WTR-028 Class 'C' Standard Plastic Meter Box (2 -%" Meters) WTR-029 Water and Sanitarv Sewer Embedment and Backfill Details WTR-030 Typical Main By-pass Layout WTR-031 Temporarv Service Connection WTR-032 Intersection & Driveway Aooroach CrossinQ for Temporarv Water Service WTR-033 Butterfly Valve WTR-034 Proiect SiQn -4'x8' (for C.I.P. Projects) WTR-035 Project SiQn -4'x4' WTR-036 Water Marker Pole SIDEWALK WATER MAIN BEHIND CURB E1-17 MATERIAL E2-17 CONSTRUCTION , • 2'-6" • 1 CURB PAV EME NT MATERIAL LIST WATER MAIN IN STREET @ STANDARD CORPORATION @ BLUE VINYL TAPE, 3 11 WIDE, 6 11 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 CURB PAVEMENT © STANDARD CORPORATION FLARE CONNECTION TO CORPORATION COPPER TUBING (TYPE K) FLARE CONNECTION & go· ELBOW ANGLE VALVE (FEMALE 1.P. TO FLG.) WATER MAIN BEHIND CURB ® BRONZE METER FLANGE @ BRONZE METER FLANGE (FLG. TO M.I.P.) ® CD 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-0018 NOTE : ·PAVEMENT OR OTHER SURFACE MATERIAL DETAIL PERTAINS TO ALL GATE VAL VE SIZES 4" THRU 12" OR LARGER, AS DIRECTED . WATER MAIN E1-10 MATERIAL EZ-10 CONSTRUCTION r=, I I ... -:=i=;-=:.. I I I I I I I I I I I I I I I I I I CONCRETE COL~ PER DETAIL WTR-004 I ,__-tt----lF VALVE OPERATING : NUT IS MORE THAN 3' BELOW PAVEMENT SURF ACE, PROVIDE EXTENSION STEM TO 1' BELOW PAVEMENT SURFACE . (SEE DETAIL WTR-003) ,.,_ __ MCKINLEY IRON AND STEEL CO ., NO. Y85 THREE PIECE VALVE BOX OR APPROVED EQUAL. i----GATE VALVE TORQUE SOL TS PRIOR TO BACKFILL CITY OF FORT WORTH, TEXAS GATE VALVE AND BOX DATE: FEB. 2009 WTR-002 2" IZ1 SQUARE STOCK W/ 1" DIA. HOLE DRILLED THROUGH . 2"IZ1 SQUARE STOCK W/ DIA. HOLE DRILLED THROUGH. 2~"¢ TUBING W/ 14" THICK WALL Ja"x45" CHAMFER t 2"•* -o VARIES NOTES : 1. 1" ROUND SOLID BAR & 2" SQUARE PER ATSM A-108-81 , SAE 1020, COLD DRAWN OR BETTER. 2. ffi" TUBING PER ATSM A-512-79, SAE 1020, COLD DRAWN OR BETTER. 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 ct:: w V) 1i:: f- :J z c., z F <( ct:: w a. 0 f- :J 0 ::c f- ~ ::!E :J ::!E x <( ::!E <D f-z w ::!E w (.) <( _J a. Ii= 0 IJ... x <( :::; i') (/) w 1i:: ~ ::c I-c., z w _J z 0 [ii z w I- X w z _· ~ oz f-Q :::, Vl zZ IJ... I=! 0X w a. ct:: Ow I-(/1 IJ... 1i:: 0 f-w w IJ... co >-ct:: ~ w 0 w ct:: s 0 w ct:: c., z D <( ct:: ID _J <( z 0 l= i:i 0 <( * ... ' . .. 2" X 2" X 2" OPERATING NUT PER AWWA SPECS . *C-500 . ~: ~ .. >: . -: ~ . -~ . . -r . ' 4 .• .'. 4 f"""""---'--'----1-----• ·: .. : ~-.. -~. :·.: ··a . .. ~ -... ... * .. : : . •, •• ···:··. d , . .... . " .··• ', •.. d .. .. • ~ . . .. .. . L 6 " MIN. TRENCH JACKS ... . ,' . '·<! .. ;,. . ... . . . 1" DIA . SOLID STOCK (SEE WTR-003) 2}S " X 2)f X 2'2" SQUARE STOCK WITH 2" x 2" INSIDE CAVITY PER AWWA SPECS . *C-500 -------1'-"-'---1--VAL VE ACTUATOR CITY OF FORT WORTH, TEXAS OPERATING NUT RISER (FOR LARGE VALVE INSTALLATIONS) ASSEMBLY ·.d ·. "' * ADDITIONAL BRAC ING REQUIRED FOR EVERY EIGHT (8) VERTICAL FEET OF OPERAT IN G NUT RISER . DATE: 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 ·o I .N 3" TYP. G) *" CHAMFER (TYP.) V) V) r-:-w z z-::,,::::::::; u. :i: "ro I-'-"' 0::: VJ <{~ ...J 0::: ...J <{ 0> <..) REBAR SHALL BE PLACED 3" MIN . FROM TOP AND BOTTOM OF CONCRETE COLLAR. CITY OF FORT WORTH, TEXAS DATE: FEB. 2009 GATE VALVE CONCRETE COLLAR WTR-004 A w a. ii: u. 0 a. g E1 -14 MA TERI AL E2-14 CONSTRUCTION CAT£ DIMENSION TABLE VALVE SIZE ·A 8 C D E F G 16" .""4Y.z" 48" 12· 10· 24" 12· 16" 18" 51%" 48" 12· 12· 24" 12· 1e· 20· ss'i&· 54• 12· 12· 24" 15• 20· 24" 64%· 50• 1e· 14• 30· 18" 24" 30" eo'ii" 66" 18" 18" 30" 20· 30" 36" go)!,· 72" 18" 18" 35• 24" 36" 42" 1~· 78" 24• 20· 36" 30• 42" 45• 121%· 90" 24• 26" 42" 36" 48" 54• 142'i" 102· 24" 32" 46" 40" 54• DIMENS10NS ARE BASED ON AMERICAN DARLING VAL VE ANO MfG. CO. ORAV.,NG ·ND. 6397. DA1ED 3-2-59, REVISED 5-11-70. 16" GATE VALVE DIMENSIONS AR£ BASED ON CATALOG NO. 10, PAGES 20 AND 22. 54• GA1E VALVE DIMENSIONS ARE BASED ON DRAWING ND. 92-12158. DAT£D 12-13-70. CONCRETE TOP VIEW, LESS MANHOLE COVER AND RIM INSTALLATION NOTES: )<;.. ..... ~;.;.,a..;.i....=-NO . 6 BARS, ..._.._.~L:.\--.a.:..:ai=-",...;.;,.;.,...,..,;.....:.1.:....L......:..,,::..:~~ 6" C-C (TYP) 1.32" FORT WORTH STANDARD HINGED LID WITH THE WORD "WATER" CAST IN 2-INCH LEITERS PER SAN-009 AND WTR-012. USE BILCO 30"x30" TYPE HLC ACCESS HATCH IN HIGH TRAFFIC AREAS . TYP. TYPE 'A' BACKFILL ~~l}:~~~'i:Jfl..t___JT~MPED) SECTION A-A 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 2. VALVE VAULT SIDE WALLS SHALL BE PRECAST REINFORCED CONCRETE PIPE OF THE TONGUE AND GROOVE DESIGN, MEETING 1HE 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 SURFACE 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 Fl.ARE, 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 BOITOM 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-......-. BLOCKING PAVEMENT _OR OTH ER SURFACE M.J ANCHOR TEE OR M.J. ANCHOR COUPLING E1-12 MATERIAL E2-12 CONSTRUCTION 6" LEAD FROM MA INS EXISTING OR PROPOSED CURB CONCRETE BLOCKING EXERCISE CARE TO AVOID PLUGG ING DRA IN HOLE WITH CONCRETE 18" MINIMUM FROM GROUND, PER FIRE DEPT. BREAKER RIN G w / 1 BREAKER STEM = PAR KWAY (D f-+-'ffi,1--EXTENSION BARREL AND STEM FOR EXTRA BURY DEPTH IF NECESSARY 6 " FIRE HYDRANT <f LEAD LINE n H--H+--MINIMUM 7 C.F. GRAVEL PROPORTIONALLY AROUND BASE CITY OF FORT WORTH, TEXAS STANDARD FIRE HYDRANT ;.--,-,-:±-CONCRETE BLOCKING ·12"x12"x6 " CONCRETE BLOCKI NG BOTTOM REST DATE: FEB. 2009 WTR-006 90' BEND, ROTATE DOWN OR UP AS NECESSARY NOTE: PROVIDE VERTICAL TIE DOWN BLOCK AS NECESSARY 90' BEND , ROTATE AS NECESSARY E2-25 CONSTRUCTION M.J. TEE WITH M.J. ANCHOR COUPLING, ANCHOR TEE OR FLANGE OUTLET w/ BRANCH ON 0% GRADE WATER MAIN ____ ,.. __ _ ::::+:::::'----RESTRAINED GATE VALVE i---RING CONNECTION LEAD SAME SIZE AS SMALLER MAIN M.J. TEE WITH M.J . ANCHOR COUPLING, ANCHOR TEE OR FLANGE OUTLET w/ BRA NCH ON 0% GRADE WATER MA IN MIN . MIN . ELEVATION 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 VERTICA L & HORIZONTAL BLOCKING AS NECESSARY OR REQUIRED DATE: FEB . 2009 WTR-007 NOTE: BEARING AREAS SHOWN A'RE 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 .) UAJI MIN. MAX "Bu MIN . MAX "c,. MIN . MAX UDU 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 9.00 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 o.o5 · 0.05 0 .10 ·0.20 0.30 0.65 1.15 1.85 3.40 5.10 7 .90 10.40 16.00 MIN IMUM AREAS SHOWN ARE IN SQUARE FEET . VOLUMES SHOWN ARE IN CUBIC YARDS . VERTICAL DIMENSIONS OF ALL BLOCK BEAR ING AREAS SHALL BE IDENTICAL TO THE HORIZONTAL DIMENSION SHOWN . E1-20 MATERIAL E2-20 CONSTRUCTION CITY OF FORT WORTH, TEXAS HORIZONTAL BLOCKING TEE & PLUG IIEU 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 l,·-0 ·1 --1TYP.1 TRENCH WIDTH : 1. PIPE• 24" 1.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 PIP£. J_ RUBBER GASKET JOINT BELL-BELL BEND 3000 PS I 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 aw ci 0.. :,ta: J_ M.J.-M .J. BEND MECHANICAL JOINT MAIN ------~-- ~ TYP. BELL AND SPIGOT JOINT CITY OF 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 "B" (2500 PSI) CONCRETE #4 STEEL BAR NOTE: KEEP CONCRETE CLEAR OF PIPE JOINTS AND SOL rs ' WRAP PIPE WITH 15# ROOFING FELT FORM AS NECESSARY 6 ,......_ z .::::, a:: I=! 8 w ::; < i:i ...J < z ~ 10 0 z w a.. a: 12 *VOL. REQ'D . (C.F .) A (FT.) 8 (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.) BENDS 90' 45' 22.5' 39 .99 2 1.64 11 .03 2.50 1.42 1.00 4 .00 3 .88 3 .36 4 .00 3 .88 3 .36 71.09 38.47 19.61 2.83 1.67 1.50 5 .00 4.80 3.66 5 .00 4.80 3.66 111 .07 60.11 30.65 3.25 1.92 1.75 5 .9b 5.60 4 .25 5.90 5.60 4 .25 159.94 86.56 44.13 4.17 2.42 1.42 6 .20 6.00 5 .54 6.20 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 CONSTRUCTION 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 SOL TS . E1-20 MATERIAL E2-20 CONSTRUCTION #4 BAR SlEEL S1RAPS IN VARIABLE QUANTITY DEPENDING ON THRUST NOTE : FORM AS NECESSARY 2500# CONCRETE DIMENSIONS WILL BE SPECIFIED ON PLANS OR DIRECTED BY ENGINEER . CITY OF FORT WORTH, TEXAS EXAMPLE B VERTICAL TIE-DOWN BLOCK DATE: FEB. 2009 WTR-011 -I B" 2'-0" 4'-o" 2'-0" 8" r- l ----I i:o 0 I :..- i:o MANHOLE COVER LETTERING ("WATER") TO BE 2-INCH 30" MANHOLE FRAME , COVER, GRADE RINGS AND CONCRETE COLLAR PER SAN.;.. 009 WITH "WATER" CAST IN LID . 2500 PSI CONCRETE, 4' --N,;..,;.,;;i 2" C.C. THREAD PLUG ON ~ OF CARRIER PIPE 24" BLIND FLANGE A.S.A. CLASS 125# M.H. BARS "T" 9" C-C .,....._..... ____ _._.,..._. RAMNEK (TYP .) 2·-0./ BARS #4 @ 12" C-C BARS #4 @ 9" C-C BARS #4 @ 18" 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 JO INTS WITH CONCRETE. CASING PIPE PREM OLD MA TERI AL -======~::!l::l=======!:=!::!:===t==t=====#====. 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 CONSTRUCT ION 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. ~ L 1Y.i" x 1Y.i" x Y.i" x 46" WITH 1 EA. %" DIA. Li-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. @ 12" OR 16" WATER MAIN WITH THREADED INSULATOR TAP. NOTE: REFER TO DETAIL WTR-014 AND WTR-015 FOR VAULT MATERIALS AND DIMENSIONS . CITY OF FORT WORTH, TEXAS 1" COMBINATION AIR AND VACUUM RELEASE VALVE LOCK BOX DATE: FEB. 2009 WTR-013 N LOCK BOX UNDISTURBED TRENCH WALL ........ Wll==±==•[1:L MATERIALS SECTION A-A G) 30 " STD . MANHOLE FRAME , COVER AND CONCRET E COLLAR PER SAN -009 WITH "WATER" CAST IN LID (2-INCH LETTERING). @ MORTAR, REF . E1-20 SHAPE TO SLAB EDGE. Q) TOP & BOTTOM SLABS, CLASS 'F' (4000 PS I) CONCRETE W/ #6 BARS SPACED 6" C/C EACH WAY. STEEL BAR COVER :z.32" ± >!i" FROM BOTTOM OF EACH SLAB . @ POLYURETHANE CUSHION PAD-5'x7' MIN . @ ® WATER MAIN WITH FLANGE ACCESS AS APPLICABLE . COMB INATION AIR & VACUUM RELEASE VALVE, CLOSE NIPPLES, TEE , 2 EA. GATE VALVES. NIPPLES TO CONFORM TO E1-9.4 (J) 2" COPPER WITH FLARE BEND FITTINGS ; 3 " DUCT ILE IRON WITH M.J . FITTINGS . E1-11 MATERIAL E2-11 CONSTRUCTION CITY OF FORT WORTH , TEXAS 2" & 3" COMBINATION AIR AND VACUUM RELEASE VALVE DATE: FEB. 2009 WTR-014 PROVIDE FLANGE OUTLET SEE NOTE 0 FLANGE x M.J. GATE VALVE FLANGE x FLANG GATE VALVE 6" MIN . E1-20 MATERIAL E2-20 CONSTRUCTION G) (?) @ © 2500 PSI CONCRETE SUPPORT SEAL PIPE TO WALL HOLE CUT-OUT WITH NON-SHRINK MORTAR EQUAL TO 1 PART ALCRETE. 1 PART CEMENT, 6 PARTS SAND. 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., 3" MAX. FROM BOTIOM OF TOP SLAB AND FROM TOP OF FLOOR SLAB. A SWIVEL TEE OUTLET & M.J . x M.J. VALVE CAN BE USED WITH THE APPROVAL OF THE ENGINEER . CITY OF FORT WORTH, TEXAS ST AND ARD BLOW-OFF INTO 4' DIAMETER SUMP MANHOLE DATE: FEB. 2009 WTR-015 El -7 MATERIAL E2-7 CONSTRUCT ION G) 0 @ © BACKFILL AS APPROPRIATE @ G) 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, JOINTS EXCLUDED . CITY OF FORT WORTH, TEXAS CONCRETE ENCASEMENT DATE: FEB. 2009 WTR-016 NOTE : ALL PIPE SHALL ·BE LAID TO GRAD£ 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 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 SPECIFICA llONS. E1-15 MATER IAL 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 S£CURED BY CASING SPACERS PER APPROVED PRODUCT LIST. NOTE : ADEQUATE SKIDS SHALL BE FURNISHED AND INSTALLED BY THE CONTRACTOR AS NECESSARY TO F ACILJT ATE INSTALLATION OF CARRIER PIPE. CASING PIPE WATER LINES SHALL BE SECURED BY CASING SPACERS . MIN . (3) SPACERS PER JOINT OF PIPE. MAX . 6' BETWEEN SP AGERS . NOTE : ADEQUATE SKI DS SHALL BE FURNISHED AND INSTALLED BY THE CONTRACTOR AS NECESSARY TO FACILITA TE INSTALLATION OF CARR IER PIPE . DATE: FEB. 2009 WTR-017 L EXISTING SEWER LINE -==f:==] PROPOSED WATER MAIN G) 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 SHA LL 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 G) 1'2" TYP. lrJ" TYP . A~ EXISTING SEWER LINE ''~-#6 GAUGE WELDED WIRE MESH, LENGTH OF ENCASEMENT MINUS 3" io OUTSIDE DIAMETER OF BELL 12" C/C TYP . 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 'B' (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 INCHtS (12") DIAMETER, WITH EXCEPTION OF SEWER SERVICE LINES, SHALL BE REPLACED BY DUCTILE IRON PIPE OR SDR 26 OR SUPPORTED BY AFOREMENTIONED CONCRETE ENCASEMENT. E1-20 MATERIAL E2-20 CONSTRUCTION CITY OF FORT WORTH, TEXAS SANITARY SEWER PIPE TRENCH CROSSING DATE: FEEi. 2009 wtR-019 NO"TE: IN LIEU OF PRE-CASl CONC'RE"TE MANHOLE PIPE POURED IN PLACE 2500 PSI CONCRETE MA NHOLES WITH 8" WALLS, AND #4 BARS 6" C-C EACH WAY MAY BE USED . 30" MANHOLE FRAME, COVER ~ AND CONCRETE COLLAR PER SAN-009, WTR-012 WITH "WATER" {2" LETTER ING) CASl IN LID . · .. · ... : .. ;·.:: QH{ .:: -;' .. :· : .. :. · : .. :'· #4: ~ARS @ 6" .. ·' .;NIPPLE ·. · ._: · ·:-.-... C:;-::~-:SOTH WAYS C.C. THREAD w/FLARE END ~~~-W:..:..:ATER M=Ac..:.:l.:...:.N~~~ . ..,"... . .. : ... . . . .. ..... : ... \.. . . · .. ·. ,--~,.,.. . . . .. . . . . . •,'. ~ ·.:· .. ·:·:· .. :·,···· .:.:··. ·:: .. .·:: .. :·: ... . : -: . -.. •,, . . . '• ... ~-·. .. .. '· .............. :·: ·· .. · NOTE : SEE WTR-013 AND WTR-014 FOR AIR RELEASE DETAI L. NOTE : FOR 2" OR 3" AIR RELEASE VALVE PROVIDE REDUCER TO RECEIVE A 1" CORPORATION COCK. El -11 MATERIA L E2-11 CONSTRUCTION CITY OF FORT WORTH, TEXAS COMBINATION 1" AIR RELEASE VALVE AND 1" PITOT CONNECTION DATE: FEB. 2009 WTR-020 2"x~I" BUSHING & *" SAMPLING TAP E2-24 CONSTRUCTION NOTE : ~ 2" GATE VALVE 2" SHORT NIPPLE -2" Tff i-----....-AF1ER 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 REMOVED AND RETAINED BY THE CONTRACTOR AFTER SATISFACTORY SAMPLES HAVE BEEN OBTAINED. * FOR SHORT STUB OUTS OF 6" AND 8" (50' OR LESS). CITY OF FORT WORTH, TEXAS DATE: FEB. 2009 END PLUG CHLORINATION BLOWOFF AND SAMPLING POINT WTR-021 CD 0 @ © ® ® 0 NOTES: 6n BLIND FLANGE TAPPED 2" WITH 2" BRASS PLUG WITH C.C. THREAD. 125# PATIERN BLIND FLANGE DRILLED AND TAPPED FOR 6" BLIND FLANGE. 6" BLIND FLANGE ATTACHED WITH BRONZE BOLTS . GASKETS SHALL BE FULL F' ACED AS OTHERWISE REQUIRED IN E 2-4. LfllNG LUGS SHALL BE PROVIDED IN QUANTITIES SUFFICIENT TO LOF'T 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. 125# PATTERN FLANGE, UNLESS REQUIRED OTHERWISE. FLANGES AND BLIND FLANGES TO BE DESIGNED TO WITH ST AND PRESSURE RA11NG OF f'IPE. WYE BRANCH TO BE ONE SIZE LARGER THAN, BUT TAPERED TO STANDARD RUN NORMAL DIAMETER UNLESS OTHERWISE SPECIFIED. ST AND ARD RUN DIAMEiER E1-4 MATERIAL E2-4 CONSTRUCTION CITY OF FORT WORTH, TEXAS ST AND ARD CLEANING WYE DATE: FEB. 2009 WTR-022 LOOPED SYSTEM FLOW 'SLUVE 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. NON-LOOPED SYSTEM FLOW 1. INSTALL M.J. WYE AT TERM INAL END OF MAIN. 2. PLUG THE STRAIGHT RUN OF THE WYE AS SHOWN. 3. AFTER CLEANING WITH POLY-PIG, REMOVE CLEANING WYE. El-7 MATERIAL E2-7 CONSTRUCTION CITY OF FORT WORTH, TEXAS CLEANING WYE DETAIL FOR LOOPED AND NON-LOOPED SYSTEM 12" AND UNDER DATE: FEB . 2009 WTR-023 0'-9" #5 X !E· CTR.-t-,:jffi;,t( 2'-6" ~ (FOR ACCESS ;!, OPENING) a· 6'-4" SECTION TURBINE METER BY-PASS METER PIPE PIPE SIZE DIA. DIA . A B 3" 4" 2" 13'-0" 2 '-7" 4" 4" 2" 13'-7ll" 3·-2~· 6 " 6 " 4" 15'-5" 4'-1~" a· a· 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. 3000 P.S.I. @ 28 DAY CONCRETE WITH #5 @ 12" CTR. GRADE 60 K.S.I. REINFORCEMENT V VALVE BOX OPENING REQUIRED FOR VALVES 3" AND LARGER INSIDE VAULT --tl-l!F.!:!:---1ll" CLEAR (TYP .) 1'-6" lh"'tl;;I+--#~! @ 12" CTR . LECJ' OF FLOW 2'-6" KEYED JOINT THRUST BLOCK ~YMBO!.~: 8" s -FITIINGS ANO MATERIALS UST ITEMS. (SEE SHEET N0.2) 8-8 PIPING DIMENSIONS C D E F G H J 2'-7" 2'-8" 8" 2'-6" 1·-0· 1'-6" 1'-6 " ,2'-7" 2 ·-a· 8" 2·-5 · 1'-2" 1'-6" 1·-5· 3'-sll" 2'-8" 1'-4" 1'-2°%" 2'-JJ&" 1'-6 " 1'-6" 4°-3" 4'-9" 2·-a· 2·-0· 11~(!" 2·-6~" 1'-6" 1'-6" 2 '-8" 3 '-0" 6" 3'-5" 1'-8" 11}(," 6. 6-INCH TURBINE METER IS THE MINIMUM METER SIZE WITH 6-INCH DIA. BY-PASS FOR FIRE PROTECTION . 7 . ALL METERS INSTALLED TO BE COMBINATION TYPE. I: s·-s· I --a·· A VAULT -PLAN C DIRECTION OF FLOW 2. IF VALVE OPERATING NUT IS MORE THAN (3) FEET BELOW GROUND OR PAVING SURFACE, PROVIDE EXTENSION STEM TO ONE-FOOT BELOW GROUND OR PAVING SURFACE . 8 . WATER SAMPLING POINT FOR 3-INCH OR LARGER METERS. 6'-6" C ~-+----------is·~--__,~ 3. ACCESS OPENING CENTERED OVER METER . A 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 :m"x36" STEEL SINGLE LEAF DOOR, BILCO TYPE J MODEL OR EQUAL 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. 18" CONC. PIPE FOR SUMP SECTION A-A CITY OF FORT WORTH, TEXAS COMBINATION TURBINE METE~ VAULT INSTALLATION WITH BYPASS DATE: FEB. 2009 i \JJTR .. 024 SHEET 1 OF 2 FITTINGS AND MATERIALS LIST ?J.• MEIER Wint 2• l;l~ASS ~· METER Wint 2• f;l~ASS g• MEIER Wllt:I i. B:te!SS B. METER Yi1IH g· a~Ass ur MEfER Wllt:I §~ b:teASS CD 4-INCH X 2-INCH BRONZE TAP CD 4-INCH X 2-INCH BRONZE TAP CD 6-INCH X 6-INCH X 4-INCH CD 8-INCH X 8-INCH x 6-INCH CD 10-INCH X 10-INCH x 6-INCH SADDLE (DOUBLE STRAP) W/ SADDLE (DOUBLE STRAP) W/ 0.1 . TEE (MECHANICAL 0.1 . TEE (MECHANICAL 0.1. TEE (MECHANICAL CORPORATION STOP (FLARED) CORPORATION STOP (FLARED) 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 D.I. FLANGE ADAPTER © 6-INCH D.I. FLANGE ADAPTER © 8-INCH 0 .1. FLANGE ADAPTER © 10-INCH D.I. FLANGE ADAPTER (MECHANICAL JOINT/P.E.) W/ ® ® 6-INCH TURBO-METER W/ ® ® 10-INCH TURBO-METER W/ 3-INCH 0.1 . FLANGED ADAPTER 4-INCH TURBO-METER, FLANGE 8-INCH TURBO-METl;:R W/ ® (PURCHASED BY CONTRACTOR STRAINER {PURCHASED BY STRAINER {PURCHASED BY STRAINER (PURCHASED BY 3-INCH TURBO-METER, FLANGE FROM WATER DEPT.) CONTRACTOR FROM WATER CONTRACTOR FROM WATER CONTRACTOR FROM WATER (PURCHASED BY CONTRACTOR © DEPT.) DEPT.) DEPT.) FROM WATER DEPT.) 4-INCH FLANGE COUPLING © © © 4-INCH X 3-INCH REDUCER ADAPTER 6-INCH 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 TAP SADDLE ADAPTER DIA . BRASS NIPPLE (2-INCH TAP SIZE), 2-INCH (2-INCH TAP SIZE), 2-INCH (2-INCH TAP SIZE), 2-INCH 0 (THREADED), 2-INCH BRASS DIA. BRASS NIPPLE DIA . BRASS NIPPLE DIA . BRASS NIPPLE 4-INCH BRONZE TAP SADDLE GATE VALVE {THREADED) ANO {THREADED), 2-INCH BRASS (THREADED), 2-INCH BRASS {THREADE~ 2-(NCH BRASS (2-INCH TAP SIZE), 2-INCH 2-INCH BRASS PLUG GATE VALVE (THREADED) AND GATE VALVE (THREADED) AND GATE VAL (THREADED) AND DIA. BRASS NIPPLE (THREADED) 2-INCH BRASS PLUG 2-INCH BRASS PLUG 2-INCH BRASS PLUG {THREADED), 2-INCH BRASS © (THREADED) (THREADED) (THREADED ) GATE VALVE (THREADED) AND 2-INCH COPPER TUBING (TYPE © © © 2-INCH BRASS PLUG "K") 4-INCH 0.1. PIPE (CLASS 51) 6-INCH 0.1. PIPE (CLASS 51) 6-INCH 0 .1. PIPE (CLASS 51) (THREADED) ® 2-INCH go· ELBOW (FLARED) ® 4-INCH 90' BEND (MECHANICAL ® ® © 6-INCH 90' BEND (MECHANICAL 6-INCH 90' BEND (MECHANICAL 2-INCH COPPER TUBING (TYPE @) JOINT/RETAINER GLAND) JOINT/RETAINER GLAND) JOINT /RtT AINER 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 go· ELBOW {FLARED) FITTING ADAPTER (FLARED TO (MECHANICAL JOINT /RETAINER (MECHANICAL JOINT/RETAINER (MECHANICAL JOfNT/RETAINER @) THREAD) GLAND) GLAND) GLAND) 2-INCH BRASS GATE VALVE @ @ ~-INCH C.I. VALVE BOX AND @ ~-INCH C.I. VALVE BOX AND @ ~-INCH C.I. VALVE BOX AND W/ (2) 2-INCH BRASS MALE ~-INCH C.I. VALVE BOX AND FITTING ADAPTER (FLARED TO COVER (MARKED "WATER") COVER (MARKED "WATER") COVC:R (MARKED "WATER") COVER (MARKED "WATER") THREAD) @ 4-INCH BRONZE TAP SADDLE @ @ 8-INCH aRONZE TAP SADDLE @ 10-INCH BRONZE TAP SADDLE @ 6-INCH BRONZE TAP SADDLE 5J'.i-lNCH C.I . VALVE BOX ANO (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 NIP.PLE @ (THREAD); 3/4-INCH BRASS (THREAD); 3/4-INCH BRASS (THREAD); 3/4-INCH BRASS (THREAD); 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 ATTACHMENT AS REQUIRED) ATTACHMENT AS REQUIRED) ATTACHMENT AS REQUIRED) ATTACHMENT AS REQUIRED) 3/4-INCH BRASS PLUG (THREAD). (THIS OUTLET IS FOR WATER SAMPLE STATION ATTACHMENT AS REQUIRED) NOTE: ALL THREADED JOINT SHALL CONFORM fORT,RT!J CITY OF FORT WORTH, TEXAS DATE: FEB. 2009 TO THE AMERICAN NATIONAL TAPER PIPE COMBINATION TURBINE METER VAU LT WTR -024 THREA D, ASA 82.1 OR FG GGG-P-351A. INSTALL ATI ON WITH BYPASS SHEE T 2 OF 2 @ ® © @ MATERIALS STANDARD 1" CORPORATION (W/ TAP SADDLE WHEN REQUIRED) STANDARD 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 PAO, CLASS 'B' CONCRETE (2500 PSI) W/ #4 REBAR @ 12" C-C EACH WAY; 3" MIN. CLEAR COVER 30" MIN. WATER MAIN SEE WTR-001 A 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 OF' FIRt: 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 ·(2s3~mf I 1Fil,-3i COVER SECTION 12 '%" [327mm] *" LETIERING (RECESSED FLUSH) 11 %" 1 '%" h289mm]" I ~] I 9 '%" I ~ 12· [251mmj [305mm] I:::==~ _l I · 15 %" • , [391mm] 18 %" [476mm] BOX SECTION %" [16mm] 18" 20" [508mm] I • 18 ~II • I [464mm) I-16 *" -I [425mm] 21 " . , [533mm] 24" [610mm] BOX SECIION 1 ~"R [R.38mm] NOTE: FORT WORTH LOGO IS OPTIONAL. *FOR NON-PAVED AREAS ONLY. CITY OF FORT WORTH, TEXAS CLASS 'A' STANDARD PLASTIC METER BOX FOR%" & 1" METERS DATE: FEB. 2009 WTR-026 I \ " "" n I[ II ll II II "" n n n I[ < ~ ~ . ~ , ~ ~ ~ a . ~ ~ I[ ~ ~ ) ~-0 ,;I I[ ) " ~ ~ ~ ~ 31:: ) ;:u ~ ~ JI JI A ll XII A II" " JI JI n n • ll l[ llll ll PLAN VIEW 26 %" [679mm] 13 ~ .. II 13 ~ .. \ ~~ ~~ ~ J I 15 ~s" [386mm] 1 ~"R [R38mm] L 1 %" __u44mm] l'i"ij """'"'"i;ri=:::::;1.;=1 =mnh11:::i=;;~n ~~J!d~~~fj COYER SECTION 'I } [337mm] II [337mm] 30" [762mm] 27" [686mm] 1 %" [44mm] --J ~s" [8mm] 1 12" [305mm] 18" 15 ~a" [ 457mm] [392mm] Ll ---//~- ' _l_ 3" [76mm] f ----4ff [102mm] Box · SECTION NOTE: FORT WORTH LOGO IS OPTIONAL. f 14" [356mm] l L-!i==:!::::~=======f!.._J _J_ I -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" METrERS DATE: Ff B. 2009 , .... I ll ... lf H ll D l • nlIII ~~ ~ )(" .. t ~ a::a:: ~ 14 ~" 1 17 " 18 %" 151 00 ~~~ [368mm] ,:o, %"_J ~ 5~ ~ ~ 3:::::E [ 432mm] [ 467mm] ) ~ 1'., L ~ ~ [16mm] n JL uJln !III l[u.VJJ. JJ. s ~ 2"R L~~ J (R51MM] PLAN VIEW QQVEB SEQIIQ~ I 11 *" I • [298mm] '" 1 6 ~ .. [419mm] 2 .lfi"-i--~ [54mm] 78.. 1 '2" ~ /'Om~] e __Ji,smm] o/,"-:-1~ ~~ (8~m] [8mm] COVER SECTION 18 ~ .. ,.,...1 · __ [ 47-9m_mJ_-.,,,'" I _j_ L, )z " [38mm] I · 20 ~" .. , (5 14mm] 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 ,' ---tt+:-~-TYPE "C" BACKFILL MINIMUM 6" INITIAL--"7!:±±,-;t-'~-;.-i- SEE SPEC . E1-2.4 G.C.D. BACKFILL COVER ~~.i.i.r--SAND MATERIAL EMBEDMENT & INITIAL BACKFILL SEE SPEC . E1 -2.3 G.C.D . MINIMUM 6"--.;---1--#-,->.,...,,::;.;~"-"'- EMBEDMENT WATER: SIZES UP TO AND INCLUDING 12" MINIMUM 6" --1==!-iPi~~~~~',=lli EMBEDMENT TYPE "C" BACKFILL SEE SPEC . E1-2.4 G.C.D. FILTER FABRIC- SUPAC-HEAVY GRADE 8NP (UV) OR APPROVED EQUAL. CRUSHED STONE SEE SPEC. E1-2.3 G.C.D. . NOTE : SPECIFICATION WATER: SIZES 16" AND LARGER SANITARY SEWER: ALL SIZES REFERENCES ARE FOR WATER AND SANITARY SEWER ONLY. MATERIAL SPECIFICATIONS SAND GRADATION 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. • LESS THAN 10% PASSING #200 SIEVE • P.I. = 10 OR LESS CRUSHED STONE GRADATION SIEVE SIZE 1 " ~ .. %" #4 #B RETAINED 0-10 40-75 55-90 90-100 95-100 PIPE SIZE DITCH WALL CLEARANCE I.D. MINIMUM-A 6" 8.6' 8" 7.5" 1 O" 6.5" 12" 6" 16" 6" 20 " 6" 24"-6" 30" g' 36" g" 42" g" 48' g" CITY OF FORT WORTH, TEXAS WATER AND SANITARY SEWER EMBEDMENT AND BACKFILL DETAILS DATE: NOV 2010 WTR-029 EXISTING CURB TEMP . SERVICE-----.ott 2" GAL V. PIPE ----- TO F.H. OUTLET FOR TEMP --WATER SUPPLY. TEMP . SERVICE 2" GAL V. PIPE ii ----- -= -oMs-=r-...---EXISTING METER VAULT. SEE DETAIL WTR-032 FOR TEMP. SERVICE CONNECTION . 1-Ht---f--TEMP. SERVICE 2" GAL V. PIPE SEE DETAIL WTR-033 FOR INTERSECTION CROSSING EXISTING CURB 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 : ADAPT AS REQUIRED EXISTING PRIVATE SERVICE TO HOUSE OR BU ILDING . METER SHALL BE REMOVED BY THE CON TRACTOR. CONNECTION FROM BY-PASS TO PRIVATE SERVICE SHAL L BE MADE BY CONT RACTOR. CITY OF FORT WORTH , TEXAS TEMPORARY SERVICE CONNECTION DATE: FEB. 2009 WTR-031 36" MAX. 15# ROOFING FELT, 36" WIDE 2" GAL V. PIPE 2-STANDARD FINISHED 2"x6" WOODEN PLANKS CITY OF FORT WORTH, TEXAS INTERSECTION & DRIVEWAY APPROACH CROSSING FOR TEMPORARY WATER SERVICE / DATE: FEB. 2009 WTR-032 1-----w ------1 _, OPERATOR WITH INDICATOR. ALUMINUM LADDER BY HERON INDUSTRIES OR APPROVED EQUAL. ':,, 4" MIN. .,!_ (TYP) ~ ::11 'J." CHAMFER ':,, (TYP) ':,, •1 ROADWAY ·' T FINISHED -GRAPE PAINT WITH MASTIC MATERIAL (TYP) VALVE STEM EXTENSION WITH SUPPORTS AS REQUIRED TO FINISH GRADE OPERATOR WITH INDICATOR. 15" DIA. CONCRETE SUMP 3" CLEAR TYP OUTSIDE WAU.S J...:1.-.ll-----;:mr-~;p~t: ~~ ~: ~~:~ VALVE, 2" CORP. STOP, ANO 2" PLUG. --tll-'ff--BUTTERF\.Y VALVE (AWWA C504) PLAN 30" MANHOLE FRAME, COVER, GRADE RINGS AND CONCRETE COLLAR PER SAN-009 AND WTR-012 WITH "WATER" CAST IN LID, I SEE SPECIF1CATTONS SPECIAL CONDITIONS FLANGE x FLANGE (ITEM El-30) REMOVABLE TOP SLAB HOLE FOR LID REMOVAL WITH PLUG (TYP) f5 0 10" C/C (TYP) 1s DD\\[1.5 o 10" c/c 6" WATER STOP CAST STANDARD STREET VALVE BOX (f1ELO LOCATE OVER OPERATOR) 1'11.ER PIPE No. 6B50 OR EQUAL 30" MANHOLE FRAME, COVER, GRADE RINGS AND CONCRETE COUAR PER SAN-009 ANO WTR-012 WITH "WATER" C-'ST IN LID. ( 4) #4 BARS iOPPLAN I ., REINFORCEMENT AROUND PIPE OPENINGS BUnERFL Y VALVE VAULT DIMENSIONS PIPE DIAMETER LENGTH L .. WIDTH YV 24·· 10-0"' 10-0·· 30 10-0 10-0 .,6 11-0 10-0 48 16-0 12-6 54 16-0 12-6 ~i\~~\8 ~g~1:t~6noM SECTION 1-1 NOTE: ALL BOLTS SHALL BE "COR BLUE" AND THE DRESSER COUPLING SHALL USE "STAINLESS STEEL ALL THREADS" OR AN "ALL THREAD WITH A NON CORROSIVE CDA TING SUCH AS CCR BLUE.• SLAB. CITY OF FORT WORTH, TEXAS BUTTERFLY VALVE ,s O 10· C/C: (TYP) REMOVABLE TOP SLAB (2) #5 BARS O 4" TOP AND BOTTOM 8011! SIDES OF MH OPENING IN ROOF (8 TOTAL) DATE: FEB. 2009 2.25" n I 2 .25" 2'-7" 8'-0" 2·-10" 2'-7" FORT WORTH -+--1------------------------------- N I N PROJECT NAME PROGRAM NAME/ PROJECT#/ AMOUN1 . g This project is managed by the Department ~ Questions on this project, call (817) 392-8306 ~ 0 2.5" { After hours water and sewer emergencies, calf (817) 392-44 77 -----N- 2.5" 3" 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 \ \ \ \ 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 WTR-034 2.25" r') I ';.- 2 .25" °N I .N 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 7 " 3" 4'-0 " 2·-10" 7 " FORTWORTd 3"R (TYP .) PROJECT NAME PROGRAM NAME/PROJECT #/AMOUNT This project is managed by 0 z Dept. ii: w Questions on this project, I- I-w call: (817) 392-8306 _J After hours water and sewer emergencies, in ~ \ call: (817) 392-4477 \ 3'-6" 3" \ \ \ LLwH1TE L PMS 2B8 (BLUE) CITY OF FORT WORTH, TEXAS PROJECT SIGN -4'x4' 2" b I ;,. 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. (817)•392-4477 FOR UN! LOCATJ()N P.LEASJ! CAU. (817)•392·8296 •• NOTES : INCASE OW: EMERGENCY · PLEASE.CALL (817)•392•4477 FOR LINE LOCATION PLEAS£ CALL (817)•392-8296 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 UT ILITY CROSSINGS AS DIRECTED BY THE ENGINEER. -"""'-W::f,4r ...... -.. '° ... 1:1.ft• ,.., .... n, .... _,,, --tlTCII' 1:125' he:Mmtlltff i...d~ID -........ a:tff' "-'chlt'ni8'1ilf ...,.,. ""·-111 -... ...,,. ..... ........... ....... -"""10kllT _,. Kc'nt:.D ,-., ... .. ~ ~ffl&M _,. -0 _,, .. --...... rmra.n•,r t:i"' .....:;* •11• ..... ~NIil -~-· ._,., :m ftl(.haO:HIIICrJGT =· -* 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 Type "A" Access Manhole SAN-003 Standard 4' Diameter Manhole SAN-004 I Shallow Manho1e 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 Rincis 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 Tvoical Tunnel Section SAN-019 Clay Dam SAN-020 Concrete Encasement SAN-021 Wastewater Access Device SAN-022 Sanitary Sewer Marker Pole ~ ,----------~-r' .._, a.. r') 0 :i::: I- t= z s: - 0:: C, w 6 u z ::J w 0 a.. w 0 0:: w 0:: ..J oO :i::: .z I-<{ ~::::E <i 0 z I-I (/J • 3E I") tO X 0) N I I I i--0 r') r') I .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 EXIST ING SYSTEM . E1-14 MATERIAL E2-14 CONSTRU CTION 8-#4 BARS {TYP .) 2 " TYP. 4000 PSI CONCRETE ENCASEMENT CITY OF FORT W ORTH, TEXAS STANDARD TYPE "A" ACCESS MANHOLE PLAN V IEW DATE: FEB. 2009 SAN-00 1 MANHOLE FRAME, COVER, GRADE RINGS AND CONCRETE COLLAR ·PER SAN-009 WITH "SEWE~" CAST IN LID. CONCRElE -~ --- STANDARD 4' DIA . lvl.H . DETAIL SAN-003 APPLY 2 COATS~--1/ OF BITUMASTIC COATING l---3g~Etl~~R----j ,---APPLY I TERIOR CORROS ON PROTECjllON AS REQUIRE'.D . 5'-0" DI . (MIN .) 2'-0" (2'x3 ' PE NI NG) io 4-#4 BARS -------~ ..... -.-..""'!'""~~i,,--•-+---t.!iflit.i'"!-~~ SEE DETAIL SAN-001 FOR THE INSTALLATION OF STEEL BARS AND ADDITIONAL INFORMATION . 'MIN .· POUR AGAINST WOODEN FORMS ···'•: # ~ :.~;::{t: 4000 PSI CONCRETE---.... 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. 2 COATS OF Bl TU MASTIC COATING JOINTS RECOATED AFTER SECTIONS PUT TOGETHER APPLY INTERIOR CORRO ION PROTE TION AS REQUIR D. ASTM C-76 , CLASS Ill RCP PRECAST MANHOL£ SECTIONS OR EQUAL. (REF . E2-14) REFER TO SAN-009 TRE NCH WIDTH CONG . CRADLE TO EXTEND TO PIPE BELL 0-RING GASKETS @ JOlf\lTS (TYP .) * * VARIES WITH PIPE DIA . + l SECTION A-A A GROUT .~.=:·t ._~ ~=· -----1 1 t------1 1) ,": ~ .. ·: ... • A :Z co-::E USE 4000 PSI CONCRETE E1-14 MATERIAL E2-14 CONS TRUCTION G) 4' DI A. 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 · !.·.~.i. SECTION 8-8 DATE: FEB. 2009 SAN-003 15" BELOW FINISH RIM ELEVATION FOR STREET RECONSTRUCTJON APPLY 2 COATS --- OF BllUMASTlC COATING . E1-12 MATERIAL E2-12 CONSTRUCTION MIN . MANHOLE FRAME, COVER, GRADE RINGS AND CONCRE1£ COLLAR PER SAN-009 .WJTH "SEWER" CAST IN LID. / ---36"---.. ·---FLAT SLAB TOP MIN. 6" .-::::::""-..... -~~ THICK, DESIGNED TO MEET OR EXCEED H-20 LOADING i----MONOLITHIC CONCRETE · SECTION A-A CITY OF FORT WORTH, TEXAS SHALLOW MANHOLE (4,000 PSI) OR ASTM C478 PRECAST MANHOLE SECTIONS. 0-RING GASKET @ JOINT (TYP.) PRECAST JOINT DETAIL 48" R.G . DATE: FEB. 2009 SAN-004 USE SDR-26 PIPE TO FIRST JOINT BEHIND LIMIT OF EXCAVATION CONCRETE COLLAR E1-14 MATERIAL E2-14 CONSTRUCTION APPLY INTERIOR CORROS ION PROTECTION AS L_ REQUIRED. r--3" MANHOLE FRAME. COVER. GRADE RINGS AND CONCRETE COLLAR PER SAN-009 WITH "SEWER " CAST IN LID. / .a--~APPLY 2 COATS OF BITUMASTIC COATING CONCRETE ·-SEE ST AND ARD 4' DIA . M.H. DETAIL SAN-003 ;x,1-----1,L.,<:..,.i--VERTICAL TO ~~~;"7"~~::!-i:~~:::,;::~~'----....... _t~ l % POINT OF PIPE co T GROUTED INVERT-USE 4000 PSI CONCRETE CITY OF FORT WORTH, TEXAS STANDARD 4' DIAMETER DROP 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 NOTES: A. STANDARD PIPE FITIINGS SHALL BE USED TO fORM INVERTS OF JUNCTION MANHOLES WHEN POSSIBLE, WITH INSTALLATION AS FOLLOWS: 1. PIPE FITilNG. 2. POUR MANHOLE FLOOR TO SPRlNG LINE OF FITIING. 3 . BREAK OUT TOP OF FITilNG TO SPRING LINE. 4. POUR REMAINDER OF MANHOLE INVERT TO PROVIDE VERTICAL INVffiT WALL UP TO 3/4 POINT OF THE LARGER PIPE INVOLVED. AS DETAILED. 5. STEEL TROWEL FINISH INVERT OF MANHOLE. B. WHEN SPECIAL SITUATIONS PROHIBIT USE OF STANDARD PIPE FITIINGS AS ABOVE .OUTLINED, THE INVERT SHALL BE FORMED OF CONCRETE AND STEEL TROWEL FINISHED TO PROVIDE SIMILAR FUNCTlONAL 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 G) WHEN PIPE SIZES DIFFER, MATCH THE PIPE CROWNS. CITY OF FORT WORTH, TEXAS JUNCTION MANHOLE BOTTOM DATE: FEB. 2009 SAN-006 en w a: . ~ > DRILLED HOLE (CORED) E1-14 MATERIAL E2-14 CONSTRUCTION a:: w ~I ~ ...J a:: 0 ·v N NOTES : MANHOLE FRAME, COVER, GRADE RINGS AND CONCRETE COLLAR PER SAN-009 WITH "SEWER " CAST IN LID. MANHOLE FRAME, COVER, GRADE RINGS AND CONCRETE 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 FITTING 22 .5' MAX . GROUT }· -r(·:?·/~:}f f:}};)}\t ?: fti\{(~ ·.fi?~:~ I LATERAL LINE 8 " OR LARGER SDR-26 BELL (RAM-NEK AROUND TAP) CITY OF FORT WORTH, TEXAS OFFSET MANHOLE TO SEWER MAIN LARGER THAN 24" DATE: FEB. 2009 SAN-007 w 0::: 0 0:: ID W w 1- -l w ID :::E <{ ~ ii: 0 <{ > VARIABLE DIAMETER BORE T.O .. BE LARGEENDUGH TO PERMIT DESIGN TYPE PIPE TO BE PULlED OR JACKED THROUGH. 11 1~1 11~111~11 1~11 1~11 1~111~111~111~111~iill111~111~1 11~1 11~1 11~11111 TYPICAL BORED · SECTION w 0::: 0 a:: OJ w w 1- ...J w OJ :::iE <~ ii: 0 ~ NOTE : LONGITUDINAL VIEW PRESSURE GROUT AS NEEDED 11 '111~11' m~11~~~m~~~ TYPICAL BORE WITH PIPE INSTALLED LONGITUDINAL VIEW CASING SPACERS (REFER TO STD. -1 - PRODUCT LIST) -'-JI ~w SEWER LINES SHALL BE SECURED BY CASING SPACERS AS MANUFACTURED BY CASCADE WATERWORKS MANUFACTURING CO ., ADVANCE PRODUCTS & SYSTEMS, OR APPROVED EQUAL. 1. COMPRESSION TYPE JOINTS TO BE USED IF POSSIBLE. 2 . IF COMPRESSION TYPE JO INT IS NOT AVAILABLE. M.J . TYPE SHALL BE USED AND JOINTS BOLTED 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 -~~~-":'"'!'~~-":"f"l'~""".'":''"""""":'""""':!--.:"!"':""r.:=---,... --------,- 32" DIA. COVER EQUAL TO McKINLEY IRON WORKS No. A32M 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 132",MIN .I SECTION A-A (I) REBAR SHALL BE PLACED 3" MIN. FROM TOP AND BOTTOM OF CONCRETE COLLAR . @ 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 3" TYP . A J *" CHAMFER (TYP .) CONCRETE COLLAR HEIGHT VARIES 32" HINGED LIDS ARE REQU IRED FOR SEWER PIPES 24'' OR LARGER AND RAISED MANHOLE STRUCTURES. (REFER TO STD . 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 8-8 NOTE : DROP TROUGH WILL BE POURED MONOLITHICALLY WITH CAST IN PLACE BENCH, OR DOWELED AND GROU TED TO PRECAST BENCH . DATE: FEB. 2009 SAN-010 CONCRETE COLLAR (PLAN VIEW) **CITY OF FORT WORTH STANDARD CLEANOUT w/ CAST IRON CAP EXIST. OR PROP . 4' SIDEWALK FOR NEW ---F.:,: DEVELOPMENT DOUBLE BAND STAINLESS CAP RISER z• STEEL COUPLING BELOW GRADE . -.,,,...,.,-,=.,.,..Ir,-,.....,..,,.,;..,..,..--.;."!"._.;1--BACKFILL CLEANOUT STACK WITH (CAST IRON) NATIVE TOPSOIL COMPACTED TO 95% STANDARD PROCTOR DENSITY 4" STACK (IRON OR PVC) SDR-35 OR SDR-26 SERVICE SLOPE-VARIES 2:'l: 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 REPAIR 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 . FERNCO FLEXIBLE COUPLING REQUIRED IF EXISTING SERVICE IS PRESENT, OTHERWISE PLUG. SEWER MAIN CAST IRON PRODUCT INFORMATION CLEANOUT 1 ----** From Stanley Roberts & Assoc., Information Subject To Change. DESCRIPTION .'li'El.fil!.I PART NO. Cost Iron Lateral Cleanout 18 lbs ATL-424 W/ SS Bolts and Coupling ~ .. SS BOLTS\ 1.5" \j . i frr~ORING 7.5" : L DRIVEWAY ' PROPERTY LINE PROPERTY LINE 01 ----------------------- SIDEWALK SIDEWALK I CAST IRON [CURB ' CURB / CLEANOUT ¥:' DRIVEWAY APPROACH STREET STREET CAST IRON CLEANOUT BOOT CITY OF FORT WORTH, TEXAS TWO WAY SERVICE CLEANOUT DATE: FEB. 2009 SAN-011 FINISH GRADE SEWER 'PIPE 'PLUG 15' MIN. STACK A l 2" MIN. GRADE FOR 4 " SERVICE 1~ Cl: :) 011-· z ~,~ C! w o:: en <( w 6" MIN. AT BOTTOM ONLY 45· BEND OR "8 " BACKFILL -1+.1--NEW SANITARY SEWER LINE WITH STANDARD EMBEDMEN T 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 -:=====-il-j DATE: FEB. 2009 SAN-012 E1-9 MATERIAL E2-9 CONSTRUCT ION TYPICAL SECTION BARREL OF PIPE END VIEW NOTE : USE 4000 PS I CONCRETE CITY OF FORT WORTH, TEXAS TYPICAL ANCHOR BLOCK FOR ELEVATED CROSSING DATE: FEB. 2009 SAN-013 E1 -20 MATERIAL E2-20 CONSTRUCTION BACKFILL AS APPROPRIATE 6" MIN. DIMENSION. MAXIMUM FOR PAY PURPOSES SHALL BE 6" WHEN BID PER CUBIC 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 DETA IL SAN-017 FOR PIPE OVER 18" DIAMETER. CHAMFER C.R.S.I. VOLUME II (A.C.I. 318-63) TYPICAL EXAMPLE 1/ERTICAL SPI RAL NOM. PIER STEEL STEEL PIPE SIZE SIZE (a) OTY. SIZE SIZE PITCH (b) (c) (d) (e) 6" 24" B ff7 #3 2 }f' B" 24" B ff7 #3 2 '4 " 10" 24" B ff7 #3 2 '4" 12" 24" B ff7 #3 2 '4" 16" 30" B #B #3 2 '4 " 18" 30" B #B #3 2 '4 " -2" MIN . COVER (TYP.) (b) (c) BARS (d) BAR SPIRAL @ (e) PITCH 3750 PSI CONCRETE T SEE PIER HEAD DETAIL SAN-016 FOR PIPE UP TO 18" DIAMETER . ' .. -J6"i--l • _o ~-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. El-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 DRILLED PIER (SPIRALLY REINFORCED ROUND COLUMN) DATE: FEB. 2009 SAN-015 8n E1-9 MATERIAL E2-9 CONSTRUCTION CD ST AINL.I5S 5T££L BAND .(2" (MIN.) WIDE .x Xi" THICK) ® STAINLESS STEEL ANCHOR BOLT ('2" MIN. EMBEDDED 6" MIN.) @ STEEL ~1NFORCEMENT BARS PER DESIGN. © CLASS 'A' {3750 PSI) CONCRETE ® ALL CORNERS 3/4n CHAMFERED GROUT FOR DRAINAGE PIPE O.D. + 16" ) .. ., / :\ ', /. ·\ ~-.. '\.·-~ .... 6" MIN. CITY OF FORT WORTH, TEXAS PIER HEAD DETAIL FOR PIPE UP TO 18" DIAMETER ci 0 w a. a: DATE: FEB. 2009 SAN-016 E1-9 MATERIAL E2-9 CONSTRUCTION CITY OF FORT WORTH, TEXAS PIER HEAD DETAIL FOR PIPE OVER 18" DIAMETER 1' o" I· -· I DATE: FEB. 2009 SAN-017 TUNNEL LINER (AS INDICATED IN SPECIAL PLANS & DOCUMENTS) Cl w ...: 0.. w a:: _, £D J;;r. <W -:s:: 0: w :;; VJ ANNULAR . SPACE GROUTED CUT AWAY LONGIJUPINAL . SECTION NOTE: FURN ISH & INSTALL GROUT IN RA TIO OF 1 CUB IC 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 APPROVA L OF THE ENG INEER . CITY OF FORT WORTH, TEXAS TYPICAL TUNNEL SECTION DATE: FEB . 2009 SAN-018 I· 2· • I EXISTING GROUND 4' OR TO BOTIOM OF PAVEMENT BASE OR TOP SOIL MINIMUM TRENCH WIDTH -~:-Jl.J:;~')11 = PIPE DIA . + 1' j ..TRENCit I WIDTH TYPICAL SECTION CITY OF FORT WORTH, TEXAS CLAY DAM 200' MIN. SPACING PER CITY OF FORT WORTH TREE ORDINANCE. DATE: FEB. 2009 SAN-019 E1-7 MATERIAL E2-7 CONSTRUCTION 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 . CITY OF FORT WORTH, TEXAS CONCRETE ENCASEMENT DATE: FEB. 2009 SAN-020 DETAIL 'A' N.T.S. PAVEMENT (0 N CAST IRON M.H. FRAME AND COVER DETAIL '8' ~PLUG RISER PIPE-ff'b CROSS LINK HIGH . DETAIL . '8' DENSITY POL YTHELENE ACCESS FITTING N.T.S. EXISTING GROUND TWO CONCRETE GRADE RINGS (MINIMUM) AND NON-SHRINK GROUT ~~~~00~-COMPACTED-CRUSHED STONE, FINE GRADATION CITY OF FORT WORTH, TEXAS WASTEWATER ACCESS DEVICE DATE: FEB. 2009 SAN-021 21" GREEN POS CAP w/WARNING LABEL 1• WIDE GREEN RITLECTlVE lAPE 1" APART STARTING 6" BELOW CAP . 4"¢ PVC (WHITE) 4' MIN . IN. CASE IN CASE OF l!MlRQENCI' OF ll!Ml!ROENCY .I'~~.-_.... . . . . ·---P.LEASlil.CALL . (817)•392-4477 FOR UHE. LOCATION Pl.EASE CAU. (817)-392•8296 cm.,.ca -... I ·~-I NOTES : (817)-39~·4477 FOR UHE LOCAnGN PLEASII CALL (817)-392·8296 1. MARKERS SHALL NOT BE USED FOR 12" AND SMALLER DIAMETER SEWER LINES . 2 . PLACEME NT SHALL BE AT EACH RIGHT-OF-WAY CROSS INGS AND MAJOR UTILITY CROSSINGS AS DIRECTED BY THE ENGINEER. CITY OF FORT WORTH, TEXAS SANITARY SEWER MARKER POLE . DATE: FEB. 2009 SAN-022 EXISTING CURB & GUTTER TRENCH REPAIR LIMITS PRIME COA T NOTES: 1. 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. . 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 oATE : juL Y 2009 StR-028 TRENCH REPAIR LIMITS EXISTING CURB & GUTIER NEW HMAC (SEE NOTE 4) 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. 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 PERMANENTASPHALTPAVEMENTTRENCH REPAIR WITH EXISTING CONCRETE BASE STR-029 EXISTING CURB & GUTTER 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 TEMPORARYASPHAL T PAVEMENT TRENCH REPAIR DATE : jLJLY 2009 stR-030 5' MIN. NOTES: CLASS 'A' REINFORCED CONCRETE PAVEMENT REPLACEMENT TO THE NEAREST JOINT OR CURB. SEE DETAIL STR-035 EXISTING CONCRETE 1. 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. 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. CITY OF FORT _WORTH, TEXAS REINFORCED CONCRETE PAVEMENT TRENCH REPAIR EXISTING CURB & GUTTER DATE: JULY 2009 StR-031 SECTION 7 -CONTRACTS, BONDS AND INSURANCE Certificate of Insurance Contractor Compliance with Workers' Compensation Law 7.1 Conflict of Interest Questionnaire 7.2 Performance Bond 7 .3 Payment Bond 7.4 Maintenance Bond 7.5 City of Fort Worth Contract G :\1210\4397-32\Project\Specifications\Contract 5A\100% Set-5A\07 .0 -SECTION 6 COVER.doc u CONTRACTOR COMPLIANCE WITH WORKERS' COMPENSATION LAW Pursuant to V.T.C.A. Labor Code §406.96 (2000), as amended , Contractor certifies that it provides workers' compensation insurance coverage for all of its employees employed on City of Fort Worth Department of Engineering No.5876 and City of Fort Worth Project No. P253- 541200-605170094683/P258-541200-705170094683/C295-541200-205400094683. STATE OF TEXAS COUNTY OF TARRANT § § § CONTRACTOR Jerry Conatser , Pres ident of Conatse r Management Group , Inc, G .P. Title :----------- Date : ----------- Bef9re the undersigned authority , on this day personally appeared -=L...lo,,,:l~::,........;~=..l.lQ:~12:::a.L._, known to me to be the person whose name is subscribed to the foregoin instrument, and acknowledged to me that he executed the same as the act and deed of Conatser Construction TX. LP for the purposes and consideration therein expressed and in the capacity therein stated . Given Under My Hand and Seal of Office this ~ day of rrz~ , 20_,_l_._"f _ Bond No: 022034137 PERFORMANCE BOND THE ST A TE OF TEXAS § KNOW ALL BY THESE PRESENTS: COUNTY OFT ARRANT § That we (1) Conatser Construction TX, LP as Principal herein, and (2) l'J~i<iric~Crniany , a corporation organized under the laws of the State of (3) MA , 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: Two Million Ninety-two Thousand Four Hundred Sixty-five and 45/100 ...................................... .. ($2,092,465.45) Dollars for the payment of which sum we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents . JUL 12 2011 WHEREAS , Pri ncipal has entered into a ce1tain contract with the Obligee dated the __ of ____ __. 2011 a copy of which is attached hereto and made a part hereof, for the construction of: Pavement Reconstruction, Water and Sanitary Sewer Main Replacement on Portions ofBideker Avenue, Burton Avenue, and Bright Street NOW THEREFORE, the condition of this obligation is such , if the said Principle shall faithfully perform the work in accordance w ith 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 _of_J_U_L_1_2_2 .... , ............. ~1. ATTEST: (Principal) Secretary (SEAL) Witness as to Principal Address ATTEST: (Surety) Secretary (SEAL) 4200 s. Hulen Street, Ste .#330 Fort Worth, (~clfi;1~ PO 15448 Fort Worth, TX 76119 BY~~~'L.IL'L..C.?---J"'-L.,L.Y~~~~~~ (Attorney-in-fac) (5) Glenna S. Davis 175 Berkeley Street Boston, MA 02117 (Address) Tel No: 972-233-9588 NOTE: Date of Bond must not be prior to date of Contract (1) Correct Name of 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 Attorney-in-Fact. The date of bond shall not be prior to date of Contract. THE STATE OF TEXAS COUNTY OFT ARRANT § § § Bond No: 022034137 PAYMENT BOND KNOW ALL BY THESE PRESENTS: That we,(]) Conatser Construction TX, LP, as Principal herein, and (2) Libert y Mut ual Insurance Canpany , 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 Two Million Ninety-two Thousand Four Hundred Sixty-five and 45/100 ........................................ Dollars ($2,092,465.45) for the payment whereof, the said Principal and Surety bind themselves and their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents: ! 12 2011 WHEREAS, the Principal has entered into a certain written contract with the Obligee dated th ~UL day of ----~ 2011, which contract is hereby referred to and made a part hereof as if fully and to the same extent as if copied at length, for the following project: Pavement Reconstruction, Water and Sanitary Sewer Main Replacement on Portions of Bideker A venue, Burton A venue, and Bright Street NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully make payment to each and every claimant (as defined in Chapter 2253, Texas Government Code, as amended) supplying labor or materials in the prosecution of the work under the contract, then this obligation shall be void; otherwise, to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said statute, to the same extent as if it were copied at length herein . IN WITNESS WHEREOF, the duly authorized repi ,r atives of the Principal and the Surety have executed this instrument. JUL 1 1 2. SIGNED and SEALED this __ day of, ----=20:;..::1...:.1. ATTEST: (Principal) Secretary (SE AL) ~ Name: Jerry R. Conatser President of Conatser Title: Managerrent Group, Inc., GP Address : PO 15448 Fort Worth, TX 76119 Witness as to Principal ATTEST: Secretary (SE AL) Liberty Mutual Insurance Canpany Name : Glenna s. Davis Attorney in Fact Address : 175 Berkeley Street Boston, MA 02117 Witnessasfo Surety Carolyn Maples Telephone Number: 972-233-9588 NOTE: (1) (2) (3) Correct name of Principal (Contractor). Correct name of Surety. State of incorporation of Surety Telephone number of surety must be stated. In addition, an original copy of Power of Attorney shall be attached to Bond by the Attorney-in-Fact. The date of bond shall not be prior to date of Contract. Bond No: 022034137 MAINTENANCE BOND THE ST A TE OF TEXAS § COUNTY OF TARRANT § That Conatser Construction TX, LP ("Contractor"), as principal, and Libert y Mutual Insurance Ccxnpany , a corporation organized under the laws of the State of MA , ("Surety"), do hereby acknowledge themselves to be held and bound to pay unto the City of Fort Worth, a Municipal Corporation chartered by virtue of Constitution and laws of the State of Texas , ("City") in Tarrant County, Texas, the sum of Two Million Ninety-two Thousand Four Hundred Sixty-five and 45/100 .......................................................................................................................................... Dollars ($2,092,465.45), lawful money of the United States, for payment of which sum well and truly be made unto said City and its successors, said Contractor and Surety do hereby bind themselves, their heirs, executors, administrators, assigns and successors, jointly and severally . This obligation is conditioned, however, that: WHEREAS, said Contractor has this day entered into a written Contract with the City of Fort Worth, dated the __ c5JU L 12 20 11 , 2011, a copy of which is hereto attached and made a part hereof, for the performance of the following described public improvements: Pavement Reconstruction, Water and Sanitary Sewer Main Replacement on Portions of Bideker Avenue, Burton Avenue, and Bright Street the same being referred to herein and in said contract as the Work and being designated as project number( s) P253-541200-605170094683/P258-541200-705170094683/C295-541200-205400094683 and said contract, including all of the specifications, conditions, addenda, change orders and written instruments referred to therein as Contract Documents being incorporated herein and being made a part hereof; and, WHEREAS, in said Contract, Contractor binds itself to use such materials and to so construct the work that it will remain in good repair and condition for and during a period of after the date of the final acceptance of the work by the City ; and WHEREAS, said Contractor binds itself to maintain said work in good repair and condition for said term of Two (2) years; and WHEREAS, said Contractor binds itself to repair or reconstruct the Work in whole or in part at any time within said period , if in the opinion of the Director of the City of Fort Worth Department of Engineering, it be necessary; and, WHEREAS, said Contractor binds itself, upon receiving notice of the need therefore to repair or reconstruct said Work as herein provided. NOW THEREFORE, if said Contractor shall keep and perform its said agreement to maintain, repair or reconstruct said Work in accordance with all the terms and conditions of said Contract, these presents shall be null and void, and have no force or effect. Otherwise, this Bond shall be and remain in full force and effect, and the City shall have and recover from Contractor and Surety damages in the premises as prescribed by said Contract. This obligation shall be a continuing one and successive recoveries may be had hereon for successive breaches until the full amount hereof is exhausted. IN WITNESS WHEREOF, this instrument is executed in~ counterparts, each of which ATTEST : (SE AL) Secretary ATTEST: (SE AL) Secretary~ ame: Jerry R. Conat ser . President of Conat ser Manageirent Title: Group, Inc., GP Libert y Mutual Insurance Ccxnpany Surety By ~~) Nam~Davis Title: Attorney-in-Fact 175 Berkeley St reet Bos t on, MA 02117 Address Tel NO: 972-233-9588 4291532 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 appo int 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 ***************1 DOLLARS ($ 25,000,000.00********************** ) each , and the execution of such undertakings , bonds , recogn izances and other surety obligations , in pursuance of these presents , shall be as binding upon the Company as if they had been duly signed by the president and attested by the secretary of the Company in their own proper persons . That this power is made and executed pursuant to and by authority of the following 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 thei r 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. Cl) ,, . : m By the following instrument the chairman or the president has authorized the officer or other official named therein to appoint attorneys-in-fact: 5-c: .: f! :a~ 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 . .,, C) > ~ That the By-law and the Authorization set forth above are true cop ies thereof and are now in full force and effect. .. cu Cl)> --~~ ~1' cu "iii _g! I) 0 -Cl) ~~~ Cl)- 0') U) a Cl> ~~ ·E e·-: .. s ) cu ... IN WITNESS WHEREOF , this Power of Attorney has been subscribed by an authorized officer or official of the Company and the corporate seal of Liberty Mutual Insurance Company has been affixed thereto in Plymouth Meeting, Pennsylvania th is 15th day of _~D~e~c~e~m~b~e~r _____ _ 2010 COMMONWEALTH OF PENNSYLVAN IA ss COUNTY OF MONTGOMERY LIBERTY MUTUAL INSURANCE COMPANY By~~U-u<'~ 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 Power 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 . cu C: > Cl) ...... ) .. ~ ::, . (,) CERTIFICATE COMMONWEALTH OF PENNSYLVANIA Notatial Seal Teresa Paotella, N<r.a,y Psblic P!:,,r,oulh Twp., Moot,iorne,y Ccun!y My comm,osion Expires Marcil 28, 2013 By~~ Ter6sa Pastella , Notary Public 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 Ass istant 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 mechanically reproduc ed signature of any assistant secretary of the company , whe rever appearing upon a certified copy of any power of attorney issued by the company in connection with su rety bonds , shall be val id and binding upon the company with the same force and effect as though manually affixed. 'JUL 12 2011 IN TESTIMONY WHEREOF , I have hereunto subscribed my name and affixed the corporate seal of the said company , this--------day of >, cu ,, Ill Ill Cl) C: "iii ::::, .c >, C cu =5 ~ ... »en Cl)W Ee 0 0. =o ct C') 0~ .. ,, Cl) C: ::: cu ~E .... cu .!:!?o ..C:0 -·· _o, 0 C: >,Cl> .'!:: Cl) :2 .! -Cl) ~ .c Cl)O =~ E '? .!::~ -= C: I Oo <.>.- 0 co 1-.,!. g . ~ Li hc"1~·t v i\'l~-t t u fL J Important Notice TO OBTAI N INFORMATION OR TO MAKE A COMPLAINT: You may write to Liberty Mutual Surety at: Liberty Mutua l Surety Interchange Corporate Center 450 Plymouth Road , Suite 400 Plymouth Meeting , PA 19462-8284 You may contact the Texas Department of Insurance to obta in information on companies , coverages , rights or compla ints at: 1-800-252-3439 You may write the Texas Department of Insurance: P. 0. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: h t tp :Jfv,,'\ivw .tdL s!§t e .tx._y :s E-ma i I: Co!'i1 !5 UT'iit:n-P .rot et-;ti on @,)td i .st at e . t x.1J ~; Premium or Claim Disputes S h ould you have a d ispute concerning a premium, you should contact t h e agent first. If you have a d ispute concerning a claim, you should contact the company first. If the d ispute is not resolved, you may contact the Texas Department of Ins u rance . Attach This N otice To Your Po l icy: This notice is for information only and does not become a part or cond ition of the attached document. L Jl,I IC -3 500 Page 1 of 2 R e •1. 7 .1 .07