Loading...
HomeMy WebLinkAboutContract 42220. \ -- Cl.,..,' r~C ..... !" ,, I I \.. ..... : .. I I , D O.E Fi r: (. ' J1 DEPA ~ SPECIFICATIONS AND CONTRACT DOCUMENTS FOR 2007 CRITICAL CAPITAL PROJECT COUNCIL DISTRICT 5 CONTRACT SB AVENUE M, EDGEWOOD TERRACE, AND VALLEY VISTA DRIVE Mike .· Moncrief Mayor CITY PROJECT No. 00947 TPW No. C295-541200-205400094783 Water No. P253-541200-605170094783 Sewer No. P258-541200-705170094783 JANUARY 2011 Tom Higgins Acting City Manager William A. Verkest, P.E. 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 BOWIE BLVD, STE 400 FT. WORTH, TJ(7611G (817) 783,6883 · OFFICIAL RECO RD CITY "ECRETARY fl ... A/ORTH, TX 09-02-'l 1 P12 :46 OUT City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 7/26/2011 -Ordinance No. 19810-07-2011 DATE: Tuesday, July 26, 2011 REFERENCE NO.: C-25074 LOG NAME: 202007COCONTRACTSBDIST500947 SUBJECT: Authorize Execution of a Contract for City Project Number 00947 in the Amount of $916 ,184 .82 with McClendon Construction Company, Inc., for Pavement Reconstruction , and Water and Sanitary Sewer Main Replacement on Portions of Avenue M, Edgewood Terrace South, and Va!iey Vista Drive, Utilize $711,897 .37 from the 2007 Critical Capital Projects Fund and $392,993.45 from the Water and Sewer Capital Project Funds to Provide for Construction Contract Costs, Contingencies and Construction Services for a Project Total of $1 ,104,890.82 and Adopt Appropriation Ordinance in the Amount of $392,993.45 (COUNCIL DISTRICT 5) RECOMMENDATION: It is recommended that the City Council: 1. Authorize the transfer of $392,993.45 from the Water and Sewer Operating Fund in the amounts of $259,895.95 to the Water Capital Projects Fund and $133,097 .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 $259,895 .95 and the Sewer Capital Projects Fund by the amount of $133,097 .50, from available funds; and 3. Authorize the City Manager to execute a contract with Mcclendon Construction Company, Inc., in the amount of $916, 184 .82 for pavement reconstruction and water and sanitary sewer main replacement for streets listed below . DISCUSSION: As a part of the 2007 Critical Capital Program for Neighborhood Streets, the following streets will be completely reconstructed : Contract 58, Council District 5 Avenue M Miller Avenue to South Hughes Avenue Edgewood Terrace South Judy Lane to Hampshire Boulevard Valley Vista Drive 100 Feet South of Highway 10 to East Hurst Boulevard (Highway 1 O} 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 fu nd s ava il able to perform all reconstruct ion and to bu il d the new sidewalks . This contract was advertised on February 24 , 2011 and March 3 . 2011 , in the tQ.ctWQrtttSta.c:Ielegram . Logname: 202 007COCONTRACT5BDIST500947 Page I of 3 On March 31, 2011, the follow ing bids were received : Bidders Base Bid Alternate Base+ McClendon Construction Company, Inc. $825,156.32 $91,028.50 $916, 184.82 Conatser Construction TX, LP $883 ,630 .00 $76 ,565.50 $960 ,195 .50 Stabile and Winn, Inc. $911 ,077 .74 $81 ,279.00 $992,356 .74 Reliable Paving , Inc. $1,008,268 .60 $107 ,840 .00 $1 ,116,108.60 JLB Contracting, LLC . $1,028 ,793.26 $120,968.90 $1 ,149,762.16 Jackson construction LTD $1,098,516 .00 $98,188 .00 $1 ,196,704 .00 Staff recommends that the base bid plus the alternate option in the amount of $9 16,184 .82 submitted by Mcclendon Construction Company, Inc., be selected and a contract be awarded to McClendon Construct ion Company , Inc. In addition , $188,706 .00 w ill be utilized for contingencies and construction services -surveying, material testi ng and construction inspection. McClendon Construction Company , Inc., is in compliance with the City's M/WBE Ordinance by committing to 37 percent M/WBE participation on this combined project . The City's M/WBE goal on this combined project is 22 percent. This project is located in COUNCIL DISTRICT 5, Mapsco 54W, 78R , and 79E. FISCAL INFORMATION/ CERTIFICATION: The Financial Management Services Director cert ifies that funds are available in the current capital budget, as appropriated, of the 2007 Critical Cap ital 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 Capital Projects Fund and the Sewer Capital Projects Fund . FUND CENTERS: TO Fund/Account/Centers 1&2) P253 476045 605170094722 1&2) P258 476045 705170094722 2)P~_31350 60 5 170094752 2) P253 531350 605170094780 ~~3_1350 605170@47a2 2le2.53-5.4.l20_Q. _~~ ZQ.0.94.7-63. ~5L5.J12Q0-6Q.5.1IQ.Q _~z:.a._4 2_Le.~fil.135.Q....Q05.1ZQ.Q9-4I6-4 2) P253 53 1350 6QfillOJ29.4 ZB.5 2lP2.5.3-_ 5-3lliQ _.6_0-5.1IQ09:4Z91 lli'-56-_5_:313-511. ?Q5JZQQ94.152 FROM Fund/Account/Centers $259,895 .95 1) PE45 53804_Q__Q6.0_902_Q $133,097 .50 1) PE45 538040 0709020 $8 ,800 .00 3) P253 541200 605170094783 $440 .QO 3LP256_M 1200 7_Q5J 700~ 783 t4_s.Q,QO. 3}.CZ9.Q_ ~4.t2-QQ .. 2Q_5~0Q09AJJiJ $2.1~38_5,_9 _5 $2_J)_QQQQ ~Q_QQ,CJQ i2.6.AQQ.O.Q $44Jl_QQ $6 ,Q QQJ)Q Lo1mame : 202007COCONTRACT 5BD1 ST50 094 7 $.25_9._6_9.5.,]_5- $133 ,097 .50 $208,919 .95 $~1...[L SQ se_aa.ooz~z Pa2 e 2 of 3 2}P258 531350 705170094780 2}P258 531350 705170094782 2} P258 541200 705170094783 2} P258 531200 70517QQ94784 2}P258 531350 705170094784 2}P258 531350 705170094785 2} P258 531350 705170094791 CERTIFICATIONS: $300 .00 $300 .00 $105.197 .50 $1.500.00 $1,500.00 $18.000.00 $300 .00 Submitted for City Manager's Office by: Originating Department Head: Additional Information Contact: AITACHMENTS Fernando Costa (8476) Douglas W . Wiersig (7801) Khal Jaafari (7872) Najib Fares (7802) 1. 00947 FAR 12 202007COCONTRACT5BD1ST5.00947 .p df (CFW Internal) 2. 2Q.Z.QOZ.CQ.C.QNTB.ACJ5J;lQLST50084Z 6QJJ . .QQG (Public) 3. 202007 Contract 5 Dist (JCT).pdf (CFW Internal) 4. 202007COCONTRACT5BD1ST500947 Sewer FAB.,.Q_df (CFW Internal) 5. 202007COCONTRACT5BD.LS.I5...00947 Water_FAR.pdf (CFW Internal) 6 . 202007COContract5Bist500947 MAP.QQ.f (Public) 7 . MWBE executed CompJiance_torm __ Contract 58 .pdf (CFW Internal) 8 . PE45-538040-0609020.doc (CFW Internal) 9 . PE45-538040-0709020 .. doc (CFW Interna l) Logname: 202007COCONTRACT5BDIST500947 Page 3 of 3 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 SB AVENUE M, EDGEWOOD TERRACE , AND VALLEY VISTA DRIVE DOE 5877 Bid Submittal Due Date: March 31st, 2011 Addendum No. 1 Issued: March 29th, 2011 The Specifications, Contract Documents and Drawings for the above mentioned project are revised and amended as follows : A. Remove Proposal Section Sheets 6-(1) through 6-(6), and replace with attached Sheets 6-(1) through 6-(6) marked "Addendum #1 ". Note the following revisions : 1. Bid Item 00429, Bid Item 429A, and Bid Item 4298: Pavement Thickness has been changed to 8 Inches. 2. Bid Item 00457 -"Pavement -Concrete -Remove (7'' Depth per bore 8-33)" has been added. Bid item shall be for all pavement, including integral curb on Valley Vista w ithout regard to actual depth . 3. Bid Item 00472-"Pavement-Unclassified Street Excavation" has been adjusted to account for the 8" pavement section . 4 . Clarification : Bid Item 00411 "Retaining Wall -per Special Retaining Wall Detail -Install" is provided for two sections of retaining wall: a. The length of retaining wall on Sheets 22 and 23 from approximate Station 5+57 to Station 6+80 on the east side of Edgewood Terrace ~this length of wall is not immediately adjacent to any proposed sidewalk. b. The length of retaining wall on Sh~t 18 from approximately Station 3+77 to Station 4+38 on the north side of Avenue M. A-1 G:112 10\4397-32\Projcct\Specifi~ SB\100% Set · SB\00947 Addendu m No l.docx 5. Bid Item 00411 B "Retaining Wall -per Retaining Wall with Sidewalk Detail - Install" is for all other retaining wall. In the base bid, this quantity is specifically for retaining wall on Sheet 17, the north side of Avenue M, where the sidewalk is being constructed with the base bid . All other wall is to be constructed with sidewalk in the alternate bid . 6. Clarification: Bid Item 00716-"Valve-16 Inch-Blow Off-w/Sump Manhole" includes 2 -6 " gate valves per City of Fort Worth Standard Detail WfR-015. 7. Clarification: In accordance with the specifications, all products submitted in the bid documents must appear in the latest "City of Fort Worth Standard Product List" in accordance with Item D-43 of Part D -Special Conditions. 8. Bid Item 00412 : "Retaining Wall -Remove" has been added for the removal of retaining wall on the east s ide of Edgewood Terrace north of Vinson Street where Plan Sheet 21 and 22 call for the removal of existing retaining wall. 9. Bid Item 004508-This item has been changed to 10" thick pavement as the current permit requires 9.5" pavement for the connection of Valley Vista to State Highway 10. TxDOT Detail Sheet "Permit Construction Street Connection Details" is attached to this addenda for steel placement and size in this section. All steel shown shall be subsidiary to Bid Item 00450B. 10. Bid Item 00843 "Curb-7 Inch -Install" -Unit has been changed to LF . 11 . Bid Item 00569 "Pipe Fittings-16 Inch or > DI Pipe" has been added. 12 . Bid Item 00735 ''Valve-4 Inch-Gate Valve w/Box-Install" has been added . 13. Bid Item 00223 has been removed from the bid. B. Remove Plan Sheet 6, Plan Sheet 7 and Plan Sheet 7A and replace with Plan Sheet 6, Plan Sheet 7, Plan Sheet 7 and Plan Sheet 7A marked "Addendum #1 ." Note the following revisions: 1. Pavement thicknesses have been updated to 8". 2. All smooth dowels shall be No. 4 bar. 3. TxDOT "Permit Construction Street Connection Details" is provided . C. A revised letter from Grace Construction Products dated March 25 , 2011 is provided with this addenda. This shall replace the letter from Grace Construction Products dated November 1, 2010 following the Notice of A-2 G:\12111\4397 -32\Project\Spccification>'Contr>ct SB\100% Ser· SB\0094 7 A.ddmdum No 1.docx D. E. Construction in the Specia l Provisions for Street and Storm Drain Improvements. To address maintenance bond issues relating to the pavement installed without steel on Edgewood, the following statement will become part of the terms of the contract between the City of Fort Worth and the winning b idder: "Warranty issues related to the user of fiber only in paved segments of Edgewood Terrace, where no steel rebars were used , would be referred to fibe r; manufacturer." Cro~s sections are provided for informational purposes. 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: uRECEIVED & ACKNOWLEDGED ADDENDUM No.1" (3) Execute acknowledgement below and submit signed copy with your proposal at the time of bid submittal Failure to acknowledge receipt of the Addendum No. 1 may subject bidder to be considered "NONRESPONSIVE", resulting in disqualification. RECEIPT ACKNOWLEDGED Greg Simmons , P.E. n. . 1 J / ~ ~~~!~i DIRECTOR TPW By: ~ORTATION & PUBLIC WORKS DEPT. McC lendon Con structi on Co., tr'i:-----1~81------ company: P.O. BO )( 99 9 Burleson, TX 76097 A-3 G:112 10\'4397-32\Projm\SpociflCOlions'Coattad SB\100% S<t-SB\00947 Addendum No 1.docx TABLE OF CONTENTS 01 -Project Information 18] 1.1 -Title Page MS-Word D 1.2 -Location Maps pdf 02 -Front End Documents 2.1 -Table of Contents MS-Word 18] 2.2 -Notice to Bidders MS-Word 18] 2.3 -Comprehensive Notice MS-Word to Bidders 18] 2.4 -Special Instructions to pdf Bidders (water-sewer) 18] 2.5 -Special Instruction to pdf Bidders (paving-drainage) 18] 2.6 -Detailed Project MS-Word Specifications (no drawings provided) 03 -MWBE Documentation 18] 3.1 -MWBE Special pdf Instructions 18] 3.2-MWBE pdf Subcontractors/Suppliers Utilization Form 18] 3.3 -MWBE Prime Contractor pdf Waiver '18] 3.4 -MWBE Good Faith Effort pdf 18] 3.5 -MWBE Joint Venture pdf 04 -Bid Package 18] 4.1 -Bid Proposal Workbook MS-Excel 18] 4.3 -Bid Schedule MS-Excel 18] 4.4 -List of Fittings MS-Excel 18] 4.5 -Pre-Qualified Contractor MS-Excel List 05 -General and Special Conditions 18] 5.1 -Part C General pdf Conditions (water -sewer) 18] 5.2 -Supplementary pdf Conditions to Part C (water - sewer) 18] 5.3 -Part D -Special MS-Word Conditions (water -sewer) 18] 5.4 -Part DA -Additional MS-Word Special Condition (water - sewer) 18] 5.5 -Part E Specifications pdf 18] 5.6 -Special Provisions (paving -drainage) 18] 5. 7 -Wage Rates pdf 18] 5.8 -Compliance with and pdf Enforcement of Prevailing Wage Rates 18] 5.9 -Standard Details (water-dwf sewer) 18] 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:\12 l 0\4397-32\project\specifications\contract Sb\l 00% set -Sb\O 1.2 -table of contents (pmo _released _20 I 0061 O).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 IZl 7.1 -Certificate of Insurance IZl 7.2 -Contractor Compliance With Workers' Compensation Law IZl 7.3 -Conflict of Interest Questionnaire IZl 7 .4 -Performance Bond IZl 7.5 -Payment Bond IZl 7.6 -Maintenance Bond IZl 7.7 -City of Fort Worth Contract IZl Easements Index IZl Permits Index IZl Reports Index D Addenda Index MS-Word pdf pdf pdf pdf pdf pdf g:\1210\4397-32\project\specifications\contract Sb\! 00% set -Sb\O 1.2 -table of contents (pmo _released_ 20 I 00610).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 58\100% Set -58\02 .0 -SECTION 2 COVER.doc NOTICE TO BIDDERS Sealed proposals for the following: FOR: City of Fort Worth, Texas 2007 CRITICAL CAPITAL PROJECT COUNCIL DSITRICT 5; CONTRACT 58 AVENUE M, EDGEWOOD TERRACE, AND VALLEY VISTA DRIVE CITY PROJECT N0.:00947 . D.O.E. PROJECT NO.: 5877 UNIT I -WATER & SEWER REPLACEMENT WATER PROJECT NO.: P253 541200. 605170094783 SEWER PROJECT NO.: P258 541200 705170094783 UNIT 11-PAVING RECONSTRUCTION T/PW PROJECT NO.: C295 541200 205400094783 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, March 31, 2011 and then publiciy opened and read aloud at 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 and Public Works at 1000 Throckmorton Street, Fort Worth, Texas 76102. Nikki Meleroy at 817-392-8549 The major work will consist of the (all approximate) following : Unit I: Water & Sewer Replacement 240 753 1,445 LF LF LF Pipe-Pressure - 1 O Inch -Install Pipe-Pressure -16 Inch-Install Pipe-Pressure - 8 Inch -Install Unit II : Paving Reconstruction 7,380 1,071 3,400 SY 7.5" Pavement Concrete -Install SY 9.5" Pavement Concrete -Install SF Walk - 4 Ft -Install Unit II: Alternate Bid 13,000 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. 2 .2 Notice To Bidders -Page 1 of 2 G:\ 1210\4397-32\Project\Specifications\Contract 58\ 100% Set -58\02.2 Notice to Bidders.doc NOTICE TO BIDDERS Bid security is required in accordance with the Special Instruction to Bidders. Bidders are responsible for obtaining all Addenda to the contract documents and acknowledging receipt of the Addenda by initialing the appropriate spaces on the PROPOSAL form. Bids that do not acknowledge receipt of all addenda may be · rejected as being non-responsive. All addenda will be made available on-line with the contract documents. Contractors and/or suppliers are requested to register as plan holders on-line (on Buzzsaw site) in order to receive notifications regarding the issuance of addenda . It shall be the bidding contractor's sole responsibility to verify they have received and considered all addenda, prior to submitting a bid . · The water & Sanitary Sewer work must be performed by a contractor that is pre-qualified by the Water Department at the time of bid opening. A General Contractor, who is not pre-qualified by the 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 Khal Jaafari, P.E., Project Manager, TPW Department at (817) 392-7872 or by email : Khal.Jaafari@fortworthgov.org. A pre-bid conference will be held on Monday, March 21 5 \ 2011 at 10:30 a. m., in the Transportation an~ · Public Works Conference Room No.270, 2na Floor, City Municipal Building, 1000 Throckmorton Street, Fprt Worth, Texas 76102. Bidders are encouraged to review the plans and specifications prior to the pre-bid conference. · · Advertising Dates: February 24th,·2011 March 3rd, 2011 2 .2 Notice To Bidders -Page 2 of 2 G :\1210\4397-32\Project\Specifications\Contract 5B\100% Set-5B\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 58 AVENUE M, EDGEWOOD TERRACE, AND VALLEY VISTA DRIVE CITY PROJECT N0.:00947 D.O.E. PROJECT NO.: 5877 UNIT I -WATER & SEWER REPLACEMENT WATER PROJECT NO.: P253 541200 605170094783 SEWER PROJECT NO.: P258. 541200 705170094783 UNIT II -PAVING RECONSTRUCTION T/PW PROJECT NO.: C295 541200 205400094783 Addressed to: CITY OF FORT WORTH PURCHASING DIVISION 1,POO THROCKMORTOW ST FORT WORTH TX 76102-6311 will be received at the Purchasing Office until I :30 p.m., Thursday, March 31st, 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 Transportation and Public Works, Municipal Office Building, 1000 Throckmorton Street, Fort Worth, Texas 76102. A thirty dollar ($60) deposit is required for the first set of documents and additional sets may be purchased on a non-refundable basis for thirty 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 240 753 1,445 LF LF LF Pipe-Pressure -10 Inch -Install Pipe-Pressure -16 Inch -Install Pipe-Pressure -8 Inch-Install Unit II: Paving Reconstruction 7,380 1,071 3,400 SY SY SF Unit II: Alternate Bid 7.5" Pavement Concrete -Install 9.5" Pavement Concrete -Install Walk -4 Ft -Install 13,000 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"Vemon' 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 13- A-221 through 13-A-29) prohibiting discrimination in the employment practices. G:\1210\4397-32\PROJEC'IISPECIFICATIONS\CONTRACT 58\100% SET-58\02 .3 -COMPREHENSIVE NOTICE TO BIDDERS (CONSULTANT DESIGN - MULTIPLE UNITS-SECTIONS)-WTR-01-25-10 .DOC COMPREHENSIVE NOTICE TO BIDDERS 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. Bidders are responsible for obtaining all addenda to the contract documents and acknowledging receipt of the addenda by initialing the appropriate spaces on the Addenda Index and Receipt form(s). Bids that do not acknowledge receipt of all addenda may be rejected as being non-responsive. Information regarding the status of addenda may be obtained by contacting the Tr.:,.nsportation 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 Fart Worth Ordinance No. 15 53 0, the City of Fart 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 obtamed from the office of the City Secretary. The bidder shall submit the MBE/WBE UTILIZATION FORM, SUBCONTRACTOR/SUPPLIER UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM, GOOD FAITH EFFORT FORM (with "Documentation") and/or the JOINT VENTURE FORM as appropriate. The Documentation must be received no later than 5:00 p.m., five (5) City of Fort Worth business days after the bid opening date. The bidder shall obtain a receipt from the appropriate employee of the managing department to whom delivery was made. Such receipt shall be evidence that the City of Fort Worth received the Documentation. Failure to comply shall render the bid non-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 propqsal uriit 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 infon:p.ed that the Director of the Transportation and Public Works Department reserves the right to evaluate and recommend to the City of Fart 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 prequalificatior1 may be -~ounds for reje~ti.011 . of a ~i? or cancellation of .aw.~~ of. a cor1tract. G:\1210\4397-~2\PROJECl\SPECIFICATIONS\CONTRACT SB\100% SET-SB\02 .3 -COMPREHENSIVE NOTICE TO BIDDERS (CONSULTAJ\IT DESIGN - MULTIPLE UNITS-SECTIONS) -WTR-01-25-10 .DOC COMPREHENSIVE NOTICE TO BIDDERS For additional information, please contact Curt Caldwell, P.E., Engineer, Dannenbaum Engineering Corporation at (817) 763-8883 or by email: curtis.caldwell@dannenbaum.com, and/or Kha! Jaafari, P.E., Project Manager, TPW Department at ( 817) 392-7872 or by email: Khal.Jaafari@fortworthgov.org. A pre-bid conference will be held -on Monday, Monday, March 21th, 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 CI1Y MANAGER Advertising Dates: February 24th, 2011 March 3rd, 2011 By: ____ f;_1a_l_Ja_aJ+-r.-~-.E~t_""'_· __ _ Transportation and Public Works Department MARTY HENDRIX CITY SECRETARY C:1DOCUMENTS AND SEITTNGS\JAAFARK \WC AL SE1TINGS1TEMP0RARY INTERNET FII .ES ·,OLKAA \02 3 -COMPR EHENSIVE NO TICE TO BIDDERS (CONSULTANT OF.SIGN -MULTIPLE UNHS -SEC'TIONSJ • WTR. 01 -25 -10.DOC 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 obtained reinsurance for any liability in excess of $100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the United States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request The City, in its sole discretion, will determine the adequacy of the proof required herein. 2. PAYMENT. PERFORMANCE AND MAINTENANCE BONDS: The successful bidder entering into a contract for the work will be required to give the City surety in a sum equal to the amount of the contract awarded .. In this connection, the successful bidder shall be required to furnish a performance bond and a payment bond, both in a sum equal to the amount of the contract awarded. The form of the bond shall be as herein provided and the surety shall be acceptable to the City. All bonds furnished hereunder shall meet the requirements of Chapter 2253, Texas Government Code. In order for a surety to be acceptable to the City, the surety must (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 United States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion, will determine the adequacy of the proof required herein . The City will accept no sureties who are in default or delinquent on any bonds or who have an interest in any litigation against the City. Should any surety on the contract be determined unsatisfactory at any time by the City, notice will be given to the contractor to that effect and the contractor shall immediately provide a new surety satisfactory to the City. If the contract amount is in excess of $25,000, a Payment Bond shall be executed, in the amount of the contract, solely for the protection of all claimants supplying labor and materials in the prosecution of the work. If the contract amount is in excess of$I00,000, 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 1, Item 8, paragraph 8.6, of the "General Provisions" ofthe Standard Specifications for Street and Storm Drain Construction of the City of Fort Worth, Texas, concerning liquidated damages for late completion of projects. 4. AMBIGUITY: In case of ambiguity or lack of clearness in stating prices in the proposal, the City reserves the right to adopt the most advantageous construction thereof to the City or to reject the proposal. 5, EMPLOYMENT: All 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 prevailing wage rates in accordance with Chapter 2258, Texas Government Code. Such prevailing wage rates are included in these contract documents. (b) The contractor shall, for a period of three (3) years following the date of acceptance .of the work, maintain records that show (i) the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract; and (ii) the actual per diem wages paid to each worker. These records shall be open at all reasonable hours for inspection by the City. The provisions of 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 ofits · 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 ofChapter 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 deleted. 7. FINANCIAL STATEMENT: A current certified financial statement may be required by the Department of Transportation and Public Works ifrequired for use by the CITY OF FORT WORTH in determining the successful bidder. This statement, if required, is to be prepared by an independent Public Accountant holding a valid permit issued by an appropriate State Licensing Agency. 8. INSURANCE: Within ten (10) days of receipt of notice of award of contract, the Contractor must provide, along with executed contract documents and appropriate bonds, proof of insurance for Worker's Compensation and Comprehensive General Liability (Bodily Injury-$500,000 each person, $1,000,000 each occurrence ($2,000,000 aggregate limit); Property Damage -$250,000 each occurrence). The City reserves the right to request any other insurance 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 cancellation, non-renewal, and/or material change in policy terms or coverage. A ten days notice shall be acceptable in the event of non-payment of premium. e. Insurers must be authorized to do business in the State of Texas and have a current AM. Best rating of A: VIl or equivalent measure of financial strength and solvency. f. Deductible limits, or self-funded retention limits, on each policy must not exceed $10,000.00 per occurrence unless otherwise approved by the City. g. Other than worker's compensation insurance, in lieu of traditional insurance, City may consider alternative coverage or risk treatment measures through insurance pools or risk retention groups. The City must approve in writing any alternative coverage. h. Workers' compensation insurance policy(s) covering employees employed on the project shall be endorsed with a waiver of subrogation providing rights of recovery in favor of the City. i . City shall not be responsible for the direct payment of insurance premium costs for contractor's insurance. j. Contractor's insurance policies shall each be endorsed to provide that such insurance is primary protection and any self-funded or commercial coverage maintained by City shall not be called upon to contribute to loss recovery. k. In the course of the project, Contractor shall report, in a timely manner, to City's officially designated contract administrator any known loss occurrence which could give rise to a liability claim or lawsuit or which could result in a property loss. 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 responsibleTexas 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.ni., 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 actuai 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 or' 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 determined to be irresponsible and barred from participating in City work for a period of time of not less that three (3) years. 12. AWARD OF CONTRACT: Contract will be awarded to the lowest responsive bidder. The City reserves the right to reject any and/or all bids and waive any and/or all irregularities . No bid may be withdrawn until the expiration of ninety (90) days from the date the M/WBE UTILIZATION :FORM, PRIME CONTRACTOR WAIVER FORM, GOOD FAITH EFFORT FORM, and/or the JOINT VENTURE FORM ("Documentation") as appropriate is received by the City. The award of contract, if made, will be within ninety (90) days after this documentation is received, but in no case will the award be made until all the responsibility of the bidder to whom it is proposed to award the contract has been verified. 13. PAYMENT: The Contractor will receive 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 (fWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutoryworker's compensation insurance coverage for the person's or entity's employc;es 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 bas 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 c6ntractor 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 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 requirement s of Texas labor Code, Section 401.011 ( 44) for all of its employees providing services on the project, for the duration of the project; (2) provide to the contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (3) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (4) obtain from each other person with whom it contracts, and provide to the contractor: (a) a certificate of coverage, prior to the other person beginning work on the project; and (b) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter. ( 6) notify the governmental entity in wiring by certified mail or personal delivery, within ten ( 10) days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (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. Rev 3-13-09 } 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 ofa 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 of breach from the governmental entity. B. The contractor shall post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other Texas Worker's Compensation Commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language 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 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. NONDISCRIMINATION: 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 I3A-21 through I3A-29), prohibiting discrimination in employment practices. 17. AGE DISCRIMINATION: In accordance with the policy ("Policy") of the Executive Branch of the federal government, contractor covenants that neither it nor any of its officers, members, agents, or employees, will engage in performing this contract, shall, in connection with the employment, advancement or discharge of employees or in connection with the terms, conditions or privileges of their employment, discriminate against person because of their age except on the basis of a bona fide occupational qualification, retirement plan or statutory requirement. Contractor further covenants that neither it nor its officers, members, agents, or employees, or person acting on their behalf, shall specify, in solicitations or advertisements for employees to work on this Contract, a maximum age limit for such employment unless the specified maximum age limit is based upon a bona fide occupational qualification, retirement plan or statutory requirement. Contractor warrants it will fully 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 DISABD,ITY: 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 public, nor in the availability, terms and/or conditions of employment for applicants for employment with, or current employees of Contractor. Contractor warrants it will fully comply with 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 retainage) from the city for each pay period: b. Payment of the retainage will be included with the final payment after acceptance of the project as being complete. c. The project shall be deemed complete and accepted by the City as of the date the final punch list has been completed, as evidenced by a written statement signed by the contractor and the City. d. The warranty period shall begin as of the date that the final punch list has been completed. e. Bills Paid Affidavit and Consent of Surety shall be required prior to final payment becoming due and payable. f. In the event that the Bills Paid Affidavit and Consent of Surety have been delivered to the city and there is a dispute regarding (i) final quantities, or (ii) liquidated damages, city shall make a progress payment in the amount that city deems due and payable. g. In the event of a dispute regarding either final quantities or liquidated damages, the parties shall attempt to resolve the differences within 30 calendar days. Rev 3-13-09 SPECIAL INSTRUCTION TO BIDDERS (TRANSPORTATION AND PUBLIC WORKS) 1) BID SECURITY: Cashier's check or an acceptable bidder's bond payable to the City ofFort Worth, in an amount of not less than five percent (5%) of the total of the bid submitted must accompany the bid, and is subject to forfeit in the event the successful bidder fails to execute the contract documents within ten (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 a) hold a certificate of authority from the United States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law; or b) have obtained reinsurance for any liability in excess of$100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the United States secretary of the treasury to qualify as a surety on obligations p.ermitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion, will determine the adequacy of the proof required herein. · 2) PAYMENT. PERFORMANCE AND MAINTENANCE BONDS: The successful bidder entering into a contract for the work will be required to give the City surety in a sum equal to the amount of the contract awarded. In this connection, the successful bidder shall be required · to furnish a performance bond and a payment bond, both in a sum equal to the amount of the contract awarded . The form of the bond shall be as herein provided and the surety shall be acceptable to the City. All bonds furnished hereunder shall meet the requirements of Chapter 2253, Texas Government Code. . In order for a surety to be acceptable to the City, the surety must a) hold a certificate of authority from the United States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law; or b) have obtained reinsurance for any liability in excess of $100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the United States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion, will determine the adequacy of the proof required herein. The City will accept no sureties who are in default or delinquent on any bonds or who have an interest in any litigation against the City. Should any surety on the contract be determined unsatisfactory at any time by the City, notice will be given to the contractor to that effect and the contractor shall immediately provide a new surety satisfactory to the City . If the contract amount is in excess of $25,000, a Payment Bond shall be executed, in the amount of the contract, solely for the protection of all claimants supplying labor and materials in the prosecution of the work. If the contract amount is in excess of $100,000, a Performance Bond shall be executed, in the amount of the contract conditioned on the faithful performance of the work in accordance with the plans, specifications, and contract documents. Said bond shall solely be for the protection of the City of Fort Worth. City of Fort Worth, Texas Special Instruction to Bidders -Paving and Drainage PMO Official Release Date: 12.21 .2010 Page 1 of 9 All contracts shall require a maintenance bond in the amount of one hundred percent (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. 3) LIQUIDATED DAMAGES: The Contractor's attention is called to !>art 1, Item 8, paragraph 8.6, of the "General Provisions" of the Standard Specifications for Street and Storm Drain Constn,ction of the City of Fort Worth, Texas, concerning liquidated damages for late completion of projects. 4) AMBIGUITY: In case of ambiguity or lack of clearness in stating prices .in the proposal, the City reserves the right to adopt the most advantageous construction thereof to the City or to reject the proposal. 5) EMPLOYMENT: All 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 Str.eet and Storm Drain Construction is deleted and replaced with the following: a) The contractor shall comply with all requirements of .Chapter 2258, Te?{as Government Code, including the payment ofnot less than the rates determined by the City Council of the City ofFort Worth to be the prevailing wage rates in accordance with Chapter 2258, Texas Government Code . Such prevailing wage rates are included in these contract documents. b) The contractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show · 1) the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract; and 2) the actual per diem wages paid to each worker. These records shall be open at all reasonable hours for inspection by the City . The provisions of the . special provision titled "Right to Audit" pertain to this inspection. c) The.· contractor shall include in . its subcontracts and/or shall otherwise require all of its 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. e) The contractor shall post the prevailing wage rates in a conspicuous'place at the site of the project at all times . · 7) FINANCIAL STATEMENT: A current certified financial statement may be required by the Department of Transportation and Public Works if required for use by the CITY OF FORT WORTH in determining the successful bidder. This statement, ifrequired, is to be prepared by an independentPubiic Accountant holding a valid perinit issued by an appropriate State Licensing Agenc.:y . City of Fort Worth, Texas Special Instruction to Bidders -Paving and Drainage PMO Official Release Date: 12.21 .2010 Page 2 of 9 8) INSURANCE: Within ten (10) days of receipt of notice of award of contract, the Contractor must provide, along with executed contract documents and appropriate bonds, proof of insurance for Worker's Compensation and Comprehensive General Liability (Bodily Injury-$500,000 each person, $1,000,000 each occurrence ($2,000,000 aggregate limit); Property Damage -$250,000 each occurrence). The City reserves the right to request any other insurance coverage as may be required by each individual project. 9) ADDITIONAL INSURANCE REQUIREMENTS: a) The City, its officers, employees and ·servants shall be endorsed as an additional insured on Contractor's insurance policies excepting employer's liability insurance coverage under Contractor's workers' compensation insurance policy. b) Certificates of insurance shall be delivered to the City of Fort Worth, contract administrator in the respective department as specified in the bid documents, 1000 Throckmorton Street, Fort Worth, TX 76102, prior to commencement of work on the contracted project. c) : Any failure on part of the City to request required insurance documentation shall not constitute a waiver of the insurance requirements specified herein. d) ' 'Each insurance policy shall be endorsed to provide the City a minimum thirty days notice of · cancellation, non-renewal, and/or material change in policy terms or coverage . A ten days notice shall be acceptable in the event of non-payment of premium. e) Insurers must be authorized to do business in the State of Texas and have a current A .M. Best rating of A: VII or equivalent measure of financial strength and solvency. · t). 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 t_imely manner, to City's officially designated contract administrator any known loss occurrence which could give rise to a liability claim or lawsuit or which could result in a property loss. I) Contractor's liability shall not be limited to the specified amounts of insurance required herein . m) Upon the request of City, Contractor shall provide complete copies of all insurance policies required by these contract documents. City of Fort Worth, Texas Special Instruction to Bidders -Paving and Drainage PMO Official Release Date: 12.21 .2010 Page 3 of 9 IO) 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. "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 nonresident bidders in order for its bid to meet specifications. The failure of a nonresident contractor to do so will automatically disqualify that bidder. 11) MINORITY AND WOMEN BUSINESS ENTERPRISES: In a accord with City of Fort Worth Ordinance No. 15530, the City of Fort Worth has goals for the participation of minority business enterprises and ·women . business enterprises in City contracts. A copy of the Ordinance can be obtained from the Office of ;the City Secretary . The bidder shall submit the MBE/WBE UTILIZATION FORM SUBCONTRACTOR/SUPPLIER UTILIZATION FORM , PRIME CONTRACTOR WA IVER 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 r.eceipt 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 determined to be . irresponsible and barred from participating in City work for a period of time of not less that.three (3) years. City of Fort Worth, Texas Special Instruction to Bidders -Paving and Drainage PMO Official Release Date : 12.21 .2010 Page 4 of 9 Rev 3-13-09 12) AWARD OF CONTRACT: Contract will be awarded to the lowest responsive bidder. The City reserves the right to reject any and/or all bids and waive any and/or all irregularities. No bid may be withdrawn until the expiration of ninety (90) days from the date the M/WBE UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM, GOOD FAITH EFFORT FORM, and/or the JOINT VENTURE FORM ("Documentation") as appropriate is received by the City. The award of contract, if made, will be within ninety (90) days after this documentation is received, but in no case will the award be made until all the responsibility of the bidder to whom it is proposed to award the contract has been verified. 13) PAYMENT: The Contractor will receive 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. 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 do not acknowledge all applicable addenda may be rejected as non-responsive. 15) CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW: a) Workers Compensation Insurance Coverage I) Definitions: Certain of coverage ("certificate"). A copy of a · certificate of insurance, a certificate of authority to self-insure issued by the commission, or a coverage agreement (TWCC-81, · TWCC-82, TWCC-83, or TWCC-84), showing statutory worker's compensation 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 . 2) The contractor shall provided coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011 (44) or all employees of the contractor providing services on the project, for the duration of the project. City of Fort Worth , Texas Special Instruction to Bidders -Paving and Drainage PMO Official Release Date: 12.21 .2010 Page 5 of9 3) The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. 4) If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. 5) The contractor shall obtain from each person providing services on a project, and provide to the governmental entity: a) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and · -' b) .. 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. 6) The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter 7) The contractor shall notify the governmental entity in writing by certified mail or personal delivery, within ten {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. 8) The contractor shidl 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. 9) The contractor shall contractually require each person with whom it contracts to provide services on a project, to: a) provide coverage, based on proper reporting on classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas labor Code, Section 401.011 (44) for aHof its employees providing services on the project, for the duration of the project; b) · provide to the coritractor, 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 prcividing services on the project, for the duration of the project; , c) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing .extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; d) obtain from each other person with whom it contracts, and provide to the contractor: City of Fort Worth, Texas Special Instruction to Bidders -Paving and Drainage PMO Official Release Date: 12.21 .2010 Page 6 of9 Rev 3-13-09 -.:.•.·:: 'i.:... 1) a certificate of coverage, prior to the other person beginning work on the project; and 2) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter. f) notify the governmental entity in wiring by certified mail or personal delivery,.within ten (10) days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and g) contractually require each person with whom it contracts, to perform as required by paragraphs (1) -(7), with the certificates of coverage to be provided to the person for whom they are providing services .· .10) By signing this contract or providing or causing to be provided a certificate of coverage, the · contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of c111$sification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self insured, with the commission's Division of Self-Insurance Regulation. Providing false or misleading information may subject the contractor to administrative, criminal, civil penalties or other. civil actions. 11) The contractor's failure to comply with any of these provisions is a breach of contract by the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity b) The contractor shall post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other Texas Worker's Compensation Commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language 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 worker" compensation insurance. This includes persons providing, hauling or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee". Contact the Texas Workers' Compensation Commission to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage". City of Fort Worth, Texas . Special Instruction to Bidders -Paving and Drainage PMO Official Release Date: 12.21 .2010 Page 7 of 9 16) NON DISCRIMINATION: The contractor shall not discriminate against any person or persons because of sex, race, religion; color, or national origin and shall comply wit~ the provisions of City Ordinance 7278, as amended by City Ordinance 7400 (Fort Worth City Code Sections 13A-21 through 13A-29), prohibiting discrimination in employment practices . 17) AGE DISCRIMINATION: In accordance with the policy (''Policy") of the Executive Branch of the federal government, contractor covenants that neither it nor any of its officers, members, agents, or employees, will engage in performing this contract, shall, in connection with the employment, advancement or discharge of employees or in connection with the terms, conditions or privileges of their employment, discriminate against person because of their age except on the basis of a bona fide occupational qualification , retirement plan or statutory requirement. Contractor further covenants that neither it nor its officers, members, agents, or .employees, or person acting on their behalf, shall specify, in solicitations or advertisements for employees to work on this Contract, a maximum age limit for such employment unless the specified maximum age limit is based upon a bona fide occupational.qualification, retirement plan or statutory requirement. Contractor warrants it will fully 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 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 oftheAmericans 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 public, nor in the availability, tenns and/or ·conditions · of:employment for :applicants for .employment with; .or .current employees of Contractor . . Contractor .warrants it will. fully comply with .ADA's provisions and 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 perfo~ance of this Contract. 19) PROGRESSPAYMENTS,FINALPA:YMENT.PROJECT ACCEPTANCEANDWARRAN1Y: a) The contractor wm receive full payment (less retainage) :from the city for each pay period. b) Payment of the retainage will be included with the final payment after acceptance of the project as being complete. · c) The project shall be deemed complete and accepted by the City as of the date the final punch list has be.en 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. City of Fort Worth , Texas Special Instruction to Bidders -Paving and Drainage PMO Official Release Date : 12.21.2010 Page 8 of 9 ,· .•f .: . f) In .the event that the Bills Paid Affidavit and Consent of Surety have been delivered to the city and there is a dispute regarding I) final quantities, or . 2) liquidated damages, city shall make a progress payment in the amount that city deems due and payable. g) In the event of a dispute regarding either final quantities or liquidated damages, the parties shall attempt to resolve the differences within 30 calendar days. 20) PREOUALIFICATION REOUIREMENIS: All contractors submitting bids are required to be prequalified by the Fort Worth Transportation and Public Works Department prior to submitting bids for pavement contracts. This prequalification process will establish a bid limit based on a technical evaluation and financial analysis of the contractor. It is the bidder's responsibility to submit the following documentation: a current financial statement, an acceptable experience record, an acceptable equipment schedule as outlined in the PREQUALIFICATION REQUIREMENTS FOR PAVING ·> ,CONTRACTORS most recent version, and any other documents the Department may deem necessary, .,.·_·to the Director of Transportation and Public Works at least fourteen (14) calendar days prior to the date of the opening of bids. a) The financial statement required shall have been compiled by an independent certified public accountant or an independent public accountant holding a valid permit issued by an appropriate . State licensing agency and shall have been so prepared as to reflect the financial status to the submitting company. This statement must be current and not more than one (I) year old: In the case that a bidding date falls within the time a new statement is being prepared, the previous statement shall be updated with proper verification. b) For an experience record to be considered to be acceptable for a given project, it must reflect the experience of the firm seeking qualification in work of both the same nature and technical level as that of the project for which bids are to be received. c) The Director of the Transportation and Public Works Department shall be the sole judge as to the level of project a Contractor is qualified to bid based upon a review of the information submitted. d) The City, at its sole discretion, may reject any bid for failure by the Contractor to demonstrate acceptable experience, expertise or financial wherewithal to perform the work included in the project. e) Any proposals submitted by a non-prequalified bidder shall be returned unopened, and if inadvertently opened, shall not be considered f) The City will attempt to notify prospective bidders whose qualifications (financial or experience) are not deemed to be suitable for the nature and/or magnitude of the project on which bids are to be received. Failure to notify shall not be a waiver of any necessary prequalification. g) Any contractor who becomes qualified and remains in good standing with the City will not be required to submit for re-qualification for 2 years from the date of having last being qualified. Re- qualification procedures are included in the PREQUALIFICATION REQUIREMENTS FOR PA YING CONTRACTORS document. City of Fort Worth, Texas Special lnstn.Jction to Bidders -Paving and Drainage PMO Official Release Date : 12.21 .2010 Page 9 of 9 SECTION 3 -M/WBE DOCUMENTS 3.1 M/WBE Special Instructions to Bidders 3.2 M/WBE Subcontractor/Supplier Utilization Form 3.3 M/WBE Prime Contractor Waiver Form 3.4 M/WBE Good Faith Effort Form 3.5 M/WBE Joint Venture Eligibility Form G:\1210\4397-32\Project\Specifications\Contract 5B\SECTION 3\3 .0 -SECTION 3 COVER .doc FORTW'ORTH ,_ • W • ---City of Fort Worth Minority and Women Business Enterprise Specifications SPECIAL INSTRUCTIONS FOR BIDDERS APPLICATION OF POLICY POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable particieation 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 an,d Women Business Enterprise Ordinance apply to this bid . :, M/WBE PROJECT GOALS The City's M/WBE goal on this project is ---"2=2 __ % of the total bid (Base bid applies to Parks and Community Services). COMPLIANCE TO BID SPECIFICATIONS On City contracts of $25,000 or more, bidders are required to comply with the intent of the City's M/WBE Ordinance by either of the following: 1. Meet or exceed the above stated M/WBE goal, or 2. Good Faith Effort documentation, or; 3. Waiver documentation, or; 4. Joint Venture. 1. Subcontractor Utilization Form, if goal is received by 5:00 p.m ., five (5) City business days after the bid met or exceeded: opMing date, exclusive of the bid opening date . 2. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after the bid Utilization Form, if participation is less than opening date, exclusive of the bid opening date . stated goal : 3. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after the bid · Utilization Form, if no M/WBE participation: opening date, exclusive of the bid opening date . 4. Prime Contractor Waiver Form, if you will received by 5:00 p.m., five (5) City business days after the bid perform all subcontracting/suoolier work: opening date, exclusive of the bid opening date. 5. Joint Venture Form, if utilize a joint venture received by , 5:00 p.m., five (5) City business days after the bid to met or exceed goal. opening date, exclusive of the bid opening date. _:.;.,,,:FAJLUREJQCOIVIPL'(WI.T.H ;:r~E:'.CI.TY'S MIWB$.:bRDINANG.l:t \lVILL'.'RE ,SU .LT,IN 'THE ,B!DBEl'N~·,,,·:: •''.;:::{'::·' '':/\ ,';,,· :·.: ?;:'::,-l':CON$'tbERE'oNON 2RE;SPo'NSIVE ~·T0 :SREciFiCAT16N$·;<jf >,_':::·· •\. ,: .•. : ... i·:,./::<. Any questions, please contact the M/WBE Office at (817) 392 -6104. G:\1210\4397-32\PROJECT\SPECIFICATIONS\CONTRACT 5B\100% SET-5B\03.l -PINK-11-15 -05 SPEC IAL INSTRAUCTIONS.RECREATED .DOCX Rev . 11/1/05 ���r • p: • . • ' �: . . .. .l _ , , ' ' a a �� r i t � � t � � 1 �1 � � I L ! � 1 1� �_,�■; , . ATTACHMENT 1A Page 1 of4 fORTWORTH ----....------City of Fort Worth Subcontractors/Suppliers Utilization Form PRIME COMPANY NAME: Check applicable block to describe prime McClendon Construction Co, Inc ~ I M/W/DBE I Al NON-M/W/DBE PROJECT NAME : V '-t-V/-/ '/A17:52 F?C VD BID DATE 2007 CCP District 5 Contract SB March 31, 2011 City's M/WBE Project Goal: I Prime's M/WBE Project Utilization: PROJECT NUMBER 22 % 36.9 % Proj 00947 Identify all subcontractors/suppliers you will use on this project Failure to complete this form , in its entirety with requested documentation , and received by the Managing Department on or before 5:00 p.m. five (5) City business days after bid opening, exclusive of bid opening date , will result in the bid being considered non-responsive to bid specifications. The undersigned Offeror agrees to enter into a formal agreement with the M/WBE firm(s) listed in this utilization schedule , conditioned upon execution of a contract with the City of Fort Worth . The intentional and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being considered non-responsive to bid specifications M/WBEs listed toward meeting the project goal must be located in the nine (9) county marketplace or currently doing business in the marketplace at the time of bid. Marketplace is the geographic area of Tarrant , Parker, Johnson , Collin , Dallas , Denton , Ellis , Kaufman and Rockwall counties. Identify each Tier level. Tier is the level of subcontracting below the prime contractor, i.e ., a direct payment from the prime contractor to a subcontractor is considered 151 tier, a payment by a subcontractor to its supplier is considered 2nd tier ALL M/WBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms , located or doing business at the time of bid opening within the Marketplace , that have been determined to be bonafide minority or women businesses by the North Central Texas Regional Certification Agency (NCTRCA), or the Texas Department of Transportation (TX DOT), highway division . Disadvantaged Business Enterprise (DBE) is synonymous with Mino rity/Women Business Enterprise (M/WBE). If hauling services are utilized , the prime will be given credit as long as the M/WBE listed owns and operates at least one fully licensed and operational truck to be used on the contract. The M/WBE may lease trucks from another M/WBE firm, including M/WBE owner-operators, and receive full M/WBE credit. The M/WBE may lease trucks from non-M/WBEs , including owner-operators , but will only receive credit for the fees and commissions earned by the M/WBE as outlined in the lease agreement. Rev . 5/30/03 f ' fORTWORTH --....,..,- ATTACHMENT 1A Page2 of 4 Primes are requ ired to identify ALL subcontractors/suppl iers, regardless of status; i.e ., M inori ty , Women and non-M/WBEs. Please list M/WBE firms fi rst, use additional sheets if necessary . Certification N (check one ) 0 SUBCONTRACTOR/SUPPLIER T n Company Name i N T Detail Detail C X M Subcontracting Work Supplies Purchased Dollar Amount Address e M w T D w Telephone/Fax r B B R 0 B E E C T E A M E Burns Construction PO Box 783 Water and Sewer $293 ,367 .95 Burleson , TX 76097 1 X X (Prequalified ) 817/447-0292 Fax 817/447-0207 Klutz Construction PO Box 100263 Dra inage $14 ,100 .00 Ft Worth TX 76185 1 X X Construction 817/921 -0990 Fax 817/921-0990 Rubio Trucking 9000 Co Rd 513 Hauloff $2 5 ,211 .00 Alvarado , TX 76009 1 X X Trucking 817/829-3711 No Fax Ricochet Fuel Distributors 1201 Royal Pkwy Fue l $4 ,950 .00 Euless , TX 76040 1 X X 817/268-5910 Fax 817/282-7497 Rev . 5/30/03 FoirWORTH --.,..,- ATTACHM EN T 1A Page 3 of 4 Pri mes are required to identify ALL subcontractors/suppl ie rs , regardless of st atus ; i.e ., Minori ty , Women and non-M/WBEs. Please list M/WBE finns first, use add it ional sheets if necessary . Certification N (check one) 0 SUBCONTRACTOR/SUPPLIER T n Company Name i N T Detail Detail C X M Subcontracting Work Supplies Purchased Dollar Amount Address e M w T D VII Telephone/Fax r B B R 0 B E E C T E A Southern Star Concrete 8505 Freeport Pkwy Ready-M ix $153 ,472 .00 Irving , TX 75063 1 X Concrete 972/621-0999 Southwest Const Services 11430 Newkirk St Silicone $3 ,863 .00 Dallas , TX 75229 1 X Joint Seal 214/879-9948 Fax 214/545-5402 Barnsco , Inc 2609 W ill owbrook Rebar Suppl ier $27 ,990 .00 Dallas , TX 75220 1 X 214/352 -9091 Fax 214/379-0341 Beall Lime Co 1100 West Parkway Hyd rated Lime $18 ,632 .00 Euless , TX 76040 1 X Slurry 817 /835-4000 APAC Texas Inc PO Box 848164 Hot Mix Asphal t $2 ,970 .00 Dallas , TX 75284 1 X 214/741 -3531 Rev . 5/3 0/0 3 . fORTWORTH ~ Total Dollar Amount of M/WBE Subcontractors/Suppliers Total Dollar Amount of Non-M/WBE Subcontractors/Suppliers $ $ ATTACHMENT 1A Page4 of4 $337,628.95 $206,927.00 TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ $544,555.95 The Contractor will not make additions, deletions, or substitutions to this certified list without the prior approval of the Minority and Women Business Enterprise Office Manager or designee through the submittal of a Request for Approval of Change/Addition . Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the ordinance. The contractor shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed M/WBE goal. If the detail explanation is not submitted, it will affect the final compliance determination . By affixing a signature to this form , the 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 m isrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements . Any failure to comply with this ordinance and create a material breach of contract may result in a determination of an irresponsible Offeror and barred from participating in ~~)year Dan Mcclendon Printed Signature President Title Contact Name/Title (if different) McClendon Construction Co, Inc 817/295-0066 Company Name Telephone and/or Fax PO Box999 dan@mcclendonconstruction .com Address E-mail Address Burleson , TX 76097 April 1, 2011 City/State/Zip Date Rev . 5/30/03 ) City of Fort Worth Project Manager: Khal Jaafari , P.E. Project 2007 Critical Capital Project Council District 5; Contract 5B Avenue M , Edgewood Terrace and Valley Vista Drive Date 3/29/2011 City Projec 00947 7403 McClendon Constructino CO . Inc . PAVING IMPROVEMENTS BID ITEMS: CPMS Record Sub Group Number Material Description Major BID -00100 Service CS Storm Water Pollution Prevention Plan > Than 1 Ac SWPPP - Fence BID -00126A Other Fence - 6' Chain Link -Install Fence BID -001266 Other Fence -Wood -nstall Fence BID -00127A Service CS Fence -6' Chain Link -Remove Fence BID -001276 Service CS Fence -Wood -Remove Soil BID -00147A Soil Topsoil -Install (base bid onlvl Site BID -00181 Service CS Traffic Control -In stall Common BID -01321 Service CS Miscellaneous -Tree Removal Parkway BID -00402 Service CS Driveway -Remove Parkwav BID . 00404 Concrete Driveway-6 Inch -Install Parkway BID . 00407A Assemblv Mailbox -Install -On Metal or Wooden Pole Parkway BID -004076 Assembly Mailbox -Install -Masonary, Rock , Brick Parkwav BID -00408A ServiceCS Ma ilbox -Remove -On Metal or Wooden Pole Parkwav BID -004086 ServiceCS Mailbox -Remove -Masonary , Rock , Brick Parkway BID -00411 Other Retainino Wall -per Special Reta inino Wall Detail -Install (ADDENDA #1) Parkwav BID -004116 Other Retaining Wall -pe r Retaining Wall with Sidewalk Detail-Install Parwkay BID -00412 ServiceCS Retaining Wall -Remove (ADDENDA #1) Parkway BID -004 14 Service CS Utility Adjustment -Repair C:\Documents and Settings\Owner .YOUR -DD19EBDAB4\My Documents \Bids\2007 Disctric 5B \Copy of Prop6s~) DOE# 5877 Unit of Measure Quantity LS 1 LF 209 LF 30 LF 209 LF 30 CY 589 LS 1 EA 11 SF 8 ,620 SF 8 ,663 EA 2 EA 2 EA 2 EA 2 CY 35 CY 5 LF 60 LS 1 Your Unit Price Your Bid $ 750 .00 $ 750.00 $ 12 .00 $ 2 ,508.00 $ 15 .00 $ 450 .00 $ 1.00 $ 209 .00 $ 1.00 $ 30.00 $ 16 .00 $ 9 ,424.00 $ 5,550 .00 $ 5 ,550 .00 $ 650.00 $ 7 ,150 .00 $ 0.60 $ 5 ,172.00 $ 5.00 $ 43 ,315 .00 $ 50 .00 $ 100.00 $ 700.00 $ 1,400.00 $ 1.00 $ 2.00 $ 1.00 $ 2 .00 $ 300.00 $ 10 ,500 .00 $ 300 .00 $ 1,500 .00 $ 3.00 $ 180.00 $10 ,000 .00 $10 ,000 .00 ADDENDUM #1 pity of Fort Worth Project Manager: Khal Jaafari , P .E. Proj ect 2 007 Critical Capital Project Council District 5; Contract 58 A M Ed d T d V II V t D . venue 1qewoo errace an a ev IS a rive PAVING IMPROVEMENTS BID ITEMS: vr-m,;, Kecora unit or Sub Group Number Material Description Measure Quantity Your Unit Price Your Bid Pavina BID -00424 Service CS Curb & Gutter -Remove LF 3 ,616 $ 1.60 $ 5 ,785.60 Pavina BID -00443 Asohalt Pavement -2" (min) HMAC on 2/27 Concrete Base SF 3 ,960 $ 4.50 $ 17 ,820 .00 Pavement Concrete -Install -8" Th ickness 3,500 PSI --Rebar on 18" Centers Paving BID -00429 Concrete . ·-•nlU#11 SY 5 ,831 $ 27 .50 $ 160,352 .50 Pavement Concrete -Install -8" Thickness, 3,500 PSI -Rebar on 18 " Centers , 3.5 Pavina BID -00429A Concrete lh r..,~--c,.,,v an1,1n nM rv . ,::,h---___ .. , ... _ ... h, r;h, ,-.nni::I\JnllU off1\ SY 1,338 $ 27 .50 $ 36 ,795 .00 Pavement Concrete -Install -8" Thickness , 3 ,500 PSI --No Rebar , 4.0 lbs Pavina BID -00429B Concrete r..--M c,_, OV an1,1n noe rv -phoeo nen"'"'O"' hv r;1v IIUI off1\ SY 212 $ 24 .50 $ 5 ,194.00 Paving BID -00450 Concrete Pavement Concrete -Install - 8" Thickness , 3,500 PSI (Valley Vista ) SY 900 $ 29 .00 $ 26 ,100 .00 Pavement Concrete -Install -10" Thickness , 4,000 PSI -- TxDOT Connection - Paving BID -00450B Concrete •--•nll "1-11-, \/;cl~\ • -,, -·,, IIUI off1 I SY 171 $ 47 .00 $ 8 ,037 .00 l-'avement-4 incn-1 ype u unaenayment -1 xuu I t;onnecuon -install \Valley Pavina BID 00449 Asohalt Vista) SY 181 $ 19 .50 $ 3 ,534 .57 t'avement-voncrete -Kemove 11 uepm per oore 1:J-.,.,11va11ey vista/ Pavina BID 00457 Pavina (ADDENDA #1) SY 1,060 $ 4.00 $ 4 ,240.00 Paving BID -00471 Asphalt Pavement-Transition-Min 6 Inch HMAC -Type B Install TON 10 $ 150 .00 $ 1,500.00 Pavina BID -00472 Service CS Pavement-Unclassified Street Excavation (ADDENDUM #11 CY 4 ,440 $ 13.00 $ 57 ,720.00 Paving BID -00484A Lime Subgrade-6 In ch-Lime Stab ilized-28 lbs/sy -Install SY 6 ,342 $ 2.00 $ 12 ,684 .00 Paving BID -00484B Lime Subgrade-6 Inch-Lime Stabilized-36 lbs /sv -Install SY 2 ,743 $ 2 .00 $ 5,486 .00 Paving BID -00496 Lime Subgrade-Lime for Stabilization -Install TONS 136 $ 140 .00 $ 19,040.00 Sign BID -00504 Steel Sign-Project Designation -Install EA 5 $ 150 .00 $ 750 .00 Sidewalk BID -00529 Service CS Walk -Remove SF 2 ,366 $ 0.50 $ 1,183.00 Sidewalk BID -00530 Concrete Walk-4 Ft -Install SF 3 ,085 $ 3.50 $ 10,797 .50 Sidewalk BID -00530B Concrete Walk-5 Ft -"RetaininQ Wall with Sidewalk Detail " -Install SF 400 $ 3.50 $ 1,400 .00 Sidewalk BID -00532 Concrete Walk-ADA Wheelchair Ramp -Install SF 963 $ 6 .00 $ 5 ,778.00 Sidewalk BID -00533 Service CS Walk-ADA Wheelchair Ramo -Remove SF 172 $ 0 .50 $ 86 .00 Sidewalk BID -00536 Concrete Walk -Steps -Install SF 37 $ 12 .00 $ 444 .00 Sidewalk BID -00537 Concrete Walk -Steps -Remove SF 37 $ 0 .60 $ 22 .20 Paving BID -00843 Concrete Curb -7 Inch -Install (ADDENDUM #1) LF 4 ,577 $ 2.50 $ 11 ,442 .50 Distribution BID -00848 Service CS Meter Box -Adiustment -Services EA 41 $ 10.00 $ 410 .00 Collection BID -00849 Service CS Manhole -Adjustment EA 2 $ 100 .00 $ 200 .00 TOTAL PAVING IMPROVEMENTS: $495,043.87 C:\Documents and Settings\Owner.YOUR-DD19E8DAB4\My Documents\Bids\2007 Disctric 58 \Copy of Prop6s~) ADDENDUM #1 yity of Fort Worth Project Manager: Khal Jaafari , P.E. Project 2007 Critical Capital Project Council District 5 ; Contract 58 Avenue M , Edgewood Terrace and Valley Vista Drive DRAINAGE IMPROVEMENTS BID ITEMS: ,.,,-M;:, Kecora Sub Grouo Number Material Descriotion Major BID -00081 Concrete Pipe-18 Inch-CL Ill -Install Maior BID -00080 Service CS Pioe-Remove Major BID -00101 Service CS Unclassified Trench Excavation & Backfill -Install M inor BID -00102 Serv ice CS Inlet -Remove Minor BID -00106 Concrete lnlet-lnline-1 O Ft -Install Collectio n BID -00372 Servi ce CS Trench Safety System 5 Foot Depth -Install WATER IMPROVEMENTS BID ITEMS: ,., ... ..,., t<ecora Sub Group Number Material Description Paving BID -01302 Asohalt Pavement-2 Inch Type D HMAC on 6 Inch Fle x Base-Temporary-Install Distribution BID -00546 Iron Fire Hydrant -Install Distribution BID -00547 Service CS Fire Hydrant -Remove Distribution BID -00548 Iron Fire Hydrant-Barrel & Stem Extens ion -Install Distribution BID -00549 Service CS Meter Box -Relocate Distribution BID -00550 Polvethvlene Meter Box-Class A -Install Distribution BID -00553 Polyethvlene Meter Box-Clas s B -Install Distribution BID -00567 Service CS Pipe Remove Distribution BID -00568 Iron Pipe Fittings-< Than 16 Inch DI Pipe -Install Distribution BID -00569 Iron Pipe Fittings-16 Inch or > DI Pipe -Install (ADDENDUM #1) Distribution BID -00587 Other Pipe-Pressure -Abandon D istribution BID -00588 PVC Pipe-Pressure-10 Inch -Install Distribution BID -00594 PVC Pipe-Pressure-16 Inch -Install D istribution BID -00 605 PVC Pipe-P res sure-4 Inch -Install C:\Docu ments and Settin gs\Owner. YOUR-DD19EBDAB4\My Documents\Bids\2 007 Di sctric 5B\Copy of Prop6s~) unit or Measure Quantitv Your Unit Price LF 50 $ 57 .00 LF 50 $ 10 .00 CY 32 $ 10.00 EA 6 $ 500 .00 EA 6 $ 2,500 .00 LF 65 $ 5.00 TOTAL DRAINAGE IMPROVEMENTS: unno, Measure Quantity Your Unit Price LF 2 ,120 $ 6.50 EA 5 $ 2,000 .00 EA 5 $ 100 .00 -VF 15 $ 1.00 EA 1 $ 300 .00 EA 40 $ 85 .00 EA 1 $ 200 .00 LF 672 $ 0.10 TONS 1 .8 $ 3,500 .00 TONS 3.1 $ 3,500 .00 LF 2 ,047 $ 0.25 LF 248 $ 32 .00 LF 753 $ 45 .00 LF 10 $ 25 .00 Your Bid $ 2 ,850 .00 $ 500 .00 $ 320 .00 $ 3 ,000 .00 $ 15,000 .00 $ 325 .00 $21,995.00 Your Bid $ 13,780.00 $ 10,000 .00 $ 500 .00 $ 15.00 $ 300 .00 $ 3 ,400.00 $ 200 .00 $ 67 .20 $ 6 ,300.00 $ 10,850 .00 $ 511 .75 $ 7 ,936.00 $ 33 ,885.00 $ 250 .00 ADDENDUM#1 City of Fort Worth Project Manager: Khal Jaafari , P .E . Project 2007 Critica l Cap ita l Project Council D istrict 5; Contract 58 Avenue M, Edgewood Terrace and Valley Vista Drive WATER IMPROVEMENTS BID ITEMS: 1,;t'M::S Kecora Unit OT Sub Group Number Material Description Measure Quantity Your Un it Price Your Bid Distribution BID -00616 PVC Pipe-Pressure-6 Inch -Install LF 120 $ 25 .00 $ 3 ,000 .00 Distribution BID -00618 PVC Pipe -Pressure-8 In ch -Install LF 1 ,452 $ 27 .00 $ 39 ,204.00 Distribution BID -00715 Iron Valve -10 Inch -Gate-wNalve Bo x -Install EA 1 $ 1,450 .00 $ 1 ,450 .00 Distribution BID -00 716 Iron Valve-16 Inch-Blow Off-w/Sump Manhole -Install EA 1 $ 3,500 .00 $ 3 ,500 .00 Distribution BID -007 19 Iron Valve -16 Inch-Gate Valve wNault-Install EA 3 $ 8,250 .00 $ 24 ,750.00 Distribution BID -00720 Service CS Valve-16 Inch -Gate Valve wNault -Remove EA 2 $ 250 .00 $ 500.00 Distribution BID -00 72 0A Service CS Valve -16 In ch-B low Off-w/Sump Manhole -Remove EA 1 $ 250 .00 $ 250 .00 Distribution B ID -00735 Iron Valve-4 Inch-Gate Valve w/Box -Install (ADDENDUM #1) EA 1 $ 500 .00 $ 500.00 Distribution BID -00 745 Iron Va lve -6 In ch-Gate-wNalve Box -Install EA 7 $ 650 .00 $ 4 ,550 .00 Distribution BID -00 749 Iron Valve -8 Inch -Gate-wNalve Bo x -Install EA 9 $ 900 .00 $ 8 ,100.00 Distribution BID -00 751 Service CS Va lve-Gate -Remo ve EA 9 $ 50 .00 $ 450.00 Distribution BID -00 758 Coooer Water Serv ice -1 Inch -Install LF 640 $ 12 .00 $ 7 ,680 .00 Distribution BID -00 762 Assembly Water Service -1 Inch-Tap to Ma in -Install EA 38 $ 325.00 $ 12 ,350 .00 Distribution BID -0075 3 Coooer Water Service -1 1/2 In ch -Install LF 27 $ 25.00 $ 675 .00 Distribution BID -00 755 Assembly Wa te r Service-1 1/2 Inch -Tap to Mai n -Install EA 1 $ 1,200 .00 $ 1,200 .00 Distribution BID -763 Coooer Water Serv ice -2 In ch -Install LF 53 $ 30 .00 $ 1,590 .00 Distribution BID -767 Assembly Water Servi ce-2 In ch-Tap to Mai n -Install EA 2 $ 1,250 .00 $ 2 ,500.00 Distribution BID -769 Steel Water Service -2 Inch-Tempo rary -Install LF 2 ,169 $ 4.00 $ 8 ,676 .00 TOTAL WATER IMPROV EMENTS: $208,919.95 C:\Do cume nts an d Sett ings \Own er. YOUR -0019 E8DAB4\M y Documents \Bids \2 00 7 Disct ric 5B \Copy of Prop6s~) ADDENDUM #1 . j:ity of Fort Worth Project Manager: Khal Jaafari, P .E. Project 2007 Critical Capital Project Council District 5 ; Contract 5B A M Ed d T d V II V t D . venue , ioewoo errace an a ev IS a nve SEWER IMPROVEMENTS BID ITEMS: ._, . ..,., r<ecora umto, Sub Grouo Number Material Descriotion Measure Quantitv Your Unit Price Your Bid Collection BID -00198 Concrete Collar-Manhole-32 Inch-Frame & Cover -Install EA 7 $ 5.00 $ 35.00 Collection BID -00201 Service CS Inspection-Post Construction Cleaning & TV -Study LF 1,388 $ 2.00 $ 2 ,776 .00 Collection BID -00202 Service CS lnspection-Preconstruction Cleaning & TV -Study LF 1,388 $ 2.50 $ 3 ,470.00 Collection BID -00206 Service CS Manhole -Remove EA 5 $ 250 .00 $ 1 ,250 .00 Collection BID -00212 Concrete Manhole-Shallow Std 4 Ft Diam-(Shallow Cone ) -Install EA 1 $ 2,000 .00 $ 2 ,000 .00 Collection BID -00213 Concrete Manhole-Std 4 Ft Diam-(to 6 Ft Depth ) -Install EA 6 $ 2,000 .00 $ 12 ,000 .00 Collection BID -00214 Concrete Manhole-Std 4 Ft Diam-Added Depth (over 6 Ft Depth) -Install VF 3 $ 100 .00 $ 300 .00 Collection BID -00217 Service CS Manhole-Vacuum Test -Services EA 7 $ 100 .00 $ 700 .00 BID -00223 REMOVED FROM BID (ADDENDUM #1) $ -$ - Collection BID -00350 PVC Pipe -Sewer-8 lnch-SDR26 (All Depths) w/CSBF LF 20 $ 33 .00 $ 660 .00 Collection BID -00351 PVC Pipe-Sewer-8 lnch -SDR35 (All Depths) -Install LF 1,379 $ 30 .50 $ 42 ,059 .50 Collection BID -00354 PVC Sewer Service-4 Inch -Install LF 908 $ 8.00 $ 7 ,264 .00 Collection BID -00355 Other Sewer Service-4 Inch Service Tap -Install EA 35 $ 325.00 $ 11 ,375.00 Collection BID -00356 PVC Sewer Service-4 lnch-2 Way Clean Out -Install EA 35 $ 125 .00 $ 4 ,375 .00 Collection BID -00367 Service CS Sewer-Service-C ut & Plug Existing All Sizes All Depths -Abandon EA 1 $ 250 .00 $ 250 .00 Collection BID -00372 Service CS Trench Safety System 5 Foot Depth -Install LF 1 ,388 $ 1.00 $ 1 ,388 .00 Paving BID -01302 Asphalt Pavement-2 Inch Type D HMAC on 6 Inch Flex Base -Temporary -Install LF 1,430 $ 6 .50 $ 9 ,295 .00 TOTAL SEWER IMPROVEMENTS: $99,197.50 C:\Documents and Settings\Owner.Y OUR-DD19E8DAB41My Documents \Bids\200 7 Disctric 5B \Copy of Prop&~) ADDENDUM#1 ,City of Fort Worth Project Manager: Khal Jaafari, P .E. Project 2007 Critical Capital Project Council District 5 ; Contract 58 A M Ed d T d V II V D . venue 1oewoo errace an a ev 1sta nve ALTERNATE BID -PAVING IMPROVEMENTS -ADDITIONAL SIDEWALK: Soil BID -00147 Soil Topsoil -Install (Deduct Item) Parkwav BID -004118 Other Retainino Wall -oer Retaining Wall with Sidewalk Detail-Install Sidewalk BID -00530 Concrete Walk-4 Ft -Install Sidewalk BID -005308 Concrete Walk-5 Ft - "Retaining Wall with Sidewalk Detail" -Install Sidewalk BID -000532 Concrete Walk -ADA Wheelchair Ramo -Install Sidewalk BID -00536 Concrete Walk -Steps -Install Sidewalk BID -00537 Concrete Walk -Steps -Remove TOTAL PAVING AND DRAINAGE TOTAL PAVING AND DRAINAGE PLUS ALTERNATE TOTAL WATER AND SEWER TOTAL: BASE BID TOT AL: BASE BOD + AL TERNA TE BID C:\Documents and Settings\Owner.YOUR-DD19E8DAB4\My Documents \Bids\2007 Disctric 5B\Copy of Prop6s~) CY -240 $ CY 108 $ SF 7 ,890 $ SF 6 ,400 $ SF 112 $ SF 16 $ SF 16 $ TOTAL AL TERNA TE BIO: 16 .00 294 .00 4.25 4.50 5.00 13 .00 1.00 $ (3 ,840.00) $ 31 ,752.00 $ 33 ,532.50 $ 28 ,800.00 $ 560.00 $ 208 .00 $ 16.00 $91 ,028 .50 $517,038.87 $608,067.37 $308,117.45 $825,156.32 $916,184.82 ADDENDUM#1 Within ten (10) days after notification by the City of Fort Worth, the undersigned will execute the formal contract and will 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 employee applicants to the undersigned are not discriminated against as prohibited by the terms of City Ordinance No. 7278 as amended by City Ordinance No. 7400 . The Bidder agrees to begin construction with ten (10) calendar days after issue of the work order and to complete the contract within 336 days after beginning construction as set forth in the written work order to be furnished by the Owner. (Check One Box·and complete, as applicable) D The principal place of business of our company is in the State of a. Nonresident bidders in the State of , our principal place of business, are required to be percent lower than 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. Receipt is acknowledged of the following addenda: Addendum No. 1 :\J0\/1/\._.----"' Addendum No . 2: Addendum No. 3: Addendum No. 4 : Addendum No. 5: Addendum No. 6: [ Affix Corporate Seal] / Respec~ submi;ed, By: ~Wl2!2/2{2 __ Title : p v\.() <;, 11.o V\.. +- Company: Address : McCtendon Construction Co., Inc.. P.O. Box 999 . Burle son, TX 76091 Date : g:\1210\4397-32\project\specificat ions\contract Sb\i OO % set -Sb\4.1-revised sheet 1.due to fact that editing of bu zzsaw version is locked and uneditable.changed city man ager.doc ., -... / ----- BID SCHEDULE Line No. Detail Description G:\1210\4397-32\Project\Specifications\Contract 5B\100% Set -5B\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. Th is law provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors whose corporate offices or principa l place of business are outside of the State of Texas) bid projects for construction, improvements, supp li es or serv ices i n 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 nonres ident bidder in order to obtain a comparable contract in the State in wh ich the nonresident's principal place of business is located . The appropriate blanks in Section A must be filled out by all ou t-of-state or nonresident bidders in order for your bid to meet specifications . The failure of out-of-state or nonresident contracto rs 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 (g ive State), our principal place of business , are not requ ired to underbid resident bidders. B ., Our principal place of business or corporate offices are in the State of Texas. ~ BIDDER: Company McC loo doo Corrtruction Co., Inc.. P.O. Bo x 9'% Burleso n, TX 76097 Address City/State/Zip By : JJQ t/) j;{ C C&tdo CA (Please print) Signature : \ Title : p /\P[ It& vi J-, (Please print) THIS FORM MUST BE RETURNED WITH YOUR QUOTATION r r � r � � � [ 1 � E 1 I � � � 1 � .� 03 /31 /2011 11:06 FAX ... McC LE ND ON QTY I I r I (,. '1 I I LIST OF DUCTILE IRON ADD OR SUBTRACT FOR THE FOLLOWING INCLUDING INSTALLATION SIZE OF FITTING TYPE OF FITTING IL J' ,. y 9;",r-(' c!. JC,,. I(: :i t/" 7>t ~ /h 11:. Y L"f.l ... 7'-e..:-_ ( (. ,r_ X l ;;,. /(e /C, 1?.''-l~.:i /& /(,, (' Is,.,.,~ ;?, 1,' LI.I 1/Q /{.. f" d.t Pl~ t.. r - FITTINGS DUCTILE IRON VY I Pt:.t< IVfAL FITTING WEIGHT (lb) (lb) 1(, 0 , 1ao 1AO -, :l.,_() 7 'II 141 "l I> 1 I S H q t'J 2. G 1./0 •1,_~s-"")"') <::> 112. ~ ,,,._s- I ('-i) I S-0 TOTALS 0 FITTINGS COST 11:. '\~ I J... (po \ 'l... Ci(,11 1'J-SP~ . (°J'lf'"- 1\'/1-v 1<>t~'v~ 'lL,lC $0 .00 Total Weight= O lbs or o Tons 1410 0 2 lq?-., I \9b I ,r Contractor shall fill in blanks for ''Wt per Fitting'i, •'Total Weight" and "Cost" as a part of the bid. Contractor Is responsible for correct quanlty total of all fittings and specials. G:\121 o\4397·3~\Pro)ect\Specificatlons\Contract 5B\ 100% Set -5B\04 .4 • Lrst of Fittings· WTR -(PMO_Released_20100609).xls 03 /31 /2011 11:06 FAX QTY I I I s 1. I 2. _g. ( -<; I I I LIST OF DUCTILE IRON ADD OR SUBTRACT FOR THE FOLLOWING INCLUDING INSTALLATION SIZE OF FITTING TYPE OF FITTING }(),, 10'1 jtl" /1'1 'f '/ <' ~ f," g 'x p;MJ 7 ~ fL /c) ' /(J"' ;,f (,, ~ /h.-17'.e B" S"';1t,. .. A'-7ir.i.. f, , K { y t: tr . ~e,/ vC ;.r.r g ~; y' ~· t:Rof'.I fl,/" t:/1'~ ~Cl. IJ~~) /u" /0 • s'I~~*'~ 0" fl' .fl.#-~~ t,. ~ .,c 'J/,., ,,,, (.,,-f .,..... r1~,,, ... ~ !; ' ~" ;71 'J LI//.:? '21· ~ t In\"\ t?t .. C - 4 McC LE NDON @ 0 03 FITTINGS DUCTILE IRON FITTINGS WI t'l:K IUYAL FITTING WEIGHT COST ''~L -lib) -s,,'C/0 . ~'10 ??Jo -- 1. (g 0 ~ Co 0 ~;>a.;s. '3 .:./ I ~~, I .S"/(,, 7.£- ~ t/J 11.us ?-1vB '~ -, ?, '=' i, 2... "'17' •;.. II~ II? ~" l i.r ·, J" I s-o 2.<&,:t.~ , ...... .(" .r~r-ct 'I!,·"!]:- I , s I\ r ., \l; l'2- C 1 "19:i 'O l.1 ~'".,:... (p s--(.p} lt.:tU" g.os '1.c r .)~~ "I_! C(( "r 1'1, ?..!- TOTALS 0 0 $0 .00 D, I:> (pO Total Weight= lbs or Tons Contractor shall flll In blanks for "Wt per Fitting", 11Total Weight" and 11 Cost" as a part of the bid. Contractor is responsible for correct quanity total of an fittings and specials. G:\1210\4397-3~\ProJect\Speclflcatlons\Contract 591 100% Set -5B\04 .4 -Ust of Fittings -WTR -(PMO_Released_20100609).xls PRE-QUALIFIED SUB-CONTRACTOR LIST SUB-CONTRACTOR Indicate Detail Company Name Unit(s)/Section(s) Subcontracting Address Working Work Telenhone/Fax ~ @~,v~, ~/4 d ..__ WlLf.et f ~~r' _L l-\1GJ0 .. ,'~} 7tot-.ci'r7 0 ol7-'f'+7-02-.Cfz._ Fttx · 'f'-t 7 -6 2. c::,, G :\1210\4397-32\Project\Specifications\Contract 5B\100 % Set -5B\04 .5 -Pre-Qualified Contractor List -WTR - {PMO_Released_20100609).xls SECTION 5 -GENERAL AND SPECIAL CONDITIONS 5.1 Part C -,General Cond itions (Water-Sewer) 5.2 Supplementary Conditions to Part C (Water-Sewer) 5.3 Part D -Special Conditions (Water-Sewer) 5.4 Part DA-Additional Special Conditions (Water-Sewer) 5.5 Special Provisions (Paving-Drainage) 5.6 Wage Rates 5.7 Standard Details (Water-Sewer) 5.8 Standard Details (Paving-Drainage) G:\1210\4397-32\Project\Specifications\Contract 5B\100% Set -5B\05 .0 -SECTION 5 COVER.doc Cl-I Cl-I.I 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~l(l) Contract Documents Cl-1 (2) Notice to Bidders Cl-I (2) Proposal Cl-I (2) Bidder Cl-1 (2) General Conditions Cl -I (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 ~l (4) '.i'he 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.l 1 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.l Intent of Contract Documents C4-4 (1) C4-4.2 Special Provisions C4-4 (1) C4-4.3 Increased or Decreased Quantities C4-4 (1) C4-4.4 Alteration of Contract Documents C4-4 (2) C4-4.5 Extra Work C4-4 (2) C4-4.6 Construction Schedule C4-4 (3) C4-4.7 Schedule Tiers Special Instructions C4-4 (6) C5-5 CONTROL OF WORK AND MATERIALS C5-5.l Authority of Engineer C5-5 (1) C5-5.2 Conformity with Plans C5-5 (1) 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) C5-5.6 Field Office C5-5 (3) C5-5.7 Construction Stakes C5-5 (3) (2) C5-5.8 C5-5 .9 CS-5.10 CS-5.11 C5-5 .12 CS-5.13 CS-5.14 CS-5 .15 CS-5.16 C5-5.17 CS-5.18 C6-6 C6-6 .l C6-6.2 C6-6.3 C6-6.4 C6-6.5 C6-6.6 C6-6.7 C6-6.8 C6-6.9 C6-6.10 C6.6 .11 C6-6.12 C6-6.13 C6-6 .14 C6-6.15 C6-6.16 C6-6.17 C6-6.18 C6-6.19 C6-6 .20 C6-6.21 C7-7 C7-7.l C7-7.2 C7-7.3 C7-7.4 C7-7.5 C7-7.6 C7 -7 .7 C7 -7.8 Authority and Duties of City Inspector Inspection Removal of Defective and Unauthorized Work Substitute Materials or Equipment Samples and Tests of Materials Storage of Materials Existing Structures and Utilities Interruption of Service Mutual Responsibility of Contractors Clean-Up Final Inspection LEGAL RELATIONS AND PUBLIC RESPONSIBILITY Laws to be Observed Permits and Licenses Patented Devices , Materials , and Processes Sanitary Provisions Public Safety and Convenience Privileges f Contractor in Streets, Alleys, and Right-of-Way · C5-5 (3) C5-5 (4) C5-5 (4) CS-5 (4) C5-5 (5) C5-5 (5) C5-5 (5) C5-5 (6) C5-5 (7) C5-5 (7) C5-5 (8) C6-6 (1) C6-6 (1) C6-6 (1) C6-6 (1) C6-6 (2) C6~6 (3) Railway Crossings C6-6 (3) Barricades, Warnings and Flagmen . C6-6 (3) Use of Explosives, Drop Weight, Etc. C6-6 (4) Work Within Easements C6-6 (5) Independent Contractor C6-6 (6) Contractor's Responsibility for Damage Claims C6-6 (6) Contractor's Claim for Damages C6-6 (8) Adjustment or Relocation of Public Utili ties , Etc. C6-6 (8) Temporary Sewer and Drain Connections C6-6 (8) Arrangement and Charges for Water Furnished by the City C6-6 (9) Use of a Section or Portion of the Work C6-6 (9) Contractor's Responsibility for the Work C6-6 (9) No Waiver of Legal Rights C6-6 (9) Personal Liability of Public Officials C6-6 ( 10) State Sales Tax C6-6 (10) PROSECUTION AND PROGRESS Subletting Assignment of Contract Prosecution of The Work Limitation of Operations Character of Workmen and Equipment Work Schedule Time of Commencement and Completion Extension of Time Completion (3) C7-7 (1) C7-7 (1) C7"'7 (1) C7-7 (2) C7-7 (2) C7-7 (3) C7-7 (3) . C7-7 (3) C7-7.9 Delays C7-7 (4) C7-7.10 Time of Completion C7-7 (4) C7-7.11 Suspension by Court Order C7-7 (5) C7-7.12 Temporary Suspension C7-7 (5) C7-7.13 Termination of Contract due to National Emergency C7-7 (6) C7-7.14 Suspension or Abandonment of the Work C7-7 (6) and Annulment of the Contract: C7-7.15 Fulfillment of Contract C7-7 (8) C7-7.16 Termination for Convenience of the Owner C7-7 (8) C7-7.17 Safety Methods and Practices C7-7 (11) C8-8 MEASUREMENT AND PAYMENT · C8-8.l Measurement Of Quantities C8-8 (1) C8-8.2 Unit Prices C8-8 (1) C8-8.3 Lump Sum C8-8 (1) C8-8.4 Scope of Payment C8-8 (1) C8-8.5 Partial Estimates and Retainage C8-8 (2). C8-8.6 Withholding Payment C8-8 (3) C8-8.7 Final Acceptance C8-8 (3) C8-8.8 Final Payment C8-8 (3) C8-8.9 Adequacy of Design C8-8 (4) C8-8.10 General Guaranty C8-8 (4) C8-8.11 Subsidiary Work C8-8° (4) C8-8 .12 Miscellaneous Placement of Material C8-8 (4) C8-8.13 Record Documents C8-8 (4) (4) PART C -GENERAL CONDITIONS Cl-1 DEFINITIONS SECTION Cl-1 DEFINITIONS Cl-1.1 DEFINITIONS OF TERMS: Whenever in these Contract Documents the following terms or pronouns in place of them are used, the intent and meaning shall be understood and interpreted as follows: Cl-1.2 CONTRACT DOCUMENTS: The Contract Documents are in all of the written and drawn documents, such as specifications, bonds, addenda, plans, etc., which govern the terms and performance of the contract. These are contained on the General Contract Documents and the Special Contract Documents. a. GENERAL CONTRACT DOCUMENTS: The General Contract Documents govern all Water Department Projects and Include the following Items PART A -NOTICE TO BIDDERS PART B -PROPOSAL PART C -GENERAL CONDITIONS PART D -SPECIAL CONDITIONS PART E -SPECIFICATIONS PERMITS/EASEMENTS PART F -BONDS PART G-CONTRACT (Sample) (Sample) (CITY) (Developer) (Sample) (Sample) White White Canary Yell ow Brown Green El-White E2-Golden Rod E2A-White Blue White White b. SPECIAL CONTRACT DOCUMENTS: The Special Contract Documents are prepared for each specific project as a supplement to the General Contract Documents and include the following items: PART A-NOTICE TO BIDDERS (Advertisement) same as above PART B -PROPOSAL (Bid) PART C -GENERAL CONDITIONS PART D -SPECIAL CONDITIONS PART E -SPECIFICATIONS PERMITS/EASEMENTS . PART F -BONDS PART G -CONTRACT PART H -PLANS (Usually bound separately) Cl-1 (1) Cl-1.3 NOTICE TO BIDDERS: All of the legal publications either actually published in public advertising mediums or furnished direct to interested parties pertaining to the work contemplated under the Contract Documents constitutes the notice to bidders. Cl.,1.4 PROPOSAL: · The completed written and signed offer or tender of a bidder to perform the work which the Owner desires to have d_one, together with the bid security, · constitutes the Proposal, which becomes binding upon the Bidder when it is officially received by the Owner, has been publicly opened and read and not rejected by the Owner. Cl-1.5 BIDDER: Any person, persons, firm, partnership, company, association, corporation, acting directly or through a duly authorized representative, submitting a proposal for performing the work contemplated under the Contract Documents, constitutes a bidder. Cl-1.6 GENERAL CONDIDONS: The General Conditions are the usual construction and contract requirements which govern the performance of the work so that it will be . carried on in accordance with the customary procedure, the local statutes, and requirements of the City of Fort Worth's charter and promulgated ordinances. Whenever there may be a conflict between the General Conditions and the Special Conditions, the latter shall take precedence .. Cl-1.7 SPECIAL CONDITIONS: Special conditions are the specific requirements which are necessary for the particular project covered by the Contract Documents and not specifically covered in the General Conditions. When considered with the General Conditions and other elements of the Contract Documents they provide the information which the Contractor and Owner should have in order to gain a thorough knowledge of the project. Cl-1.8 SPECIFICATIONS: The Specifications is that section or part of the Contract Documents which set forth in detail the requirements which must be met by all materials, construction, workmanship, equipment and services in order to render a completed an useful project. Whenever reference is made . to standard specifications, regulations, requirements, statutes, etc., such referred to documents shall become a part of the Contract Documents just as though they were embodied therein. Cl-1.9 BONDS: The bond or bonds are the written guarantee or security furnished by the Contractor for prompt and faithful performance of the contract and include the following: a. b. C. d. C2-2.6) Performance Bond (see paragraph C3-3.7) Payment Bond (see paragraph C3-3.7) Maintenance Bond (see paragraph C3-3.7) Proposal or Bid Security (see Special Instructions to Bidders, Part A and Cl-I (2) Cl-1.10 CONTRACT: The Contract is a formal signed agreement between the owner and the Contractor covering the mutual understanding of the two contracting parties about the project to be completed under the Contract Documents. Cl-1.11 PLANS: The plans are the drawings or reproductions therefrom made by the Owner's representative showing iri 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 W011h, Texas, a municipal corporation, authorized and chartered under the Texas State Statutes, acting by and through its governing body or its City Manager, each of which is required by charter to perform specific duties. Responsibility for final enforcement of the Contracts involving the City of Fort Worth is by Charter vested in the City Manager. The terms City and Owner are synonymous. Cl-1.13 CITY COUNCIL: The duly elected and qualified governing body of the City of Fort Worth, Texas. Cl-1.14 MAYOR: The officially elected Mayor, or in his absence, the Mayor Pro tern of the City of Fort Worth, Texas. · Cl-1.15 CITY MANAGER: The officially appointed and authorized City Manager of the City of Fort Worth, Texas, or his duly authorized representative. Cl-1.16 CITY ATTORNEY: The officially appointed City Attorney of the City of Fort Worth, Texas, or his duly authorized representative. Cl-1.17 DIRECTOR OF PUBLIC WORKS: The officially appointed official of the City of Fort Worth, Texas, referred to in the charter as the City Engineer, or his duly authorized representative. . Cl-1.18 DIRECTOR, CITY WATER DEPARTMENT: The officially appointed Director of the City Water Department of the City of Fort Worth, Texas, or his duly authorized representative, assistant, or agents. Cl-1.19 ENGINEER: The Director of Public Works, the Director of the Fort Worth City Water Department, or their duly authorized assistants, agents, engineers, inspectors, or superintendents, acting within the scope of the particular duties entrusted to them. Cl-1.20 CONTRACTOR: The person, person's, partµership, company, firm, association, or corporation , entering into a contract with the Owner for the execution of work , acting Cl-1 (3) directly or through a duly authorized representative . A sub-contractor is a person, firm, corporation, supplying labor and materials or only labor, for · the work at the site of the project. Cl-1.21 SURETIES: The Corporate bodies which are bound by such bonds as are required with and for the Contractor. The sureties engaged are to be fully responsible for the entire and satisfactory fulfillment of the Cm;itract and for any and all requirements as set forth in the Contract Documents and approved changes therein. Cl-1.22 THE WORK OR PROJECT: The completed work contemplated in and covered by the Contract Documents, including but not limited to the furnishing of all labor, materials, tools, equipment, and incidentals necessary to produce a completed and serviceable project. Cl-1.23 WORKING DAY: A working day is defined as a calendar day, not including Saturdays, Sundays, and legal holidays, in which weather or other conditions not under the control of the Contractor permit the performance of the principal unit of work for a period of not less than seven (7) hours between 7:00 a.m. and 6:00 p.m., with exceptions as permitted in paragraph C7-7.6 Cl-1.24 CALENDAR DAYS: A calendar day is any day of the week or month, no days being excepted. Cl-1.25: LEGAL HOLIDAYS: Legal holidays shall be observed as prescribed by the City Council of the City of Fort Worth for observance by City employees as follows: 1. 2. 3. 4. 5. 6. 7. 8. 9. New Year's day M.L. King, Jr. Birthday Memorial Day Independence Day Labor Day Thanksgiving Day Thanksgiving Friday Christmas Day Such other days in lieu of holidays as the City Council may determine January 1 Third Monday in January Last Monday in May July4 First Monday in September Fourth Thursday in November Forth Frid~y in November December 25 When one of the above named holidays or a special holiday is declared by the City Council, falls on a Saturday, the holiday shall be observed on the preceding Friday, or if it falls on Sunday, it shall be observed on the following Monday, by those employees working on working day operations. Employees working calendar day operations will consider the calendar as the holiday. Cl-1.26 ABBREVIATIONS: Whenever the abbreviations defined herein appear in the Contract Documents, the intent and meaning shall be as follows: Cl-1 (4) / AASHTO -American Association of State MGD Million Gallons Highway Transportation Officials per Day ASCE American Society of Civil CFS Cubic Foot per Engineers Second IAW In Accordance With Min. Minimum ASTM American Society of Testing Mono. Monolithic Materials % Percentum AWWA American Water Works R Radius Association I.D. Inside Diameter ASA American Standards Association O.D. Outside Diameter HI Hydraulic Institute Elev. Elevation Asph. Asphalt F Fahrenheit Ave. Avenue C Centigrade Blvd. Boulevard In. Inch CI Cast Iron Ft. Foot CL Center Line St. Street GI Galvanized Iron CY Cubic Yard Lin . Linear or Lineal Yd. Yard lb. Pound SY Square yard MH Manhole L.F. Linear Foot 'Max. Maximum D.I. Ductile Iron Cl-1.27 CHANGE ORDER: A "Change Order" is a written supplemental agreement between the Owner and the Contractor covering some added or deducted item or feature which may be found . necessary and which was not specifically included in the scope of the project on which bids were submitted. Increase in unit quantities stated in the proposal are not the subject matter of a Change Order unless the increase or decrease is more than 25% of the amount of the particular item or items in the original proposal. All "Change Orders" shall be prepared by the City from information as necessary furnished by the Contractor. Cl-1.28 PAVED STREETS AND ALLEYS: A paved street or alley shall be defined as a street or alley having one of the following types of wearing surfaces applied over the natural unimproved surface: 1. Any type of asphaltic concrete with or without separate base material . 2. Any type of asphalt surface treatment, not including an oiled surface, with or without separate base material. 3. Brick, with or without separate base material. 4. Concrete, with or without separate base material. 5. Any combination of the above . Cl-1 (5) Cl-1.29 UNPAVED STREETS OR ALLEYS: An unpaved street, alley, roadway or other surface is any area except those defined for "Paved Streets and Alleys." Cl-1.30 CITY STREET: A city street is defined as that area between the right-of-way liries as the street is dedicated. Cl-1.31 ROADWAY: The roadway is defined as the area between parallel lines two (2') back of the curb lines or four ('4) feet back of the average edge of pavement where no curb exists. Cl-1.32 GRAVEL STREET: A gravel street is an unimproved street to which has been added one or more applications of gravel or similar material other than the natural material found on the street surface before any improvement was made. Cl-1 (6) / SECTION C -GENERAL CONDIDONS C2-2JNTERPRETATION AND PREPARATION OF PROPOSAL SECTION C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL C2-2.l PROPOSAL FORM: The Owner will furnish bidders with Proposal form, which will contain an itemized list of the items of work to be done or materials to be furnished and upon which bid prices are requested. The Proposal form will state the Bidder's general understanding of the project to be completed, provide a space for furnishing the amount of bid security, and state the basis for entering into a formal contract. The Owner will furnish forms for the Bidder's ''Experience Record," "Equipment Schedule," and ''Financial Statement," all of which must be properly executed and filed with the Director of the City Water Department one week prior to the hour for opening of bids. The financial statement required shall have been prepared by an independent certified public accountant or an independent public accountant holding a valid permit issued by an appropriate state licensing agency, and shall have been so prepared as to reflect the current financial status. This statement must be current and no more than one (1) year old. In the case that bidding date falls within the. time a new statement is being prepared, the previous statement shall b~ updated by proper verification. Liquid assets in the amount of ten (10) percent of the estimated project cost will be required. For an experience record to be considered to be acceptable for a given project, it must reflect the experience of the firm seeking qualification in work of both the same nature and magnitude as that of the project for which bids are to be received, and such experience must have been completed not more than five (5) years prior to the date on which Bids are to be received. The Director of the Water Department shall be sole judge as to the acceptability of experience for qualification to bid on any Fort Worth Water Department project. The prospective bidder shall schedule the equipment he has available for the project and state that he will rent such additional equipment as may be required to complete the project on which he submits a bid. C2-2.2 INTERPRETATION OF OUANTmES: 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 EXAMJNATION OF CONTRACT DOCUMENTS AND .SITE OF PROJECT: Bidders are advised that the Contract Documents on file with the Owner shall constitute all of the information which the Owner will furnish. All additional information and data which the Owner will supply after promulgation of the formal contract documents· shall be issued in the form of written addenda and shall become part of the Contract Documents just as though such addenda were actually written into the original Contract Documents. Bidders are required, prior to filing of proposal, to read and become familiar with the Contract Documents, to visit the site of the project and examine carefully all local conditions, to inform themselves by their own independent research and investigations, tests, boring, and by such other means as may be necessary to gain a complete knowledge of the conditions which will be encountered during construction of the project. They must judge for themselves· the difficulties of the work and all attending circumstances affecting the cost of doing the work or the time required for its completion, and obtain all information required to make an intelligent proposal . No information given by the Owner or any representative of the Owner other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the Owner. Bidders shall rely exclusively and solely upon their own estimates, investi.gation, research, tests, explorations, and other data which are necessary for full and complete information upon · which the proposal is to be based. It is mutually agreed that the submission of a proposal is prima-facie evidence that the bidder has made the investigation , examinations and tests herein required. Claims for additional compensation due to variations between conditions actually encountered in construction and as indicated in the Contract Documents will not be allowed. The logs of Soil Borings, if any, on the plans are for general information only and may not be correct. Neither the Owner nor the Engineer guarantee that the data shown is representative of conditions which actually exist. C2-2.4 SUBMITTING OF PROPOSAL: The Bidder shall submit his Proposal on the form furnished by the Owner. All blank spaces applicable to the project contained in the form shall be correctly filled in and the Bidder shall state the prices, written in ink in both words and numerals , for which he proposes to do work contemplated or furnish the materials required. All such prices shall be written legibly. In case of discrepancy between price written in words and the price written in numerals, the price most advantageous to the City shall govern . If a proposal is submitted by an individual, his or her name must be signed by him (her) or his (her) duly authorized agent. If a proposal is submitted by a firm, association, or partnership, the name and address of each member of the firm, association, or partnership, or by person duly authorized. If a proposal is submitted by a company or corporation, the company or corporation name and business address must be given, and the proposal signed by an official or duly authorized agent. The corporate seal must be affixed . Power C2-2 (2) of Attorney authorizing agents or others to sign proposal must be properly certified and must be in writing and submitted with the proposal. C2-2.5 REJECTION OF PROPOSALS: Proposals may be rejected if they show any alteration of words or figures, additions not called for, conditional or uncalled for alternate bids, erasures, or irregularities of any kind, or contain unbalanced value of any items. Proposal tendered or delivered after the official time designated for receipt of proposal shall be returned to the Bidder unopened. C2-2.6 BID SECURITY: No proposal will be considered unless it is accompanied by a "Proposal Security" of the character and the amount indicated in the "Notice to Bidders" and the "Proposal." The Bid Security is required by the Owner as evidence of good faith on the part of the Bidder, and by way of a guaranty that if awarded the contract, the Bidder will within the required time execute a formal contract and furnish the required performance and other bonds. The bid security of the three lowest bidders will be retained until the contract is awarded or other disposition is made thereof. The bid security of all other bidders may be returned promptly after the canvass of bids. C2-2.7 DELIVERY OF PROPOSAL: No proposal will be considered unless it is delivered, accompanied by its proper Bid Security, to the City Manager or his representative in the official place of business as set forth in the "Notice to Bidders." It is the Bidder's sole responsibility to deliver the proposal at the proper time to the proper place. The mere fact that a proposal was dispatched will not be considered. The Bidder must have the proposal actually delivered. Each proposal shall be in a sealed envelope plainly marker with the word "PROPOSAL," and the naine 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 tim~, and provided further, that the City Manager is satisfied that a written and duly authenticated confirmation of such telegraphic communication over the signature of the bidder was mailed prior to the proposal opening time. If such confirmation is not received within forty-eight (48) hours after the proposal opening time, no further consideration will be given to the proposal. C2-2 (3) C2-2.10 .PUBLIC OPENING OF PROPOSAL: Proposals which have been properly filed and for which no "Non-consideration Request" has been received will be publicly opened and read aloud by the City Manager or his authorized representative at the time and place indicated in the ''Notice to Bidders." All proposals which have been opened and read will remain on file with the Owner until the contract has been awarded. Bidders or their authorized representatives are invited to be present for the opening of bids. C2-2.11 IRREGULAR PROPOSALS: Proposals shall be considered as "Irregular" if they show any omissions , alterations of form, additions , or conditions not called for, unauthorized alternate bids, or irregularities of any kind . However, the Owner reserves . the right to waive any all irregularities and to make the award of the contract to the best interest of the City. Tendering a proposal after the closing hour is an irregularity which can not be waived. C2-2.12 DISQUALIFICATION OF BIDDERS: Bidders may be disqualified and their proposals not considered for any of, but not limited to , the following reasons: a) Reasons for believing that collusion exists among bidders. b) Reasonable grounds for believing that any bidder is interested in more than one proposal for work contemplated. c) The bidder being interested in any litigation against the Owner or where the Owner may have a claim against or be engaged in litigation against the bidder. d) The bidder being in arrears on any existing contract or having defaulted on a previous contract. e) The bidder having performed a prior contract in an unsatisfactory manner. f) Lack of competency as revealed by financial statement, experience statement, equipment schedule, and such inquiries as the Owner may see fit to make . g) Uncompleted work which, in the judgment of the Owner, will prevent or hinder the prompt completion of additional work if awarded. h) The bidder not filing with the Owner, one week in advance of the hour of the opening of proposals the following: 1. Financial Statement showing the financial condition of the bidder as specified in Part "A" -Special Instructions 2. A current experience record · showing especially the projects of a nature similar to the one under consideration, which have been successfully completed by the Bidder. 3. An equipment schedule showing the equipment the bidder has available for use on the project. The Bid Proposal of the bidder who, in the judgment of the Engineer, is disqualified under the requirements stated herein, shall be set aside and not opened . C2-2 (4) PART C -GENERAL CONDITIONS C3-3 AW ARD AND EXECUTION OF DOCUMENTS SECTION C3-3 A WARD AND EXECUTION OF DOCUMENTS: C3-3 .1 CONSIDERATION OF PROPOSALS: After proposals have been opened and read aloud, the proposals will be tabulated on the basis of the quoted prices, the quantities shown in the proposal, and the application of such formulas or other methods of bringing items to a common basis as may be established in the Contract Documents . The total obtained by taking the sum of the products of the unit prices quoted and the estimated quantities plus any lump sum items and such other quoted amounts as may enter into the cost of the completed project will be considered as the amount of the bid . Until the ward of the contract is made by the Owner, the right will be reserved to reject any or all proposals and waive technicalities, to re-advertise for new proposals, or to proceed with the work in any manner as may be considered for the best interest of the Owner. C3-3.2 MINORITY BUSINESS ENTERPRISE/WOMEN-OWNED BUSINESS ENTERPRISE COMPLIANCE: Contractor agrees to provide to Owner, upon request, complete and accurate information regarding actual work performed by a Minority Business Enterprise (MBE) and/or a Woman-owned Business Enterprise (WBE) on the contract and the payment therefor. Contractor further agrees, upon request by the Owner, to allow and audit and/or an examination of arty books, records, or files in the possession of the Contractor that will substantiate the actual work performed by an MWE or WBE. Any material misrepresentation of any nature 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 WITHDRAW AL OF PROPOSALS:. After a proposal has been read by the Owner, it cannot be withdrawn by the Bidder within forty-five (45) days after the date on which the proposals were opened. C3-3 (1) C 3-3.5 AW ARD OF CONTRACT:· The Owner reserves the right to withhold final action on the proposals for a reasonable time, not to exceed forty-five (45) days after the date of opening proposals, and in no event will an award be made until after investigations have been made as to the responsibility of the proposed awardee. The award of the contract, if award is made, will be to the lowest and best responsive bidder. The award of the contract shall not become effective until the Owner has notified the Contractor in writing of such award. C3-3.6 RETURN OF PROPOSAL SECURITIES: As soon as proposed price totals have been determined for comparison of bids, the Owner may, at its discretion, return the proposal security which accompanied the proposals which, in its judgment, would not be considered for the award. All other proposal securities, usually those of the three lowest bidders, will be retained by the Owner until the required contract has been executed and bond furnished or the Owner has otherwise disposed of the bids, after which they will be returned by the City Secretary. C3-3.7 BONDS: With the execution and delivery of the Contract Documents, the Contractor shall furnish to, and file with the owner in the amounts herein required, the following bonds: a. PERFORMANCE BOND: A good and sufficient performance bond in the amount of not less than 100 percent of the amount of the contract, as evidenced by the proposal tabulation or otherwise, guaranteeing the full and faithful execution of the work and performance of the contract, and for the protection of the Owner and all other pers.ons against damage by reason of negligence of the Contractor, or improper execution of the work or use of inferior materials. This performance bond shall guarantee the payment for all labor, materials, equipment, supplies, and services used in the construction of the work, and shall remain in full force and effect until provisions as above stipulated are accomplished and final payment is made on the project by the City . b. MAINTENANCE BOND: A good and sufficient maintenance bond, in the amount of not less than 100 percent of the amount of the contract, as evidenced by the proposal tabulation or otherwise, guaranteeing the prompt, full and faithful performance of the general guaranty which is set forth in paragraph C8-8.10. c. PAYMENT BOND: A good and sufficient payment bond, in the amount of not less than 100 percent of the amount of the contract, as evidenced by the proposal 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 will be given the Contractor to that effect and the Contractor shall immediately provide a new surety satisfactory to the Owner. No payment will be made under the contract until the new surety or sureties, as required, have qualified and have been accepted by the Owner. The contract shall not be operative nor will any payments be due or paid until approval of the bonds by the Owner. C3-3.8 EXECUTION OF CONTRACT: Within ten (10) days after the Owner has appropriate resolution, or otherwise, awarded the contract, the Contractor shall execute and file with the Owner, the Contract and such bonds as may be required in the Contract Documents. No Contract shall be binding upon the Owner until it has been attested by the City Secretary, approved as to form and legality by the City Attorney, and executed for the Owner by either the Mayor or City Manager. C3-3.9 FAILURE TO EXECUTE CONTRACT: The failure of the Awardee to execute the required bond or bonds or to sign the required contract within ten (10) days after the contract is awarded shall be considered by the owner as an abandonment of his proposal, and the owner may annual the Award. By reason of the uncertainty of the market prices of material and labor, and it being impracticable and difficult to accurately determine the amount .of damages occurring to the owner by reason of said awardee's failure to execute said bonds and contract within ten (10) days, the proposal security accompanying the proposal shall be the agreed amount of damages which the Owner will C3-3 (3) suffer by reason of such failure on the part of the Awardee and .shall thereupon immediately by forfeited to the Owner. The filing of a proposal will be considered as acceptance of this provision by the Bidder . . C-3-3.10 BEGINNING WORK: The. Contractor shall not commence work until authorized in writing to do so by the Owner. Should the Contractor fail to commence work at the site of the project within the time stipulated in the written authorization usually termed "Work Order" or "Proceed Order", it is agreed that the Surety Company will, within ten (10) days after the commencement date set forth in such written authorization, commence the physical execution of the contract C3-3.ll INSURANCE: The Contractor shall not commence work under this contract until he has obtained all insurance required under the Contract Documents, and such insurance has been approved by the Owner. The prime Contractor shall be responsible for delivering to the Owner the sub-contractor's certificate of insurance for approval. The prime Contractor shall indicate on the certificate of insurance included in the documents for execution whether or not his insurance covers sub-contractors. It is the intention of the Owner that the insurance coverage required herein shall include the coverage of all sub-contractors. a. COMPENSATION INSURANCE: The Contractor shall maintain, during the life of this contract, Worker's Compensation Insurance on all of his employees to be engaged in work on the project under this contract, and for all sub-contractors. In case any class of employees engaged in hazardous work on the project under this contract is not protected under the Worker's Compensation Statute, the Contractor shall provide adequate employer's general liability insurance for the protection of such of his employees not so protected. b . C. COMPREHENSIVE GENERAL LIABILITY INSURANCE: The Contractor Shall procu~e and shall maintain during the life of this contract, Comprehensive General Liability Insurance (Public Liability and Property Damage Insurance) in the amount not less than $500,000 covering each occurrence on account of bodily injury, including death, and in an amount not less than $500,000 covering each occurrence on account of property damage with $2,000,000 umbrella policy coverage. · ADDITIONAL LIABILITY: The Contractor shall furnish insurance as a separate policies or by additional endorsement to one of the above-mentioned policies, and in the amount as set forth for public liability and property damage, the following insurance: 1. Contingent Liability (covers General Contractor's Liability for acts of sub-contractors). C3-3 (4) 2. Blasting, prior to any blasting being done. 3. Collapse of buildings or structures adjacent to excavation .{if 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). d. AUTOMOBILE INSURANCE -BODILY INJURY AND PROPERTY DAMAGE: The Contractor shall procure and maintain during the life of this Contract, Comprehensive Automobile Liability Insurance in an amount not less than $250,000 for injuries including accidental death to any one person and subject to the same limit for each person an amount not less than $500,000 on account of one accident, and automobile property damage insurance in an amount not less than $100,000. e. SCOPE OF INSURANCE AND SPECIAL HAZARD: The insurance required under the above paragraphs shall provide adequate protection for the Contractor and his sub-contractors, respectively, against damage claims which may arise from operations under this contract, whether such operations be by the insured or by anyone directly or indirectly employed by him, and also against any of the following special hazards which may be encountered in the performance of the Contract. f. PROOF OF CARRIAGE OF INSURANCE: The Contractor shall furnish the owner with satisfactory proof of coverage by insurance required in these Contract Documents in the amounts and by carriers · satisfactory to the Owner. (Sample attached .) All insurance requirements made upon the Contractor shall apply to the sub-contractors, should the Prime Contractor's insurance not cover the sub-contractor's work operations. g. LOCAL AGENT FOR INSURANCE AND BONDING: The insurance and bonding companie·s with whom the Contractor's insurance and C3-3 (5) performance, payment, maintenance and all such other bonds are written, shall be represented by an agent or agents having an office located within the city limits of the City of Fort Worth. Tarrant County, Texas . Each such agent shall be a duly qualified, one upon whom authority and power to act on behalf of the insurance and/or bonding company to negotiate and settle with the City of Fort Worth, or any other claimant, and claims that the City of Fort Worth or other claimant or any property owner who has been damaged, may have against the Contractor, insurance, and/or bonding company. If the local insurance representative is not so empowered by the insurance or bonding companies, then such authority must be vested in a local agent or claims officer residing in the Metroplex, the Fort Worth- Dallas area. The name of the agent, or agents shall be set forth on all such bonds and certificates of insurance . C3-3.12 CONTRACTOR'S OBLIGATIONS: Under the Contract, the Contractor shall pay for all materials, labor and services when due. C3-3.13 WEEKLY PAYROLLS: A certified copy of each payroll covering payment of wages to all persons engaged in work on the project at the site of the project shall be furnished to the Owner's representative within seven (7) days after the close of each payroll period . A copy or copies of the applicable minimum wage rates as set forth in the Contract Documents shall be kept posted in a conspicuous place at the site of the project at all times during the course of the Contract. Copies of the wage rates will be furnished the Contractor, by the Owner; however, posting and protection of the wage rates shall be the responsibility of the Contractor. C3-3.14 CONTRACTOR'S CONTRACT ADMINISTRATION: Any Contractor, whether a person, persons, partnership, company, firm, association, corporation or other who is approved to do business with and enters into a contract with the City for construction of water and/or sanitary sewer facilities, will have or shall establish a fully operational business office within the Fort Worth-Dallas metropolitan area. The Contractor shall charge, delegate, or assign this office (or he may delegate his Project Superintendent) with full authority to transact all business actions required in the performance of the Contract. This local authority shall be made responsible to act for the Contractor in all matters made responsible to act for the Contractor in all matters pertaining to the work governed by the Contract whether it be administrative or other wise and as such shall be empowered, thus delegated and directed, to settle all material, labor or other expenditure, all claims against work or any other mater associated such as maintaining adequate and appropriate insurance or security coverage for the project. Such local authority for the administration of the work under the Contract shall be maintained until all business transactions executed as part of the Contract are complete. Should the Contractor 's principal base of operations be other than in the Fort Worth- Dallas metropolitan area, notification of the Contractor's assignment of local authority shall be made in writing to the Engineer in advance of any work on the project, all C3-3 (6) appropriately signed and sealed, as applicable, by the Contractor's responsible offices with the understanding that this written assignment of authority to the local representative shall become part of the project Contract as though bound directly into the project documents. The intent of these requirements is that all matters associated with the Contractor's administration, whether it be oriented in furthering the work, or other, be governed direct by local authority. This same requirement is imposed on insurance and surety coverage. Should the Contractor's local representative fail to perform to the satisfaction of the Engineer, the Engineer, at his sole discretion, may demand that such local representative be replaced and the Engineer may, at his sole discretion, stop all work until a new local authority satisfactory to the Engineer is assigned. No credit of working time will be allowed for periods in which work stoppages are in effect for this reason. C3-3.15 VENUE: Venue of any action hereinunder shall be exclusively in Tarrant County, Texas. C3-3 (7) SECTION C4-4 SCOPE OF WORK PART C -GENERAL CONDITTONS 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 speci~l 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 Ge.neral or Special Conditions of these Contract Documents be anticipated, or should there be any additional proposed work which is not covered by these Contract Documents, the "Special ·Provisions" covering all such work will be prepared by the Owner previous to the time of receiving bids or proposals for any such · work and furnished to the Bidder in the form of Addenda. All such "Special Provisions" shall be considered to be part of the Contract Documents just as though they were originally written therein. C4-4.3 INCREASED OR DECREASED QUANTITIES: The Owner reserves the right to alter the quantities of the work to be performed or to extend or shorten the improvements at any time when and as found to be necessary, and the Contractor shall perform the work as altered, increased or decreased at the unit prices. Such increased or decreased quantity shall not be more than twenty-five (25) percent of the contemplated quantity of such item or items. When such changes increase or decrease the original quantity of any item or items of work to be done or materials to be furnished by the 25 percent or more, then either party to the contract shall upon written request to the other party be entitled to a revised consideration upon that portion of the work above or below the 25 percent of the original quantity stated in the proposal; such revised consideration to be determined by special agreement or as hereinafter provided for "Extra Work." No allowance will be made for any changes in anticipated profits not shall such changes be considered as waiving or invalidating any conditions or provisions of the Contract Documents. Variations in quantities of sanitary sewer pipes in depth categories, shall be interpreted herein as applying to overall quantities of sanitary sewer pipe in each pipe size, but not to the various depth categories. C4-4 (1) C4-4.4 ALTERATION OF CONTRACTDOCUMENTS : By Change order, the owner reserves the right to make such changes in the Contract Documents and in the character or quantities of the work as may be necessary or desirable to insure completion in the most satisfactory manner, provided such changes do not materially alter .the original Contract Documents or change the general nature of the project as a whole. Such changes shall not be considered as waiving or invalidating any condition or provision of the Contract Documents . C4-4.5 EXTRA WORK: Additional work made necessary by changes and alterations of the Contract Documents or of quantities or for other reasons for which no prices are provided in the Contract Documents, shall be defined as "Extra Work" and shall be performed by the Contractor in accordance with these Contract Documents or approved additions thereto ; provided however, that before any extra work is begun a "Change · order" shall be executed or written order issued by the Owner to do the work for payments or credits as shall be determined by one or more combination of the following methods: a. Unit bid price previously approved. b . An agreed lump sum. c. The actual reasonable cost of (1) labor, (2) rental of equipment used on the extra work for the time so used at Associated General Contractors of America current equipment rental rates, (3) materials entering permanently into the project, and (4) actual cost of insurance , bonds, and social security as determined by the Owner, plus a fixed fee to be agreed upon but not to exceed 10 percent of the actual cost of such extra work. The fixed fee is not to include any additional profit to the Contractor for rental of equipment owner by him and used for extra work . The fee shall be full and complete compensation to cover the cost of superintendence, overhead, other profit, general and all other expense not included in (1), (2), (3), and ( 4) above. The Contractor shall keep accurate cost records on the form and in the method suggested by the Owner and shall give the Owner access to all accounts , bills, vouchers, and records relating to the Extra Work . No "Change Order" shall become effective until it has been approved and signed by each of the Contracting Part;es. 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 Wmk, prior to beginning such work. C4-4 (2) Should a difference arise as to what does or dose not constitute Extra Work, or as to the payment thereof, and the Engineer insists upon its performance, the Contractor shall proceed with the work after making written request for written orders and shall keep accurate account of the actual reasonable cost thereof as provided under method (Item C). Claims for extra work will not be paid unless the Contractor shall file his claim with the Owner within five (5) days before the time for making the first estimate after such work is done and unless the claim is supported by satisfactory vouchers and certified payrolls covering all labor and materials expended upon said Extra Work. The Contractor shall furnish the Owner such installation records of all deviations from the original Contract .Documents as may be necessary to enable the Owner to prepare for permanent record a corrected set of plans showing the actual installation. The compensation agreed upon for "Extra Work" whether or not initiated by a "Change Order" shall be a full, complete and final payment for all costs Contractor incurs as a result or relating to the change or extra work, whether said costs are known, unknown, foreseen or unforeseen at that time, including without limitation, any costs for delay, extended overhead, ripple or impact cost, or any other effect on changed or unchanged work as a result of the change or extra work. C4-4.6 CONSTRUCTION SCHEDULE: Before cornrnencin~ any work under this contract, the CONTRACTOR shall submit to the OWNER a draft detailed baseline construction schedule that meets the requirements described in this specification, showing by Critical Path Method (CPM) the planned sequence and timing of the Work associated with the Contract. All submittals shall be submitted in PDF format, and schedule files shall also be submitted in native file format (i.e. file formats associated with the scheduling software). The approved scheduling software systems for creating the schedule files are: Primavera (Version 6.1 or later or approved by OWNER) Primavera Contractor (Version 6.1 or later or approved by OWNER) -Primavera SureTrak (Version 3.x or later or approved by OWNER) -Microsoft Project (Version 2003/2007 or later or approved by OWNER) It is suggested that the CONTRACTOR employ or retain the services of a qualified Project Scheduler to develop the required schedules. A qualified Project Scheduler would have the following minimum capabilities and experience. a. Experience preparing and maintaining detailed schedules, as well as 1 year of experience using approved scheduling software systems as defined in this specification. b. Knowledge of Critical Path Method of scheduling and the ability to analyze schedules to determine duration, resource allocation, and logic issues. C4-4 (3) c. Understanding of construction work processes to the extent that a logical critical path method schedule can be developed, maintained, and progressed that accurately represent~ the scope of work performed. C4-4.6{a) BASELINE CONSTRUCTION SCHEDULE: The CONTRACTOR shall develop, submit and review the draft detailed baseline construction schedule with the OWNER to demonstrate the CONTRACTOR's understanding of the contract requirements and approach for performing the work. The CONTRACTOR will prepare the final detailed baseline construction schedule based on OWNER comments, if any. The CONTRACTOR's first (1st) payment application will only be processed after the detailed baseline construction schedule has been submitted by the CONTRACTOR and accepted by the OWNER. The following guidelines shall be adhered to in preparing the baseline construction schedule. a. Milestone dates and final project completion dates shall be developed to conform to the time constraints, sequencing requirements, and completion time. b. The construction progress shall be divided into activities with time durations no greater than 20 work days . Fabrication, delivery and submittal activities are exceptions to this guideline. c. Activity durations shall be in work days and normal holidays and weather conditions over the duration of the contract shall be accounted for within the duration of each activity. d. The critical path shall be clearly shown on the construction schedule. e. Float time is defined as the amount of time between the earliest start date and the late start date using CPM. Float time is a shared and expiring resource and is not for the exclusive use or benefit of the CONTRACTOR or OWNER. f. Thirty days shall be used for submittal review unless otherwise specified. The construction schedule shall be divided into general activities as indicated in the Schedule Guidance Document and each general activity shall be broken down into sub- activities in enough detail to achieve sub-activities of no greater than 20 days duration. The Schedule Guidance Document is located on Buzzsaw and is hereby made a part of this contract document by reference for all purposes, the same as if copies verbatim herein. For each general activity,. the construction schedule shall identify all trades or subcontracts applicable to the project whose work is represented by activities that follow the guidelines of this section. For each of the trades or subcontracts applicable to the project, the construction schedule shall indicate the following: procurement, construction, pre~acceptance activities, and C4-4 (4) events in their logical sequence for equipment and materials. fuclude 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. fustalled equipment and material testing 9 . Owner's operator instructions (if applicable) 10. Final inspection 11. Operational testing C4-4.6(b) PROGRESS CONSTRUCTION SCHEDULE: The CONTRACTOR shall prepare and submit monthly to the OWNER for approval the updated schedule in accordance with C4-4.6 and C4-4.7 and the OWNER's Schedule Guidance Document inclusive. As the Work progresses, the CONTRACTOR shall enter into the schedule and record actual progress as described in the Schedule Guidance Document. The updated schedule submittal shall also include a concise narrative report that highlights the following, if appropriate and applicable: • Changes in the critical path, • Expected schedule changes, • Potential delays, • Opportunities to expedite the schedule, • Coordination issues the OWNER should be aware of or can assist with, • Other schedule-related issues that the CONTRACTOR wishes to communicate to the OWNER. a. The CONTRACTOR's monthly progress payment applications will not be accepted and processed for payment without monthly schedule updates , submitted in the time and manner required by this specification and the Schedule Guidance Document, and which accurately reflects the allowable costs due under the Contract Documents and is accepted by the OWNER. b. Only one schedule update will be required per month in accordance with the Schedule Guidance Document and this specification. c. Failure to maintain the Schedul~ in an accepted status may result in the OWNER withholding payment to the CONTRACTOR until the schedule is accepted. C4-4 (5) C-4-4.6{c) PERFORMANCE AND CONSTRUCTION SCHEDULE: If, in the opinion of the OWNER, work accomplished falls behind that scheduled, the CONTRACTOR shall take such action as necessary to improve his progress. In addition, the OWNER may require the CONTRACTOR to submit a revised schedule demonstrating his program and proposed plan to make up lag in schedule progress and to ensure completion of the Work within the allotted Contract time. Failure of the CONTRACTOR to comply with these requirements shall be considered grounds for determination by the OWNER that 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 Breakdqwn Structure (ABS) in the scheduling software shall be cost-loaded with the total contract dollars associated with the respective ABS elements. TIER 4 COST LOADING SPECIAL INSTRUCTIONS: 1. Adhere to all Tier 3 requirements, and additionally the following: 2. Work (Schedule of Values Pay Items using the OWNER's standard items) shall be loaded into the scheduling software using the "NON- LABOR" resource type showing the quantity of work to be done along with the corresponding value of the work measured in dollars. It is intended that Earned Value will be calculated as the schedule resources are progressed. TIER 5 COST LOADING SPECIAL INSTRUCTIONS: 1. Adhere to all Tier 4 requirements, and additionally the following: • Labor resources (Man-Hours) shall be loaded into the scheduling software using the "LABOR" resource type with man-hours and without cost. C4-4 (6) PART C -GENERAL CONDITIONS C5-5 CONTROL OF WORK AND MATERIALS SECTION C5-5 CONTROL OF WORK AND MATERIALS C5-5.l AUTHORITY OF ENGINEER: The work shall be performed to the satisfaction of the Engineer and in strict compliance with the Contract Documents. The Engineer shall decide all questions which arise as to the quality and acceptability of the materials furnished, work performed, rate of progress of the work, overall sequence of the . construction, interpretation of the Contract Documents, acceptable fulfillment of the Contract, compensation, mutual rights between Contractor and Owner under these Contract Documents, supervision of the work, resumption of operations, and all other questions or disputes which may arise. Engineer will not be responsible for Contractor's means, methods, techniques, sequence or procedures of construction, or the safety precaution and programs incident thereto, and he will not be responsible for Contractor's failure to perform the work in accordance with the contract documents. The Engineer shall determine the amount and quality of the work completed and materials furnished, and his decisions and estimates shall be final. His estimates in such event shall be a condition to the right of the Contractor to receive money due him under the Contract. The Owner shall have executive authority to enforce and make effective such necessary decisions and orders as the Contractor fails to carry out promptly. In the event of any dispute between the Engineer and Contractor over the decision of the Engineer on any such matters, the Engineer must, within a reasonable time, upon written request of the Contractor, render and deliver to both the owner and Contractor, a written decision on the matter in controversy. C5-5.2 CONFORMITY WITH PLANS: The finished project in all cases shall conform with lines, grades, cross-sections, finish, and dimensions shown on the plans or any other requirements other wise described in the Contract Documents. Any deviation from the approved Contract Documents required by the Engineer during construction will in all cases be determined by the Engineer and authorized by the Owner by Change Order. C5-5.3 COORDINATION OF CONTRACT DOCUMENTS: The Contract Documents are made up of several sections, which, taken together, are intended to describe and provide for a .complete and useful project, and any requirements appearing in one of the sections is as binding . as though it occurred in all sections. In case of discrepancies, figured dimension shall govern over scaled dimensions, plans shall govern over specifications, special conditions shall govern over general conditions and standard specification, and quantities shown on the plans shall govern . over those shown in the . proposal. The Contractor shall not take advantage of any apparent error or omission in the C5-5 (1) Contract Documents, and the owner shall be pennitted to make such corrections or interpretations as may be deemed necessary for fulfillment of the intent of the Contract Documents. In the event the Contractor discovers an apparent error or discrepancy, he shall immediately call this condition to the attention of the Engineer. In the event of a conflict in drawings, specifications, or other portions of the Contract Documents which were not reported prior to the award of Contract, the Contractor shall be deemed to have quoted the most expensive resolution of the conflict. C5-5.4 COOPERATION OF CONTRACTOR: The Contractor will be furnished with three sets of Contract Documents and shall have available on the site of the project at all times, one set of such Contract Documents. The Contractor shall give to the work the constant attention necessary to facilitate the progress thereof and shall cooperate with the Engineer, his inspector, and other Contractors in every possible way. The Contractor shall at all times have competent personnel available to the project site for proper performance of the work. The Contractor shall provide and maintain at all times at the site of the project a competent, English-speaking superintendent and an assistant who are fully authorized to act as the Contractor's agent on the work. Such superintendent and his assistant shall be capable of reading and understanding the Contract Documents and shall receive and fulfill instructions from the Owner, the Engineer, or his authorized representatives. Pursuant to this responsibility of the Contractor, the Contractor shall · designate in writing to the project superintendent, to act as the Contractor's agent on the work. Such assistant project superintendent shall be a resident of Tarrant County, Texas, and shall be subject to call, as is the project superintendent, at any time of the day or night on any day of the week on which the Engineer detennines 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, omi.ssions, or correction necessary to conform with the requirements of the project specifications or plans, the Engineer .shall give the Contractor written notice that such work or changes are to be performed. The written notice shall direct attention to the C5-5 (2) discrepant condition and request the Contractor to talce remedial action to correct the condition. In the event the Contractor does not talce positive steps to fulfill this written request, or does not shoe just cause for not talcing the proper action, within 24 hours, the City may talce such remedial action with City forces or by contract. The City · shall deduct an amount equal to the entire costs for such remedial action, plus 25%, from any funds due the Contractor on the project. C5-5.6 FIELD OFFICE: The Contractor shall provide, at no extra compensation, an adequate field office for use of the Engineer, if specifically called for. The field office shall be not less than 10 x 14 feet in floor area, substantially constructed, well heated, air conditioned, lighted, and weather proof, so that documents will not be damaged by the elements. C5-5.7 CONTRUCTION STAKES: The City, through its Engineer, will furnish the Contractor with all lines, grades, and· measurements necessary to the proper prosecution and control of the work contracted under these Contr~ct Documents, and lines, grades and measurements will be established by means of stalces or other customary method of marking as µiay be found consistent with good practice. These stalces or markings shall be set sufficiently in advance of construction operations to avoid delay . Such stakes or markings as may be established for Contractor's use or guidance shall be preserved by the Contractor until he is authorized by the Engineer to remove them. Whenever, in the opinion of the Engineer, any stakes or markings have been carelessly or willfully destroyed, disturbed, or removed by the Contractor or any of his employees, the full cost of replacing such stalces or marks plus 25% will be charged against the Contractor, and the full amount will be deducted from payment due the Contractor. C5-5.8 AUTHORITY AND DUTIES OF CITY INSPECTOR: City Inspectors will be authorized to inspect all work done and to be done and all materials furnished. Such inspection may extend to all or any part of the work, and the preparation or manufacturing of the materials to be used or equipment to be installed. A City Inspector may be stationed on the work to report to the Enginedr as to the progress of the work and the manner in which it is being performed, to report any evidence that the materials being furnished or the work being performed by the Contractor fails to fulfill the requirements of the Contract Documents, and to call the attention of the Contractor to any such failure or other infringements. Such inspection or lack of inspection will not relieve the Contractor from any obligation to perform the work in accordance with the requirements of the Contract Documents. In case of any dispute arising between the Contractor and the City Inspector as to the materials or equipment furnished or the manner of performing the work, the City Inspector will have the authority to reject materials or equipment, and/or to suspend work until the question at issue can be referred to and decided by the Engineer. The City Inspector will not, however, be authorized to revoke , alter, enlarge, or release any requirement of these Contract Documents, nor to approve or accept any portion or section of the work, nor to issue any instructions contrary tot he requirement s of the C5-5 (3) Contract Documents. The City Inspector will in no case act as superintendent or foreman or perform any other duties for the Contractor, or interfere with the management or operation of the work. He will not accept from the Contractor any compensation in any form for performing any duties . The Contractor shall regard and obey the directions and instructions of the City Inspector or Engineer when the same are consistent with the obligations of the Contract Documents of the Contract Documents, provided, however, should the Contractor object to any orders or instructions or the City Inspector, the Contractor may within six days make written appeal to the Engineer for his decision on the matter in Controversy. C5-5.9 INSPECTION: The Contractor shall furnish the Engineer with every reasonable facility for ascertaining whether or not the work as performed is in accordance with the requirements of the Contract Documents . If the Engineer so requests, the Contractor shall, at any time before acceptance of the work, remove or uncover such portion of the finished work as may be directed . After examination, the Contractor shall restore said portions of the work to the standard required by the Contract Documents. Should the work exposed or examined prove acceptable, the uncovering or removing and replacing of the covering or making good of the parts removed shall be paid for as extra work, but should Work so exposed or examined prove to be unacceptable, the uncovering or removing and replacing of all adjacent defective or damaged parts shall be at the Contractor's expense. No work shall be done or materials used without suitable supervision or inspection. C5-5.10 REMOVAL OF EDEFCTIVE AND UNAUTHORIZED WORK:All work, materials, or equipment which has been rejected shall be remedied or removed and replaced in an acceptable manner by the Contractor at this expense. Work done beyond the lines and grades given or as shown on the plans , except as herein specially provided, or any Extra Work done without written authority, will be considered as unauthorized and done at the expense of the Contractor and will not be paid for by the Owner. Work so done may be ordered removed at the Contractor's expense . Upon the failure on the part of the Contractor to comply with any order of the Engineer made under the provisions of this paragraph, the Engineer will have the authority to cause defective work to be remedied or removed and replaced and unauthorized work to be removed, and the cost thereof may be deducted from any money due or to become due tot he Contractor. Failure to require the removal of any defective or unauthorized work shall not constitute acceptance of such work. C5-5.11 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 C5-5 (4) capable of performing the same function as that specified ; and identifying all variations of the proposed substitute from that specified and indicating available maintenance service. No substitute shall be ordered or installed without written approval of Engineer who will be the judge of the equality and may require Contractor to furnish such other data about the proposed substitute as he considers pertinent. No substitute shall be ordered or installed without such performance guarantee and bonds as Owner may require which shall be furnished at Contractor's expense. Contractor shall indemnify and hold harmless Owner and Engineer and anyone directly or indirectly employees by either of them from and against the claims, damages, losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. CS-5.12 SAMPLES AND TESTS OF MATERIALS: Where, in the opinion of the Engineer, or as called for in the Contract Documents, tests of materials or equipment are necessary, such tests will be made at the expense of and paid for direct to the testing agency by the Owner unless other wise specifically provided. The failure of the Owner to make any tests of materials shall in no way relieve the contractor of his responsibility of furnishing materials and equipment fully conforming to the requirements of the Contract . Documents. Tests and sampling of materials, unless otherwise specified, will be made in accordance with the latest methods prescribed by the American Society for Testing Materials or specific requirements of the Owner. The Contractor shall provide such facilities as the Engineer may require for collecting and forwarding samples and shall not, without specific written permission of the Engineer, use materials represented by the samples until tests have been made and the materials approved for use. The Contractor wiH furnish adequate samples withou.t charge to the Owner. In case of concrete, the aggregates, design minimum, and the mixing and transporting equipment shall be approved by the Engineer before any concrete is placed, and the Contractor shall be responsible for replacing any concrete which does not meet the ·requirements of the Contract Documents. Tests shall be made at least 9 days prior to the placing of concrete, using samples from the same aggregate, cement, and mortar which are to be used later in the concrete. Should the source of supply change, new tests shall be made prior to the use of new materials. CS-5.13 STORAGE OF MATERIALS: All materials which are to be used in the construction contract shall be stored so as to insure the preservation of quality and fitness of the work. When directed by the Engineer, they shall be placed on wooden platforms or other hard, clean durable surfaces and not on the ground, and shall be placed under cover when directed. Stored materials shall be placed and located so as to facilitate prompt inspection. CS-5.14 EXISTING STRUCTURES AND UTILITIES: The location and dimensions shown on the plans relative to the existing utilities are based on the best information available. Omission from, the inclusion of utility locations on the Plans is not to be considered as nonexistence of, or a definite location of, existing underground utilities . The location of many gas mains, water mains, conduits, sewer lines and service lines for C5-5 (5) all utilities, etc., is unknown to the Owner, and the Owner assumes no responsibility for failure to show any or all such structures and utilities on the plans or to show them in their exact location. It is mutually agreed that such failure will not be considered sufficient basis for claims for additional compensation for Extra Work or for increasing the pay quantities in any manner whatsoever, unless an obstruction encountered is such as to necessitate changes in the lines and grades of considerable magnitude or requires the building of special works, provision of which is not made in these Contract Documents, in which case the provision in these Contract Documents for Extra Work shall apply. It shall be the Contractor's responsibility to verify locations of the adjacent and/or conflicting utilities sufficiently in advance of construction in order that he may negotiate such local adjustments as necessary in the construction process to provide adequate clearances. The Contractor shall take all necessary precautions in order to protect all existing utilities, structures, and service lines., Verification of existing utilities, structures, . and service lines shall include notification of all utility companies at least forty-eight (48) hours in advance of construction including exploratory excavation if necessary. All verification of utilities and their adjustment shall be considered subsidiary work. C5-5 .15 INTERRUPTION OF SERVICE: a. Normal Prosecution: In the normal prosecution of work where the interruption of service is necessary, the Contractor, at least 24 hours in advance, shall be required to: 1. Notify the Water Department's Distribution Division as to location, time, and schedule of servfoe interruption. 2 . Notify each customer personally through responsible personnel as to the time and schedule of the interruption of their service, or 3. In the event that personal notification of a customer cannot be made, a prepared tag form shall be attached to the customer's door knob. The tag shall be durable in . composition, and in large bold letters shall say: C5-5 (6) "NOTICE" Due to Utility Improvement in your neighborhood, your (water) (sewer) service will be interrupted on ____ _ between the hours of and ___ _ This inconvenience will be as short as possible. Thank You, Contractor Address Phone b. Emergency: In the event that an unforeseen service interruption occurs, notice shall be as above, but immediate. CS-5.16 MUTUAL RESPONSIBILITY OF CONTRACTORS ·: If, through act or neglect on the part of the Contractor, or any other Contractor or any sub-contractor shall . suffer loss or damage of the work, the Contractor agrees to settle with such other Contractor or sub-contractor by agreement or arbitration. If such other Contractor or sub- contractor shall assert any claim against the owner on account of damage alleged to have been sustained, the owner will notify the Contractor, who shall indemnify and save harmless the owner against any such claim. CS-5.17 CLEAN-UP: Clean-up of surplus and/or waste materials accumulated on the job site during the prosecution of the work under these Contract Documents shall be accomplished in keeping with a daily routine established to the satisfaction of the Engineer. Twenty-four (24) hours after written notice is given the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the Engineer, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the Engineer deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice, and the costs of such direct action, plus 25 % of such costs, shall be deducted from the monies due or to become due to the Contractor. Upon the completion of the project as a whole as covered by these Contract Documents, and before final acceptance and final payment will be made, the Contractor shall clean and remove from the site of the project all surplus and discarded materials, temporary structures, and debris of every kind. He shall leave the site of all work in a neat and orderly condition equal to that which originally existed. Surpl~s and waste materials removed from the site of the work shall be disposed of at locations satisfactory to the Engineer. The Contractor shall thoroughly clean all equipment and materials installed by him and shall deliver over such materials and equipment in a bright, clean, polished and new appearing condition. No extra compensation will be made to the Contractor for any clean-up required on the project. C5-5 (7) C5-5.18 FINAL INSPECTION: Whenever the work provided for in and contemplated under the Contract Documents has been satisfactorily completed and final clean-up perfomied, the Engineer will notify the proper officials of the Owner and request that a Final fuspection be made. Such inspection will be made within IO 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 CONDmONS C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY SECTION C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY C6-6. l LAWS TO BE OBSERVED:The Contractor shall at all times observe and comply with all Federal and State Laws and City ordinances and regulations· which in any way affect the conduct of the work or his operations, and shall observe and comply with all orders, laws, ordinances and regulations which exist or which may be enacted later by bodies having jurisdiction or authority for such .enactment. No plea or misunderstanding or ignorance thereof will be considered. The Contractor and his Sureties shall indemnify and save harmless the City and all of its officers, agents, and employees against any and all claims or liability arising from or based on the violation of any such law, ordinance, regulation," or order, whether it be by himself or his employees. C6-6.2 PERMITS AND LICENSES: The Contractor shall procure all permits and licenses, pay all charges, costs and fees, and give all notices necessary and incident to the due and lawful prosecution of the work. C6-6.3 PATENTED DEVICES, MATERIALS. AND PROCESSES: If the Contractor is required or desires to use any design, device, material, or process covered by l~tter, patent, or copyright, he shall provide for such use by suitable legal agreement with the patentee or owner of such patent, letter, or copyrighted design. It is mutually agreed and understood that without exception the contract price shall include all royalties or cost arising from patents, trademarks, and copyrights in any way involved in the work. The Contractor and his sureties shall indemnify and save harmless the Owner from any and all claims for infringement by reason of the use of any such trade-mark or copyright in connection with the work agreed to be performed under these Contract Documents, and shall indemnify the Owner for any cost, expense, or damage which it may be obliged to pay by reason of such infringement at any time during the prosecution of the work or after completion of the work, provided, however, that the Owner will assume the responsibility to defend any and all suits brought for the infringement of any patent claimed to be infringed upon the design, type of construction or material or equipment specified in the Contract Documents furnished the Contractor by the Owner, and to hold the Contractor harmless on account of such suits . C6-6.4 SANITARY PROVISIONS: The Contractor shall establish and enforce among his employees such regulations in regard to cleanliness and disposal of garbage and waste as will tend to prevent the inception and spread of infectious or contagious diseases and to effectively prevent the creation of a nuisance about the work on any property either public or private, and such regulations as are required by Law shall be put into immediate force and effect by the Contractor. The necessary sanitary conveniences for use of laborers on the work, properly secluded from public observation, shall be constructed and maintained by the Contractor and their use shall be strictly enforced by C6-6(1) the Contractor. All such facilities shall be kept in a clean and sanitary condition, free from objectionable odors so as not to cause a nuisance. All sanitary laws and regulations of the State of Texas and the City shall be strictly complied with. C6-6.5 PUBLIC SAFETY AND CONVENIENCE: Materials or equipment stored about the work shall be placed and used, and the work shall at all times be so conducted, as to cause no greater obstruction or inconvenience to the public than is considered to be absolutely necessary by the Engineer. The Contractor is required to maintain at all times all phases of his work in such a manner as not to impair the safety or convenience of the public, including, but not limited to, safe and convenient ingress and egress to the property contiguous tot he work area. The Contractor shall make adequate provisions to render reasonable ingress and egress for normal vehicular traffic, except during actual trenching or pipe installation operations, at all driveway crossings. Such provisions may include bridging, placement · or crushed stone or gravel or such other means of providing proper ingress and egress for the property served by the driveway as the Engineer may approve as appropriate. Such other means may include the diversion of driveway traffic, with specific approval by the Engineer, If diversion of traffic is approved by the Engineer at any location, the Contractor may make arrangements satisfactory to the Engineer for the diversion of traffic, and shall, at his expense, provide all materials and perform all work necessary for the construction and maintenance of roadways and bridges for such diversion of traffic. Sidewalks must not be obstructed except by special permission of the Engineer. The materials excavated and the construction materials such as pipe used in construction of the work shall be placed so as not to endanger the work or prevent free access to all fire hydrants, fire alarm boxes, police call boxes, water valves, gas valves, or manholes in the vicinity. The Owner reserves the right to remedy any neglect on the part of the Contractor as regards to public convenience and safety which may come to its attention, · after twenty-four hours notice in writing to the Contractor, save in cases of emergency when it shall have the right to remedy any neglect without notice, and in either case, the cost of such work or materials furnished by the Owner or by the City shall be deducted from the monies due or to become due to the Contractor. The Contractor, after approval of the Engineer, shall notify the Fire Department Headquarters, Traffic Engineer, and Police Department, when any street or alley is requested to be closed or obstructed or any .fire hydrant is to be made. inaccessible, and when so directed by the Engineer, shall keep any street, streets, or highways in condition for unobstructed use by fire apparatus . The Contractor shall promptly notify the Fire Department Headquarters when all such obstructed streets, alleys, or hydrants are placed back in service. · Where the Contractor is required to construct temporary bridges or make other arrangern,ents for crossing over ditches or streams, his responsibility for accidents in connection with such crossings shall include the roadway approaches as well as the structures of such crossings. C6-6(2) The Contractor shall at all times conduct his operation and use of construction machinery so as not to damage or destroy trees and scrubs located in close proximity to or on the site of the work. Wherever any such damage may be done, the Contractor shall immediately satisfy all claims of property owners, and no payment will be made by the Owner in settlement of such claims. The Contractor shall file with the Engineer a written statement showing all such claims adjusted. C6-6.6 PRIVILEGES OF CONTRACTOR IN STREETS. ALLEYS. AND RIGHT-OF-WAY: For the performance of the contract, the Contractor will be permitted to use and occupy such portions of the public streets and alleys, or other public places or other rights-of-way as provided for in the ordinances of the City, as shown in the Contract Documents, or as may be specifically authorized in writing by the Engineer. A reasonable amount of tools, materials, and equipment for construction purposes may be stored in such space, but no more than is necessary to avoid delay in the construction operations. Excavated and waste materials shall be piled or staked in such a way as not to interfere with the use of spaces that may be designated to be left free and unobstructed and so as not to inconvenience occupants of adjacent property. If the street is occupied by railroad tracks, the work shall be carried on in such manner as not to interfere with the operation of trains, loading or unloading of cars, etc. Other contractors of the Owner may, for all purposes required by the contract, enter upon the work and premises used by the Contractor and shall be provided all reasonable facilities and assistance for the completion of adjoining work. Any additional grounds desired by the Contractor for his use shall be provided by him at his own cost and expense. , C6-6.7 RAILWAY CROSSINGS: When the work encroaches upon any right-of-way of any railroad, the City will secure the necessary easement for the work. Wh~re the railroad tracks · are to be crossed, the Contractor shall observe all the regulations and instructions of the railroad company as to the methods of performing the work and take all precautions for the safety of property and the public. Negotiations with the railway companies for the permits shall be done by and through the City. The Contractor shall · give the City Notice not less than five days prior to the time of his intentions to begin work on that portion of the project which is related to the railway properties. The Contractor will not be given extra compensation for such railway crossings unless specifically set forth in the Contract Documents. C6-6.8 BARRICADES.WARNINGS AND WATCHMEN: Where the work is carried on in or adjacent to any street, alley, or public place, the Contractor shall at his own expense furnish, erect, and maintain such barricades, fences, lights, and danger signals, shall provide such watchman, and shall take all such other precautionary measures for the protection of persons or property and of the work as are necessary. Barricades and fences shall be painted in a color that will be visible at night. From sunset to sunrise the Contractor shall furnish and maintain at least one easily visible burning light at each barricade. A sufficient number of barricades shall be erected and maintained to keep pedestrians away from, and vehicles from being driven on or into, any work under C6-6(3) construction or being maintained . The Contractor shall furnish watchmen and keep them at their respective assignments in sufficient numbers to protect the work and prevent accident or damage. All installations and procedures shall be consistent with provisions set forth in the "1980 Texas Manual on Uniform Traffic Control Devices for Streets and Highways" issued under the authority of the "State of Texas Uniform Act Regulating Traffic on Highways", codified as Article 6701d Veron's Civil Statues, pertinent section being Section Nos. 27, 29, 30 and 31. The Contractor will not remove any regulatory sign, instructional sign, street name sign, or other sign which has been erected by the City. If it is determined that a sign must be removed to permit required construction, the Contractor shall contact the Transportation and Public Works Department, Signs and Markings Division (phone number 871-8075), to remove the sign. In case of regulatory signs, the Contractor must replace the permanent sign with a temporary sign meeting the requirements of the above referred manual and such temporary sign must be installed prior to the removal of the permanent sign. If the temporary sign is not installed correctly or if it does not meet the required specifications, the permanent sign shall be left in place until the temporary sign requirements are met. When construction work is completed to the extent that the permanent sign can be re- installed, the Contractor shall again contact the Signs and Markings Division to re-install the permanent sign and shall leave his temporary sign in place until such re-installation is completed. The Contractor will be held responsible foe all damage to the work or the public due to failure of barricades, signs, fences, lights, or watchmen to protect them. Whenever evidence is found of such damage to the work the Engineer may order the damaged portion immediately removed and replaced by the Contractor at the Contractor's own expense. The Contractor's responsibility for the maintenance of barricades, signs, fences and lights,· and for providing watchmen shall not cease until the project shall ~ave been completed and accepted by the Owner. No compensation, except as specifically provided in these Contract Documents, will be paid to the Contractor for the Work and materials involved in the constructing, providing, and maintaining of barricades, signs, fences, and lights or salaries of watchmen, for the subsequent removal and disposal of such barricades, signs, or for any other incidentals necessary for the proper protection, safety, and convenience of the public during the contract period, as this work is considered to be subsidiary to the several items for which unit or lump sum prices are requested in the Proposal . C6-6.9 USE OF EXPLOSIVES, DROP WEIGHT. ETC.: Should the Contractor elect to use explosives, drop weight, etc., in the prosecution of the work, the utmost care shall be exercised at all times so as not to endanger life or property. The Contractor shall notify the proper representative of any public service corporation, any company, individual, or utility, and the Owner, not less than twenty-four hours in advance of the use of any C6-6(4) activity which might damage or endanger their or his property along or adjacent to the work. Where the use of explosives is to be permitted on the project, as specified in the Special Conditions Documents, or the use of explosives is requested, the Contractor shall submit notice to the Engineer in writing twenty-four hours prior to commencing and shall furnish evidence that he has insurance coverage to protect against any damages and/or injuries arising out of such use of explosives. · · C6-6.10 WORK WITHIN EASEMENTS: Where· the work passes o:ver, through, or into private property, the Owner will provide such right-of-way or easement privileges, as the City may deem necessary for the prosecution of the work . Any additional rights-of-way or work area considered necessary by the Contractor shall be provided by him at his expense. Such additional rights-of-way or work area shall be acquired for the benefit of the City. The City shall be notified in writing as to the rights so acquired before work begins in the affected area . The Contractor shall not enter upon private property for any purpose without having previously obtained permission from the owner of such property .. The Contractor will not be allowed to store equipment or material on private property unless and until the specified approval of the property owner has been secured in writing by the Contractor and a copy furnished to the Engineer. Unless specifically provided otherwise, the Contractor shall clear all rights-of-way or easements of obstructions which must be removed to make possible proper prosecution of the work as a part of the project construction operations . The Contractor shall be responsible for the preservation of and shall use every precaution to prevent damage · to, all tress, shrubbery, plants , lawns, fences, culverts, curbing, and all other types of structures or improvements, to all water, sewer, and gas lines, to all conduits, overhead pole lines, or appurtenances thereof, including the construction of temporary fences and to all other public or private property adjacent to the work. The Contractor shall notify the proper representatives of the owners or occupants of the public or private lands of interest in lands which might be affected by the work . Such notice shall be made at least 48 hours in advance of the beginning of the work. Notices shall be applicable to both public and private utility companies or any corporation, company, individual , or other, either as owners or occupants, whose land or interest in land might be affected by the work. The Contractor shall be responsible for all damage or injury to property of any character resulting from any act, omission, neglect, or misconduct in the manner or method or execution of the work, or at any time due to defective work, material, or equipment. When and where any direct or indirect or injury is done to public or private property on account of any act, omission, neglect, or misconduct in the execution of the work, or in consequence of non-execution thereof on the part of the Contractor, he shall restore or have restored as his cost and expense such property to a condition at least equal to that existing before such damage or injury was done, by repairing, rebuilding, or otherwise . C6-6(5) replacing and restoring as may be directed by the Owner, or he shall make good such damages or injury in a manner acceptable to the owner of the property and the Engineer. All fences encountered and removed during construction of this project shall be restored to the original or a better than original condition upon completion of this project. When wire fencing, either wire mesh or barbed wire is to be crossed, the Contractor shall set cross brace posts on either side of the permanent easement before the fence is cut. Should additional fence cuts be necessary, the Contractor shall provide cross-braced posts at the point of the proposed cut in addition to the cross braced posts provided at the permanent easements limits, before the fence is cut. Temporary fencing shall be erected in place of the fencing removed whenever the work is not in progress and when the site is vacated overnight, and/or at all times to prevent livestock from entering the construction area. The cost for fence removal, temporary closures and replacement shall be subsidiary to the various items bid in the project proposal. Therefore, no separate payment shall be allowed for any service associated with this work. In case of failure on the part of the Contractor to restore such property or to make good such damage or injury, the Owner may, upon 48 hour written notice under ordinary circumstances, and without notice when a nuisance or hazardous condition results, proceed to repair, rebuild, or otherwise restore such property as may be determined by the Owner to be necessary, and the cost thereby will be deducted from any monies due to or to become due to the Contractor under this contract. C6.6. l 1 INDEPENDENT CONTRACTOR: It is understood and agreed by the parties hereto that the Contractor shall perform all work and services hereunder as an independent contractor, and not as an officer, agent, servant, or employee of the Owner. Contractor shall have exclusive control of and exclusive right to control the details of all work and services performed hereunder, and all persons performing the same, and shall be solely responsible for the acts and omissions of its officers, agents, servants, employees, contractor, subcontractors, licensees and invitees. The doctrine of respondeat superior shall not apply as between Owner and Contractor, its officers, agents, employees, contractors and subcontractors, . and nothing herein shall be construed as creating a partnership or joint enterprise between Owner and Contractor. C6-6.12 CONTRACTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS: Contractor covenants and agrees to, and does hereby indemnify, hold harmless and defend Owner, its officers, agents, servants, and employees from and against any and all claims or suits for property damage or loss and/or personal injury, including death, to any and all persons, of whatsoever kind or character, whether real or asserted, arising out of or in connection with, directly or indirectly, the work and services to be performed hereunder by the Contractor, its officers, agents, employees, contractors, subcontractors, licensees or invitees, whether or not caused, in whole or in apart, by alleged negligence on the part of officers, agents, employees, contractors, subcontractors, licensees or invitees of the C6-6(6) Owner; and said Contractor does hereby covenant and agree to assume all liability and responsibility of Owner, its officers, agents, servants, and employees for property damage or loss, and/or personal injuries, including death, to any and all person of whatsoever kind or character, whether real or asserted, arising out of or in connection with, directly or indirectly, the work and services to be performed hereunder · by the Contractor, its officers, agents, employees, contractors, subcontractors, licensees or invitees, whether or not caused, in whole or in apart, by alleged negligence of officers, agents, employees, contractors, subcontractors, licensees or invitees of the Owner. Contractor likewise covenants and agrees to, and does hereby, indemnify and hold harmless Owner from and against any and all injuries, loss or damages to property of the Owner during the performance of any of the terms and conditions of this Contract, whether arising out of or in connection with or resulting from, in whole or in apart, any and all alleged acts of omission of officers, agents, employees, contractors, subcontractors, licensees, or invitees of the Owner. In the event a written claim for damages against the contractor or its subcontractors remains unsettled at the time all work on the project has been completed to the satisfaction of the Director of the Water Department, as evidenced by a final inspection, i · final payment to the Contractor shall not be recommended to the Director of the Water Department for a period of 30 days after the date of such final inspection, unless the Contractor shall submit written evidence satisfactory to the Director that the claim has been settled and a release has been obtained from the claimant involved. If the claims concerned remains unsettled as of the expiration of the above 30-day period, the Contractor may be deemed to be entitled to a semi-final payment for work completed, such semi-final payment to be in the amount equal to the total dollar amount then due less the dollar value of any written claims pending against the Contractor arising out of performance of such work, and such semi-final payment may then be recommended by the Director. The Director shall not recommend final payment to a Contractor against whom such a claim for damages is outstanding for a period of six months following the date of the acceptance of the work performed unless the Contractor submits evidence in writing satisfactory tot he Director that: 1. The claim has been settled and a release has been obtained from the claimant involved, or 2. Good faith efforts have been made to settle such ou~standing claims, and such good faith efforts have failed. If condition (1) above is met at any time within the six month period, the Director shall recommend that the final payment to the Contractor be made. If condition (2) above is met at any time within the six month period, the Director may recommend that final payment to the Contractor be made. At the expiration of the six month period, the C6-6(7) Director may recommend that final payment be made if all other work has been performed and all other obligations of the Contractor have been met to the satisfaction of the Director. The Director may, if he deems it appropriate, refuse to accept bids on other Water . Department Contract work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract. C6-6.13 CONTRACTOR'S CLATh1 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 25th day of the month succeeding that in which ant such damage is claimed to have been sustained, the Contractor shall file with the Engineer an itemized statement of the d~tails and the amount of such alleged damage and, upon request, shall give the Engineer access to all books of account, receipts, vouchers, bills of lading, and other books or papers containing any evidence as to the amount of such alleged damage. Unless such statements shall be filed as hereinabove required, the Contractor's claim for compensation shall be waived, and he shall not be entitled to payment on account of such damages. C6-6.14 ADJUS1MENT 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 Jines have to be taken up or removed, the Contractor shall, at his own expense and cost, provide and maintain temporary outlets and connections for all private or public drains and sewers. The Contractor shall also take care of all sewage and drainage which will be received from these drains and sewers, and for this purpose he shall provide and maintain, at his own cost and expense, adequate pumping facilities and temporary outlets or divisions. The Contractor, at his own cost and expense, shall construct such troughs, pipes, or other structures necessary, and be prepared at all times to . dispose of drainage and sewage received from these temporary connections until such times as the permanent connections are built and are in service. The existing sewers and connections shall .be kept in service and maintained under the Contract, except when specified or ordered to be abandoned by the Engineer. All water, sewage, and other waste shall be disposed of in a satisfactory manner so that no nuisance is created and so that the work under construction will be adequately protected. C6-6(8) C6-6.16 ARRANGEMENT AND CHARGES FOR WATER FURNISHED BY THE CITY : When the Contractor desires to use City water in connection with any construction work, he shall make complete and satisfactory arrangements with the Fort Worth City Water Department for so doing. City water furnished to the Contractor shall be delivered to the Contractor from a connection on an existing City main. All piping required beyond the point of delivery shall be installed by the Contractor at his own expense. The Contractor's responsibility in the use of all existing fire hydrant and/or valves is detailed in Section E2-l .2 USE OF FIRE HYDRANTS AND VALVES in these General Contract Documents. When meters are used to measure the water, the charges, if any , for water will be made at the regular established rates. When meters are not used, the charges, if any , will be as prescribed by the City ordinance, or where no ordinances applies, payment shall be made on estimates and rates established by the Director of the Fort Worth Water Department. C 6-6.17 USE OF A SECTION OR PORTION OF THE WORK: Whenever, in the opinion of the Engineer, any section or portion of the work or any structure is in suitable condition, it may be put into use upon the written notice of the Engineer, and such usage shall not be held to be in any way an acceptance of said work or structure or any part thereof or as a waiver of any of the provisions of these Contract Documents. All necessary repairs and removals of any section of the work so put into use, due to defective materials or workmanship, equipment, or deficient operations on the part of the Contractor, shall be performed by the Contractor at his expense. C6-6 .18 CONTRACTOR'S RESPONSIBil.,ITY FOR THE WORK: Until written acceptance by the Owner as provided for in these Contract Documents, the work shall be under the charge and care of the Contractor, and he shall take every necessary precaution to prevent injury or damage to the work or any part thereof by action of the elements or from any cause whatsoever, whether arising from the execution or nonexecution of the work. The Contractor shall rebuild, repair, restore, and make good at his own expense all injuries or damage to any portion of the work occasioned by any of the hereinabove causes. C6-6 .19 NOWANEROFLEGALRIGHTS: Inspection by the Engineer or any order by the Owner by payment of money or any payment for or acceptance of any work, or any extension of time, or any possession taken by the City shall not operate as a waiver of any provision of the Contract Documents. Any waiver of any breach or Contract shall not be held to be a waiver of any other or subsequent breach . The Owner reserves the right to correct any error that may be discovered in any estimate that may have been paid and to adjust the same to meet the requirements of the Contract . Documents. C6-6(9) C6-6.20 PERSONAL LIABILITY OF PUBLIC OFFICIALS: fu carrying out the provisions of these Contract Documents or in exercising any power of authority granted thereunder, there shall be no liability upon the authorized representative of the Owner, either personally or other wise as they are agents and representatives of the City. C6-6.21 · STATE SALES TAX: On a contract awarded by the City of Fort Worth, and organization which qualifies for exemption pursuant the provisions of Article 20.04 (H) of the Texas Limited Sales, Excise, and Use Tax Act, the Contractor may purchase, rent or lease all matenals, supplies and equipment used or consumed in the performance of this contract by issuing to his supplier an exemption certificate in lieu of the tax, said exemption certificate to comply with State Comptroller's Ruling .007. Any such exemption certificate issued to the Contractor in lieu of the tax shall be subject to and shall comply with the provision of State Comptroller's Ruling .011, and any other applicable State Comptroller's rulings pertaining to the Texas Limited Sales, E;x:cise, and Use Tax Act. On a contract awarded by a developer .for the construction of a publicly-owner improvement in a street right-of-way or other easement which has been dedicated to the public and the City of Fort Worth, an organization which qualifies for exemption pursuant the provisions of Article 20.04 (H) of the Texas Limited Sales, Excise, and Use Tax Act, the Contractor can probably be exempted in the same manner stated above. Texas Limited Sales, Excise, and Use Tax Act permits and information can be obtained from: Comptroller of Public Accounts Sales Tax Division Capitol Station Austin, TX C6-6(10) PART C -GENERAL CONDITIONS C7-7 PROSECUTION AND PROGRESS SECTION C7-7 PROSECUTION AND PROGRESS: C7-7 .1 SUBLETTING: The Contractor shall perform with his own organization, and with the assistance of workmen under his immediate superintendance, work of a value of not less than fifty (50%) percent of the value embraced on the contract. If the Contractor sublets any part of the work to be done under these Contract Documents, he will not under any circumstances be relieved of the responsibility and obligation assumed under these Contract Documents. All transactions of the Engineer will be with the Contractor. Subcontractors will be considered only in the capacity of employees or workmen of the Contractor and shall be subject tot he same requirements as to character and competency. The Owner will not recognize any subcontractor on the work. The Contractor shall at all times, when the work is in operation, be represented either in person or by a superintendent or other designated representatives. C7-7.2 ASSIGNMENT OF CONTRACT: The Contractor shall not assign, transfer, sublet, or otherwise dispose of the contract or his rights, title, or interest in or to the same .or any part thereof without the previous consent of the Owner expressed by resolution of the City Council and concurred in by the Sureties. If the Contractor does, without such previous consent, assign, transfer, sublet, convey, or otherwise dispose of the contract or his right, title, or interest therein or any part thereof, to any person . or persons, partnership, company, firm, or corporation, or does by bankruptcy, voluntary or involuntary, or by assignment under the insolvency laws of any states, attempt to dispose of the contract may, at the option of the Owner be revoked and annulled, unless the Sureties shall successfully complete said contract, and in the event of any such revocation or annulment, any monies due or to become due under or by virtue of said contract shall be retained by the Owrier as liquidated damages for the reason that it would be impracticable and extremely difficult to fix the actual damages. C7-7.3 PROSECUTION OF THE WORK: Prior to beginning any construction operations, the Contractor shall submit to the Engineer in five or more copies, if requested by the Engineer, a progress schedule preferably in chart or diagram form, or a brief outlining in detail and step by step the manner of prosecuting the work and ordering materials and equipment which he expects to follow in order to complete the project in the scheduled time . There shall be submitted a table of estimated amounts to be earned by the Contractor during each monthly estimate period. The Contractor shall commence the work to be performed under this contract within the time limit stated in these Contract Documents and shall conduct the work in a continuous manner and with sufficient equipment, materials, and labor as is necessary to insure its completion within the time limit. C7 -7(1) The sequence requested of all construction operations shall be at all times as specified in the Special Contract Documents. Any Deviation from such sequencing shall be submitted to the Engineer for his approval. Contractor shall not proceed with any deviation until he has received written approval from the Engineer. Such specification or approval by the Engineer shall not relieve the Contractor from full responsibility of the complete · performance of the Contract. The contract time may be changed only as set forth in Section C7-7.8 EXTENSION OF TIME OF COMPLETION of this Agreement, and a progress schedule shall not constitute a change in the contract time. C7-7.4 LIMITATION OF OPERATIONS: The working operations shall at all times be conducted by the Contractor so as to create a minimum amount of inconvenience to the public. At any time when, in the judgment of the Engineer, the Contractor has obstructed or closed or is carrying on operations in a portion of a street or public way greater than is necessary for proper execution of the work, the Engineer may require the Contractor to finish the section on which operations are in progress before the work is commenced on any additional section or street. C7-7.5 CHARACTER OF WORKMEN AND EQUIPMENT: Local labor shall be used by the Contractor when it is available. The Contractor may bring from outside the City of Fort Worth his key men and his superintendent. All other workmen, including equipment operators, may be imported only after the local supply is exhausted. The Contractor shall employ only such superintendents, foremen, and workmen who are careful, competent, and fully qualified to perform the duties and tasks assigned to them, and the Engineer may demand and secure the summary dismissal of any person or persons employed by the Contractor in or about or on the work who, in the opinion of the Owner, shall misconduct himself or to be found to be incompetent, disrespectful, intemperate, dishonest, or otherwise objectionable or neglectful in the proper performance of his or their duties, or who neglect or refuses to comply with or carry out the direction of the owner, and such person or persons shall not be employed again thereon without written consent of the Engineer. All workmen shall have sufficient skill, ability, and experience to properly perform the work assigned to them and operate any equipment necessary to properly carry out the performance of the assigned duties. The Contractor shall furnish and maintain on the work all such equipment as is considered to be necessary for the prosecution of the work in an acceptable manner and at a satisfactory rate of progress. All equipment, tools, and machinery used for handling materials and executing any part of the work shall be subject to the approval of the Engineer and shall be maintained in a satisfactory, safe and efficient working condition. Equipment on any portion of the work shall be such that no injury to the work. Workmen or adjacent property will result from its use. C7-7(2) C7-7.6 WORK SCHEDULE: Elapsed working days shall be computed starting with the first day of the work completed as defined in Cl-1.23 "WORKING DAYS" or the date stipulated in the ''WORK ORDER" for beginning work, whichever comes first. Nothing in these Contract Documents shall be construed as prohibiting the Contractor from working on Saturday, Sunday or Legal Holidays, providing that the following requirements are met: a. A request to work on a specific Saturday, Sunday or Legal Holiday must be made to the Engineer no later that the preceding Thursday . b. Any work to be done on the project on such a specific Saturday, Sunday or Legal Holiday must be, in the opinion of the Engineer, essential to the timely completion of the project. The Engineer's decision shall be final in response to such a request for approval to work on a specific Saturday, Sunday or Legal Holiday, and no extra compensation shall be allowed to the Contractor for any work performed on such a specific Saturday, Sunday or Legal Holiday. Calendar Days shall be defined in C 1-1 .24 and the Contractor may work as he so desires. C7-7.7 TIME OF COMMENCEMENT AND COMPLETION: The Contractor shall commence the working operations within the time specified in the Contract Documents and set forth in the Work Order. Failure to do so shall be considered by the owner as abandonment of the Contract by the Contractor and the Owner may proceed as he sees fit. The Contractor shall maintain a rate of progress such as will insure that the whole work will be performed and the premises cleaned up in accordance with the Contract Documents and within the time established in such documents and such extension of time as may be properly authorized. C7-7.8 EXTENSION OF TIME COMPLETION: The Contractor's request for an extension of time of completion shall be considered only when the request for such extension is submitted in writing to the Engineer within seven days from and after the time alleged cause of delay shall occurred. Should an extension of the time of completion be requested such request will be forwarded to the City Council for approval. In adjusting the contract time for completion of work, consideration will be given to unforeseen causes beyond the control of and without the fault or negligence of the Contractor, fire, flood, tornadoes, epidemics, quarantine restrictions, strikes, embargoes, or delays of sub-contractors due to such causes. C7-7(3) When the date of completion is based on a calendar day bid, a request for extension of time because of inclement weather will not be considered. A request for extension of time due to inability to obtain supplies and materials will be considered only when a review of the Contractor's purchase order dates and other pertinent data as requested by the Engineer indicates that the Contractor has made a bonafide attempt to secure delivery on schedule . This shall include efforts to obtain the supplies and materials · from alternate sources in case the first source cannot make delivery . If satisfactory execution and completion of the contract should require work and . materials in greater amounts or quantities than those set forth in the approved Contract Documents, then the contract time mat be increased by Change Order. C7-7.9 DELAYS: The Contractor shall receive no compensation for delays or hindrances to the work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material, if any, which is to be furnished by the City. When such extra compensation is claimed, a written statement thereof shall be presented by the Contractor to the Engineer and if by the Engineer found correct, shall be approved and referred by the Engineer to the City Council for final approval or disapproval; and the action thereon by the City Council shall be final and binding. If delay is caused by specific orders given by the Engineer to stop work, or by the performance of extra work, or by the failure of the City to provide material or necessary instructions for carrying on the work, then such delay will entitle the Contractor to an equivalent extension of time, his application for shall, however, be subject to the approval of the City Council: and no such extension of time shall release the Contractor or the surety on his performance bond from all his obligations hereunder which shall remain in full force until the discharge of the contract. C7-7.10 TIME OF COMPLETION: The time of completion is an essential element of the Contract. Each bidder shall indicate in the appropriate place on the last page of the proposal, the number of working days or calendar days that he will require to fully complete this contract or the time of completion will be specified by the City in the proposal section of the Contract Documents. The number of days indicated shall be a realistic estimate of the time required to complete the work covered by the specific contract being bid upon. The amount of time so stated by the successful bidder or the City will become the time of completion specified in the Contract Documents. For each calendar day that any work shall remain uncompleted after the time specified in the Contract Documents, or increased time granted by the Owner, or as automatically increased by additional work or materials ordered after the contract is signed, the sum per day given in the following schedule, unless otherwise specified in other parts of the Contract Documents, will be deducted from the monies due the Contractor, not as a penalty, but as liquidated damages suffered by the Owner. C7-7(4) AMOUNT OF CONTRACT AMOUNT OF LIQUIDATED DAMAGES PER DAY Less than $ 5,000 inclusive $ 35.00 $ 5,001 to $ 15,000 inclusive $ 45.00 $ 15,001 to $ 25,000 inclusive $ 63.00 $ 25,001 to $ 50,000 inclusive $ 105 .00 $ 50,001 to $ 100,000 inclusive $ 154.00 $ 100,001 to $ 500,000 inclusive $ 210.00 $ 500,001 to $1,000,000 inclusive $ 315 .00 $1,000,001 to $2,000,000 inclusive $ 420.00 $2,000,000 and over $ 630.00 The parties hereto understand and agree that any harm to the City caused by the Contractor's delay in completing the work hereunder in the time specified by the Contract Documents would be incapable or very difficult to calculate · due to lack of accurate i;nfonnation, and that the "Amount of Liquidated Damages Per Day", as set out above, is a reasonable forecast of just compensation due the City for harm caused by any delay. C7-7.11 SUSPENSION BY COURT ORDER: The Contractor shall suspend operations on such part or parts of the work ordered by any court, and will not be entitled to additional compensation by virtue of such court order. Neither will he be liable to the City in the vent the work is suspended by a Court Order. Neither will the Owner be liable to the Contractor by virtue of any Court Order or action for which the Owner is not solely responsible. C7-7 .12 TEMPORARY SUSPENSION: The Owner shall have the right to suspend the work operation wholly or in part for such period or periods of time as he may deem necessary due to unsuitable weather conditions or any other unsuitable conditions which in the opinion of the Owner or Engineer cause further prosecution of the work to be unsatisfactory or detrimental to the interest of the project. During temporary suspension of the work covered by this contract, for any reason, the Owner will make no extra payment for stand-by time of construction equipment and/or construction crews. If it should become necessary to suspend work for an indefinite period, the Contractor shall store all materials in such manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures· where necessary. Should the Contractor not be able to complete a portion of the project due to-causes beyond the control of and without the fault or negligence of the Contractor. as set forth in Paragraph C7 -7.8 EXTENSION OF THETIME OF COMPLETION, and should it be C7-7(5) determined by mutual consent of the Contractor and the Engineer that a solution to allow construction to proceed is not available within a reasonable period of time, then the Contractor may be reimbursed for the cost of moving his equipment off the job and returning the necessary equipment to the job when it is determined by the Engineer that construction may be resumed. Such reimbursement shall be based on actual cost to the Contractor of moving the equipment and no profit will be allowed. No reimbursement shall be allowed if the equipment is moved to another construction project for the City of Fort Worth. The Contractor shall not suspend work without written notice from the Engineer and shall proceed with the work operations promptly when notified by the Engineer to so resume operations. C7-7.13 TERMINATION OF CONTRACT DUE TO NATIONAL EMERGENCY: Whenever, because of National Emergency, so declared by the president of the United States or other lawful authority, it becomes impossible for the Contractor to obtain all of the necessary labor, materials, and equipment for the prosecution of the work with reasonable continuity for a period of two months, the Contractor shall within seven days notify the City in writing, giving a detailed statement of the efforts which have been made and listing all necessary items of labor, materials, and equipment not obtainable. If, after investigations, the owner finds that such conditions existing and that the inabiiity of the Contractor to proceed is not attributable in whole or in part to the fault or neglect of the Contractor, than if the Owner cannot after reasonable effort assist the Contractor in procuring and making available the necessary labor, materials, and equipment within thirty days, the Contractor my request the owner to terminate the contract and the owner may comply with the request, and the termination shall be conditioned and based upon a final settlement mutually acceptable to both the Owner and the Contractor and final payment shall be made in accordance with the terms of the agreed settlement, which shall include. But not be limited to the payment for all work executed but not anticipated profits on work which has not been performed. C7-7.14 SUSPENSION OR ABANDONMENT OF THE WORK AND ANNULMENT OF THE CONTRACT: The .work operations on all or any portion or section of the work under Contract shall be suspended immediately on written order of the Engineer or the Contract may be declared canceled by the City Council for any good and sufficient cause. The following, by way of example, but not of limitation, may be considered grounds for suspension or cancellation: a. Failure of the Contractor to commence work operations within the time specified in the Work Order issued by the Owner. b. Substantial evidence that progress of the work operations by the Contractor is insufficient to complete the work within the specified time. C7-7(6) c. Failure of the Contractor to provide and maintain sufficient labor and equipment to properly execute the working operations. d. Substantial evidence that the Contractor has abandoned the work. e. Substantial evidence that the Contractor has become insolvent or bankrupt, or otherwise financially unable to carry on the work satisfactorily. f. Failure on the part of the Contractor to observe any requirements of the Contract Documents or to comply with any orders given by the Engineer or Owner provided for in these Contract Documents . g. Failure of the Contractor promptly to make good any defect in materials or workmanship, or any defects of any nature the correction of which has been directed in writing by the Engineer or the Owner. h. Substantial evidence of collusion for the purpose of illegally procuring a contract or perpetrating fraud on the City in the construction of work under contract. i. . A substantial indication that the Contractor has made an unauthorized assignment of the contract or any funds due therefrom for the benefit of any creditor or for any other purpose. j. If the Contractor shall for any cause whatsoever not carry on the working operation in an acceptable manner. k. If the Contractor commences legal action against the Owner. A Copy of the suspension order or action of the City Council shall be served on the Contractor's Sureties . When work is suspended for any cause or causes, or when the contract is canceled, the Contractor shall discontinue the work or such part thereof as the owner shall designate, whereupon the Sureties may, at their option, assume the contract or that portion thereof which the Owner has ordered the Contractor to discontinue , and may perform the same or may, with written consent of the owner, sublet the work or that portion of the work as taken over, provided however, that the Sureties shall exercise their option, if at all, within two weeks after the written notice to discontinue the work has been served upon the Contractor and upon the Sureties or their authorized agents . The Sureties, in such event shall assume the Contractor's place in all respects, and shall be paid by the Owner for all work performed by them in accordance with the terms of the Contract Documents . All monies remaining due the Contractor at the time of this default shall thereupon become due and payable to the Sureties as the work progresses, subject to all of the terms of the Contract Documents. C7-7(7) , ,t 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 nec~ssary, and the Contractor hereto agrees that the Owner shall have the right to take possession of and use any materials, plants, tools, equipment, supplies, and property of any kind provided by the Contractor for the purpose of carrying on the work and to procure other tools, equipment, materials, labor and property for the completion of the work, and to charge to the account of the Contractor of said contract expense for labor, materials, tools, equipment, and all expenses incidental thereto. The expense so charged shall be deducted by the owner from such monies as may · be due or may become due at any time thereafter to the Contractor under and by virtue of the Contract or any part thereof. The Owner shall not be required to obtain the lowest bid for the work completing the contract, but the expense to be deducted shall be the actual cost of the owner of such work In case such expenses shall exceed the amount which would have been payable under the Contract if the same had been completed by the Contract, then the Contractor and his Sureties shall pay the amount of such excess to the City on notice from the Owner of the · excess due. When any particular part of the work is being carried on by the Owner by contract or otherwise under the provisions of this section, the Contractor shall continue the remainder of the work in conformity with the terms of the Contract Documents and in such a manner as to not hinder or interfere with the performance of the work by the Owner. C7-7.15 FULFJLLMENT 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. l 6 TERMINATION FOR CONVENIENCE OF THE OWNER: The performance of the work under this contract may be terminated by the Owner in whole, or from time to time in part, in accordance with this section, whenever the Owner shall determine that such termination is in the best interest of the Owner. A. NOTICE OF TERMINATION: Any Termination shall be effected by mailing a notice of the termination to the Contractor specifying the extent to which performance of work under the contract is terminated, and the date upon which such termination becomes effective. Receipt of the notice shall be deemed conclusively presumed and established when the letter is placed in the United States Postal Service Mail by the Owner. Further, it shall be deemed conclusively presumed and established that such termination is made with just cause as therein stated; and no proof in any C7-7(8) B. claim, demand or suit shall be required of the Owner regarding such discretionary action CONTRACTOR ACTION: After receipt of a notice of termination, and except as otherwise directed by the Engineer, the Contractor shall: 1. Stop work under the contract on the date and to the extent specified in the notice of termination; 2. place no further orders or subcontracts for materials, services or facilities except as may be necessary . for completion of such portion of the work under the contract as is not terminated; 3. terminate all orders and subcontracts to the extent that they relate to the performance of the work terminated by notice of termination; 4. transfer title to the Owner and deliver in the manner, at the times, and to the extent, if any, directed by the Engineer: a. the fabricated or unfabricated parts, work in progress, completed work, supplies and other material produced as a part of, or acquired in connection with the performance of, the work terminated by the notie:e of the termination; and b. The completed, or partially completed plans, drawings, information and other property which, if the contract had been completed, would have been required to be furnished to the Owner. 5. complete performance of such work as shall not have been terminated by the notice of termination; and 6. Take such action as may be necessary, or as the Engineer may direct, for the protection and preservation of the property related to its contract which is in the possession of the Contractor and in which the owner has or may acquire the rest. · At a time not later than 30 days after the termination date specified in the notice of termination, the Contractor may submit to the Engineer a list, certified as to quantity and quality, of any or all items of termination inventory not previously disposed of, exclusive of items the disposition of · C7-7(9) which has been directed or authorized by Engineer, Not later than 15 days thereafter, the owner shall accept title to such items provided, that the list submitted shall be subject to verification by· the Engineer upon removal of the items or, if the items are stored, within 45 days from the date of submission of the list, and any necessary adjustments to correct the list as submitted, shall be made prior to final settlement. C. TERMINATION CLAIM: Within 60 days after the notice of termination, the Contractor shall submit his termination claim to the Engineer in the form and with the certification prescribed by the Engineer. Unless one or more extensions in writing are granted by the Owner upon request of the Contractor, made in writing within such 60-day period or authorized extension thereof, any and all such claims shall be conclusively deemed waived. D. AMOUNTS: Subject to the prov1s1ons of Item C7-7.l(C), the Contractor and the Owner may agree upon the whole or any part of the amount or amounts to be paid to the Contractor by reason of the total or partial termination of the work pursuant hereto; provided, that such agreed amount or amounts shall never exceed the total contract price reduced by the amount of payments otherwise made and as further reduced by the contract price work not terminated. Th_e contract shall be amended accordingly, and the Contra~tor 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. FAIL URE 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 laws, ordinances, and regulations so as to protect person and property from injury, including death, or damage in connection with the work. C7-7(11) " ,. '1l ., " ,, ' ' ' j • .... \. • . , .. ' .. '•, -~ ,,. "' !.t ;- T .... ~ ~ lr 4 ~ •"t .. !~,. 1~ 'J .. ~ l'f. ,., ,· • l ,! • ' . . . ' ··~ . . <• .. , ' 'f ' ., . .. '' . ' , .. ! ~· .. " ' . ~ d ··, ',' ~ ,. . .., ~: .. I 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 accorqing to the United States Standard Measurements used in common practice, and will be the actual length, area, solid contents, numbers, and weights of the materials and item installed. C8-8.2 UNIT PRICES: When in the Proposal a "Unit Price" is set forth, the said "Unit Price" shall include the furnishing by the Contractor of all labor, tools, materials, machinery, equipment, appliances and appurtenances necessary for the construction of and the completion in a manner acceptable to the Engineer of all work to be done under these Contract Documents. The "Unit Price" shall include all permanent and temporary protection of overhead, surface, and underground structures, cleanup, finishing costs, overhead expense, bond, insurance, patent fees, royalties, risk due to the elements and other clauses, delays, profits, injuries, damages claims, taxes, and all other items not specifically mentioned that may be required to fully construct each item of the work complete in place and in a satisfactory condition for operation. C8-8.3 LUMP SUM: When in the Proposal a "Lump Sum" is set forth, the. said "Lump Sum" shall represent the total cost for the Contractor to furnish all labor, tools, materials, machinery, equipment, appurtenances, and all subsidiary work necessary for the construction and completion of all the work to provide a complete and functional item as detailed in the Special Contract Documents and/or Plans. C8-8.4 SCOPE OF PAYMENT: The Contractor shall receive and accept the compensation as herein provided, in full payment for furnishing all labor, tools, materials, and incidentals for performing all work contemplated and embraced under these Contract Documents, for all loss and damage arising out of the nature of the work or from the action of the elements, for any unforeseen defects or obstructions which may arise or be encountered during the prosecution which may arise or be encountered during the prosecution of the work at any time before its final acceptance by the Owner, (except as provided in paragraph 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 of the acceptance of the work, materials, or equipment, nor in any way prejudice or affect the obligations of the Contractor to repair, correct, renew, or replace at his own and proper expense any defects or imperfections in the construction or in the strength or quality of the material used or equipment or machinery furnished in or about the construction of the work under contract and its appurtenances, or any damage due or attributed to such defects, which defects, imperfections, or damage shall have been discovered on or before the final inspection and acceptance of the work or during the one year guaranty period after the final acceptance. The Owner shall be the sole judge of such defects, imperfections, or damage, and the Contractor shall be liable to the Owner for failure to correct the same as provided herein. C8-8.5 PARTIAL ESTIMATES AND RETAINAGE: Between the 1st and the 5th day of each month, the Contractor shall submit to the Engineer a statement showing an estimate of the value of the work done during the previous month, or estimate period under the Contract Documents. Not later than the 10th day of the month, the Engineer shall verify such estimate, and if it is found to be acceptable and the value of the work performed since the last partial payment was made exceeds one hundred dollars ($100.00) inn amount, 90% of such estimated sum will be paid to the Contractor if the total contract amount is less than $400,000.00, or 95% of such estimated sum will be paid to the Contractor if the total contract amount is $400,000.00 or greater, within twenty-five (25) days after the regular estimate period. The City will have the option of preparing estimates on forms furnished by the City. The partial estimates may include acceptable nonperishable materials delivered to the work which are to be incorporated into the work as a permanent part thereof, but which at the time of the estimate have not been installed (such payment will be allowed on a basis of 85% of the net invoice value thereof). The Contractor shall furnish the Engineer such information as he inay request to aid him as a guide in the verification or the preparation of partial estimates. It is understood that partial estimates from month to month will be approximate only, all partial monthly estimates and payment will be subject to correction in the estimate rendered following the discovery of an error in any previous estimate, and such estimate shall not, in any respect, be taken as an admission of the Owner of the amount of work done or of its quantity of sufficiency, or as an acceptance of the work done or the release of the Contractor of any of his responsibilities under the Contract Documents. The City reserves the right to withhold the payment of any monthly estimate if the Contractor fails to perform the work strictly in accordance with the specifications or provisions of this Contract. C8-8(2) C8-8.6 WITHHOLDING PAYMENT: Payment on any estimate or estimates may be held in abeyance if the performance of the construction operations is not in accordance with the requirements of the Contract Documents. C8-8.7 FINAL ACCEPTANCE: Whenever the improvements provided for by the Contract Documents shall have been completed and all requirements of the Contract Documents shall have been fulfilled on the part of the Contractor, the Contractor shall notify the Engineer in writing that the improvements are ready for final inspection. The Engineer shall notify the appropriate officials of the Owner, will within a reasonable time make such final inspection, and if the work is satisfactory, in an acceptable condition, and has been completed in accordance with the terms of the Contract Documents and all approved modifications thereof, the Engineer will initiate the processing of the final estimate and recommend final acceptance of the project and final payment thereof as outlines in paragraph C8-8.8 below. C8-8.8 FINAL PAYMENT: · Whenever all the .improvements provided for by the Contract Documents and all approved modifications thereof shall have been completed and all requirements of the Contract Documents have been fulfilled on the part of the Contr_actor, 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 inade are subject to necessary corrections or revisions in the final payment. The amount of the final estimate, less previous payments and any sums that have been deducted or retained under the provisions of the Contract Documents, will be paid to the Contractor within 60 days after the final acceptance by the Owner on a proper resolution of the City Council, provided the Contractor has furnished to the owner satisfactory evidence of compliance as follows: Prior to submission of the final estimate for payment, the Contractor shall execute an affidavit as furnished by the City, certifying that; A. all persons, firms, associations, corporations, or other organizations furnishing labo,r and/or materials have been paid in full, B. that the wage scale established by the City Council in the City of Fort Worth has been paid, and C. that there are no claims pending for personal injury and/or property damages. The acceptance by the Contractor of the last or final payment as aforesaid shall operate as and shall release the owner from all claims or liabilities under the Contract for anything done or furnished or relating to the work under the Contract Documents or any act or neglect of said City relating to or connected with the Contract. C8-8(3) The making of the final payment by the Owner shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. C8-8.9 ADEQUACY OF DESIGN: It is understood that the Owner believes it has employed competent engineers and designers to prepare the Contract Documents and all modifications of the approved Contract Documents. It is, therefore, agreed that the Owner shall be responsible for the adequacy of its own design features, sufficiency of the Contract Documents, the safety of the structure, and the practicability of the operations of the completed project, provided the Contractor has complied with the requirements of the said Contr_act Documents, all approved modifications thereof, and additions and alterations thereof approved in writing by the Owner. The burden of proof of such compliance shall be upon the Contractor to show that he has complied with the Contract Documents, approved modifications thereof, and all alterations thereof. C8-8.10 GENERAL GUARANTY: Neither the final certificate of payment nor any provision in the Contract Documents nor partial or entire occupancy or use of the premises by the Owner shall constitute an acceptance of the work not done in accordance with the Contract Documents or relieve the Contractor of liability in respect to any express warranties or responsibility for faulty materials or workmanship. The Contractor . shall remedy any defects or daI9ages in the work and pay for any damage to the other work resulting therefrom which shall appear within a period of one year from the date of final acceptance of the work unless a longer period is specified and shall furnish a good and sufficient maintenance bond in the amount of 100 percent of the amount of the contract which shall assure the performance of the general guaranty as above outlined . . The Owner will give notice of observed defects with reasonable promptness. C8-8.l 1 SUBSIDIARY WORK: Any and all work specifically governed by documentary requirements for the project, such as conditions imposed by the Plans, the General Contract Documents or these Special Contract Documents, in which no specific item for bid has been provided for in the Proposal, shall be considered as a subsidiary item of work, the cost of which shall be included in the price bid in the Proposal, for each bid item. Surface restoration, rock excavation and. cleanup are general items of work which fall in the category of subsidiary work. C8-8.12 MISCELLANEOUS PLACEMENT OF MATERIAL: Material may be allocated under various bid items in the Proposal to establish unit prices for miscellaneous placement of material. These materials shall be used only when directed by the Engineer, depending on field conditions. Payment for miscellaneous placement of material will be made for only that amount of material used, measured to the nearest one- tenth unit. Payment for miscellaneous placement of material shall be in accordance with the General Contract Documents regardless of the actual amount used for the Project. C8-8.13 RECORD DOCUMENTS: The Contractor shall keep on record a copy of all specifications, plans, addenda, modifications, shop drawings and samples at the C8-8(4) site, in good order and annotated to show all changes made during the construction process. These shall be delivered to the Engineer upon completion of the work C8-8(5) ....... __ .. -- SECTION Cl: SUPPLEMENTARY CONDITIONS TOP ART C -GENERAL CONDITIONS A. General These Supplementary Conditions amend or supplement the General Conditions of the Contract and other provisions of the Contract Documents as indicated below. Provisions which are not so amended or supplemented remain in full force and affect. B. C8-8.5 PARTIAL ESTIMATES AND RETAINAGE: Page C8-8 (2), should be deleted in its entirety and replaced with the following: Partial pay estimates shall be submitted by the Contractor or prepared by the City on the 5th day and 20th day of each month that the work is in progress. The estimate shall be proceeded by the City on the 10th day and 25th day respectively. Estimates will be paid within 25 days following the end of the estimate period, less the appropriate retainage as set out below. Partial pay estimates may include acceptable nonperishable materials delivered to the work place which are to be incorporated into the work as a permanent part thereof, but which at the time of the pay estimate have not been so installed. If such materials are included within a pay estimate, payment shall be based upon 85% of the net voice value thereof. The Contractor will furnish the Engineer such information as may be reasonably requested to aid in the verification or the preparation of the pay estimate. For contracts of less than $400,000 at the time of execution, retainage shall be ten per cent (10%). For contracts of $400,000 or more at the time of execution, retainage shall be five percent (5%). Contractor shall pay subcontractors in accord with the subcontract agreement within five (5) business days after receipt by Contractor of the payment by City. Contractor's failure to make the required payments to subcontractors will authorize the City to withhold future payments from the Contractor until compliance with this paragraph is accomplished. It is understood that the partial pay estimates will be approximate only, and all partial pay estimates and payment of same will be subject to correction in the estimate rendered following the discovery of the mistake in any previous estimate. Partial payment by Owner for the amount of work done or of its quality or sufficiency or acceptance of the work done; shall not release the Contractor of any of its responsibilities under the Contract Documents. The City reserves the right to withhold the payment of any partial estimate if the Contractor fails to perform the work in strict accordance with the specifications or other provisions of this contract. C. Part C -General Conditions: Paragraph C3-3.l l of the General Conditions is deleted and replaced with D-3 of Part D -Special Conditions. D. C3-3.l 1 INSURANCE: Page C3-3 (6): Delete subparagraph "g. LOCAL AGENT FOR INSURANCE AND BONDING" Page I of 8 Revised 10/24/02 G:\1210\4397-32\Project\Specificatioils\Contract 5B\SECTION 5\8 -Supplementary Conditions to Part C -Section C1 .doc E. F. C6-6.12 CONTRACTOR'S RESPONSIBLITY FOR DAMAGE CLAIMS: Page C6-6 (8), is deleted in its entirety and replaced with the following: Contractor covenants and agrees to indemnify City's engineer and architect, and their personnel at the project site for Contractor's sole negligence. In addition, Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the Owner, its officers, servants and employees, from and against any and all claims or suits for property loss, property damage, personal injury, including death, arising out of, or alleged to arise out of, the work and services to be performed hereunder by Contractor, its officers, agents, employees, subcontractors, licensees or invitees, whether or not any such injury, damage or death is caused, in whole or in part, by the negligence or alleged negligence of Owner, its officers, servants, or employees. Contractor likewise covenants and agrees to indemnify and hold harmless the Owner from and against any and all injuries to Owner's officers, servants and employees and any damage, loss or destruction to property of the Owner arising from the performance of any of the terms and conditions of this Contract, whether or not any such injury or damage is caused in whole or in part by the negligence or alleged negligence of Owner, its officers, servants or employees. In the event Owner receives a written claim for damages against the Contractor or its subcontractors prior to final payment, final payment shall not be made until Contractor either (a) submits to Owner satisfactory evidence that the claim has been settled and/or a release from the claimant involved, or (b) provides Owner with a letter from Contractor's liability insurance carrier that the claim has been referred to the insurance carrier. The Director may, if he deems it appropriate, refuse to accept bids on other City of Fort Worth public work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract. 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 improvements at any time when and as found to be necessary, and the Contractor shall perform the work as altered, increased or decreased at the unit prices . as established in the contract documents. No allowance will be made for any changes in lost or anticipated profits nor shall such changes be considered as waiving or invalidating any conditions or provisions of the Contract Documents. Variations in quantities of sanitary sewer pipes in depth categories shall be interpreted herein as applying to the overall quantities of sanitary sewer pipe in each pipe size but not to the various depth categories. Page 2 of 8 Revised 10/24/02 G:\1210\4397-32\Project\Specifications\Contract 58\SECTION 5\8 -Supplementary Conditions to Part C -Section C1.doc G. C3-3.l l INSURANCE: Page C3-3 (7): Add subparagraph "h. ADDITIONAL INSURANCE REOillREMENTS" a. The City, its officers, employees and servants shall be endorsed as an additional insured on Contractor's insurance policies excepting · employer's liability insurance coverage under Contractor's workers' compensation insurance policy. b. Certificates of insurance shall be delivered to the City of Fort Worth, contract administrator in the respective department as specified in the bid documents, 1000 Throckmorton Street, Fort Worth, TX 76102, prior to commencement of work on the contracted project. c. Any failure on part of the City to request required insurance documentation shall not constitute a waiver of the insurance requirements specified herein. d. Each insurance policy shall be endorsed to provide the City a minimum thirty days notice of cancellation, non-renewal, and/or material change in policy terms or coverage. A ten days notice shall be acceptable in the event of non-payment of premium. e. Insurers must be authorized to do business in the State of Texas and have a current A.M. Best rating of A: VII or equivalent measure of financial strength and solvency. f. Deductible limits, or self-funded retention limits, on each policy must not exceed $10,000.00 per occurrence unless otherwise approved by the CitY,. g. Other than worker's compensation insurance, in lieu of traditional insurance, City may consider alternative coverage or risk treatment measures through insurance pools or risk retention groups . The City must approve in writing any alternative coverage. h. Workers' compensation insurance policy(s) covering employees employed on the project shall be endorsed with a waiver of subrogation providing rights of recovery in favor of the City. i. City shall not be responsible for the direct payment of insurance premium costs for contractor's insurance. j. Contractor's insurance policies shall each be endorsed to provide that such insurance is primary protection and any self-funded or commercial coverage maintained by City shall not be called upon to contribute to loss recovery. k. In the course of the project, Contractor shall report, in a timely manner, to City's officially designated contract administrator any known loss occurrence which could give rise to a liability claim or lawsuit or which could result in a property loss. Page 3 of 8 Revised 10/24/02 G:\1210\4397-32\Project\Specifications\Contract 5B\SECTION 5\8-Supplementary Conditions to Part C -Section C1.doc I. 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. H. C8-8.4 SCOPE OF PAYMENT: Delete C8-8.4, Scope of Payment at page C8-8(1) is deleted in its entirety and replaced with the following: The Contractor shall receive and accept the compensation as herein provided, 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, 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. L CS-8 .10 GENERAL GUARANTY: Delete CS-8.10, General Guarap.ty at page CS-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 Page 4 of 8 Revised 10/24/02 G:\1210\4397-32\Project\Specifications\Contract 58\SECTION 5\8 -Supplementary Conditions to Part C -Section C1 .doc which shall assure the performance of the general guaranty as above outlined. The Owner will · give notice of observed defects with reasonable promptness. Any reference to any shorter period of time of warranty contained elsewhere within the specifications shall be resolved in favor of this specifications, it being the City's intent that the Contractor guarantee its work for a period of two (2) years following the date of acceptance of the project. In the Special Instructions to Bidders, TPW contracts place the following in lieu of the existing paragraph 2. J. Part C -General Conditions, Section C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL, Page C2-2 (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 such 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:· Page 5 of 8 Revised 10/24/02 G:\1210\4397-32\Project\Specifications\Contract 58\SECTION 5\8 -Supplementary Conditions to Part C -Section C1 .doc I 1. Page C3-3(3); the paragraph after paragraph C3-3.7d Other Bonds should be revised to read: In order for a surety to be acceptable to the City, the surety must (1) hold a certificate of authority from the United States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of $100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion, will determine the adequacy of the proof required herein. 2. Pg. C3-3(5) Paragraph C3-3.l l INSURANCE delete subparagraph "a. COMPENSATION INSURANCE". 3. Pg. C3-3(6), Paragraph C3-3. l 1 INSURANCE delete subparagraph "g. LOCAL AGENT FOR INSURANCE AND BONDING". L. RIGHT TO AUDIT: Part C -General Conditions, Section C8-8 MEASUREMENT AND PAYMENT, Page C8-8 (5), add the following: C8-8.14 RIGHT TO AUDIT: (a) Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of the Contractor involving transactions relating to this contract. Contractor agrees that the City shall have access during normal working hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. The City shall give contractor reasonable advance notice of intended audits. (b) Contractor furth~r agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under the subcontract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of such subcontractor, involving transactions to the subcontract, and further, that City shall have access during normal working hours to all subcontractor facilities, and shall be provided adequate and appropn'ate work space, in order to conduct audits in compliance with the provisions of this article. City shall give subcontractor reasonable advance notice of intended audits. ( c) Contractor and subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse the Contractor for the cost of copies as follows: Page 6 of8 Revised 10/24/02 G:\1210\4397-32\Project\Specifications\Contract 5B\SECTION 5\8 -Supplementary Conditions to Part C -Section C1 .doc - - - ..... 1. 50 copies and under -10 cents per page 2, More than 50 copies -85 cents for the first page plus fifteen cents for each page thereafter M. SITEPREPARATION: The Contractor shall clear rights-of-way or easements of obstruction which must be removed to make possible proper prosecution of the work as a part of this project construction operations. The contractor's attention is directed to paragraph C6-6. l O work within easements, page C6-6(4), part C -General Conditions of the Water Department General Contract Document and General Specifications. Clearing and restoration shall be considered as incidental to construction and all costs incurred will be considered to be included in the Linear Foot price of the pipe. N. Reference Part C -General Conditions, Section C6-6.8 BARRICADES, WARNINGS AND WATCHMEN: 1. Wherever the word Watchmen appears in this paragraph, it shall be changed to the word flagmen. 2. In the first paragraph, lines five (5) and six (6), change the phrase take all such other precautionary measures to take all reasonable necessary measures. 0. MINORITY/WOMEN BUSINESS ENTERPRISE COMPLIANCE: Reference Part C (General Conditions), Section C3-3.2 Entitled "MINORITY BUSINESS ENTERPRISE/WOMEN-OWNED BUSINESS ENTERPRISE COMPLIANCE" shall be deleted in its entirety and replaced with the following: Upon request, Contractor agrees to provide to Owner complete and accurate information regarding actual work performed by a Minority Business Enterprise (MBE) and/or a Woman Business Enterprise (WBE) on the contract and payment therefore. Contractor further agrees to permit an audit and/or examination of any books, records or files in its possession that will substantiate the actual work performed by an MBE and/or WBE. The misrepresentation of facts (other than a negligent misrepresentation) and/or the commission of fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate federal, state or local laws or ordinances relating to false statements; further, any such misrepresentation (other than negligent misrepresentation) and/or commission of fraud will result in the Contractor being determined to be irresponsible and barred from participating in City work for a period of time of not less than thee (3) years. Page 7 of 8 Revised 10/24/02 G:\1210\4397-32\Project\Specifications\Contract 5B\SECTION 5\8 -Supplementary Cond itions to Part C-Sect ion C1 .doc P. WAGE RATES: Section C3-3.13 of the General Conditions is deleted and replaced with the following: (a) The contractor shall comply with all requirements of Chapter 2258, Texas Government Code, including the payment of not less than the rates determined by the City Council of the City of Fort Worth to .be the prevailing wage rates in accordance with Chapter 2258, Texas Government Code. Such prevailing wage rates are included in these contract documents. (b) The contractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract; and (ii) the actual per diem wages paid to each worker. These records shall be open at all reasonable hours for inspection by the City. The provisions of Section C-1, L. Right to Audit (Rev. 9/30/02) pertain to this inspection. (c) The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs (a) and (b) above. ( d) With each partial payment estimate or payroll period, whichever is less, an affidavit stating that the contractor has complied with the requirements of Chapter 2258, Texas Government Code. The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times. Page 8 of 8 Revised 10/24/02 G :\1210\4397-32\Project\Specifications\Contract 58\SECTION 5\8 -Supplementary Conditions to Part C -Section C1 .doc PART D -SPECIAL CONDITIONS D-1 GENERAL ............................................................................................................................ 3 D-2 COORDINATION MEETING ............................................................... : ................................ 6 D-3 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW ...................... 6 D-4 COORDINATION WITH FORT WORTH WATER DEPARTMENT ...................................... 8 D-5 CROSSING OF EXISTING UTILITIES ......................... · ........................................ ; .............. 8 D~ 6 EXISTING UTILITIES AND IMPROVEMENTS .................................................................... 9 D-7 CONSTRUCTION TRAFFIC OVER PIPELINES ..................... ; ......................... -................... 9 D-8 TRAFFIC CONTROL ............................................................... : ........................ ; ................ 10 D-9 DETOURS ......................................................................................................... :.; .............. 11 D-10 EXAMINATION OF SITE ....................... : .................................. : .................................... 11 D-11 ZONING COMPLIANCE ...................... : ................................... : ... .-.~ ................ .' .............. 11 D-12 WATER FOR CONSTRUCTION .............................. ; ..................................................... 11 D-13 WASTE MATERIAL ....................................................................... ; ............................... 11 D-14 PROJECT CLEANUP AND FINAL ACCEPTANCE .. ; ....... ; .......... ; .................................. 11 · D-15 SAFETY RESTRICTIONS -WORK NEAR HIGH VOLTAGE LINES .............................. 12 D-16 BID QUANTITIES .......................................................................................................... 12 D-17 CUTTING OF CONCRETE ..... .". ...................... : .............................................................. 12 D-18 PROJECT DESIGNATION SIGN ...................... : ............................................................ 12 D-19 CONCRETE SIDEWALK AND DRIVEWAY REPLACEMENT ........................ : ............... 13 D-20 MISCELLANEOUS PLACEMENT OF MATERIAL. ............. : ........................................... 13 D-21 CRUSHED LIMESTONE BACKFILL .......... : ........ : ...... : ........................ ; ........................... 13 D-22 2:27 CONCRETE .................... · ..................... : ................................... .: .......... :.· .................. 14 b-23 TRENCH EXCAVATION, BACKFILL, AND COMPACTION ...... : ..................... .' .. : ........... 14 D-24 TRENCH PAVEMENT (PERMANENT) REPAIR (E2-19) FOR UTIUTY CUTS ; ............. 15 D-25 SITE SPECIFIC TRENCH SAFETY SYSTEM (COVERS ALL PROJECTS) .................. 16 D-26 SANITARY SEWER MANHOLES ..................................................... : ............................ 17 D-27 SANITARY SEWER SERVICES ..................................................................... : .............. 20 D-28 REMOVAL, SALVAGE, AND ABANDONMENT OF EXISTING FACILITIES .................. 21 D-29 DETECTABLE WARNING TAPES ~: .................... : ..................... :· ................................ : ... 24 D-30 PIPE CLEANING ........................................................................................... :.: ............. 24 D_; 31 DISPOSAL OF SPOIUFILL MATERIAL. ................. ; ...................................................... 24 D-32 MECHANICS AND MATERIALMEN'S LIEN ................................................................... 24 D-33 SUBSTITUTIONS ............................................................................ ; .............. ~ ............... 24 D-34 PRE-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER .............. 25 D-35 VACUUM TESTING OF SANITARY SEWER MANHOLES ............................................ 28 D-36 BYPASS PUMPING ................ : .......... ; ........................................................................... 29 D-37 POST-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER ............ 29 D-38 SAMPLES AND QUALITY CONTROL TESTING ........................................................... 31 D-39 . TEMPORARY EROSION , SEDIMENT, AND WATER POLLUTION CONTROL (FOR DISTURBED AREAS LESS THAN 1 ACRE) .................................................................................. 32 D-40 INGRESS AND EGRESS/OBSTRUCTION OF ACCESS TO DRIVES .......................... 33 D-41 PROTECTION OF TREES, PLANTS AND SOIL ........................................................... 33 D-42 SITE RESTORATION .................................................................................................... 33 · D-43 CITY OF FORT WORTH STANDARD PRODUCT LIST ................................................ 34 D-44 TOPSOIL, SODDING, SEEDING & HYDROMULCHING ............................................... 34 D-45 CONFINED SPACE ENTRY PROGRAM ..................................................................... ; .. 39 D-46 SUBSTANTIAL COMPLETION INSPECTION/FINAL INSPECTION ............................. .40 D-47 EXCAVATION NEAR TREES (WHERE IDENTIFIED ON THE PLANS) ....................... .40 D-48 CONCRETE ENCASEMENT OF SEWER PIPE ....... ~ ................................................... .41 D-49 CLAY DAM ..................................................................................................................... 41 02/09/2010 SC-1 g:\1210\4397-32\project\specifications\contract Sc\100% s~t -Sc\05 .3 -green double sided -part d -special con.ditions -paginated (water-sewer) - wtr 02-09-10.doc j . I PART D -SPECIAL CONDITIONS D-50 EXPLORATORY EXCAVATION (D-HOLE) ................................................................... 41 D-51 INSTALLATION OF WATER FACILITIES ............................. : ....................................... .41 51.1 Polyvinyl Chloride (PVC) Water Pipe ...................... , ................................................... .41 51.2 Blocking ....................................................................................................................... 42 51.3 Type of Casi.ng Pipe ......................................................................................... , ........... 42 51.4 Tie-lns .......................................................................................................................... 42 51.5 Connection of Existing Mains ....................................................................................... .42 51.6 Valve Cut-Ins ................................................................. ; .............................................. 43 51.7 Water Services ......... : ................................................ : ......................... · ................. :, ..... 43 51.8 2-lnch Temporary Service Line ........................... ; ....................................................... .45 51.9 Purging and Sterilization of Water Lines .................. , .................................................. .46 51.10 Work Near Pressure Plane Boundaries ...................................................................... .46 51.11 Water Sample Station ................................................................................................... 47 51.12 Ductile Iron and Gray Iron Fittings ........................................................................... , .... .47 D-52 SPRINKLING FOR DUST CONTROL: .......................... : ............................................... .48 D-53 DEWATERING .................................................................... · ................. : ............... : ........ 48 D-54 TRENCH EXCAVATION ON DEEP TRENCHES .......................................................... .48 D-55 TREE PRUNING .............................................. : ............................................................... 48 D-56 . TREE REMOVAL ......... · ....................... , .. · ... ; ....................................... .-: ..... : ..... : ................... 49 D-57 TEST HOLES .................................................. · .................. : .................. : .......................... 49 D-58 PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION AND NOTIFICATION OF TEMPORARY WATER SERVICE INTERRUPTION DURING CONSTRUCTION ·······:······ . .-....... : ........................... ; ............................................................. : ....... 50 D-.59 . TRAF.FIC BUTTONS ... :·'°·'·; ............................................................................................. 50 D-60 SANITARY S~VVER SERVICE CLEANOUTS.; ............... : .............................................. 51 D-61 TEMPORARY PAVEMENT REPAIR .......................... · ..... • ................................................ 51 D-62 CONSTRUCTION STAKES ........................................................................................... 51 D-63 EASEMENTS AND PERMITS ............ : ..................... : ....................................................... 51 D-64 PRE-CONSTRUCTION NEIGHBORHOOD MEETING ...................... '. .. , ........................ 52 D-65 WAGE RATES ................................................................................................................ 52 D-66 REMOVAL AND DISPOSAL OF ASBESTOS CEMENT PIPE ...................................... 54 D-67 STORM WATER POLLUTION PREVENTION (FOR DISTURB.ED AREAS GREATER THAN .1 ACRE) ............................................................................... : .............................................. 54 D-68 · COORDINATION WITH THE CITY'S REPRESENTATIVE FOR OPERATIONS OF EXISTING WATER SYSTEM.S ......•.. ·.·;·····.····································~·····································.-............. 56 D-69 ADDITIONAL SUBMITTALS FOR CONTRACT AWARD ................................................... 57 D-70 . EARLY WARNING SYSTEM FOR CONSTRUCTION ..... : ................................................. 57 0-71 AIR POLLUTION WATCH DAYS ....................................................................................... 58 D-72 FEE FOR STREET USE PERMITS AND RE-INSPECTIONS ............................................ 58 02/09/2010 SC-2 g:\1210\4397-32\project\specifications\contract 5c\l 00% set -Sc\05 .3 -green double sided -part d -special conditions -paginated (water-sewer) • wtr 02-09· 1 O.doc · · PART D -SPECIAL CONDITIONS This Part D -Special Conditions is complimentary to Part C -General Conditions and Part C1 - Supplementary Conditions to Part C of the Contract. Anything contained in this Part D that is additive to any provision in Part C -General Conditions and part C1 -Supplementary Conditions to Part C of the Contract are to be read together. Any · conflict between Part C -General Conditions and Part C1 -Supplementary Conditions of the Contract and this Part· D, Part D shall control. FOR: City of Fort Worth, Texas 2007 CRITICAL CAPITAL PROJECT COUNCIL DISTRICT 5; CONTRACT 5C CAPERS AVENUE, OSBOURNE LANE, RANSOM TERRACE, AND PLANTS AVENUE 0.0.E. PROJECT NO. 5878· . CITY PROJECT NO. 00950 UNIT I: WATER & SANITARY SEWER REPLACEMENT WATER PRJECT NO.: P265 531200 6051700950 SEWER PROJECT NO.: P275 531200 7051700950 UNIT II: PAVING RECONSTRUCTION T/PW PROJECT NO.: C295 531200 20540000950 · o..;1 ·GENERAL The order or precedence ·in case of conflicts of discrepancies be~eeri v~~Jous parts of the Contract Documents subject to the ruiirig . of the Engineer shall generally, but not necessarily, follow the guidelines listed below: 1. Plans 2. Contract Doct1ments 3. Spedal 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 anc:i will be required to replace at his expense any part or all of this project which becomes defective due to these causes.· · Subject to modifications as herein contained, the Fort Worth . Water Department's General Contract Documents and General Specifications, with latest revisions, are made a part of the Gen.era! Contract Documents for this project. The Plans, these Special Contract Documents and the rt1les, regulations, requirements, instructions, drawings or details referred to by .manufacturers name, or identification include therein as specifying, referring or implying product control, . performance, quality, or other shall be binding upon the contr;:ictor. The specifications and drawings shall be considered cooperative; therefore, work or material cafled for by one and not sho~n or mentioned in the other shall be accomplished or furnish~d in a faJthful manner as though reqLi,ired by all. · · · '· · · · Any _Contractor performing any work on Fort VVorth water or sanitary sewer facilities must be pre- qualified with the Water Departrnent to perform such work in accordance with · procedures described in the current Fort Worth Water 0!3partmerit General $pecifications, .wtiich general specifications shall govern performance of all such work. 02/09/2010 SC-3 g:\I 2 I 0\4397-32\project\specifications\contract Sc\! 00% set -Sc\05.3 -green double sided -part d -special conditions -paginated (water-sewer) - wtr 02-09-10.doc PART D -SPECIAL CONDITIONS This contract and project, where applicable, may also be governed by the two following published specifications,· except as modified by these Special Provisions: 1. STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION - CITY OF FORT WORTH 2.· STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION -NORTH CENTRAL TEXAS Any conflict between these c.ontract 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 rt:ttaining contract documents intact may be grounds for designating bids as "non-responsive" and rejecting bids c,_t vt>iding .contract a~ 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 Bidde'rs". It is the Bidder's sole responsibility to deliver the proposal at the pr9pertime to the proper place. The mere fact that a· proposal was dispatched will not be corlsidered. 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 proj~ct as designated in the "Notice to Bidders". The envelope shail be addressed to the P'urchasing Manager,. City 'of Fqrt Worth Purchasing Division, PO Box 17027, Fort Worth, Texas 76102.· B. WfTHDRAWING PROPOSALS: Proposals actually filed with the Purchasing Manager cannot be withdrawn prior to the tirri~ set'for opening proposals . A request tor' nqn;.;con~ideration of a proposal must _be made in writing, addressed to the City Man·ager, and filed with hini prior to the time set for the opening of propos~ls . . After . alf proposals not requested for non- consideration are opened and publicly read ·aloud, the proposals for which non-c6hsideration requests have been properly filed may, at the option of the Owner, be returned unopened. ' .·, . . ··,. '. . c .· TELEGRAPHIC MODIFICATION ·oF PROPOSALS: Any bidder may modify his proposal by telegraphic communication at any time prior to the time set for opening ·proposals,· provided such telegraphjc communication is . rec~ived by the Purchasing Manager prie>r to the said proposal opening tirrie , and provided ' fdrther, that the City Manager is satisfied)hat a written . and duly authenticated confirmation 'of such tele~raphic communication over the signature of the bidder was mailed prior to the proposal open'ing time .. If such confirmation is not received ' . 02/09/2010 ·sc-4 · g:\1210\4397-32\project\specifications\contract Sc\100% set-Sc\05 .3 -gre en double sided -part d -special conditions -paginated (water-sewer)- wtr 02-09-10.doc · PART D -SPECIAL CONDITIONS within forty-eight (48) hours after the proposal opening time , ho further consideration will be given to the proposal. 0210912010 SC-5 · g:\1210\4397-32\project\specifications\contract Sc\ I 00% set O Sc\05 .3 -green double sided -part d -special conditions -paginated (water-sewer) - wtr 02-09-10 .doc · PART D ~ SPECIAL CONDITIONS D-2 COORDINATION MEETING For coordination purposes, _weekly meetings at the job site may be req ·uired to maintain the project on the desired schedule._ The contractor shall be present at all meetings. D-3 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW A. Definitions: 1. Certification of coverage ("certificate"). A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. 2. Duration of the project -includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity. 3. Persons providing services on the project ("subcontractor" in §406.096)-includes all persons or entities performing all or part of the services the contractor has -undertaken to perform on the project, regardless of whether that person contracted directiy with the contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or 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. 8. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401 .011 (44) or all employees of the Contractor providing services on the project, for the duration of the· project. C . Th~ 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 contracto'r'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 th.e governmental entity : 1. A certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and 02/09/2010 SC~6 g:\1210\4397~32\project\specifica~ions\contract Sc\100% set-Sc\05.3 -green double sided -part d -special conditions. -paginated (water-sewer)-· wtr 02 -09-10 .doc · · - PART D -SPECIAL CONDITIONS 2. No later than seven days after receipt by the contractor,· a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. F. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. G. The contractor shall notify the governmental entity in writing by ·Certified mail or personal delivery, within ten (10) days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person · providing services on the project. · H. The contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Worker's Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. I. The contractor shall contractually require each person with whom it contracts to provide services on a project, to: · · 1. Provide coverage, based on proper reporting on classification codes · and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, ·section 401.011 (44) for all of its employees providing services on the project, for the duration of the project; 2 .· · Provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; 3. Provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension · of coverage, if the coverage period shown on the current · certificate of coverage ends during the duration of the project; 4. Obtain from each other person with whom it contracts, and provide to the Contractor: a.) A certificate of coverage, prior to the other person beginning work on the project; and b.) 'A new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project. 5. Retain all required certificates of coverage on file for the duration of the project and for one year thereafter. 6. Notify the governmental entity in wdting by certified mail or personal delivery, within ten (10) days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and 02/09/2010 SC-7 g:\1210\4397-32\project\specifications\contract 5c\100%set-Sc\05.3 -green double sided-part d-special conditions -paginated (water-sewer)- wtr 02-09-10 .doc PART D -SPECIAL CONDITIONS 7. Contractually require each 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 cilre 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 worke.r'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 c1II 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 f~ilure to comply with any of these provisions is a breach of .contract by the contractor which entitles the governmental entity to. declare the contraqt. void if the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. J. The contractor shall post a notice on each project site informing all persons providing services . on the project that . they are required to be covered, an_d stating how . a person may verify current coverage and report -failure to provide coverage . This notice . does not satisfy other posting requirements imposed by . the Texas Worker's Compensation Act or other Texas Worker's Compensation Commission rules . This notice must be . printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text, without any additional words or changes: "REQUIRED WORKER'S COMPENSATION COVERAGE 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 deac:tivating and activating those lines. D-5 · . CROSSING OF EXISTING UTILITIES ,· Where a proposed water line crosses over a sanitary sewer or sanitary sewer service line and/or proposed sewer line crosses over a water . line and the clear vertical distance is less than 9 feet barrel to barrel, the sanitary sewer or sanitary sewer service line shall be made watertight or be 02/09/2010 SC-8 g:\1210\4397-32\project\specifications\contrljct Sc\100% s.et -Sc\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 their exact location. It is mutually agreed that such failure shall not be considered sufficient basis for claims for additional compensation for extra work or for increasing the pay quantities in any manner whatsoever. The Contractor shall be responsible for verifying the locations of and protecting all existing utilities, service lines, or other property exposed by his construction operations. Contractor shall make all necessary provisions (as approved or authorized by the applicable utility company) for the support, protection and/or temporary relocation of all utility poles, gas lines, telephone cables, utility services, water mains, sanitary sewer lines, electrical cables, drainage pipes, and all other utilities and . structures both above and below ground during construction. It · is understood that the Contractor is not responsible for the permanent relocation of existing utilities in direct conflict with the proposed construction. The Contractor is liable for all damages done to such existing facilities as a result of his operations and any and all cost incurred for the protection and/or temporary relocation of such facilities are deemed subsidiary work and the cost of same and shall be included in the cost bid per linear foot of pipe installed. NO ADDITIONAL COMPENSATION WILL · BEALLOWED. Where existing utilities or service lines are cut, broken or damaged the Contractor shall replace or repair the utilities or service lines with the same type of original material and construction, or better, unless otherwise shown or noted on the plans, at his own cost and expense: The Contractor shall immediately notify the Owner of the damaged utility or service line. He shall cooperate with the Owners of all utilities to locate existing underground facilities and notify the Engineer of any conflicts in grades and alignment. In case it is necessary to change or move the property of any owner of a public utility, such property shall not be moved or interfered with until ordered to do so by the Engineer. The right is reserved to the owner of public utilities to enter upon the limits of the project for the · purpose of making such changes or repairs of their property that may be made necessary by performance of this contract. The utility lines and conduits shown on the plans are for information only and are not guaranteed by the City of the Engineer to be accurate as to extent, location, and depth; they are shown on the plans as the best information available at the time of design, from the owners of the utilities involved and from evidences found on the ground. D-7 CONSTRUCTION TRAFFIC OVER PIPELINES It is apparent that certain construction vehicles could exceed the load bearing capacity of the pipe under shallow bury conditions. It will be the responsibility of the Contractor to protect both the new 02/09/2010 SC-9 g:\1210\4397-32\project\specifications\contract Sc\100% set· Sc\05 .3 -green double sided -part d -special conditions -paginated (water-sewer)- wtr 02-09-10 .doc PART D -SPECIAL CONDITIONS line and the existing lines from these possibly excessive loads. The Contractor shall not, at any time, cross the existing or new pipe with a truck delivering new pipe to the site. Any damage to the existing or new pipe will be repaired or replaced by the Contractor, at the Contractor's expense, to the satisfaction of the City. In locations where it is not permissible to cross the existing or proposed pipes without additional protection the Contractor may elect to provide additional protection of th~ pipes so that more frequent crossings of the pipes are allowed. It still is, however, the responsibility of the Contractor to repair any damage to the existing or proposed lines, if the damage results from any phase of his construction operation. D-8 TRAFFIC CONTROL The contractor will be required to obtain a "Street Use Permit" prior to starting work. As ,part of the "Street Use Permit" a traffic control plan is required. The Contractor shall be responsible for providing traffic control during the construction of this project consistent with the provisions set forth in the "Latest Edition Texas Manual on Uniform Traffic Control Devices for Streets and Highways" issued under the authority of the "State of Texas Uniform Act Regulating Traffic on Highways," codified as Article 6701 d Vernon's Civil Statutes, pertinent sections being Section Nos. 27, 29, 30 and 31. 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-~770] at. or before the preconstruction conference. The P .. E. preparing the traffic control plan may utilize standard traffic reroute configurations posted as "Typicals" on the City's Buzzsaw website. Although work will not begin until the traffic control plan has been reviewed and approved, the Contractor's time will begin in accordance with the timeframe mutually established in the 'Notice to Proceed' . issued the Contractor . . The Contractor will not remove any regulatory sign , instructional sign, street name sign or other sign, which has been erected by the City. If it is determined that a sign must be removed to permit required construction, the Contractor shall contact the Transportation and Public Works Department, Signs and Markings Division, (Phone Number 817-:-392-7738) to remove the sign. In the case of regulatory signs, the Contractor must replace the permanent sign with a temporary . sign meeting the requirements of the above-referenced manual and such temporary sign must be installed prior to the removal of the permanent sign. If tne temporary sign is not installed correctly or if it does not meet the required specifications, the permanent sign shaH 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 I or installation, and maintenance of the traffic control plan. 02/09/2010 SC-10 g:\1210\4397-32\project\specifications\contract Sc\100% set -Sc\05 .3 -green double sided -part d -special conditions -paginated (water-sewer)- wtr 02-09-10.doc · · PART D -SPECIAL CONDITIONS D· 9 DETOURS The contractor shall prosecute his work in such a manner as to creat~ a minimum of interruption to traffic and pedestrian facilities· arid to the flow of vehicular and pedestrian traffic within.the project area. D-1.0 EXAMINATION OF SITE It shall be the responsibility of the prospective bidder to visit the project site and make such examinations and. explorations . a~ may . be necessary to determine all conditions, w~ich may affect construction of this project. Particular attention should be given to methods of providing ingress and egress to adjacerit private and public • properties, procedures for protecting existing improvements and disposition of all materials to be removed. Proper consideration should be given to these · details during the preparation of the Proposal and all unusual conditions, which may give, rise to later contingencies should · be brought to the attention of the · Owner prior to the sub.mission of the Proposal. D-11 ZONING COMPLIANCE During the construction of this project, the Contractor . shall . comply with present zoning requirements of the City .of Fort Worth in the use of vacant property for storage purposes. D-12 WATER FOR CONSTRUCTION The Contractor at his ownexpense will furnish water for construction. D-13 WASTE MATERIAL All waste material shall become the property of the Contractor and shall be disposed of by the Contractor at locations approved by the Engineer. All material shall be disposed of in such a manner as to present a neat appearance and to. not obstruct proper drainage or to cause injury to street improvements or to abutting property. D-14 PROJECT CLEANUP AND FINAL ACCEPTANCE The Contractor shall be aware that keeping the project site in a neat and orderly condition is considered an integral part of the contracted work and as such shall be considered subsidiary to the appropriate bid items. Clean up work shall be done . as directed by the Engineer as the work progresses or as needed. If, in the opinion of the Engineer it is necessary, clean-up shall be done on a daily basis. Clean up work shall include, but not be limited to: • Sweeping the street clean of dirt or debris • Storing excess material in appropriate and organized manner • Keeping trash of any kind off of residents'· property If the Engineer does not feel that the jobsite has been kept in an orderly condition, on the next estimate payment (and all subsequent payments until completed} of the appropriate bid item(s) will be reduced by 25%. Final cleanup work shall be done for this project as soon as all construction has been completed. No more than seven days shall elapse after completion of construction before the roadway, right- 02/09/2010 SC-11 g:\1210\4397-32\project\specifications\contract Sc\100% set-Sc\05.3 -green double sided -part d -special conditions -paginated (water-sewer)- wtr 02-09-1 O.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 arid 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. 0-15 SAFETY RESTRICTIONS -WORK NEAR HIGH VOLTAGE LINE$ Th~ following procedures will be followed regarding the subject item on this contract: . ·. . 1. ,A warning sign not less than five inches by seven inches, p;:iinted yellow with black letters that are legible at twelve feet shall be place,d . inside and outside vehicles such as cranes, derricks, power shovels, drilling rigs, pile drivers, hoisting eq1:1ipment 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 protectic;m 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. 0-17 CUTTING OF ~ONCRETE When existing concrete is cut, such cuts shall be made with a concrete saw. All s.awing shall be subsidiary to the unit cost of the respective item. o~ 18 PROJECT DESIGNATION SIGN 02/09/2010 SC-12 g:\1210\4397-32\project\specifications\contract Sc\100% set-Sc\05 .3 -green double sided-part d -special conditions -paginated (water-sewer) - wtr 02-09 -10.doc · · · PART D -SPECIAL CONDITIONS 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. S_igns suspended from barricading shall be placed in such a way that signs do not interfere with reflective paint or coloring on the barricades. Barricade sigris 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 pr.eject 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 exis~ing 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 Corisfruction, 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 iii 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 Backfill, Construction Specifications, General Contract Documents. 02/09/2010 SC-13 g:\1210\4397-32\project\specifications\contract Sc\100% set-Sc\05.3 -green double sided -part d -special conditions -p~ginated (water-sewer)- wtr 02-09-1 O.doc PART D -SPECIAL CONDITIONS Payment for crushed limestone backfill in place shall be made at the unit price bid in the Proposal multiplied by the quantity of material used measured in . accordance with E2-2.16 Measurement of Backfill Materials, Construction Specifications, and General '. Cont~act Documents. D-22 2:27 CONCRETE Transportation and ·Public Works Department typica1 :sections for Pavement .and Trench Repair for . Utility Cuts Figures STR-028,STR-029 and STR-031 refer to using 2:27 Concrete as bas.e repair. Since this call-out includes the word "concrete", the consistent interpretation of the Tram;portation 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 ac<::ordance with Section E2-2 Excavation and Backfill, if the stated maximum trench widths are exceeded, either through ''accident 'o{ 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 . Th~ expense of suc;;h remedial measures shall .be .entirely the Contractor's own. All trenching op~rations shall be confined to the width of permanent rights-of-way, perm~nent easements, and any temporary construction easements. All excavation shall be in strict compliance wi,th the Trench Safety Systems Special Condition of this document. · 2. . TRENCH BACKFILL: Trenches which lie outside of existing or future pavement shall be backfilled ~pove the top of the embedment material with Type "C" backfill mat~rial , . l;:xcavated material used for Type "C" backfill must be mechanically compacted unless ·the .Contractor can furnish the Engineer with satisfactory evidence that the P.L of the excavated' niateriai is less than 8. Such evidence shall be a test report from an independent testing laboratory and must include representative samples of soils in all involved areas, with a map showing the location and depth of the ·various test holes. If excavated material is obviously granular in nature, containing little or no plastic material, the Engineer may waive the test report requirement. See E1-2.3, Type "C" or "D" Backfill, and E2-2.11 Trench Backfill for additional requirements. When Type "C" back-fill material is not suitable, 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-14 g:\1210\4397-32\project\specifications\contract Sc\100% set -Sc\05 .3 -green double sided -part d -special conditions -paginated (water~sewer) - wtr 02-09-10.doc · PART D -SPECIAL CONDITIONS • Less than 10% passing the #200 sieve • P.I. = 10 or less · Additionally, the crushed limestone erribedment 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 iii 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 ·mechar11cal devices specifically · designed for cbmpaction or a combination of methods subject to approval by the l=ngineer. . .. .·· . -.':_,.:·. ·.· . . . . ·, . . ,, : . . Trenches which lie urider 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. E3aGkfiH material to be compacted as described above must be within +.;4% of its optim 'uin moisture content .. . · · . The City, at its own expense, will perform trench compaction tests per AS.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 tne commercial rates as .determined by the City. These soil density tests shall be performed at two (2) foot vectical intervals beginning at a level two (2) feet above the top of the installed pipe and continuing tothe 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 11 8 11 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 propo.sal shalfcover all cost for providing pavement repair equal to or superior in compositiori, thickness, etc., to existing pavement as detailed in the Public Works Department typical sections for Pavement and Trench Repair for Utility Cuts, Figures STR-028 through STR-031. · The results of the street cores that were conducted on the project streets, to determine HMAC depths on existing streets, are provided in these specifications and contract documents. 02/09/2010 SC-15 g:\1210\4397-32\project\specifications\contract Sc\J 00% set -Sc\05 .3 -green double sided -part d -special conditions -paginated (water-sewer)- wtr 02-09-1 O.doc PART D -SPECIAL CONDITIONS All required paving cuts shall be made with a concrete saw in a true and straight line on both sides of the trench, a minimum of twelve (12) inches outside the trench walls. The trench shall be backfilled and the top nine (9) inches shall be filled with required 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 b.een replaced. All resident,ial driveways shall be accessible at n.ight and over weekends. · It has been determined by the Transportation and Public Works · Department that the strip of existing HMAC pavement between the existing gutter and the edge of the trench pavement repair will not hold up if such strip of existil"\g 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 shail 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 ,:naxim1.,1~ 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 fro~ , th~· Constructior, Services . Section by the Contr~ctor in conformance with Ordinan~e 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 requirem~nt m;:1y be waived if w.ork is being done under a Perfqrmance Bon.d and inspected by the Construction Services section. . . . . . D-25 SITE SPECIFIC l"Rl:NCH 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 lilies; and all other appurtenances. The design for the trench safety shall be signed and sealed by a Registered Professional Engineer licensed in Texas; The trench safety plan shall be specific for each water and/or sanitary sewer line included in the project. B. STANDARDS: The latest version of the U.S. Department of Labor, Occupational Safety and Health Administration Standards, 29 CFR · Part 1926, Sub-Part P -Excavations, · are hereby made a part of this specification and shall be the minimum governing requirements for trench safety. C. DEFINITIONS: 1. TRENCHES -Atrerich 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 -Benchi.ng 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-16 g :\1210\4397-37\project\specifications\contract 5c\I00% set-5c\05.3 -green double sided -part d -special conditions -paginated (water-sewer)- wtr 02-09-10 .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 s~nitary 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 man.holes shall be in accordance with sectiqns E1-14 Materials for Sanitary Sewer Manholes; Valve Vaults, Etc ., and E2-14 Vault and Manhole Construction of the General Contr~ct Documents and Specifications, unless amended or superseded by requirements ofthis 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-17 g:\1210\4397-32\project\specifications\contract Sc\100% set-Sc\05.3 -green double sided ~ partd -special conditions -paginated (water-sewer)- wtr 02-09-10.doc PART D -SPEC .IAL CONDITIONS Manholes in open fields , unimproved land , or drainage courses shall be at an elevation shown on the drawings or minimum of 6 inches above grade. 5. MANHOLE COVER$: 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 with in the 100-year floodplain and areas specifically designated on the plans. 6. SHALLOW CONE MANHOLES: ShaUow manhole construction will be used when manhole depth is four (4) feet or less. All shallow cone manholes sha,11 be built in accordance with Figure 105. All shallow cone manholes shall have a cast iron lid and frame with pick slots . NOTE: MANHOLES PER FIGURE 106 WILL NOT BE ALLOWED. · 7 . MANHOl,.E STEPS: No manhole steps are to be installed on any sanitary sewer manhole. 8. · EXTERIOR SURFACE COATING : Exterior surfaces of all manholes shall be coated with two mop coats of coal tar epo_xy, 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 j9int5, 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 Situ.mastic joint sealants as ·per Figure M. · · · · ··· This sea.la ri t shall be pre-formed and trowelable Bitumastic as mam.ifactured by Kent-Seal , Ram-Nek, E.:z Stick , or equal. The joint sealer sha .11 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 suitab1e ·removable wrapper and shall not in any way depend ·on oxidation, evaporation, or any other chemical action for either its adhesive properties or cohesive strength. The Joint sealer shall remain totaliy flexible without shrinking , hardening, or oxidizing regardless of the length of time it is exposed to the elements. · The manufacturer shall furnish an affidavit attesting to the successful use of the product as a pre-formed flexible joint sealant on concrete pipe and manhole sections for a period of at least five years .. 8. EXECUTION : 1. INSTALLATION OF JOINT SEALANT: Each grade adjustment ring and manhole frame sha·u 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 i'nstalling 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) cif Bitumastic joint sealer. . . ;.; 02/09/2010 . SC-18 · g:\1210\4397-32\project\specifications\contract Sc\100% set -Sc\05 .3 -gre en double sided -part d • special conditions -pag inated (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 concrete rings, or where necessary and approved by the Engineer, shall be replaced with a pre-cast flattop section. Pre-cast concrete rings, or a pre-cast concrete flattop section will be the only adjustments allowed. In brick or block manholes, replace the upper portion of the manhole to a point 24 inches below the frame. If the walls or cone section below this level are structurally unsound, notify the .Engineer prior to replacement of the grade rings and manhole frame. Existing brickwork, if damaged by the Contractor, shall be replaced at the Contractor's expense. Wire brus,IJ m~mhole 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 111anhole is too large tci safely supp~·rt new adjustment rings or franies, a flat top section shall be installed. · Joint surfaces between the frames, adjustment rings, and cone section shall b~ free of dirt, stones, debris and voids to ensure a watertight seal. Place flexible ga.sket joint material along the inside and outside edge of eaCh joint, or use trowelable material in lieu of pre- formed gasket m~teriaL 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 iess than ten (10) feet long so that the top of the casting will conform to the slope and finish elevation of the paved surface. The top of the casting shall be 1/8 inch below the finished elevation, Allowances for the compression of the joint material shall be made to .. assure a proper final grade elevation. 3. EXPOSED EXTERIOR SURFACES: All exposed exterior surfaces shall be coated with two mop coats of coal tar epoxy. Kopper "Bitumastic Super Service Blacki'; Tnemec "46- 450 Heavy Tnemecol", or equal, to a minimum of 14 mils dry film thickness. 4. The exterior surface of all pre-cast section joints shall be thoroughly cleaned with a wire brush and then Waterproofed with a 1/2-inch thick coat of trowelable bitumastic joint sealant from 6-inches below to 6-'inches above the joint.. The coated joint shall then be wrapped with 6 mil plastic to protect the seala.nt from damage during backfilling. C. MEASUREMENT AND PAYMENT: The price bid for new manhole installations shall include all labor, equipment, and materials necessary for construction of the manhole including, but nqt · limited to, joint sealing, lift hole sealing and exterior surface coating. Payment shall not include pavement replacement, which if required, shall be paid separately. 02/09/2010 SC-19 g:\1210\4397-32\project\specifications\contract Sc\100% set-Sc\05.3 -green double sided -part d -special conditions -paginated (water-sewer)- wtr 02-09-1 O.doc PART D -SPECIAL CONDITIONS The price bid for reconstruction of existing manholes shall include all labor equipment and materials necessary for construction of new manhole, including, but not limited to , excavation, backfill, disposal of materials, joint sealing, lift hole sealing and exterior surface coating . Payment shall not include pavement replacement , which if required , shall be paid separately. The price bid for adjusting and/or sealing of existing manholes shall include all labor, equipment and materials necessary for adjusting and/or sealing the manhole, including but not limited to, joint sealing, lift hole sealing, and exterior surface coating . Payment for concrete collars will be made ·per each. Payment for manhole inserts will be made per each. D-27 SANITARY SEWER SERVICES Any reconnection , relocation, re-routes , replacement, or new sanitary sewer service shall be reqlJired as shown ori the plans, arid/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 cbriiie'ctiohs sliall be constructed by the Contractor utilizir1g standard factory manufactured tees . City approved factory manufactured saddle taps may be used, but only a.s directed by the Engineer. 'ThEf decision to use saddle taps as opposed fo tees shall be made on a case-by-case basis. The Contractor shall be responsible·· for coordinating the scheduling of lapping crews with building owners and the Engineer in order that the work be performed in an expeditious manner. A· mirlimum . of 24 hours ·advance notice · shall be given when taps will · be required. Severed service . connedioris sh.all be maintained as ~p~cified in section C6-6.15; . ·. . . D. SEWE.R SERVICE RECONNECTiON: · When sewer service recohnection is called for the Contractor shall verl:ically adjust the existing sewer service 'line as required for reconnection and furnish a new tap. The fittings used for vertical adjustment shall · consist of a maximum bend of 45 degrees. The tap shall be located so as to line up with the service line and avoid any horizontal adjustment. For open cut appl ications, all sanitary sewer service lines shall be · replaced to the pr6perty · or easement line, or as directed by the Engineer. Sanitary sewer services oh sewers being rehabilitated using pipe enlargel1'1ent methods shall be replaced to . ~he property or easeili~nt line or as directed by the Engineer.· Procedures listed below for Sewer Sehtice Re'pfacement shall be adhered to for the installation of any sewer service line including the. incidental four (4) feef 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 Contracfor ·as· directed by the Engineer ·a:s reqUirecffot thefconnedioh ·of'the sewer service tine . lfthe 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 · plu'mber. ' The Engineer shall determine . the length of the replacem~nt. All sewer services shall be installed at a minimum of two ·(2) perc:ent slope or as approved by the Engineer. For situations involving· sewer service re~routihg, 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 Confracto'r shall verify (by de-holing at the building ·clean-out) the elevations 02/09/2010 SC-20 . g:\1210\4397-32\project\specifications\contract Sc\100% set-Sc\05 .3 -green double .sided-part d -special conditioi:is -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 mains, laterals and affected service lines that are installed without pre-construction de-holing at the affected residences (to verify design elevations) shall be removed and replaced as necessary at the Contra.ctor's expense in the event grade conflicts are brought to light after de-holing is conducted. All elevation information obtained by the Contractor shall be submitted to the Inspector. The Engineer shall be immediately notified in the event that the two (2) percent minimum slope is not satisfied. If the Contractor determines that a different alignment for the re-route is more beneficial than shown on the plans, the Contractor shall obtain and submit all relevant elevation information for the new alignment to the Inspector and shall be responsible for ensuring that the two (2) percent minimum grade (or as approved by the Engineer) is satisfied. Prior to backfilling, the Contractor shall double check the grade of the installed service line and submit signed documentation verifying that the line has been installed as designed to the Engineer. The Contractor, at its sole expense, shall be required to uncover any· sewer service for which no grade verification has been submitted. All re-routes that are not installed as designed or fail to meet the City code shall be reinstalled at the Contractor's expense. The Contractor shall ensure that the service line is backfilled and compacted in accordance with the City Plumbing Code. Connection to the existing sewer service line shall be made with appropriate adapter fittings. The fitting shall be a urethane or neoprene coupling A.S.T.M., C-425 with series 300 stainless steel compression straps. The Contractor shall remove the existing clean-out and plug the abandoned sewer service .line .. · The contractor shall utilize schedule 40 PVC for all sanitary sewer service re-routes or relocations located on private property. Furthermore, the contractor shall utilize the services of a licensed plumber for all service line work on private property. Permit(s) must be obtained from the City of Fort Worth Development Department for all service line work on private property and all work related to the service line must be approved by a City of Fort Worth Plumbing Inspector. A copy of the plumbing permit shall be provided to the Engineer prior to beginning work on the sanitary sewer service re-route and proof of final acceptance by the Plumbing Inspector shall be provided to the Engineer upon completion of the sanitary sewer re-route. Payment for work and materials such as backfill, removal of existing clean-outs, plugging the abandoned sewer service line, double checking the grade of the installed service line, pipe fittings, surface restoration on private property (to match existing), and all other associated work for service replacements in excess of four (4) linear feet shall be included in the linear foot price bid for sanitary sewer service line replacement on private property or public right of way. Payment for all work and material involving the "tap" shall be included in the price bid for sanitary sewer service taps .. D-28 REMOVAL, SALVAGE, AND ABANDONMENT OF EXISTING FACILITIES Any removal, salvaging and/or abandonment of existing facilities will necessarily be required as shown on the plans, and/or described in these Special Contract Documents in addition to those located in the field and identified by the Engineer. This work shall be done in accordance with Section E2-1.5 Salvaging of Material and E2-2.7 Removing Pipe, of the General Contract Documents and Specifications, unless amended or superseded by requirements of this Special Condition. 02/09/2010 SC-21 g:\1210\4397-32\project\specifications\contract Sc\100% set· Sc\05 .3 -green double sided -part d -special conditions -paginated (water-sewer) - wtr 02-09-10 .doc PART D -SPECIAL CONDITIONS A. 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 compatiple 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 anq 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 anc;i 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 arid 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 placl9 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 sLJitable 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-22 g:\1210\4397-32\project\specifications\contract Sc\100% set -Sc\05 .3 -green double sided -part d -spec'ial conditions ~ paginated (water-sewer)- wtr 02-09-10 .doc PART D -SPECIAL CONDITIONS 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 m.ethod as specified · in Section E2-2.9 Backfill. Backfili · 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 met~r boxes shall be delivered to Water Department Field Operation, Storage Yard. . . . C. PAYMENT: Payment for all work and material involved in salvaging, . abandoning and/or ,removing existing facilities shall be included in the linear foot bid price of the pipe, except as follows : separate payment will be made for removal of all fire hydrants; gate valves, 16 inch and larger, and sanitary sewer manholes, regardless of location. . Payment will be niade 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 cali for \abandonment of existing sewer mains c1fter 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-23 g:\1210\4397-32\project\specifications\contract Sc\100% set -Sc\05.3 -green double sided -part d -special conditions -paginated (water-sewer) - wtr 02-09-10.doc · PART D -SPECIAL CONDITIONS D-29 DETECTABLE WARNING TAPES Detectable underground utility warning tapes which can be . located from the surface by a pipe . detector s.hall be installed directly above ·non-metallic water . and sanit~ry sewe.r . pipe. The detecta.ble 'tape shall be "Detect Tapell manufactured by AUen 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% pound~/1 inch/100'. The tape shall be color coded a.nd imprinted with the message as folloWs: . . j . . . \; 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 appurtenan·ces required shall be included in the· t,init price bid for the appropriate bid item(s). · D-30 PIPE CLEANING Joints shall be wiped andthen inspected for proper installa.tion by the inspectors. Each joint shall be swept daily and kept clean during installation. A temporary night plug sh .all be installed on all exposed pipe ends during any period of work stoppage. · · D-31 DISPOSAL OF SPOIL/FILL MAT~RIAL 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 tq ensure that filling is not occurring within a floodplain without a permit. A floodplain permit can be issued upon approval of necessary Engineering studies. No fill permit is required if disposal sites are not in a floodplain. Approval of the Contractor's disposal sites shall be evidenced by a letter signed by the Administrator stating that the site is not in a known flood plain or by a Flood Plain Fill Permit authorizing fill within the flood plain. Any expenses associated with obtaining the fill permit, including any necessary Engineering studies, shall be at the Contractor's expense. In the event that the Contractor disposes of spoil/fill material at a site without a fill permit or a letter from the administrator approving the disposal site, Contractor shall remove the spoil/fill material at his expense and dispose of such materials in accordance with the Ordinances of the City and this section. . D-32 MECHANICS AND MATERIALMEN'S LIEN The Contractor shall be required to execute a release of mechanics and material men's liens upon receipt of payment. · D-33 SUBSTITUTIONS 02/09/2010 SC-24 . g:\1210\4397-32\project\specifications\contract Sc\100% set -Sc\05.3 -green double sided -P.art d -special conditions -paginated (wat.er-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 riot used ' in the specifications, this does not necessarily exclude alternative items or material or equipment which may accomplish the intended purpose. However, the Contractor shall have the full responsibility of proving that the proposed substitution is, in fact, equal, and the Engineer, as the representative ofthe 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 recon~truction, ALL sections of existing sanitary sewer lines to be abandoned, removed (except where being replaced in the same location), or rehabilitated (pipe enlargement, cured-in-place pipe, fold and form pipe,. slip~line, etc.), shall be cleaned, and a . television inspection performed to identify any active sewer service taps, other sewer laterals and their location. Work shall consist of furnishing au 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 noµ:les shall be capable of producing a scouring action from 15 to . 45 degrees in all size lines designated to be cleaned. Equipment shall also include a high-velocity gun for washing and scouring manhole walls and floor. The gun shall be capable of producing flows from a fine spray to a solid stream. The equipment shall carry its own water tank, auxiliary engines, pumps, and hydraulically driven hose reeL Hydraulically Propelled Equipment shall be of a movable dam type and be constructed in such a way that a portion of the dam may be collapsed at any time during the cleaning operation to protect against flooding of the sewer. The movable dam shall be equal in diameter around the outer periphery to ensure removal of grease. If sewer cleaning balls or other equipment, which cannot be collapsed, is used, special precautions to prevent flooding of the. sewers and public or private property shall be taken. The flow of sewage present in the sewer lines shall be utilized to provide necessary fluid for hydraulic cleaning devices whenever possible. 2. CLEANING PROCEDURES: The designated sewer manholes shall be cleaned using high- velocity jet equipment. The equipment shall be capable of removing dirt, grease, rocks, sand, and other materials and obstructions from the sewer lines and manholes. If cleaning of an entire section cannot be successfully performed from one manhole, the equipment shall be set up on the other manhole and cleaning again attempted. If, again, successful cleaning cannot be performed or equipment fails to traverse the entire manhole section, it will be assumed that a major blockage exists, and the cleaning effort shall be abandoned. 02/09/2010 SC-25 g:\1210\4397-32\project\specifications\contract Sc\l 00% set -Sc\05 .3 -green double sided -part d -special conditions -paginated (water-sewer) - wtr 02-09-10 .doc · . PART O -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 ob~tructed 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 charge~ 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, acc.umulations of sand in wet wells , or damage pumping equipment, shall not be permitted. 4. All solids or semisolid resulting from the cleaning operations shall be removed from the site and disposed of at a site designated by the Engineer. All materials shall be removed from the site no less often than at the end of each workday and disposed of at no additional cost . to the City. · 5. UNDER NO CIRCUMSTANCE SHALL SEWAGE OR SOLIDS REMOVED THEREFROM BE DUMPED ONTO STREETS OR INTO DITCHES, CATCH BASINS, STORM DRAINS OR SANITARY SEWER MANHOLES .· 6. TELEVISION INSPECTION EQUIPMENT: The television camera used for the inspection shall be one specifically designed and constructed for such inspection . Lighting for the camera shall be suitable to allow a clear picture of the entire periphery of the pipe. The · camera shall . be opefative in . 100% humidity conditions : The camera, television monitor, and c;>ther 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. 8 .. 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 b~ set up between the two manholes of the section being inspected to ensure · good communications between members of the crew. The importance of accurate distance · measurements ·is emphasized. All television inspection videotapes shall have a footage counter. · Measurement for location of sewer service taps shall be above ground by means of meter device . Marking on the cable , or the like, which would require interpolation for depth of manhole, will not be allowed. Accuracy 02/09/2010 SC-26 g:\1210\4397 ~32\project\specitications\contract Sc\10.0% set -Sc\05 .3 -green double sided -part d -special conditions -paginated (water-sewer) - wtr 02-09-1 O.doc PART D -SPECIAL CONDITIONS of the distance meter shall be checked by use of a walking meter, roll-a-tape, or other suitable device, and the accuracy shall be s_atisfactory to the Engineer. The City makes no guarantee that all of the sanitary sewers to be entered are clear for the . passage of a camera. The methods used for securing passage of the camera are to be at the option of the Contractor. The cost' of retrieving the Television camera , under all circumstances, when it becomes lodged during inspection , shall be incidental to Television inspection . · 2. DOCUMENTATION : Television Inspection Logs : Printed location records shall be kept by the Contractor and will clearly show the location in relation to an adjacent manhole of each sewer · service taps observed during inspection . In addition, other points of significance such as locations of unusual conditions, roots, storm sewer connections, broken pipe, presence of scale and corrosion, and other discernible features will be recorded, and a copy of such records will be supplied to the .City. 3. PHOTOGRAPHS : Instant developing, 35 mm, or other standard-size photographs of the · · television picture of problems shall . be taken by the Contractor upon request of the Engineer, as long as such photographing does not interfere with the Contractor's operations . 4. VIDEOTAPE RECORDINGS: · The purpose of tape recording shall be to supply a visual and audio record .of problem areas of the .lines that may. be ,replayed. Video tape recording playback shall be at the same speed that it was recorded. The television tapes shall be furnished to the City for review immediately upon completion of the television inspection and may be retained a maximum of ~O calendar days. Equipment shall be provid~d to the Clty by the Contractor for review of the tapes . The Engine"3r wiil return tape_s to the Contr:actor 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 t9 the. City, . If a good t_ape cannot be provided of such quality that can be reviewed by the Engineer, no payment for televising this portion shall be made . Also, no . payment shall be made for portions of lines not televised or portions where manholes cannot be negotiated with the television camera . THE TAPES SHALL BE SUBMITTED TO THE ENGINEER PRIOR TO CONSTRUCTION FOR REVIEW AND DETERMINATION OF SAGS . Upon completion of review of the tapes . by the Engineer, the Contractor will be notified as to which sections of the sanitary sewer are to be corrected . The Engineer will return tapes to the Contractor upon completion of review . All costs associated with this work shall be incidental to unit prices bid for items under Television Inspection of the Proposal. C. PAYMENT OF CLEANING AND PRE-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWERS : The cost for Pre-Construction Cleaning and Television Inspection of sanitary sewers shall be per linear foot of sewer actually televised . The Contractor shall provide the Engineer with tapes of a quality that the particular piece of sewer can be readily 02/09/2010 SC-27 g:\1210\4397~32\project\spec ificat ions\contract Sc\100% set · Sc\05 .3 -green double s ided · part d -special conditions -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 required for line analysis. The primary purpose of cleaning is for television inspection and rehabilitation; when a portion of a line is not or cannot be televised or rehabilitated, the cleaning of that portion of line shall be incidental and no payment shall be made .. The City makes no guarantee that all of the sanitary sewers to be entered are clear for the passage of a camera. The methods used for securing passage of the camera are to be at the option of the Contractor, and the costs must be included in ttie 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 itern shall govern the vacuum testing of all newly constructed sanitary sewer manholes. " . 8. EXECUTION: 1. TEST PROCEDURE: Manholes shall be vacuum tested prior to any interior grouting with all connections in place. Lift holes ·shall be plugged, arid all drop:..cbrinections and gas sealing connections shall be inst~lled prior to testing : . . The sewer lines entering the manhole shall be plugged and · braced to prevent the plugs from being drawn info 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 af the top of the manhole and inflated in accordance with the manufacturer's recommendations. A vacuuni 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 ;. ,· o to 16' 40 sec. 52 sec. 18' 45 sec. 59 sec. 20' 50 sec. 65 sec. SC-28 g:\1210\4397-32\project\specifications\contract Sc\100% set-Sc\05.3 ~ green double sided -part d -special conditions -paginated (water-sewer)-· wtr 02-09-1 O.doc PART D -SPECIAL CONDITIONS 22' 55 .sec. 72 sec. 24' 59 sec. 78 sec. 26' 64 sec. 85 sec. 28' 69 sec. 91 sec: 30' 74 sec. 98 sec . . For Each 5 sec. 6 sec. Additional 2' 1. ACCEPTANCE: The manhole shall be considered acceptable, if the drop in the level of vacuum is less than one-inch of mercury (1" Hg) after the required test time. Any manhole, which fails to pass the initial test, must be repaired by either pressure grouting through the manhole wall or digging to expose the exte~ior 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 Eng ineer. 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. Q.; 36 BYPASS PUMPING The Contractor shall bypass the sewage around the section or sections of sewer to be rehabilitated and/or replaced . The bypass shall be made by plugging existing upstream manhole and pumping .the sewage into a downstream manhole or adjacent system or other method as may be approved by the Engineer. The pump and bypass lines shall be of adequate capacity and size to handle the flow without sewage backup occurring to facilities connected to the sewer. Provisions shall be made at driveways and street crossings to permit safe vehicular travel without interrupting flow in the bypass system. Under no circumstances will the Contractor be permitted to discharge sew~ge into the trenches . Payment shall be incidental to rehabilitation or replacement of the sewer line. · 0-37 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. 8. TELEVISION INSPECTION EQUIPMENT: The television camera used for the inspection shall be one specifically designed and constructed for such inspection. Lighting for the camera shall be operative in 100% humidity conditions. The camera, television monitor, and other components _ of the video system shall be capable of producing picture quality to the 0210912010 SC-29 g:\1210\4397-32\project\specitications\contract Sc\100% set-Sc\05.3 -green double sided -part d -special conditions -paginated (water-sewer)- wtr 02-09-10 .doc PART ·O -SPECIAL CONDITIONS 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 videc;> tapes shall have a footage counter. Measurement for location of sewer service taps shall be above ground by means of meter device . Marking on the cable , or the like, which would require interpolation for depth of manhole, will not be allowed . Accuracy of the distance meter shall be checked by use of a walking meter, · roll-a-tape , or other suitable device, and tne accu.racy shall be satisfactory io 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 inspecUon: · · · · · Sanitary sewer mains must . be laced with enough water to fill all low pints. The television inspection must be done imme.diately following the lacing ofthe main with no ·water flow. If · sewer is active, floWmust be restricted to provide a clear image of sewer berrig inspected. . -, . .. . . . '. . : 2. DOCUMENTATION : Television Inspection Logs: Printed location records shall be kept by the Contractor and will clearly show the location in relation 'to an adjacent manhole of each sewer service tap observed during inspection . All television logs shall be referenced to stationing as shown on the plans. A copy of these television logs will be . supplied to the City. . . . . . . ' ' 3. PHOTOGRAPHS: Instant developing, 35 mm , or other standard-size photographs of the television picture oL problems ~halL be . taker, 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.'):>e replayed. Viqeo tape recording playback shall be at ~he 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-30 g:\1210\4397 -32\project\specifications\contract Sc\100% set-.Sc\05 .3 -green double sided-part d -spe,cial conditions -paginated (wat~r-sewer)- wtr 02-09-1 O.doc · · · · PART D -SPECIAL CONDITIONS and may be retained a maximum of 30 calendar days. Equipment shall be provided to the City by the Contractor for review of the . tapes. Tapes will be returned to the Contractor upon completion of review by the Engineer. Tapes shall not be erased without the permission of the Engineer. If the tapes are of such poor quality that the Engineer is unable to evaluate the condition of the sewer line or to locate· service connections, the Contractor shall be required to re- televise and provide a good tape of the line at no additional cost to the City. ,f a good tape cannot be provi~ed pf such . quality. that can be. reviewed by . the ~ngineer, no payment for televisi'ng .t~is, portion shall be made .. A.lso, 'no 'payment shall be made for portions of lines · not televised or portions where man.holes cannot be negotiated with the television camera . . ,;•:... ' . . ., . . . D. PAYMENT OF POST-CONSTRUCTION fELEVISION INSPECTION OF SANITARY SEWERS: The cost for post-construction Television Inspection of sanitary sewers shall be per linear foot of sewer televised. The Contractor shall provide the Engineer with tapes of a quality that the particular piece of sewer can be readily E3Valuated as to sewer conditions and for providing appropriate means for review of the tapes by the Engineer. Television inspection shall inc.lude necessary cleaning (hydraulic jet or mecl')anical cleaner) to provide video image -required ,for line analysis. The quantity of TV inspection shall be measured as the! total length of new pipe installed . All costs associated with this work shall be included in the appropriate bid item -Post-Construction Television Inspection . The item shal.1 also i'nclude all costs of instaliing and maintaining any bypass pumping required to provide . r~liabie, regular sewer service to the area residents . All bypass pumping shall be incidental to the project. D-38 SAMPLES AND QUALITY CONTROL TESTING · A. The Contractor shall furnish, at its own expense, certifications by a private laboratory for all materials proposed to be used on the project, including a mix design for any asphaltic and/or Portland cement concrete to be used, and gradation analysis for sand and crushed stone to be used along with the name of the pit from which the material was taken. The contractor shall provide manufacturer's certifications for all manufactured items to be used in the project and will bear any expense related thereto. B. Tests of the design concrete mix shall be made by the contractor's laboratory at least nine days prior to the placing of concrete using the same aggregate, cement, and mortar which are to be used later in the concrete. The Contractor shall provide ·a certified copy of the test results to the City. C. Quality control testing of in-place material on this project will be performed by the city at its own expense. Any retesting required as a result of failure of the material to meet project specifications will be at the expense of the contractor and will be billed at 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-31 g:\1210\4397 -32\project\specitications\contract Sc\100% set· Sc\05.3 -green double sided -part d -special conditions -paginated (water-sewer) - wtr 02-09-1 O.doc PART D -SPECIAL CONDITIONS E. The Contractor shall provide a copy of the trip ticket for each load of fill material delivered to the job site. The ticket shall specify the name of the pit supplying the fill material. D-39 TEMPORARY EROSION, SEDIMENT, AND WATER POLLUTION CONTROL (FOR D1$TURBED AREAS LES~ THAN 1 ACRI?) A. DESCRIPTiON:. This item shall consist of teh1porary soil erosion sediment arid water pollution control measures deemed necessary by the Engi11e¢r for ·the du'ratiorl of the 'contract. These control measures shall at no time be used . as 'a substitlit.e for the permanent control measures unless otheMise directed by the Engineer . iiind they :sh ail not · iii elude 'measu'res taken by the CONTRACTOR . to coilttol 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' niulch, plastic liners, rubble liners, baled~hay retards, dikes, slope 'drains and other devices. . ' . . . . . B. CONSTRUCTION REQUIREMENTS: The Engineer has the authority to define erodible earth and the authority to limit the surface area of erodible-earth material exposed by preparing right- of-way, clearing and grubbing, the surface area of erodible-earth material exposed by excavatidri, bor'row and fo direct .the CON1RACTOR to provide temporary pollution-control . measures to prevent contamination of adjacent streams; other ·water co'urses, lakes, ponds or other areas · of Water impoundment... Such · work may . involve the construction of temporary berms,. dikes, dams, sediment · basins, slope drairis · and ·'use · of ·temporary mulches, mats, seeding, or other control devices or methods directed by the Engineer as necessary to control . soil erosion. Temporarypollution.:.control measures shall be ·usedto·preVerit 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. ·rhe Engineer will limit the area of preparing right-of-way, clearing and grubbing, excavation and borrow to be proportional to the CONTRACTOffS capability and progress in · keeping the finish ·grading, mulching, seeding, and other s.uch permanent pqllution-cor:i~rol . measures current in acpordance with the accepted schedule.. Should seasonal condition~ make suc.h limitations unrealistic, temporary soil-erosion-control measures shall be p~rformed as directed by the Engineer. 2. Waste or disposal areas and construction roads shall be l9cated and co11structed in a manner that will minimize the amount of sediment entering streams. . 3. Frequent fordings of liv~ streams will not be permitted; therefore, tempor.ary bridge·s or other structures shall be used wherever an appreciable number of str13am crossings are necessary. Unless otherwise approved in writing by the Engineer, mechanized equipment shall not be operated in live streams. 4. When work are~s or material sources ~re 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 wat~rways shall be cleared as .soon as practicable of false work, piling, debris or other obstructions place.d during construction operations that are not a part of the finished work. 02/09/2010 SC-32 g:\1210\4397-32\project\specifications\contract Sc\100% set -Sc\05 .3 -green double sided -part d -special conditions -paginated (water-sewer)- wtr 02-09-10.doc · · · · · · · PART D -SPECIAL CONDITIONS 6. The Contractor shall take sufficient precautions to prevent pollution of streams, lakes and reservoirs with fuels, oils, bitumen, calcium chloride or other harmful materials. He shall conduct and schedule his operations so as to avoid or minimize siltation of streams, lakes and reservoirs and to avoid interference with movement of migratory fish. C. MEASUREMENT AND PAYMENT: All work, materials and equipment necessary to provide temporary erosion control shall be considered subsidiary to the contract and no extra pay will be given for this work. D-40 INGRESS AND EGRESS/OBSTRUCTION OF ACCESS TO DRIVES The Contractor shall provide ingress and egress to the property being crossed by this construction and adjacent property when construction is not in progress and at night. Drives shall be left accessible at night, on weekends, and during holidays. The Contractor shall conduct his activities to minimize obstruction of access to drives and property during the progre.ss of construction. Notification shall be made to an owner prior to his driveway being re'!loved and/or rebuilt. D-_-41 PROTECTION OF TREES, PLANTS AND SOIL All ( property along ahd 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 of other landscape features scarred or damaged by the Contractor's operations shall be -restored or replaced at the Contractor's expense. Trirnming 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 tc:i the City of Fort Worth and may be withheld from funds due the Contractor by the City. To prevent the spread of the Oak Wilt fungus, all wounds on Live Oak and Red Oak trees shall be immediately sealed using a commercial pruning paint. No separate payment will be made for any of the work involved for this item and all costs incurred · will be considered a subsidiary cost of the project. D-42 SITE RESTORATION The contractor shall be responsible for restoring the site to original grade and condition after completion of his operations subject to approval of the Engineer. The basis for approval by the . Engineer will be grade restoration to plus minus one-tenth (0.1) of a foot. 02/09/2010 SC-33 g:\1210\4397-32\project\specifications\contract Sc\100% set-Sc\05.3 -green double sided -part d -special conditions -paginated (water-sewer) - wtr 02-09-10.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 Department Specifications for Topsoil, Sodding and Seeding. 1. TOPSOIL DESCRIPTION: This item will consist of furnishing and placing a minimum of six (6) inches of topsoil, free from rock and foreign material, in all parkways and medians to the lines and grades as established by the Engineer. CONSTRUCTION METHODS: Topsoil will be secured _from borrow sources as required to supplement material secured from street excavation. All excavated materials from streets which is suitable for topsoil will be used in the parkways and m~dians 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 operatiqns, topsoil shall be place.d on parkway areas so as to provide a minimum six (6) inches of comp~cted depth of topsoil parkways. 2. SODDING DESCRIPTION: Sodding will consist of furnishing and planting Bermuda, Buffalo or St. Augustine grass in the areas between the curbs and walks, on terraces, in median strips, on embankments or cut slopes, or in .such . areas as designated . on the . Drawings and in .accordan_ce with the requirements of this Specification. Recommended Buffalo g'rass varieties for.sodding are Prairie and 609. MATERIALS: Sod shall consist of live and growing Berm·uda, Buffalo or St. Augustine grass secured from · source.s 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 grqwth 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-34 g:\1210\4397-32\project\specifications\contract Sc\100% set -Sc\05.3 -green double sided -part d -special conditions -paginated (water-sewer), · wtr 02-09-10 .doc PART D -SPECIAL CONDITIONS watered to the extent required prior to excavating. Sod material shall be planted within three · days after it is excavated ; · CONSTRUCTION METHODS: After the designated areas have been completed to the lines, grades , and cross-sections shown on the Drawings and as provided for in other items of the · contract, sodding of the type specified shall be performed in accordance with the requirements hereinafter described. Sodding shall be either "spot" or "block"; either Bermuda, Buffalo or St. Augustine grass. a. Spot Sodding Furrows parallel to the curb line or sidewalk lines , twelve (12) inches on centers or to the dimensions shown on the Drawings, shall be opened on areas to be sodded. In all furrows, sod approximately three (3) inches square shall be placed on twelve (12) inch centers at proper depth so ·that the top of the sod shall not be more than one-half (1/2) inch below the finished grade. Holes of equivalent depth and spacing may be used instead of furrows. The soil shall be firm around each block and then the entire sodded area shall be carefully rolled With a heavy, hand roller developing fifteen (15) to twenty-five (25) pounds per square inch compression. Hand tamping may be required on terraces. b. Block Sodding. At locati.ons on the Drawings or where directed, sod blocks shall be carefully placed on the prep~re~ areas . The sod shall be so .· piaced that the entire ·designated area shall be ~overed, · and any voids left in the block sodding shall be filled with additional sod and tamped. The entire sodded area shall be rolled andJamped 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 9f 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 nec:essary, the sodded areas shall be smoothed after planting has been completed and shaped to conform to the cross-section previously provided and existing at the time sodding operations were begun. Any excess dirt from planting operations shall be spread uniformly over the adjacent areas or disposed of as directed by the Engineer so that the completed surface will present a sightly appearance. · · The sodded areas shall be thoroughly watered immediately after they are planted and shall be subsequently watered at such times and in a manner and quantity directed by the Engineer until completion and final acceptance of the project by the City of Fort Worth . . 3. SEEDING DESCRIPTION: "Seeding" will consist of preparing ground, providing and planting seed or a mixture of seed of the kind specified along and across such areas as may be designated on the Drawings and in accordance with these Specifications. MATERIALS: 02/09/2010 SC-35 g:\1210\4397-32\project\specifications\contract Sc\100% set -Sc\05 .3 -green double sided -part d -special conditions -paginated (water-sewer)- wtr 02-09-10 .doc PART D -SPECIAL CONDITIONS a. General. All seed ·used must carry a Texas Testing Seed label showing · purity and germination, name, type of seed, and that the seed meets all requirements of the Texas Seed Law. Seed furnished shall be of the previous season's crop and the date of analysis shown on each tag shall be within nine (9) months of time. of delivery to the project. Each variety of seed shall be furnished and delivered in separate bags or containers. A sample of each variety of seed shall be furnished for analysis and testing when directed by the Engineer. The specified seed shall equal or exceed the following percentages of Purity and germination: Common Name Purity Germination Common Bermuda Grass 95% · 90% ,'.\nnual Rye Grass 95%. 95% Tall Fescue 95% 90% Western Wheatgrass 95%. 90o/o Buffalo Grass Varieties Top Gun 95%. 90% Co9y 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). Buffalog:rass .· ad · Bermudagrass 20 Total: 100 Total: 100 Mixture for Sandy .Soils (All Sections) Bermudagrass 60 Buffalograss 40 Total: 100 Table, 120.2.(2)b TEMPORARY COOL-SEASON S~EDING RATE; (lb.)Pure Live Seed (PLS) Dates (All Sections) · Aug 15 Tall Fescue 50 to Western Wheatgrass 50 May 1 Annual Rye 50 Total: 100 CONSTRUCTION METHODS: After the designated areas have been completed to the lines , grades, and cross-sections shown on the Drawings and as provided for in other items of this Contract, seeding of the type specified shall be performed in accordance with the requirements hereinafter described. · a. Watering. Seeded areas shall be watered as directed by the Engineer so as to prevent washing of the slopes or dislodgment of the seed . 02/09/2010 . SC-36 g:\1210\4397-32\project\speci~cations\contract Sc\100% set-Sc\OS.3 -green double sided -part d -special conditions -paginated (water-sewer)- wtr 02-09-10 .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 obtainec;f. "Finishing" as specified in Section D- 45, Construction Methods, is not applicable since no seed bed preparation is required. DISCED SEEDING : Soil over the area shown on the Drawings as directed to be seeded shall be loosened to a minimum depth of three (3) inches and all particles in the seed bed shall be reduced to less than one (1) inch in diameter or they shall be removed. The area shall then be · finished to line 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) irich ; The planted ·area shall be rolled with a corrugated roller of the "CuJtipacker" type. All rolling of the slope areas shall be on the contour. ASPHALT MULCH SEEDING : The soil over the area shown on the Drawings, or as directed to be seeded, shall be loosened to the minimum depth of three (3) inches and all particles in the seed bed shall be reduced to less than one (1) inch in diameter, or they shall be removed . The area shall then be finished to line and grade as specified under "Finishing" in Section D-45 , Construction Methods. Water shall then be applied to the cultivated area of the seed bed until a minimum depth of six (6) inches is thoroughly moistened . After the watering, when the ground has become sufficiently dry to be loose and pliable, the seed, or seed mixture specified , shall then be planted at the rate required and the application shall be made uniformly. If the sowing of seed is by hand, rather than mechanical methods, the seed shall be sown in two directions at right angles to each other. Seed and fertilizer may be distributed · at the same time, provided the specified uniform rate of application for both is obtained. After planting, the seed shall be raked or harrowed into the soil to a depth of approximately one-quarter (1/4) inch. The planted surface area and giving a smooth surface without ruts or tracks. In between the time compacting is completed and the asphalt is applied, the planted area shall be watered sufficiently to assure uniform moisture from the surface to a minimum of six (6) inches in depth . The application of asphalt shall follow the last watering as rapidly as possible . Asphalt shall be of the type and grade as shown on the Drawings and shall conform to the requirements of the item 300, "Asphalts, Oils and Emulsions". If the type of asphalt to be used is not shown on the Drawings , or if Drawings are not included, then MS-2 shall be used . Applications of the asphalt shall be at a rate of three-tenths (0 .3) gallons per square yard. It shall be applied to the area in such a manner so that a complete film is obtained and the finished surface shall be comparatively smooth. 02/09/2010 SC-37 g:\1210\4397-32\project\specificat ions\contract Sc\100% set -Sc\05 .3 -green double sided -part d a special conditions -paginated (water-sewer)- wtr 02-09-1 O.doc . PART D -SPECIAL CONDITIONS RE-SEEDING OF AREAS PLANTED WITH COOL SEASONS SPECIES: Areas where temporary cool season species ha.ve 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 c(own to a height of one (1) inch to insure that slit-seeding equipment w.ill 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 wi~h ~ cult packer wheel. 4. HYDROMULCH SEE.DING: If hydro mulc.h seeding is provided, seed m.ix shall have 95% purity of Bermuda grass and have a germination rat~ of 90%. Contractor shall ensure that the grass establi~bes. 5. CONSTRUCTION WITHIN PARK AREAS TURF RESTORATION OF PARKARl=AS: FE.RTIU.Z.ER DESCRIPTION: "Fertilizer'' will consist of providing . and distributing fertilizer over such areas as are designated on the Drawings an.d .in ~ccord~nc~ with these Speqifications. MATERI.ALS: All fertilizer used shall be delivered in bags .or c;ontainers clearly labeled showing the analysis. The fertiljzer 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 analys·is represent the percent of nitrogen, phosphoric acid, and potash . nutrients respectively as determined by the methods of the Associ_ation 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 a.ere shall equal or exceed that specified for each nutrient. CONSTRUCTION METHODS: · \ivhen an item for fertilizer is incJuded in the Drawings and proposal, pelleted or granulated. fertilizer shall be appfjed uniformly over thE:! area specified to be fertilized and in the manner directed for the particular item of w9rk. Fertilizer ~hall be dry and in good . physical condition. Fertilizer that is powqered to caked will be rejected. Distribution of fertilizer as a particular item of work shall meet the approvc;1.I 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 frorn 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 "Seedingi' will be measured by the linea.r foot, comple~e in place. 02/09/2010 SC-38 . g:\1210\4397-32\project\specifications\contract Sc\100% set· Sc\05.3 -green double sided· part d • special condit.ions -paginated (w1,1ter-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" shall be subsidiary to the price of sodding or seeding. PAYMENT: All work performed as ordered and measured shall be subsidiary to the contract unless and otherwise noted in the plans and bid docum~nts to be paid for at the unit price bid for each item of work. Its price shall be f1..1II compensation for excavating (except as noted below), loading, hauling, placing and furnishing all labor, equipment, tools, supplies, and incidentals necessary to complete work. Ail labor, equipment, tools and lncidentais necessary to supply, transport, stockpile and place topsoil or salvage topsoil as specified shall be included in "Seeding" or "Sodding" bid items and wm not be paid for directly. "Spot sodding" or "block sodding" as the case may be, will be paid for at the contract unit price per square yard, complete in place, as provided in the proposal and contract. The contract unit price shall be the total compensation for furnishing and placing all sod; for all rolling and tamping; for all watering; for disposal .of all surplus materials; and for all . materials, labor, equipment, tools and incidentals necessary to complete. the work, all in accordance with the Drawings and these Specifications ... · The work performed and materials furnished and measured as provided under "Measurement" shall be paid for at the unit price for "Seeding", or "Sodding", of the type specified, as the case ma"y be; which price shall ~ach be full compensation for furnishing all materials and for performing all operations necessary to complete the· work accepted as follows: Fertilizer material and application will not be measured or paid for directly, but is considered subsidiary to Sodding and Seeding. D-45 CONFINED SPACE ENTRY PROGRAM ltshall 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-39 g:\1210\4397 ~32\project\specifications\contract Sc\! 00% set -Sc\05.3 -green double sided -part d -special conditions -paginated (water-sewer) - wtr 02-09-10.doc PART D -SPECIAL CONDITIONS D-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 ite·ms 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 t~e 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 "CS.:.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 mea~ures to minimize . damage to tree limbs, tree trunks, and tree roots at each work site, All such measures shall . b_e c_onsidered as incidental work included in the Contract Unit Price bid for appl_icable pipe or structure installation exc;:eptfor short tl!nneling/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 ferwe" 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 withol!t 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 0.1. pipe shall be utilized. 7. Except in areas where clearing is allowed, all trees up to 8" in diameter damaged during construction shall be removed and replaced with the same type and diameter tree at the contractor's expense. 8 . Contractor shall employ a qualified landscaper for all the work required for tree care to ensure utilization of the best agricultural practices and procedures . 02/09/2010 SC-40 g:\1210\4397-32\project\specific ations\contract Sc\100% set-Sc\05 .3 -green double sided -part _d-special cond itions -paginated (water-sewer)- wtr 02-09-10 .doc · · PART D -SPECIAL CONDITIONS 9. Short tunneling shall cons ist 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 th~ pipe for each pipe diameter indicated. The Contract Unit Price shall include all costs associated with installation and reinforcement of the concrete encasement. D-49 . CLAY DAM Clay · dam construction · shall be performed · in accordance with the Wastewater Clay Dam Construction , figure in the Drawings in these Specifications, at locations indicated on the Drawings or as directed by the City. Clay danis shall be keyed into undisturbed soil to make an impervious barrier to reduce groundwater percolation through the pipeline trench . Construction material shall consist of compacted bentonite clay or 2:27 concrete . Payment for work such as forming, placing and finishing shall be subsidiary to the price bid for pipe installation . D~ 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 dr~wings, contractor shall conduct an exploratory excavation (D-Hole), to locate and verify the location · and elevation of the existing underground utility where it may be in potential conflict with a proposed facility alignment. The exploratory excavation shall be conducted prior to construction of the entire project only at locations denoted on the plans or as directed by the engineer. Contractor shall submit a report of findings (including surveyed elevations of existing conflicting utilities) to the City prior to the start of construction of the entire· project. If the contractor determines an existing utility is in conflict with the proposed facility, the contractor shall contact the engineer immediately for appropriate design modifications. The contractor shall make the necessary repairs at the exploratory excavation (D-Hole) to obtain a safe and proper driving surfac~ to ensure the safety of the general public and to meet the approval of the City inspector. ·The contractor shall be liable for any and all damages incurred due to the exploratory excavation (D-Hole). Payment shall not be made for verification of existing utilities per item 0-6. Payment for exploratory excavation (D-Hole), at locations identified on the plans or as directed by the Engineer, shall include full compensation for all materials, excavation , surface restoration, field surveys, and all incidentals necessary to complete the work , shall be the unit price bid .. No payment shall be made for exploratory excavation(s) conducted after construction has . begun. D-51 INSTALLATION OF WATER FACILITIES 51.1 Polyvinyl Chloride (PVC) Water Pipe . POLYVINYL Chloride Plastic Water Pipe and fittings on this Project shall be in accordance · · with the material .standard contained in the General Contract Documents . Payment for work such as backfill, bedding , blocking, detectable tapes and all other associated appurtenant required, shall be included in the linear foot price bid of the appropriate BID ITEM(S). 02/09/2010 SC-41 . g:\1210\4397 -32\project\sj:,ecificationslcontract Sc\100% set· Sc\05 .3 • green double sided· part d • special corid itions -paginaied (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 Electri~ally Welded Steel Water Pipe, and shall c.onform 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 ste~I 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 ~qua I to . those specified above. c. Minimum thickness for cas.ing pipe used shall be 0.375 inch. · · Stainless Steel Casing Spacers (centering style) such as · manufactt.ired 'by Cascade Waterworks ' Manufacturing Company or an approved equal shall be used ori all non- concrete pipes when installed in casing. Installation sh 'all be as recommended by the Manufacturer.· 2. SEWER: Boring used on this. project shall be in accordance with the material standard E1-15 and Construction standard E2-15 as per Fig. 11 O 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 makin'g tie-ins to existing water or sanitary sewer mains shall be included in the linear foot bid price ofthe pipe. 51.5 Connection of Existing Mains The Contractor shall determine the exact location, e!~Vc;!tion, configuration and angulation of existing water or sanitary sewer lines prior to n,anufacturing . of the connecting piece. Any difference~ in locations, elev(iltion, configuration , and or angulation of existing lines .. between the contract drawings and what ' may be encountered in the said work shall be considered as incidentai to coristruc;tion. Where it is requi~ed to shut down existing mains in order to make proposed connections, such down time shall be coordinated with the 02/09/2010 SC-42 . g:\1210\4397-32\project\specifications\contract Sc\! 00% set " Sc\05,3 -green double sided -part d -special condition.s -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 a17:..392-8306, at least 48-hours prior to the required shut down time. The· Contractor's attention is directed to Paragraph CS-5 .15 INTERRUPTION OF SERVICE, Page CS-5(5), PART C -GENERAL C_ONDITIONS OF THE WATER DEPARTMENT GENERAL CONTRACT · DOCUMENTS AND GENERAL SPECIFICATIONS. The Contractor shall notify the customer both personally and in writing as to the location, time, and schedule of the service interruption. The cost of removing any existing concrete blocking shall be included in the cost of connection : Unless bid separately all cost incurred shall be included in the linear foot price · bid for the appropriate pipe size. · 51 .6 Valve Cut-Ins It · may be necessary · to cut-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 inspe.ction. All consumers shall be individually advised prior to the shut . out and advised of the a'pproximate length of time they may be without service . · Payment for work such as backfill , bedding, fittings, blocking and all other associated appurte11ants required , shall be.included in the price of the appropriate bid items. 51. 7 . Water Services The rel9cation, 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 1n ttie 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-43 g:\1210\4397-32\project\specificat ions\contract Sc\! 00% set -Sc\05.3 -green double sided -part d -spec ial conditions -paginated (water-sewer) - wtr 02-09-10 .doc PART D -SPECIAL CONDITIONS All water service meters shcdl 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 neces~ary 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 t;>y 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, cind 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 locati9n to center line proposed meter location shaJI be included in the . Lin~ar _Foot .price bid for Copper ServiC!=l Line from Main to five (5) feet l:>ehind Meter. Any vertical. adjustment of custom~r servic~ line within the 5 foot are.a shall be subsidiary tq the service installation. · · · . . Payment for all work a,nd materials s _uch as tap saddle (ifrequired), 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 adequa~e 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 .s.top. The _cor:itractor will be paid for one (1) Servic.e 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 mf3ter box is . required and the location of the meter an.d meter box is moved more than twelve (12) inches, ~s me~sureq from the center line of the existing meter to location to the center line of the prpposed meter location, separate payment will be allowed for the relocation of s,ervice meter and meter box. Centerline is defined by a iine 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 ~s 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 induded in the price bid for the service meter relocation. All other costs will be included in other appropriate bid item(s). This item . wjH also be .used _fo pay for all service meter and meter box relocations as required by the Engineer when the service line is not being replacea. Adjustment of only the meter box and customer service line within 5 feet distance behind the meter will not justify separate payment at any time. Locations with multiple service branches will be paid for as one service meter and meter box relocation. · 02/09/2010 SC-44 g:\1210\4397-32\projecl\specifications\contract Sc\100% sc::t-Sc\05.3 -green double sided -part d -special conditions -paginated (water-sewer) - wtr 02-09-10 .doc PART D -SPECIAL CONDITIONS 4. NEW SERVICE: When new services are required the contractor shall install tap saddle (when required), corporation stop, type K copper service line, curb stop with lock wings, and meter box. Reinforced plastic meter boxes with cast iron lid shall be provided for all 2 inch water meters or smaller. The reinforced plastic water meter boxes shall comply with section E1-18A-Reinforced Plastic Water Meter Boxes. Payment for all work and materials such as backfill, fittings, type K copper tubing, and curb stop with lock wings shall be included in the Linear Foot price bid for Service Line from Main to Meter five (5) feet behind the meter. Payment for all work and materials suc.h as tap saddle, corporation stops, and fittings shall be included in the pricEl 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. MUL TiPLE 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 incluqEld in other approp~iate bid item(s). 2. MULTIPLE STREET SERVICE LINES TO SINGLE SERVICE ME'tER: 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 requir~d to have severed water service during said work. The contractor shall be responsible fc:,r coordinating the schedule of the temporary service connections and permanent service reconnections with the · building owners and the Engineer in order that the work be performed in an expeditious manner. Severed water service must be reconnected within 2 hours of discontinuance of service. 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 chlodne 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 reconditiqning .. or replacement. Upon restoring permanent service, the Contractor shall re-install the meters at the correct location. The meter box shall be reset as necessary to be flush with the existing ground or as otherwise directed by the Engineer. 02/09/2010 SC-45 g:\1210\4397~32\project\specifications\contract Sc\100% set-Sc\05 .3 -green double sided -part d -special conditions -paginated (water-sewer)- wtr 02-09-10.doc PART D -SPECIAL CONDITIONS · The temporary service layout shall have a minimum available flow rate of 5 GPM at a dynamic pressure of 35 PSI per service tap. This criteria shall be used by the Contractor to determine the length of temporary service allowed, number of service taps and number of feed points. When the temporary service is required for more than one location the 2-inch temporary service pipes, 3/4-irich service lines and the 2-inch meter shall be moved to the next successive project location . Payment for work such as fittings, 3/4-inch service lines, asphalt, barricades, all service connections, removal of temporary services and all other associated appurtenants required, shall be included in the appropriate bid item. B. In order to accurately measure the amount of water used during construction, the Contractor will install a fire hydrant meter for all temporary service lines. Water used during construction for flushing rieVJ mains that cannot be metered from a hydrant will be estimated as accurately as possible . At the pre-construction conference the contractor will advise the inspector of the number of meters that will be needed along with the locations where they will bt9 used. Th19 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 res'j:>onsibility of the contractor. The Water Department Meter Shop will evaluate the c'oridition of the meters upon return arid 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 co ·nstructed water lines shall be purged and sterilized in accordance with E2-24 of the General Contract Documents and Specifications except as modified herein. The City will provide all water for INITIAL cleaning and sterilization · of water lines . All materials for construction of the project, including appropriately sized "pipe cleaning pigs", chlorine gas or chlorinated lime (HTH) shall be furnished by the Contractor. Chlorinated lime (HTH) shall be used in sufficient quantities to provide a chlorine residual of fifty (50) PPM . The residual of free chlorine shall be measured after 24 hours and shall not be less than 10 parts · per million of free chlorine. Chlorinated water shall be disposed of in the sanitary sewer system. Should a sanitary sewer not be available, chlorinated wate.r 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 connecti~ns are made between pressure planes 02/09/2010 SC-46 g:\1210\4397-32\project\specifications\contract Sc\100% set -Sc\05.3 -green double sided -part d -special conditions -paginated (water-sewer)- wtr 02-09-10.doc · - PART D -SPECIAL CONDITIONS 51.11 . Water Sampl~ Station . GENERAL: .. All water sampling station installations will be per attached Figure 34 or as required in large water meter vaults as per Figure 33 unless otherwise directed by the Engineer. The . appropriate water sampling station will be furnished to the Contractor free of charge; however, the Contractor will ·be required to pick up this item at the Field Operations Warehouse. PAYMENT FOR FIGURE 34 INSTALLATIONS: Payment for all work and materials necessary for the installation of the 3/4-inch type K copper service line will be shall be included in the price bid for copper Service Line from Main to Meter. Payment for all work and materials · necessary for the installation tap saddle (if required), · corporation stops, and fittings shall be included in the price bid for Service Taps to Main. Payment for all work and materials necessary for the installation of the sampling station, concrete support block, curb stop, fittings, and a,n incidental 5-feet of type K copper service line which are requireq to provide a complete and functional water sampling station shall be included in the price bid for Water Sample Stations. · PAYMENT FOR FIGURE 33 INSTALLATIONS: Payment for all work and materials necessary for the installation tap saddle, gate valve, and fittings shall be included in the price bid for Service Taps to Main. · Payment for all work and materials necessary fcir the instaliation of the sampling station, modification to the vault, fittings, and all type K copper service line which are required to provide a complete and functional water sampling station shall be included in the price bid for Water Sample Stations. · 51.12 Ductile Iron and Gray Iron Fittings Reference Part E2 Construction Specifications, Section E2-7 Installing Cast Iron Pipe, fittings, and Specials, Sub section E2-7.11 Cast Iron Fittings: E2-7.11 DUCTILE-IRON AND GRAY-IRON FITTINGS: All ductile-iron and gray-iron fittings shall be furnished with cement mortar lining as stated in Section E1-7. The price bid per ton of fittings shall be payment in full for all fittings, joint accessories, polyethylene wrapping; horizontal concrete blocking, vertical tie-down concrete blocking, and concrete cradle necessary for construction as designed. All . ductile-iron and gray-iron fittings, valves and specials shall · be wrapped with polyethylene wrapping conforming to Material Specification E1-13 and Construction Specification E2-13. Wrapping shall precede horizontal concrete blocking, vertical tie-down concrete blocking, and concrete cradle. Payment for the polyethylene wrapping, horizontal concrete blocking,. vertical tie-down concrete blocking, and concrete cradle shall be included in bid items for vales and fittings and no other payments will be allowed. 02/09/2010 SC-47 g:\1210\4397-32\project\specifications\contract Sc\100% set-Sc\05 .3 -green double sided -part d -spec/al conditions -paginated (water-sewer)- wtr 02-09-10.doc · PART D -SPECIAL CONDITIONS D-52 SPRINKLING FOR DUST CONTROL All applicable provisions of Standard Specifications Item ·200, "Sprinklfng for Dust Control" shall apply. However, no direct payment will be made for this item and it shall be considered to this contract. · D-53 DEWATERING The Contractor shall be responsible for determining the method of dewatering operation for the water or sewage flows from the existing mains and ground water. The Contractor shall be responsible for damage of any nature resulting from the dewatering operations. The DISCHARGE from any dewatering operation shall be conducted as approved by the Engineer. Ground water shall not be discharged into sanitary sewers. Dewatering shall be considered as incidental .. to a construction and all costs. incurred will be . considered to be included in the project ·price. D-54 TRENCH EXCAVATION ON DEEP TRENCHES Contractor to prevent any water flowing· into open trench durihg construction. Contractor shall not leave· excavated trench open overnight.' Contractor shall fill . any trench the same day of excavation. No extra payment shall be allowed 'tor this special condition. D-55 TR~E PRUNIN~ · . · A REFERENCES: National Arborist Asso.ciation'.s "Pruning Standards for Shade Trees". 8 . ROOT PRUNING EQUIPMENT 1. Vibratory Knife 2. VermeerV-1550RC Root Pruner C. . NATURAL RESOURCES PROTECTION FENC.E 3. Steel 'T' = Bar stakes, 6 feet long . .4. Smooth Horse-Wire: 14-1/2 gauge (medium gauge) or 12 gauge (heavy gauge). 5. Surveyor's . Plastic Flagging:· "Tundra" weight, lnternatio11al flu()rescent orange or red color. · 6. Combination Fence: Commercially manufactured. combination_ soil separator fabric on wire mesh -backing as shown -on the Drawings " D. ROOT PRUNING 7. Survey and stake location of root pruning trenches as shown on drawings. 8. Using the approved specified equipment, make a cut a minimum of 36 inches deep in order to minimize damage to the undisturbed root zone. 02/09/2010 SC-48 g:\1210\4397-32\project\specifications\contract 5c\100% set -Sc\05 .3 -green double sided -part d -special conditions -paginated (water-sewer) - wtr 02-09-10 .doc PART D -SPECIAL CONDITIONS 9 .. Backfill and compact the trench immediately after trenching. 10. Place a 3-foot wide by 4-inch deep cover of mulch over the trench as required by the Engineer. · · 11. Within 24 hours, prune flush with ground and backfill any exposed roots due to construction activity. Cover with wood chips of mulch in order to equalize soil temperature and minimize water loss due to evaporation. 12. Limit any grading work within conservation areas to 3-inch maximum cut or fill, with no roots over 1-inch diameter being cut unless cut by hand or cut by specified methods, equipment and protection. E. MULCHING: Apply 2-inches to 4-inches of wood chips from trimming or clearing operation on areas designated by the Engineer. F. Tree Pruning shall be considered subsidiary to the project contract price. D-56 TREE REMOVAL Trees to be removed shall be removed using applicable methods, including stump and root ball removal, loading, hauling and dumping. Extra caution shall be taken to not disrupt existing utilities both overhead and buried. The Contractor shall immediately repair or replace any damage to utilities . and private .· property . including, b.ut not limited to, yvater and sewer service~;. pavement, fences, walls, sprinkler system piping, etc., at no cost to the Owner. All costs for .tree removal, including temporary service costs, shall be considered subsidiary to the project contract price and no additional p~yrnent will be allowed. D-57 .. TEST HOLES The matter of subsurface exploration to ascertain the nature of the soils, including the amount of rock, if any, through which this pipeline installation is to be made is the responsibility of any and all prospective bidders, and any bidder on this project shall submit his bid under this condition. Whether prospective bidders perform this subsurface exploration jointly or independently, and whether they make such determination by the use of test holes or other means, shall be left to the . discretion of such prospective bidders. If test borings have been made and are provided for bidder's information, at the locations shown on the logs of borings in the appendix of this specification, it is expressly declared that neither the City nor the Engineer guarantees the accuracy for the information or that the material encountered in excavations is the same, either in character, location, or elevation, as shown on the boring logs. It shall be the responsibility of the bidder to make such subsurface investigations, as he deems necessary to determine the nature of the material to be excavated. The Contractor assumes all responsibility for interpretation · of these records and for making and maintaining the required excavation .and of doing other work affected by the geology of the site. The cost of all rock removal and other associated appurtenances, if required, shall be included in the linear foot bid price of the pipe. 02/09/2010 SC-49 g:\1210\4397-32\project\specifications\contract Sc\100% set -Sc\05.3 -green double sided -part d -special conditions -paginated (water-sewer)- wtr 02-09-1 O.doc PART D -SPECIAL CONDITIONS D-58 PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION AND NOTIFICATION OF TEMPORARY WATER SERVICE INTERRUPTION DURING CONSTRUCTION . . - Prior to beginning construction on any block in the project, the contractor shall, on a block by block basis, prepare and deliver a notice or flyer of the pending construction to the front door of each residence or business that will be impacted by construction. The notice shall be prepared as follows : The notification notice or flyer shall be posted seven (7) days prior to beginning any construction activity on each block in the project area . The flyer _shall be prepared on the Contractor's letterhead and shall include the following information : Name of Project, City Project No (CPN)., Scope of Project (i.e . type of construction activity), actual construction duration within the block, the name of the contractor's foreman and his phone number, the name of the City's inspector and his phone number and the City's after-hours phone number. A sample of the 'pre-construction notification' flyer is attached. The contractor shall submit a schedule showing the construction start and -finish time for each block of the project to the inspector. In addition, a copy of the flyer shall be delivered to the City Inspector for his review prior to being distributed . The contractor will not be allowed to begin construction on any block un~il tt,e flyer is delivered to all residents· of the block. In the event it becomes necessary to temporarily shut down w~ter servic~ to residents or businesses during construction·, the contractor shall prepare and deliver' a notice or flyer of the _ pending interruption to thl3 fr9nt door of each affected resident. The notice shall be prepared as follows: . The notification or flyer shall be posted twenty-four (24) prior to the temporary interruption. The flyer shall be prepared on the contractor's letterhead and shall include the following information: Name of the project, City Project Number, the date of the interruption of service, the period the interruption will take place, the name of the contractor's foreman and his phone number and the name of the City's inspector and his phone number. A sample of the temporary water service . interruption notification is attached. A copy of the temporary interruption notification shall be delivered to the inspector for his review prior to being distributed . The contractor shall not be permitted to proceed with interruption of water service until the flyer has been delivered to all affected residents and businesses. Electronic versions of the sample flyers can be obtained from the Project Construction Inspector .. All work involved with the notification flyers shall be considered subsidiary to the contract price and · no additional compensation shall be made. D-59 TRAFFIC BUTTONS The removal and replacement of traffic buttons is the responsibility of the contractor and shall be considered a subsidiary item. In the event that the contractor prefers for ~he Signals, Signs and Markings Division (SSMD) of the Transportation/Public Works Department to install th13 markings, the contractor shall contact SSMD at (817) 392-8770 and shall reimburse SSMD for ali costs incurred, both labor and material. No additional compensati_on shall be made to the contractor for this reimbursement. · 02/09/2010 SC-50 g :\1210\4397 -32\project\specifications\contract Sc\100% set-5c\05 .3 -green double sided -part d -special conditions· paginated (water-sewer)- wtr 02-09-1 O.doc . PART D -SPECIAL CONDITIONS D-60 SANITARY SEWER SERVICE CLEANOUTS · Whenever a sanitary sewer service line is installed or repiaced, the Contractor shall install a two- way service cleanout as shown in the attached d~taiL Cleanouts are to be installed out of high · traffic areas such as driveways, · streets, sidewalks, etc. whenE:!ver possible. When it is not poss.il:>le, the cleanout stack and cap shall be casflron. · · . . Payment for an work and materials necessary for the installation of the two-way service cleanout vyhjch are required to provide a complete and functional sanitary sewer cleanout shall be included in the price bid for Sanitary Sewer Service Cleanouts. D-61 TEMPORARY PAVEMENT REPAIR . . . . . ' ; .. . The Contractor shall provide a temporary pavement repair immediately after trench backfill and compaction using a minimum of 2-inches of hot mix asphalt over a minimum of 6-inches of compacted flex base. The existing asphalt shall be saw cut to provide a uniform edge and the entire width and length of the temporary repair shall be rolled with a steel asphalt roller to provide smooth rideability ·on · the street as well as provide a smooth transition between the existing pavement and the temporary repair. Cost of saw cutting shall be subsidiary to the temporary pavement repair pay item. The contractor shall be responsible for maintaining the temporary pavement until the paving contractor has mobilized. The paving contractor shall assume maintenance responsibility upon · such mobilization. No additional compensatic>n shall be made for maintaining the temporary pavement. . D-62 CONSTRUCTION STAKES The City, through its Surveyor or agent, will provide to the Contractor construction stakes or other customary method of markings as niay be found consistent with professional practice, establishing line and grades for roadway and utility construction, and centerlines and benchmarks for bridgework. These stakes shall be set sufficiently in advance to avoid delay whenever practical. One set of stakes shall be set for all utility construction (water, sanitary sewer, drainage etc.), and ohe set of excavation/or stabilization stakes, and one set of stakes for curb and gutter/or paving. It shall be the sole responsibility of the Contractor to preserve, maintain, transfer, etc., all stakes furnished until completion of the construction phase of the project for which they were furnished. If the City or its agent determines that a sufficient number of stakes or markings provided by the City, have been lost, destroyed, or disturbed, to prevent the proper prosecution and control of the work contracted for in the Contract Documents, it shall be the Contractor's responsibility, at the Contractor's sole expense, to have such stakes replaced by an individual registered by the Texas Board of Professional Land Surveyor as a Registered Land Surveyor. No claims for delay due to lack of replacement of construction stakes will be accepted, and time will continue to be charged in accordance with the Contract Documents. D-63 EASEMENTS AND PERMITS The performance of this contract requires certain temporary construction, right-of-entry agreements, and/or permits to perform work on private property. The City has attempted to obtain the temporary cor:istruction and/or right-of-entry agreements for properties where construction activity is necessary on City owned facilities, such as sewer lines or 02/09/2010 SC-51 g:\1210\4397-32\project\specifications\contract Sc\100% set-Sc\05 .3 -green double sided -part d -special conditions -paginated (water-sewer)- wtr 02-09-10 .doc PART o ·-SPECIAL CONDITIONS manholes. For locations where the City was unable to obtain the easement . or right-of-entry, it shall be the Contractor's responsibility to obtain the agreement prior to beginning work on subject property. This shall be subsidiary to the contract. The agreements, which the City has obtained , are available to the Contractor for review by contacting the consultant who distributes the plans for the project. Also, it shall be the responsibility of the Contractor to obtain written permissicm from property owners to perform such work as cleanout repair and sewer service replacement on private property. Contractor shall adhere to all requirements of Paragraph C6-6.10 of the General Contract Documents. The Contractor's attention is directed to the agreement terrhs along with any special condition's that may have been ·imp'osed ori these agreements, by the property owners. \ . . . . The easements and/or private property shall be cleanecl up after use and restored to its original condition or better. In event additional work room is required by the Contractor, it shall be the Contractor's responsil:lility to obtain written permission from the property owners involved for the use of additional property required. No additional payment will be allowed fqr this item. The City has o.btained the necessary. documentation for railroad and/or highway permits required for construction of this project The Contractor shall be responsible for thoroughly reviewing, understanding and complying with au provisions of such permits, including obtaining the requisite insurance, and shall pay any and all costs associated with or required by the permit(s). It i!? the Contractor's responsibility to provide the required flagmen and/or provide payment to the appropriate railroad/agency for,all flagmen during construction in railroad/agency right-of-way. For railroad permits, any and an railrpad insurance costs and any other incidental costs necessary to .meet the conditions associated with permit(s) compliance, including payment for flagmen, shall ' be included in the lump sum pay bid item for "Associated Costs for Construction within Railro~d / Agency Right-of-way". No additional compensation shall be allowed on this pay item. 0-64 PRE-CONSTRUCTION NEIGHBORHOOD MEETING After the pre-construction conference has been held but before construction is allowed to begin on this project . a public meeting will be held at a location to be determined by the Engineer. The contractor, inspector, and project manager shall meet with all affected residents and present the proje'cted .. schedule, including construction start date, and answer any construction · related questions. Every effort will be made to schedule the neighborhood meeting within the two weeks following the pre-construction conference but in no case will cc,nstruction be allowed to begin until this meeting is held. 0-65 WAGE RA TES Compliance with and Enforcement of Prevailing Wage Laws Duty to pay Prevailing Wage Rates. The contractor 'shall comply with all requirements of Chapter 2258, Texas Government Code (Chapter 2258), including the payment of not less than the rates determined by 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 eac~ worker employed for each calendar day or part of the day that the worker is ,paid less t~an the prevailing wage rates stipulated in these contract documents .. 02/09/2010 SC-52 g:\1210\4397-32\project\specitications\contract Sc\100% set· Sc\05.3 • green double sided· part d -special conditions· paginated (water-sewer). wtr 02-09-10 .doc PART D -SPECIAL CONDITIONS This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a contractor or' subcontractor, the City shall make an initial determination, b.efore the 31st day after the date the City receives the information, as to whether good cause exists to belteve 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 contraGtor or subcontractor has violated Chapter 2258, the City shall retain the full amounts clain,ed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. Arbitration Required if Violation .Not Resolved. An issue relating to an alleged violation of Section 2258 .023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to oinding 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 afterJhe date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration'.. ·The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. Records to be Maintained. The contractor and each subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of the Audit section of these contract documents shall pertain to this inspection. Pay Estimates. With each partial payment estimate or payroll period, whichever is less , the contractor shall submit an ~ffidavit stating that the contractor has complied with the requirements of Chapter 2258, Texas Government Code. Posting of Wage Rates. The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times . · Subcontractor Compliance. The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs (a) through (g) above . (Wage rates are attached at the end of this section.) (Attached) 02/09/2010 SC-53 g:\1210\4397-32\project\specifications\contract Sc\100% set-Sc\05 .3 -.green double sided-part d-special conditions -paginated (water-sewer)- wtr 02-09-10 .doc PART D -SPECIAL CONDITIONS D-66 REMOVAL AND DISPOSAL OF ASBESTOS CEMENT PIPE A It .is the intent of the City of Fort Worth to comply with the requirements of the Asbestos . National _Emissions · Standards for Hazardous Air Pollutants (NESHAP) found at 40 CFR Patt 61, Subpart M. This specification will establish procedures to be used by all Excavators in the removai and disposal of asbestos · cement pipe (ACP) in compliance with NESHAP '. Nothing in' this specification shall be construed to void any provision ofa contract or other law,. ordinance; regulation or policy whose requirements are niore stringent. . . : ~ '. 8. ACP ·is defined under NESHAP as a Category II, non-friable material in its intact state but which may become friable upon removal, demolition and/or disposal. Consequently, if the removal/ disposal process renders the ACP friable, it is regulated under the disposal requirements of 40 CFR 61.150. A NESHAP notification must be filed · .with the Texas Department of Health. The notification must be filed at least ten days prior -tb removal of the material. If if remains in its non -friable state, as defined by the NESHAP, it can be disposed as a conventional construction waste. The Environmental Protection · Agency (EPA) defines friable as material ;·when dry, which maybe.crumbled, pulverized o'r reduced . to powder by hand pressures. .··' . ·.J. . • . . C. The ·Generator of the hazardous material is responsible for the identification and proper -handiing, transportation, and disposal of the material. Therefore, it is the policy of the City of Fort Worth that the Excavator is the 'Generator regardless of whether the pipe is friable or not. D. It is the intent of th.e City of Fort Worth that all ACP shall be removed in such careful and ·prudent · manner that · it remains intact and does not · become friable; The Excavator is . responsible to employ those means, methods, techniques and sequences to ensure this result. . . . '. · E. Compliance with all aspects of worker safety and health regulations including but not limited to the OSHA Asbestos Standard is the responsibility of the Excavator. The City of Fort Worth assumes no responsibility for compliance programs, which are the responsibility of the Excavator. (Copy of forms attached) · F. The removal and disposal of ACP shall be subsidiary to the cost of installing the new pipe unless otherwise stated or indicated on the project plans or contract documents. · D-67 STORM WATER POLLUTION PREVENTION (FOR DISTURBED AREAS GREATER THAN 1 ACRE) PERMIT: As defined by Texas Commission on Environmental Quality (TCEQ) regulations, a Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required for all construction activities that result in the disturbance .of .one. to five acres. (Small Construction Activity) or five or more acres of total land (Large Construction Activity). The contractor is defined as an "operator" by state regulations and is required to obtain a permit. Information concerning the 02/09/2010 sc"754 • g:\1210\4397-32\project\specifications\contract Sc\100% set· ~c\05'.3 • green double sided • part d • special conditions • paginated (water~sewer) • wtr 02-09-10 .doc · · · PART D -SPECIAL CONDITIONS . permit can be obtained through the Internet at http://www.tnrcc.state.tx.us/permitting/water perm/wwperm/construct.htmL Soil stabilization and structural practices have been selected and designed in accordance with North Central Texas Council of Governments Best Management Practices and Erosion Control Manual for Construction Activities (BMP Manual). This manual can · be obtained through the Internet at www.dfwstormwater.com/runoff.html. Not all of the structural controls discussed in the BMP Manual will necessarily apply to this project. Best Management Practices are construction rrianagement 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 thi:m 70%. · · · NOllCE OF INTENT (NOi}: If the project will resu lt in a total land disturbance equal to or greater than 5 acres, the contractor shall sign at the · pre-con~truction 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 tinderstands the requirements of the permit for storm water discharges from construction activities and that measures ·will be taken to implement and maintain storm water pollution prevention at the site. The NOi shall be submitted to the TCEQ at least 48 hours prior to the contractor moving on site and shall include the required $100 application fee. ' ' ' , The NOi shall be mailed to: Texas Commission on Environmental Quality Storm Water & General Permits Team; MC-228 P.O . Box 13087 Austin, TX 78711-3087 A copy of the NOi shall be sent to: · City of Fort Worth Department of Environmental Management 5000 MLK Freeway . Fort Worth, TX 76119 NOTICE OF TERMINATION (NOT}: For all sites that qualify as Large Construction Activity, the contractor shall sign , prior to final payment, a TCEQ Notice of Termination (NOT) form prepared by the engineer. It serves as a notice that the site is no longer subject to the requirement of the permit. . The NOT should be mailed to : Texas Commission on Environmental Quality Storm Water & General Permits Team; MC-228 P.O. Box 13087 Austin, TX 78711-3087 STORM WATER POLLUTION PREVENTION PLAN (SWPPP): A document consisting of an erosion control and toxic waste management plan and a narrative defining site parameters and techniques to be employed to reduce the release of sediment and pollution from the construction site. Copies of the project SWPPP's are available for viewing at the office of the Consultant disbursing the plans for the project. The selected Contractor shall be provided with three copies of the SWPPP after award of contract, along with unbounded copies of all forms to be submitted to the Texas Commission on Environmental Quality. 02/09/2010 SC-55 g:\1210\4397-32\project\spec ifi~ations\contract 5c\J 00% set -Sc\05 .3 -green double sided -part d -speci al conditions -pagin ated (water-sewer) - wtr 02-09 -10 .doc PART D -SPECIAL C.ONDITIONS LARGE CONSTRUCTION ACTIVITY -DISTURBED AREA EQUAL TO OR GREATER THAN 5 ACRES: A Notice of Intent .(NOi) form shall be .completed and. submitted to the TCEQ including paymerit of the TCEQ required fee. A SWPPP that meets all TCEQ requirements prepared by the Engineer shall be prepared and implemented at least 48 hours before the commencement of construction activities. The SWPPP shall be incorporated into in the . contract documents. The contractor shall submit a schedule for implementation of the SWPPP. Deviations from the plan . must be submitted to the engineer for approval. The. SWPPP is not warranted to . meet all the .con,ditions of the permit since the actual constrµction activities may vary frqm those. anticipated during the preparation of the SWPPP. Modifications may be required to fully confo,rm 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 co.ntr~<;:tpr mu~t be prepared and submitted by the contractor to the engineer for review and approval. A Notice of T~rmination (NOT) form shall be submitted within 30 oays after .final stabiliz~Uon has .been · achieved on all portions of the ~ite that is the responsibility of the p~rrpitiee, or, when another permitted operator a~sumes control over all areas of the site that have ~ot been finally stabilized. · SMALL CONSTRUCTION . ACTIVITY-· DISTURBED AREA EQUAL .TO OR GREATER THAN ONE ACRE BUT LESS THAN FIVE ACRES: Submission of .a NOi form is not required. However, a TCEQ Site Notice form must be completed and posted at the site. A copy of the completed Site Notice must be sent to the City of Fort Worth Department of Environmental Management at the address listed above. A SWPPP, prepared as . described above , shall be fmplemented at least 48 hours before the commencement of construction activities. The SWPPP must in.elude descriptions of control measures necessary to prevent and control soil erosion, sedimentation and water pollution and will be included in the contract documents .. The control measures shall be installed and maintained throughout the construction to assure effective ·and continuous water pollution control. The controls may include, but not be limited to, silt fence~, straw .bale dikes, rock berms, diversion . dikes, interceptor swales, sediment traps and basi'ns, pipe slope drain, inlet protection, stabilized construction entrances, seeding, sodding, mulching, soil retention blankets, or other structural or non-structural storm water pollution controls. The method of control shall result in a minimum sediment retention of 70% as defined by the NCTCOG "BMP Manual.;' Deviations from the proposed control measures must be submitted to the engineer for approval. PAYMENT FOR SWPPP IMPLEMENTATION: Payment shall be maoe per lump sum a~ shown on the proposal as full compensation for all items contained in the project SWPPP. · · 0-68 COORDINATION WITH THE CITY'S REPRESENTATIVE FOR OPERATIONS OF EXISTING WATER SYSTEMS It is the Contractor's responsibility to coordinate any event that will require connecting to or the operation of an existing City water line system with the City's representative. The Contractor may obtain a hydrant water meter from the Water Department for use during ·the life of named project. In the event the Contractor requires that a water valve on an existing live system be turned off and on to accommodate the construction of the project, the Contractor must coordinate this activity through the appropriate City representative. The Contractor shall not operate water line valves of . existing water system. Failure to comply will render the Contractor in violation of Texas Penal Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor will be prosecuted to the full extent of the law. In addition, the Contractor will assume all liabilities and responsibilities as a result of these actions. ' 02/09/2010 SC-56 g:\1210\4397-32\project\specifications\contract Sc\100% set-Sc\05 .3 -green double sided -part d -special conditions -paginated (water-sewer)- wtr 02-09-10.doc · · PART D -SPECIAL CONDITIONS D-69 ADDITIONAL SUBMITIALS FOR CONTRACT AWARD The City reserves the right to require any pre-qualified contrac.tor who is the apparent low bidder(s) for a project to submit such additional information as the City, in sole discretion may require, including but not limited to manpower and equipment records, information about key personnel to be assigned to . the project, and construction schedule, to assist the City in evaluating and assessing the ability of the apparent low bidder(s) to deliver a quality product and successfully complete projects for the amount bid within the stipulated time frame . Based upon the City's assessment of the submitted information , a recommendation regarding the award of a contract will be made to the City Council. Failure to submit the additional information if requested may be grounds for rejecting the apparent low bidder as non-responsive . Affected contractors will be notified in writing of a recommendation to the City Council. D-70 EARLY WARNING SYSTEM FOR CONSTRUCTION Time is of the essence in the completion of this contract. In order to insure that the contractor is responsive when notified of unsatisfactory performance and/or of failure to maintain the contract ~cheduie, tlie 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 comph9ted 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% 9r more (example: 10% of the work completed in 30% of the stated contract time as may be amended by change order), the following proactive measures will be taken : 1. A letter will be mailed to the contractor by certified mail ; return receipt requested demanding that, within 10 days from the date that the letter is received, it provide sufficient equipment , materials and labor to ensure completion of the work within the contract time . In the event the contractor receives such a letter, the contractor shall provide to ttie City an updated schedule showing how the project will be completed within the contract time. 2. The Project Manager and the Directors of Water Department , and Department of Transportation and Public Works will be made aware of the situation. If necessary, the City Manager's Office and the appropriate city council members may also be informed . 3. Any notice that may, in the City's sole discretion, be required to be provided to interested individuals will distributed by the Water Department's Public Information Officer. 4. Upon receipt of the contractor's response, the appropriate City departments and directors will be notified . The Water Department's Public Information Officer will , if necessary, then forward updated notices to the interested individuals . 5. If the contractor fails to provide an acceptable schedule or fails to perform satisfactorily a second time prior to the completion of the contract, the bonding company will be notified appropriately. 0210912010 SC-57 g:\1210\4397-32\project\spec ificat ions\contract Sc\100% set -Sc\05 .3 -green double sided -part d -special conditions -paginated (wate r-sewer)- wtr 02-09 -1 O.doc PART D -SPECIAL CONDITIONS 0"'.'71 AIR PO.LLUTION 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 (;MISSIONS FROM THI$ TIMI; PERIO[) 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 Wat~h Days and as such shall · not begin work until 10:00 a.m. whenever construction phasing requires the . use of motorized equipment fcir period~ in excess of 1 tiour. However, the Contractor may begin work prior to 10:00 · a.m. if use of motorized equipment is less than 1 houf, or if equipment is new and certified by EPA as "Low Emitting", or equipment burns Ultra Low Sulfur Diesel (ULSD), dieser emulsions, or alternative fuels such as CNG. if th~ Contractor is unable to perform continuous work for a period of at least seven hOurs between · the hours of 7:00 a.m . -6:00 p.m., on a designated Air Pollution Watch Day, that day will be considered as a weather day and added onto the allowable weather days of a given month. D-72 • FEE FOR STREET USE PERMITS AND RE-INSPECTIONS Contractor is . required to secure a Street Use Permit, issued by the City of Fort Worth Transportation and Public .Works Permit Center (817,.392-6594) prior to any work in public right of way. Permit will not be issued without a traffic control plan sealed and . signed by a registered professional engineer licensed to practice in the State of Texas. Failure to acquire the proper permit and permission .may result in a fine of $500/day to the .contractor performing the work. Payment by the contractor for all Street Use Permits shall be considered subsidiary to the contract cost and no additional compensation shall be made. ·ENDOFPART D -;_SPECIALCONDITIONS 02/09/2010 SC-58 g:\1210\4397-32\project\specifications\contract Sc\100% set-Sc\05 .3 -green double sided -part d -special conditions -paginated (water-sewer) - wtr 02-09-10 .doc · · PART D -SPECIAL CONDITIONS (To be printed on Contractor's Letterhead) Date: CPN No.: Pr<>ject Name: Mapsco Location: Limits of Construction: THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH .THE CITY OF FORT WORTH, OUR COMPANY WILLWORK ON WATER AND/ OR SEWE.R LINES ON OR AROUND YOUR PROPERTY. CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE OF THIS NOTICE. IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER ISSUE, PLEASE CALL: Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.> OR Mr. <CITY INSPECTOR> AT < TELEPHONE NO.> AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL 0210912010 . SC-59 g:\1210\4397-32\project\specifications\contract Sc\100% set -Sc\05 .3 -green double sided· part d • special conditions· paginated (water-sewer)· wtr 02-09-1 O.doc 02/09/2010 PART D -SPECIAL CONDITIONS fORTWORTH . ,,,.,., ,., Date: ____ _ DOENO.XXXX Project Name: . · NOTICE OF ·TIMPQRARY ,JrlATER SlllYICS . ,J,.,.-0 -._ •. :· .··._ . i .. ::· ( · · *"'•uuFt1011 · · .. · ·r ::,:::;(:::\·· \. ··: nu_E TO · UTILITY IMPR<>VEMENTS IN YOUR _NEIGHBoiqmcfo, YOUR WATER SERVICE WILL BE INTERRUPTED ON_· _. ----------- BETWEEN THE HOURS <:>F ________ ,--AND __________ . IF YOU HA VE Qll'ESTIONS .ABC>UT THIS SBUT~UJ', PLEASE CALI.,: MR ... · AT_---------------------(<;O~TRA',;T()RS S:tJP)!:RINTENDENT) (T~LEP~O~ NUMBER) OR MR.------------------..,;,·-· AT .... ·•·, .... ··-------------------.....-(CITY INSPECTOR) (TELEPHONE NUMBER) .. THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, ________________ __.CONTRACTOR sc.:50 g:\1210\4397-32\project\specifications\contract Sc\l,00% set-Sc\05.3 ~ green double sided -part d -special con.ditions -paginated (wateNew~r)- wtr 02-09-10 .doc · · · · F 0 r 0 it i C e i) ~ e PART D -SPECIAL CONDITIONS TEXAS DEPARTMENT OF HEAL 'TH m T D H NOTE~ CIRCLE ITEMS THAT ARE AMENDED DEMOLITION/ RENOVATION NOTIFICATION FORM NOTIFICATION# ________ _ t) Abatement Contractor: __________________ TDH Licerui" Nurnber.'--,.,,,..----- Addres:s ; . City; . Staie: Zip: Officitt Phone .Number: Job Site Phone Nomb01t __ __, ----StteSUpervisor: ... ,..,...,.....,. ___________ TOH Lloe11${;1 Number: ____________ _ SlteSt1porvispr: TOH LfceMe Number.. ____________ _ Trained .On-Site NESHAP lndi\lidu:af:. ______________ .Cerlification Dale:. _____ ~ ...... Demolition contractor: _____________ omce Phone Numb~r ........ .__ __________ _ :'i Adr;fress:. _______________ Cit~•:. _________ sce1e: ....... Zip:_.---- •· y · 2) Project Consul!anl or Operalor .. ·_ ---------~-----iOH Ltoense Number. · Mailing Address: ·------ Clty: ________ state: ____ ---'Zip: ______ Offlce Phone Number: ___ ~----· .. · :~ · . A 3} Faclli~•01;1,•ner.._~------------------------------- · 1:1 · Allontion:...,...,..-------------~-----~~------------- fl' ME!illngAddress: _______ ,....... ........ ~--------'---------------- . ~ . City: State: Zip· Owner Phone Number ... { ..... >c....·---- D T tJ H ••.Noto: Tho Jnvolclil for lho notlficatlon ·foo wlll bo sont to the owner of the l:IUl!dlng and U~o bfllll'ig ~tfdreu fol' tM Invoice wlll b& ~~ofwi~cl fr'i:!m ,ho 1nro,m~11ora Cbi'lt Is provld'cd In this section. · ··4} Oescriptlori ar Facility Name:. ________ -:-------------~~------- PhysiC<!II Adi:!res$~;----:-~-----~---County: City: ______ ;;?;lp; ___ _ Facility Phone Number Facility Con~ct Person:,_. --~-------~~- Oes~ripuon of Area.rRaom Number:·-----~-------~-------------Prior Use; _______________ Futute Usa:. ________________ _ Aije of Buildlr19Waclll1;1: ____ ...... Si.i!a: _______ Number of Floor&:. ____ ...,.. Sc.',ool (K • 1:2): c YES n NO 5) TYJ),G Df W<1rlc n Dema1itl1;m D Re:novntlon {Abntcmcnt) o Anriua.1 Cansalir:la.ted Work will be during: U Oay o Evening o Nigl1t :: Phased Ptojeet Description of work schcduto:'------------------------------ 6) Is this a Public Buifr:lini;a? n YE;S rJ NO Fede.ral Faclllly? DYES = NO Industrial Site? DYES ONO D NESHAP-Only Fac!llty'? O YES D NO IS 8ulldlng!Faclli1y occupied? CJ YES n NO L. V I. ·o I : a ! ti. O· fl ? 0 y e· s 02/09/2010 7) l"o1ification Type CHECK ONLY ONE ;J Original (10 Working Oays) .: Cancel)afioo t: Amemlment o EmergencyfOrdcrod 11 lh.ls Is an amendment, ;uhich amendment number is this'?_ {Enclose copy o1 original ~ncf/or last ameilldment) If ~n emerg~noy, vlho did you talk with at 'rDM? Emergency#: _____ _ Date llnd Hout of Emetgency (HHIMM/DDIYV}:. ______ _ Oooeripllcin of lhe $Udden, tinex:pected event and explanation or hol/t t110 ovent caused unsafe concjlith;ms or Would cause equipment damage {computers. mach.inery. etc _____________ ~---------- 8) Oesc:ripflon of procedures to be followed In 1he event that uno.xptJct~ asbestos is found or previously non-frieble asbestos ma1erial becomes crumbled. pul~·etized. or reduced lo powder;--------------- 9) W$s i'ln Asbesios survey performed? o '(ES D NO Date: J l TOH lnsp,ii!c;:tor Li~rise No:. _____ _ Anelylical Method; o PLM o TEM o Asswnctl TOH Laboratory License Na:,-.----- (For'TAHPA (public building) projects: an assumption musl be made by a TDH Licensed inspector) 1 Q} Description of plan,'led demolmon or ttinOvaliDli .work, type of material, and method{s) to be used=: --~~--- 11} DescriplfOri of work prac;lices and engl11eering oontrors 10 M used to pr(wont emissions of asbestos al the demolitio:ilrenova1ion: __ _._~------------------------- SC-61 g:\1210\4397-32\project\specifications\contract Sc\100% set· Sc\05.3 -green double sided· part d -special conditions· paginated (water-sewer)· wtr 02-09-1 O.doc ' PART D -SPECIAL CONDITIONS 12) At.L applicab!d llc,ms in the rollowing table mus.t be c~rn~l.~~d; IF NO AS8.ESTOS PRESENT CHECK HERE= Approxirm1t~ ~mount of Check unit of measurement Asbestos~Dntaining Bullding Maten11l _____ As_b..,e .... sto ...... s __________ __,_.....,._-1 Type RACM Ii> ba removed · RACM NOT removed .. ln.tfl~or: Cate o J non-ftiab!a ,emoved ExtatiotCate · o I non-friable removed Cate o l non•fileble NOT r~moved II non-friable remo•.red . Exterior Cate o JI non-friable removed ' Cate II non•fl'.lable NOT remove<! AACM . Off-Facilily Component ., :1·: .,. S1.1rf~cieAre1;1 Ln ,Ln >SO Ft . M Ft 13) Waste Transporter Name: _______________ TOH L£cerisa Number;~----- Addr-0ss : · Clfy: Sta~e: ·-· __ . _. Zip: ___ _ C1;1ntl!ctPerson: ···· PhaneNiJmber: ...._·· ....... ·--------- 14) wast:a Oitiposal Site Name:_.--------,~--------·-· ·-·-··=····-·· ----------- Addre5s,_· --:--~---~-~=_.,.-__,.:City: State: -.--Zip:----Te:1ephone: ( ) . TNRCCPermitNumber:_· ______ _ 15) For stmcklrally unsound fac111,1es, attach a copy af demolifion order and tdentify Governrnental OfficieJ below: Nam~; . Re9istrotlon No:------~-------- Title;,_._ . ...,.....,......,...,....._.,__.,_.....,.-~-~ Date of ordet (MWJDDJYY) . l J · Da~ order to begin (MM.'OOIYY) .r J . 16) Schedtlled Oates of Asbestos Abate:nent (MMIDDIYY} Start_ ..... · --"''--'''---Cc.-npie1e: _ ..... 1 _ _.I'""" 11) Scheduled Oat.es Demolitlon/RenQvation (MM/OD.IVY), Slart: / . J Complete: _ _,/ _ _,/ _____ _ ... Note: tf lhe swt dare .on this noUflc-atfot'I c;)n stot ~ irlot, 1fio TOH R.osronal ~r Local Program office Mu.stb& conlacted by .,h~ne· prior fo the &!art date •. Falluro lo do so ls a ·11rolJtlon t,~ 4:lCCOt~nC(> (O TAHPA.° Sccilori 295.51, . · J hereb;• cer1ify thet all lnf9rms.oon I h:a\le provided Is COf(CCt, complete ; and jr\le to the best ofmy kn .owl.edge. 1 acknl)'J.')edge that I a~ respons 1Dle for all aspects of the nolffica1ion form, including,, but not limitin9 ; co,.'llent and submission dates. The maximum penally is $10,000 per day per violatlo.1. · (Signa1ure of 8uildlng ,Q....,nerl Operator or Oelegated consunan11Conlr'.actor) MAIL TO: (Printed Name) {Oats} ASBESTOS NOTIFICATION SECTION TOXIC S.Ul.3STANC1;S CONTROL DMS!ON . . TEXAS DEPARTMENT OF HEALTH PO BOX 143538 .. . .. . AUSTIN.TX 18114-35:'SB Pli: 5·12-t334-56DO, 1-800-572.-5548 (TelephQ:ie) (Fm< Numbor) ~Faxes arc not acc.epted* Farm APB#5, d~tea ()7/2W02. Replaces TOH form dt1t-Od 0'1113/01. Par assist;mce tn rx;,mp!;;,ling /Qrm. r;i!li 1-800·572·5648 02/09/2010 SC-62 g:\1210\4397-32\project\specifications\contract Sc\100% set-Sc\05.3 -green double sided -part d -special conditions· paginated (water-sewer) - wtr 02-09-1 O.doc · · · - PART -D -SPECIAL CONDITIONS 02/09/2010 SC-63 g:\1210\4397-32\project\specifications\contract Sc\100% set-Sc\05 .3 -green doublnided -part d -special conditions -paginated (water-sewer)- wtr 02 -09-1 O.doc . PART D -:SPECIAL CONDITIONS ~~~~Jf f:~~lt1t~r~1l*l~lf ~~ifrlifllB"i:i1lli~~iii1~1~li,~(~~:~~~ Classifications HouTlv Rates Classifications Hrly Rls Air Tcol Operator $f0.Cl-:3 Scraper Opera1or S11 .42 Asphalt Raker $13.lfg Servicer $12.32 Asphalt Shovel er $8.80 Slio Form Machin!! Ooerator S12.33 Asohalt Dis1ribuior Ooerstor $1.3.Bg Soread-:r Box O,oerator S10 .92 Asphalt Paving Machine 0Derator $12.78 Tractor operator. Cra•11leT Tv0,: S12 .6C, Satclling Plant '-'Veighe.r $l4. f5 Tractor operator, Pneumatic $12.Qt Sroom or Sweeoer Ooeraior S9 .8B Tra~·e.lina Mixer 011erafcr $12.03: Su.lld::izer Operator $13.22 Truck Driver-Single Axle {L~ght) S10.91 Car,oenrer (Rough) $12.ea Truck Driver-Single Axle (Heawi SH .47 Concrete Finisher-Paving $12.85 Truck Dri•,•er-Tandem Axle Semi-Trailer $11 .75 Concrete .r-1nisher-Strucfures $t3.27 Truck Dri',•1:r-Lowbo11 ,'Float S14.9l Concref~Pavino Curbing Mach. Ooer. $12.C<J Truck Dri11er-Transit Mi:x S12.Ci8, Concrete. Pavini:i Finishina Mach. Oper. Concr...te Pa\oing Joint Sealer Oper. Concref~ Pawna Saw Ooer. Concrete Paving Spreader Ope:. Concrete Rubber Crane, Clamshell. Backhoe, Derrick, Ora,;il.i ne. Shovel Electrician Flagger Form Builder-Si ructures Form Seiter-Paving & Curbs Foundation Drill Ooerator, Cr.swler Mounted :Foundation Drill Operator, 1 ruck Mounted i=,ronl End Loader La!>orer-Common Laborer-Uti lily MeGhanic Milli ng Machi ne Operator, i-m.e Gra.de Mixer Ocerator Moi or Grader Opera1or (Fine Grade} Moior Grader Ooera!or. Rouph Oiler Painfer, Structures Pavement Marki ng Machine Oper. Pioelaver Roller. Steel Wheel Plant-Mi:ic: f'avemenis Roller, steel Wheel Cfher Flatwheel or Tamoino Roller, Pneumatic. Seff-Prooelled Scracer xeinforcin11 Ste-:1 Seher (Pav ini:i} Reinforcino St!H!I Ser.er (Structure) Source is AGC of T e:xas (Hwy. Hvy . Uliliti-as Industrial Branch) w•1,w .access.,g9ogo•;lda•Jisoacon,· 02/09/2010 $1:3 .63 $12.00 $13.E-6 $14 .E•J $f0.61 $14.12 $1 -9.12 SB.43 $11.63 $11.83 $13.67 $113.20 $12.62 S9.1B $tO.e5 SHU,7 $11 .8.3 $11.E-.9 $14.EO $13.17 $11.1)4 $11.29 $10.92 $11 .07 $14.86 $113 .29 SC-64 Wagon Drill . Bori ng Machin-e. Post Hole Driller Welder Work Zone Barricade Se:Nicer S14.DD $13.57 $10.0ll g:\1210\4397-32\project\specifications\contract Sc\100% set -Sc\05.3 -green double sided -part d .-special conditions -pag\nated (water-sewer) - wtr 02-09-10.doc PART DA -ADDITIONAL SPECIAL CONDITIONS DA-1 AWARD OF CONTRACT FOR PROJECTS WITH MULTIPLE UNITS ............ OMITTED DA-2 PIPELINE REHABILITATION CURED-IN-PLACE PIPE .........................•........ OMITTED DA-3 PIPE ENLARGEMENT SYSTEM .................................... : ........................................... ." . .4 DA-4 FOLD AND FORM PIPE ......................... , ........................................................ OMITTED DA:.s . SLIP.LINING ..................................................................... ; ............................... OMITTED . DA-6 ···. PIPE INSTALLED BY OTHER THAN OPEN CUT .................... : .................................. 11 DA-7 · TYPE OF CASING PIPE.: ............................................................................................. 15 DA-8 SERVICE LINE POINT REPAIR/ CLEANOUT REPAIR ..................... .-......... ; .. OMITTED DA-9 PROTECTIVE MANHOLE COATING FOR CORROSION PROTECTION ................... 15 DA-10 · · MANHOLE REHABILITATION ..................... : .. ; ....... ; ......... , .•.. '..;.-..................... OMITTED DA-11 · SURFACE PREPARATION FOR MANHOLE REHABILITATION .................... OMITTED DA.:.12 ·, INTERIOR MANHOLE COATING -MICROSILICATE MORTAR SYSTEM ...... OMITTED DA:.13 · 'INTERIOR MANHOLE COATING -QUADEX SYSTEM .................................. OMITTED DA-14 INTERIOR .. 'MANHOLE COATING -SPRAY WALL SYSTEM ..........................•..... : ..... 18 DA~15 INTERIOR MANHOLE COATING -RAVEN LINING SYSTEM .....•.............................. 20 DA-16 INTERIOR MANHOLE COATING: PERMACAST SYSTEM WITH EPOXY LINER .... : ... · · .......................................................................................................... .-.. : .......... ,OMITTED DA-17 INTERIOR MANHOLE COATING-STRONG-SEAL-SYSTEM ; ...................... :.OMITTED DA-18 RIGID FIBERGLASS MANHOLE LINERS ......... : ...•................................... : .... OMITTED DA-19 · PVC LINED CONCRETE WALL RECONSTRUCTION .......... .-......................... OMITTED DA:.20 .··. PRESSURE .GROUTING ......................................................... , ..................•.... OMITTED DA:.21 · VACUUM TESTING OF REHABILITATED MANHOLES.: ............................... OMITiED DA-22 FIBERGLASS MANHOLES ............................................................................. OMITTED DA-23 LOCATION AND EXPOSURE OF MANHOLES AND WATERVALVES ......... OMITTED DA-24 · REPLACEMENT OF CONCRETE CURB AND GUTTER ................................ OMITTED DA:.25 · REPLACEMENT OF 6" CONCRETE DRIVEWAYS ........ , ............................... OMITTED DA-26 ·.REPLACEMENT OF H.M.A.C. PAVEMENT AND BASE .. ; .............................. OMITTED DA:.27 . GRADED CRUSHED STONES: .................. ; .................................................... OMITTED DA:.2s WEDGE MILLING 2" TO 0" DEPTH 5.0' WIDE ............................................... OMITTED · DA:.29 BUTT JOINTS -MILLED ................................................................................... OMITTED DA~O · 2"-H.M.A.C. SURFACE COURSE (TYPE "D" MIX) ......................................... OMITTED DA-31 •· REPLACEMENT OF 7" CONCRETE VALLEY GUTTER ................................ OMITTED DA:.32 · NEW 7" CONCRETE VALLEY GUTTER ........................................................ -.OMITTED DA-33 NEW 4" STANDARD WHEELCHAIR RAMP ................................................... OMITTED DA:34 ' 8" PAVEMENT PULVERIZATION ................................................................... OMITTED DA-35 REINFORCED CONCRETE PAVEMENT OR BASE (UTILITY CUT) .............. OMITTED DA-36 RAISED PAVEMENT MARKERS .................................................. '. ................. OMITTED DA-37 POTENTIALLY PETROLEUM CONTAMINATED MATERIAL HANDLING ................. 23 DA-38 LOADING, TRANSPORTATION, AND DISPOSAL OF CONTAMINATED SOIL. ........ 27 DA~39 · ROCK RIPRAP -GROUT -FILTER FABRIC .................................................. OMITTED DA-40 CONCRETE RIPRAP ....................................................................................... OMITTED DA-41 . CONCRETE CYLINDER PIPE AND FITTINGS ............................................... OMITTED e>A:!42 CONC.RE11E 'PIPE FITTINGS ,,AND SBECIALS ................................................ OMITTED DA-43 UNCLASSIFIED STREET EXCAVATION ...... , ................................................. OMITTED DA-44 6" PERFORATED PIPE SUBDRAIN ............................................................... OMITTED DA-45 · REPLACEMENT OF 4" CONCRETE SIDEWALKS ......................................... OMITTED DA-46 RECOMMENDED SEQUENCE OF CONSTRUCTION .................................... OMITTED DA-47 . PAVEMENT REPAIR IN PARKING AREA ....................................................... OMITTED DA-48 EASEMENTS AND PERMITS ....... : .............................................................................. 28 10J231os ASC-1 G :\1210\4397-32\PROJECnSPECIFICATIONS\CONTRACT SC\100% SET -SC\5.4 GREEN DOUBLE SIDED. SECTION DA.DOC PART DA-ADDITIONAL SPECIAL CONDITIONS . DA-49 HIGHWAY REQUIREMENTS ·········:····,··············; ... _ ....... _ ........................ _ ...................... 2~ DA-50 . CONCRETE ENCAS.EMENT ..... '. ............... , ............................. _. .. : ... ; ........... , ................ 29 DA-51 CONNECTION TO EXISTING STRUCTURES .................... : ............................ OMITTE[) DA-52 TURBO METER WITH VAULT AND BYPASS INSTALLATION ...................... OMITTEP. DA.;53 OPEN FIRE LINE INSTALLATIONS ................................................................ OMITTED BA~54 WA:EER :sAM'BiJE~S:tAticJ'tit ·:,. ~ .... : ......................................... ,. .......... , ............ OMIT[l;p. DA-55 CURB ON CONCRETE PAVEMENT ......................................... , ............... ~ ..... OMITTED o~45s se01f1anw.n~1s:s .... _ ..... .', .. :.-... ;· .. ; .. .-..... _ ................... , .... : ...... · ........ , ... _ ... : .............. _. ........ _ ... 29 . DA-57 COST BREAKDOWN ........ ;.; ..................... ; ... ; ........................ · .. ,., .. ; .............. .-,i·,.OMITTED DA-58 STANDARD STREET SPECiFiCATIONS H.M.A.C. OVERLAY .. , .................... OMlti~b DA-59 . H.M.A.C. MORE THAN 9 INCHES DEEP ..................... ;.; ... :~ ..... ,; .......... " .. .-... ; .. OMITTE[) DA-60 ASPHALT ·DRIVEWAY REPAIR · .•. ;:.; ............................... : ........................ , ....... OMITTED DA.;.61, TOP SOIL ................... ;:::'1.i.'. ... :···· ......... , ........ ,._ ............... :, .. ,,.'.······ .. ··:· .. ··i;,._. ... '. .. OMITTED DA-62 WATER METER AND METERBOX RELOCATION AND ADJUSTMENT ............... ; .. 30 DA-63 BID QUANTITIES ............ · ...... ;: ...... ;.·.; .. · ..... ; • ." ........ ; ........ '. ......... "..:· ......... ; .. · ... .-; ...... ;OMITTED DA-64 WORK ·IN.HIGHWAY RIGHT OF WAY-.. ; ................. u ...... :.:.: ...... u., ........... : .. .-;: ........... ·u 30 DA-65 .: CRUSHED LIMESTONE (FLEX-BASE) ................................................... .-...... OMITTED DA-66 . OPTION TO RENEW :·;.· .... :_ ... ; .. , ..... ~.;; .... ; ... , ................... '. ................ , ...... : ........... pMITTED DA.;67.. NON-EXCLUSIVE CONTRACT ............ : ................................................. _ .. : ...... OMITTED DA-68 · · CONCRETE VALLEY GUTTER ....... : .. : ............ ,.; ... , ........................ : .... _ ............ OMITTEI) DA;;.69 TRAFFIC BUTTONS .......................................................................... ; ...... i ...... OMITTED. DA;.70 . PAVEMENT STRIPING ............. , .. , ... ,.: .................................. ; ................... i ... ; .. OMITTED DA-71 . H.M.A.c. TESTING PROCEDURES ...... : .......................... , .............................. OMITTED DA.;.72 SPECIFICATION -'REFERENCES ., ... : ................. : .. ; ................................. .-................ : .. 30 DA-73 . RELOCATION OF SPRINKLER·.SYSTEM BACK-FLOW PREVENTER/CONTROL .. . . VALVE AND BOX .............. -;-.;; ... ,· .. .-.......................... .-.:.: .............. -.; .. : ....... · ........... OMITTED DA-74 RESILIENT-SEATED GATEVALVES ............................................... : ... ;· ....... :.oMIITEb DA-75 · EMERGENCY SITUATION, JOB MOVE-iN ...... , ................. ,: ........ :.; ..... : ..... , .... OMITTED DA-76 ·1 %" & 2" COPPER SERVICES .... , . .-........................ : .............. , ... : ............... ;; .. OMITT,~D DA-77 SCOPE OF WORK (UTIL. CUT>.. .................................................................... OMITTED DA-78 CONTRACTOR'S RESPONSIBIL TY (UTIL. CUT) ......... , .......................... : ... ;.~OMITTED. DA-79 CONTRACT TIME (UTIL. cUt[ .. ,.'..'.":., .... , .. , .......... ,: ..................... , .. _.~ ................ oMITfED DA-80 REQUIRED CREW PERSONNEL & EQUIPMENT (UTIL. CUT) ........... · ......... ,bMITTED DA-81 TIME ALLOWED FOR UTILITY CUTS (UTIL CUT) .... ~ ........... : ... : ............. , .... ,OMITTl;Q,. DA-82 LIQUIDATED DAMAGES (UTIL. CUTL ................ : ... : .. '. ............... : ............ : ..... OMITTEO . DA-83 PAVING REPAIR EDGES (UTIL. CUT) ........................................................... OMITTED DA;.84 TRENCH BACKFILL (UTIL. CUT) ............................... '. ................................... OMITTED DA-85 CLEAN;,.UP (UTIL. CUT) .... ': .... ; ................................. , .................................. , ... OMITTED DA-86 PROPERTY ACCESS {UTiL CUT) .. : ..... ~ ............... : ..................................... ~ .. OMITTED DA-87 .. SUBMISSION OF BIDS (UTIL. CUT) .; ............... ; ........................................... ;OMITTEO DA-88 STANDARD BASE REPAIR FOR UNIT i (UTIL. CUT) .................................... OMITTED .. · DA-89 CONCRETE BASE REPAIR FOR .UNIT II & UNIT. 111 (UTIL. CUT) : .... · .... :;.·, ... :.OMIITEO DA-90 2" TO 9" H.M.A.C. PAVEMENT (UTILCUTL ... · ........ ~ .. ~.;: .• : .................... :, .. :~ ... OMITTED DA-91 ADJUST WATER VALVE BOXES, MANHOLES, AND VAULTS (UTiL. CU'T>OMITTED . DA-92 MAINTENANCE BOND (UTIL. CUT) ......... ~:;., .. : .. ; .. : .... ." ..... ~.'. ................. : .... ; .... OMITTED · DA-93 BRICK PAVEMENT (UTIL. CUT}. .... , . .-., ........ ~ ..................................... · .............. OMITTED . DA-94 LIME STABILIZED SUBGRADE (UTIL ,CUT) .......... '.~ .......... ; ......................... :OMITTED DA-95 CEMENT STABILIZED SUBG.RADE (UTIL. CUTL .................................. ~ .... .'.OMITIED DA-96 REPAIR OF STORM DRAIN\·STRUCTURES (UTIL. CUT) ................... , .. : ...... OMITTED 10/23108 ASC-2 G :\1210\4397-32\PROJECT\SPECIFICATIONS\CO_NTRACT 5C\100% SET -5C\5.4 GREEN DOUBLE SIDED. SECTION DA.DOC. DA-97 DA-98 DA-99 PART .DA·--ADDITIONAL SPECIAL CONDIT"IONS "QUICK-SET" CONCRETE {UTIL. CUT} ....................... : ......... :; ...................... OMITTED UTILITY ADJUSTMENT (UTIL. CUT) .............................................................. OMITTED STANDARD CONCRETE SIDEWALK AND WHEELCHAIR RAMPS {UTIL. CUT) ......... ......................................................................................................................... OMITTED DA-100 LIMITS OF CONCRETE PAVEMENT REPAIR fUTIL. CUT) ........................ OMITTED DA~101 CONCRETE .CURB AND GUTTER fUTIL. Ci.JT}, ......... ~· .... 00.::0..:0.: ............... 0MITTED i:>A~102 "PAYME.NT (UTIL. euT) ..................... ~ ..... ;~.~ ...... : ............. ~········:···· .............. OMITTED DA~103 t>EHOtES (NIISC •. EXT.l.. .......................................... :.:~ ........ , ..................... OMITTED DA-104 CONST RUCTION LIMITATIONS (MISC. EXT.).".' ............. ·.~ .... ; .... '. ................ OMITTED DA-105 PRESSURE CLEANING AND TESTING (MISC. EXT.) ............................... OMITTED DA-106 BID QUANTITIES {NIISC. EXT.) ..................... ." ............................ , ............... OMITTED DA~f07 LIFE OF CONTRACT (MISC. EXT.) .............. , .................. , ............................ OMITTED DA-108 '_i=LOWABLE.FILLfMISC. EXT.) .................................................................. OMITTED DA~109 . BRICl(PAVEMENT .REPAIR (MISC. REPL.) ................................... , .......... OMITTED DA-110 . DETERMINA tiON AND INITIATION OF WORK (MISC. REPL.L ............... OMITTED DA-111 .. WORK ORDER COMPLETION .TIME (MISC. REPL.) .......... : ...................... OMITTED DA-112 MOVE •IN -CHARGESfMISC •. REPL.) ................................ , .......... , ................ OMITTED DA-113 PROJECT SIGNS (MISC. REPL.) ................................................................ OMITTED DA-114 LIQUIDATED DAMAGES (MISC. REPL.) .................................................... OMITTED ·· DA~115 TRENCH SAFETY SYSTEM DESIGN (MISC. REPL.)..; ................... , .......... OMITTED DA-116 FIELD. OFFICE· ... ·-................ ; .................................................. : ...... .-; .............. OMITTED DA .. 117 'TRAFFIC · CONTROL PLAN ................................................. ;: ...................... OMITTED DA-1.18 COORDINATION OF WORK WITH CONTRACTOR FOR OTHER UNITS .. OMITTED DA-119 . ·: CATHODIC .PROTECTION SYSTEM OMITTED 1012310s ASC-3 G :\1210\4397-32\PROJECT\SPECIFICATIONS\CONTRACT 5C\100% SET-5C\5.4 GREEN DOUBLE SIDED. SECTION DA.DOC PART DA -ADDITIONAL SPECIAL CONDITIONS DA-3 PIPE ENLARGEMENT SYSTEM A. GENERAL: 1. Description: This specificaticm inch.,1des (equirement~ to rehc:1bilitate exis~ing sanitary sewers by the pipe "enlarQ.l;!m~rit system, herein call~d . Pipe Burstihg·. or Pipe Crushing (Pipe Bursting/Crushing). This systern includes splitting or bursti!"IQ the existing pipe to install a new polyethylene' P!P~ and recc>nnect :existin~;f ~~wer service connections. . . . ,, . . . . . ·. . . ... ·.· .. . 2. Methods: This section specifie·s ttik approv~~ _' sys~.~i;n . 'm~th~,~ . or pro2e~s ;te> include all labor, materials, tools, equipmeritand incidental$ necessary to provide for the complete rehabilitation of deterior~ted gravity ' :$ew~t • lin'eS-by th~:' 'pi'pe Bursting/Crushing systems .. Approxed mett,9.~s inclu,9e : ·. the(PIM . Corpot~tipn (PIM System), Piscata Way, N_ew Jers_ey; McL~fCoristru'ct,ioii (M¢C9nnell System for Pipe c"i·ushing); · Houston; Texas; and · Trenchlest{Repiacement Systemsr {TRS System}, Calgary~ Canada ~ :Refer to p~'rt .o, ,:~ SPECIAL co'NDITIONS D-34 SIBSTITUTIONS for information regarding pre~approvalpro·cedtires for alternative processes. · · ·' ·· ·, · · · · · · :. · · · I " .•• 3 . Definition : The Pipe Bursting/Crushing system · is defined as the reconstruction of gravity sewer pipe by installing an approved pipe material, by means of one Qf the pre-approved methods set forth iri Section J\2 qf thi~"sp~c::ific~Jioli : The pr99.ess involves the 4~e of a static; t,ydrat;ilic q( pneunia!ic : h~111m$r "rr,ie>Ung" deyice, suitably sized to break out the qld ·pipe 9.r usjng rn.o~ifie9 . t:>or.,ing "knife".· with ~ flared plug that implodes and crushes the existing sewer pipe . Forward progress of the "mole" or the "knife" may be aided by the use of hydraulic equipment or other apparatus, as specified in the approved methods. The replacement pipe is either pulled or pushed into the bore . The method allows for replacement of pipe sizes from 8" through 21" and/or upsizing in varying increments up to 21". This specification is based on the precedent that the Pipe Bursting/Crushing system used has been pre-approved by the Fort Worth Water Department. 4 . Quality Assurance: The Contractor shall be certified by the particular Pipe Bursting/Crushing system manufacturer that such firm is a licensed installer of their system. No other Pipe Bursting/Crushing system other than those listed in Section A.2. of these specifications is acceptable . a. Personnel directly involved with installing the new pipe shall receive training in the proper methods for joint fusing, handling, and installing the polyethylene pipe. Training shall be performed by a qualified representative as determined by the pipe manufacturer. b. Personnel directly involved with installing the new pipe shall receive training in the proper methods for joint fusing, handling, and installing the polyethylene pipe ~ Training shall be performed by a qualified representative as determined by the pipe manufacturer. · 10123/os ASC-4 G:\1210\4397-32\PROJECnSPECIFICAl:'IONS\CONTRACT 5C\100% SET -5C\5.4 G_REE _N DOUBLE SIDED . ,SECTION DA .DOC PART DA -ADDITIONAL SPECIAL.CONDITIONS 5. . Submittals: Submit for review and acceptance, the following Contractor's Work Plan and Drawings to the City: a. Shop drawings, catalog data, and manufacturer's technical data showing complete information on material composition, physical properties, and dimensions· of new pipe and fittings. Include manufacturer's recommendation · for handling, storage, and repair of pipe and fittings if ·damaged .. b. Location and number of insertion or access pits shall be planned by Contractor and submitted in writing prior to excavation for approval by the City. · c . Method of construction and restoration of existing sewer service connections. This shall include: 1) 2) 3) 4) , Detail drawings and written description of the entire construction procedure to install pipe, bypass sewage flow and reconnection of sewer service connections . Working drawings for information only showing sewage flow bypass, and maintenance of traffic. Contractor shall provide for continuous sewerage flow. Dewatering shall be the Contractor's responsibility. Certification of workmen training for installing pipe. Television inspection reports and video tapes made after new pipe installation. 6. Delivery, Storage, and Handling: a. Transport, handle, and store pipe and fittings as recommended by manufacturer. b. If new pipe and fittings become damaged before or during installation, it shall be repaired as recommended by the manufacturer or replaced as required by the Project Manager at the Contractor's expense, before proceeding further. c. Deliver, store and handle other materials as required to prevent damage . B. MATERIALS: 1. Polyethylene Piping Material: The pipe and fitting material shall be high density, extra molecular weight (EHMW) polyethylene pipe material conforming to ASTM D1248, Type Ill, Class C, Category 5, Grade P34 , and have a PPI (Plastic Pipe Institute) recommended designation of PE3408 and cell classification 345434C per ASTM D3350. The molecular weight category shall be extra high (250,000 to 1012310s ASC-5 G :\1210\4397-32\PROJECnSPECIFICATIONS\CONTRACT SC\100% SET-5C\5 .4 GREEN DOUBLE SIDED. SECTION DA .DOC PART .DA -ADDITIONAL SPECIAL CONDITIONS 1,500,000) as per the Gel Permeation Chromatography determination procedure with a typical value of 330,000. a. The interior of the pipe shall be a light reflective color to facilitate closed circuit television inspection. b. The pipe material shall be listed by the Plastic Pipe Institute (PPI) in PPI TR-4. The pipe material shall have as hydrostatic design basis of 1600 psi at 73 F and 800 psi at 140 F. c. The manufacturer's certification shall state that the pipe was manufactured from one specific resin and shall state the resin used and its source. All pipe shall be made of virgin material. No rework, except that obtained from the manufacturer's own production of the same formulation, shall be used. d. Pipe supplied under this specification shall have a nominal Ductile Iron Pipe Size inside diameter. . The Standard Dimension Ratio (SOR) and minimum pressure rating of the pipe shall be SOR 17 -100 psi. Pipe with a lower SOR ratio · and higher pressure rating may be used in lieu of the minimum specified. · 2. · Tests: The Contractor shall be required to send submittals to the City of Fort Worth on the production material. a. The pipe manufacturer shall provide certification that samples of · the production product meets these specifications. The certification will state that production product has been tested in accordance with ASTM D2837, and ·validated in accordance with the latest revision of PPI TR-3. b. The pipe manufacturer shall provide certification that stress regression testing has been performed on the specific product. CertificaUon shall include a stress life curve per ASTM D2837 and testing shall have been performed in accordance with ASTM D2837. • c. Rejection: Polyethylene plastic pipe and fittings may be rejected for failure to meet any of the requirements of this specification. · C. SEWER SERVICE CONNECTIONS: 1. Sewer Service Connections: Sewer service connections shall be connected to the new pipe by mechanical or fusion methods. Once the saddle is secured, a hole shall be drilled in the pipe the full inside diameter of saddle outlet. 2. Pipe Saddles: Mechanical saddles shall be made of polyethylene pipe compound ihat.meets the requirements of ASTM 0124ft Class C, have stainless steel straps and fasteners, neoprene gasket and backup pla'te. Mechanical saddles shall be Strap-on-Saddle Type as m.an.ufactured . by Driscopipe or .Tapping Saddle manufactured by DuPont, or approved equa.L . Fusion saddles shall be electrofusion branch saddles as manufactured by Central Plastics Company, or approved equal. · 1012310s ASC-6 G:\1210\4397-32\PR0JEC1'SPECIFICATIONS\CONTRACT 5C\100% SET-5C\.5.4 GREEN DOUBLE SIDED . SECTION DA.DOC PART DA -ADDITIONAL SPECIAL CONDITIONS 3. Connection to Existing Service: Connections · to the existing · sewer service connections pipe shall be made using flexible couplings. All flexible couplings shall conform to ASTM C425 and shall be as manufactured by Fernco Joint Sealer Co ., DFW Plastics, Inc. or approved equal. Backfill at service connections shall be cement stabilized sand (2 sacks per cubic yard) to a point 12 inches above the service lateral to trench intersection and shall be in accordance with these specifications. The Contractor shall,. upon request / ·permit the Engineer to take elevations on both the existing and new portions of the service connection pole to determine final grade and invert elevations. Elevation changes greater than 0.10 feet from the house lateral piping and shall .be reconnected as directed by the Engineer . . ~· ,. : .. 4 : Service Interruptions: Service interruptions to homes shall not exceed 18 hours . D. PREPARATION: 1. Bypassing Sewage: · a. The Contractor shall bypass the sewage around the· section or sections of sewer to be rehabilitated. The bypass shall be made by plugging existing upstream manhole and pumping the sewage into a downstream manhole or adjacent systerrf or other method as may be approved by the Engineer. The pump and bypass lines shall be of adequate capacity and size to hahdle ·the flow without sewage backup occurring to facilities connected to the sewer. · · · b. The Contractor shall be responsible for continuity of sanitary sewer service to each facility connected to the section of sewer during the execution of the work . If sewage backup occurs and enters . buildings, the Contractor shall be responsible for clean-up, repair, property damage costs and claims. 2. Line Obstructions: If pre-installation (TV) inspection reveals an obstruction in the existing sewer (heavy solids, dropped joints, protruding service taps or collapsed pipe) which will prevent completion of the pipe bursting/crushing process , and cannot be removed by conventional sewer cleaning equipment, then an obstruction removal shall be made by the Contractor, with the approval of the Engineer. 3. Sags in Sewer Line: ALL SAGS AND GRADE PROBLEMS IN EXISTING SEWER LINES SHALL BE CORRECTED AS. PART OF THIS CONTRACT. If the pre- construction television inspection reveals a sag in the sewer line, the Contractor shall be responsible for bringing the proposed sewer pipe to an acceptable grade without a sag. A sag is defined as any sewer line segment more than 3 feet in length Which ponds water in the absence of sewage flow. The contractor shall take the necessary measures to eliminate the sag by the method of: pipe replacement, digging a sag elimination pit and bringing the bottom of the pipe 10123108 ASC-7 G:\1210\4397-32\PROJECT\SPECIFICATIONS\CONTRACT 5C\100% SET-5C\5 .4 GREEN DOUBLE SIDED . SECTION DA .DOC PART DA -ADDITIONAL SPECIAL CONDITIONS trench to a uniform grade in line with the existing pipe invert or by other measures that shall be acceptable to the Engineer .and the City . a.. Identification of Sags: Sags shall be identified by television inspection in the absence of sewage flow. If available, the Contractor shall be furnished television tapes from the City identifying the sag location. Flow shall be blocked at an upstream manhole and diverted to another sewer line or downstream manhole below the segment of pipe . tq be . inspected. TV inspection shall be performed in accordance with television inspection of sanitary sewer lines. Video tapes shall be submitted to the City for review. . ., . b. Correction of Sags: Sags shall be corrected by open cut .and by adding ad_ditional bedding material to bring the sag back to grade where access is available. For pipe enlargement methods, all sags identified on the pre- construction video tapes shall be corrected pri _or to commencing with pipe enlargement. In instances where sags are located under existing structures, the existing sewer line inay be relocated using open cut or boring methods. The City shall specifically review potential relocation's and evaluate the constructability, economics and engineering feasibility prior to construction work. c. M~asurement and Payment: · MeastJrei:nent and payment to correct sags shal,I be per linear foot of pipe construction to correct the sag . For pipe bursting methods , ,open-cut or bore construction , the applicable bid prices in the proposal section shall apply . 4. Television Inspection: Inspection e>f the pip~lines shall be performed by experienced personnel trained in locating breaks, obstacles and service connections by closed circuit color television. Television inspection shall be in accordance with the specifications contained herewith for "Pre-and Post- Con$truction Television Inspection of Sanitary Sewer Lines", Part D -Special Conditions D-35 and D-38, respectively. E. PIPE ENLARGEMENT SYSTEM AND PIPE INSTALLATION : 1. Site Organization: a. Insertion qr access pits shaU be located such that their total number shall be minimized and the length of replacement pipe installed in a single pull shall be maximized. b, Existing manholes shall be utilized wherever practical. Mant)ole inverts and bottoms may be removed to permit access for install~tion equipment. · ~-Equipment used to perform the work sh~II be located away from buildings so as not to create a noise impact. Provide silencers or other devises to reduce machine noise as ne.eded to meet requkements. 1012310s ASC-8 G:\1210\4397-32\PROJECT\SPECIFICATIONS\CONTRACT 5C\100% SET -5C\5.4 GREEN DOUBLE .SID~D. SECTION DA.DOC PART DA-. ADDITIONAL SPECIAL CONDITIONS d. The actual pipe enlargement procedure shall commence prior to 11 :00 AM in order to afford the contractor ample time to complete all related work within the allotted workday, which is defined as the hours between 7:00 AM and 6:00 PM , so as not to impose on the peace and comfort of persons in the immediate vicinity . No actual pipebursting work shall be started after 11 :00 AM; · all actual pipebursting activity shall cease at 6:00 PM . Other activities other than the actual pipebursting may continue after 6 :00 PM . 2 . Finished Pipe: The installed replacement · pipe shall be continuous over the entire length of each pipe segment from manhole to manhole and shall be free from visual defects such as foreign inclusions ; concentrated • ridges, discoloration, pitting, varying wall thickness, pipe separation, other deformities. Replacement pipe with gashes, nicks, abrasions, or any such physical damage which may have occurred during storage and/or handling, Which are larger/deeper than 10% of the wall thickness shall not be used and shall be removed from the construction site. The replacement pipe passing through or terminating in a manhole shall be carefully cut out in a shape and manner approved by the Engineer. The invert and benches shall be streamlined and improved for smooth flow. The installed pipe shall meet the leakage requirements of the · pressure test specified later. 3. · Pipe Jointing: a. Sections of polyethylene replacement pipe shall be assembled and joined on the job site above the ground. Jointing shall be accomplished by the heating and butt-fusion system in strict conformance with the manufacturer's printed instructions. b. The butt-fusion system for pipe jointing shall be carried out in the field by operators with prior experience · in fusing polyethylene pipe with similar equipment using proper jigs and tools per standard procedures outlined by the pipe manufacturer.· These joints shall have a smooth, uniform, double rolled back b~ad made while applying the proper melt, pressure, and alignment: · It shall be the sole responsibility of the Contractor to provide an acceptable butt-fusion joint. . All joints shall be made available for inspection by the Engineer before insertion. The replacement pipe shall be joined on the site in appropriate working lengths near the insertion pit. The maximum length of continuous replacement pipe which shall be assembled above ground and pulled on the job site at any one time shall be 600 linear feet. · · c. For situations where the replacement pipe is not pulled all the way to the manhole or if it is impossible to pull the missle all the way through, the following shall apply: At the direction of the Engineer, a 12"-18" full circle steei clamp shall be utilized to connect segments of the HOPE pipe. 4. New Pipe Installation: a. Thread winch cable or chain and associated lines through sewer section to be rehabilitated . Keep lines away from pedestrian and vehicular traffic. 1012310s ASC-9 G :\1210\4397-32\PROJECT\SPECIFICATIONS\CONTRACT 5C\100% SET ~ 5C\5.4 GREEN DOUBLE SIDED. SECTION DA.DOC PART DA -ADDITIONAL SPECIAL CONDITIONS b. Existing manholes may be used for 1.aunch and receiving access. Remove manhole invert and bottom as required. Pull winch chain through sewer section and attach to cutter and machine head. Lower into launching manhole, apply winch tension pulling the cutter and head into the sewer until the rear of the machine is flush with the manhole wall. · Attach steel starter pipe and advance assembly until the rear of the steel starter pipe is flush with the manhole wall. Lower hydraulic jack into the manhole and align . Insert new pipe by simultaneous operation of the jack and winching the . cutter and head forward. 5. Anchoring New Pipe and Sealing Manholes: a. After the new pipe has been installed in th.e entire length of the sewer section, anchor the pipe at mctnholes. · The new pipe shall . protrude in the manholes for enough distance to allow :sealing and trimming. . . . .· . . . . : .... b. Sealing the new pipe at manholes shall not begin for a minimum of ten (10) hours after installation. Provide a flexible gasket connector in the manhole wall at the end of the new pipe, centered in the e)(isting manhole wall. Grout flexible connector in the manhole, filling all voids the full thickness of the manhole wall. c. Restore manhole bottom and invert. 6 . Field Testing: a.. Low . Pressure Air Test of Replacement Pipe: After .a manhole-to-manhole section of sanitary sewer main .has been pipe . burst/crushed and prior to any service lines being connected to the replacement pipe, the pipe shall be plugged at each manhole with pneumatic plugs. · The design of the plugs shall be such that they will hold . again$t the test pressure without requiring external blocking or bracing . One of the plugs shall have three air hose connections; one for .the inflation of the plug, one for reading the air pressure in the sealed line, and one f<;>r introducing air into the sealed line. Low pressure air shall then be introduced into the sealed line until the internal air pressure reaches 4.0 psig greater than the average back pressure resulting from any ground water that may be over the pipe. At least ·two minutes shall elapse to allow the pres~ure to stabilize. The time required for the internal pressure to decrease frorn 3.5 to 2.5 psig greater than the average. back pressure resulting from any ground water that may be over the pipe, shall not be less than the time shown for a given pipe diameter in the following table: .. Carrier Pipe Minimum Elapsed Diameter.:(inches) Time (minutes) ·8 ' .. 4 10 5 1012310a ASC-10 G:\1210\4397-32\PROJECT\SPECIFICATIONS\CONTRACT SC\100% SET -5C\5 .4 GREEN DOUBLE SIDED . SECTION DA .DOC PART DA -ADDITIONAL SPECIAL CONDITIONS 12 15 6 7 b. Post-Construction Television Inspection of New Pipe: Refer to Special . Condition for Post-Construction Television Inspection of Sanitary Sewer. F. MEASUREMENT AND PAYMENT: 1. Pipe Installation: Pipe installation will be measured for payment by the linear foot of pipe actually installed in the various diameters of sewers measured along the centerline of the sewer from centerline to centerline of manholes. Payment will be made for the quantities measured af the unit price per linear foot for the . various sewer diameters listed . 2. Service Reconnections: Installation of sewer · service connections will be measured . for payment by each actually reconnected Jo the installed pipe. Payment will be . made for the quantities measured at the unit price per each listed. Payment shall include required excavation and backfill, saddles, flexible connections', and all other incidentals necessary to successfully reconnect sewer service lines to the rehabilitated sewer. Payment shall not include pavement replacement, which if 'required, stiall be paid separately. . 3. ·sewer Cleaning by Bucket Machine: H,eavy cleaning requiring more than .hydraulic jet cleaning shall be performed by ' bucket machines. The ·payment for such cleaning shall be included in the bid · item for Pre-Construction Television Inspection of Sanitary Sewer Lines. · · 4 . By-pass Pumping: The Contractor shall provide diversion for the flow of sewage around the section or sections of pipe designated for ·rehabilitation. The pumps a,nd . by-pass lilies shall be of adequate capacity and size to handle all flows. All costs for by;;pa'ss pumping required during installation of the pipe shall be subsidiary to pipe enlargement. 5. Subsidiary Work: Any damage to utilities and property, resulting repairs, temporary service costs,.· ·etc. shall be · borne by Contractor. Repair and/or · replacement of fences, sprinkler system piping and other such restoration work resulting from Contractor activities shall be considered subsidiary to the cost of the project and no additional payment will be allowed .. 6. Testing : All cost for testing the replacement pipe by a pressure method will be incidental to pipe installation. DA-6 PIPE INSTALLED SY OTHER THAN OPEN CUT A. GENERAL: .1. Furnish materials and necessary accessorie~. with strengths, thickness, coatings, arid fittings indicated, specified and/or necessary to complete the work. 1012310s ASC-11 G:\1210\4397-32\PROJECT\SPECIFICATIONS\CONTRACT SC\100% SET-SC\5.4 GREEN DOUBLE SIDED . SECTION DA.DOC PART DA -ADDITIONAL SPECIAL CONDITIONS ,, . . . ·,' 2. All excavation shall provide an open area conforming to the outside diameter of the casing and/or carrier conduit. The excavation shall be to an alignment and grade which will allow the carrier conduit to be installed to proper line and grade as shown on the Plans and as _establish~d in the Specifications. 3. Work shall be performed in accordance with the requirements of the City of Fort Worth Water Department, the Texas Department of Transpprtation, or railroad . company, as applicable . . :; 8. MATERIALS: . . . ' . 1. Casing Pipe: Casing pipe s~all bt9 steel conforming to ANSI 1336.10 and the following: a. Field Strength: 35,000 psi minimum . . _b. . Wall thickness: 0.312 in. minimum (0.5 for railroad cro~sings). c. . [)iameter: As shown on the drawings (minimum size requirements). d. Joints: . Continuous circumferential weld in accord~uice ~itli AWS D1 .1. 2. Carrier Pipe in Casing: .. G.arrier pipe shall b~ as shown on drawings and as specifi,ed in the General C,ontract Documents. . . . . . .. 3. Sewer Pipe without Casing Pipe: Shall be minimum Class 51 ductile iron pipe, or as designated on the plans. · · · 4. Grput: Grout shall be , Portland Cement grout of rnin. 2000 psi compressive sfre~gth at 28 days. Proportioned not less than 1 cu. ft. of cement to 3 cu. ft. of fi~esand with Sufficient wateracfd~d to provid_e a fr~,E! flowing thick slurry. C. EXECUTION 1. Where sewer pipe is requirE!d to be installed under railroad embankments or under highways, streets or oth.~r facilitie·s in other' than open ClJt,. construction shall be performed in such a rhanner so a~ to . hot interfere with ' th~. operation of the railroad, street, highway, or other facility, and so as not to weaken or damage any embankment or structure. During construction operations, barricades and lights to safeguard traffic and ped13strians shall be furnished and maintained, until such time as the backfill tias been completed and then shi;!II be removed from the site. 2. Pits and Trenches: a. If the grade of the pipe at the end is below the ground surface, suitable pits or trenches shall be excavated for the purpose of conducting the jacking or tunneling operations and for placing end joints of the pipe. Wherever end ' trenches are cut in the sides of the ~mbankment or beyond it, such work . shall be sheeteq s;ecurely and braced ih a mariner to prevent earth from caving in. · · · · 1012310s ASC-12 · G :\1210\4397-32\PROJECnSPECIFICATIONS\CONTRACT 5C\100% SET-5C\5.4 GREEN DOUBLE SIDED . SECTION DA.DOC PART DA-ADDITIONAL SPECIAL CONDITIONS b. The location of the pit shall meet the approval of the Engineer. c. The pits of trenches excavated to facilitate these operations shall be · backfilled immediately after the casing and carrier pipe installation has been completed. 3. Boring and Jacking Steel Casing Pipe : Steel casing pipe shall be installed by boring hole with the earth auger and simultaneously jacking pipe into place . a . The boring shall proceed from a pit provided for the boring equipment and workmen . The holes are to be bored mechanically. The boring shall be done using a pilot hole. By this method an approximate 2-inch hole shall be bored the entire length of the crossing and shall be checked for line and · ' grade -on the opposite end of the· bore from the .work pit. This pilot hole shall serve as the centerline of the larger diameter hole to be bored . Other methods of maintaining line and grade on the casing may be approved if sicceptable to the Engineer. Excavated material shall be placed near the top of the working pit and disposed of as required. The use of water or other fluids in connection with the boring operation will be permitted only to the extent required to lubricate cuttings. Jetting or sluicing will not be permitted. b. In unconsolidated soil formations, a gel-forming colloidal drilling fluid . consisting · of at least 1 O percent of high grade carefully processed berifonite may be used to consolidate cuttings of the bit, seal the walls of the hole, and furnish lubrication for subsequent removal of cuttings and installation of the pipe immediately thereafter. c. Allowable variation from the line and grade shall be as specified under paragraph A.2. All voids between bore and outside of casing shall be ·pressure · grouted . 4. Installation of Carrier Pipe in .Casing: a. Sanitary sewer pipe located Within the encasement pipe shall be supported by "skids" or "bands" to prevent the pipe and bells from snagging on the inside of the casing, and to keep the installed line from resting on the bells. b. All skids shall be treated with a wood preservative. Skids should extend for the full length of the pipe with the exception of the bell area and spigot area necessary for assembly unless otherwise specified . c . The Contractor shall prevent over-belling the pipe while installing it through the casing . A method of restricting the movement between the assembled bell and spigot where ·applicable shall be provided. d. At ·all bored , jacked, or tunneled installatio!'ls, the annular space between the · carrier pipe and casing shall be filled with g_rout. Care must be taken that not too much water is forced into the casing so as not to float the pipe . 1012310s ASC-13 G :\1210\4397-32\PROJECT\SPECIFICATIONS\CONTRACT 5C\100% SET-5C\5.4 GREEN DOUBLE SIDED. SECTION DA.DOC PART DA -ADDITIONAL SPECIAL CONDITIONS The backfill material will not be required unless specified on the plans and specified by the Engineer. e. · Closure of the casing after the pipe has been instc1lled shall be plugged at the ends of the casing as shown on the drawings or as required by the Engineer. 5. Boring and Jacking Ductile Iron Pipe without Casing Pipe: a. As indicated on drawings and as required and directed by the Engineer sewer shall be constr.ucted of bore and jacked d1,Jctile iron pipe. b. When a casing pipe is not. designated on the drawings, the contractor shall provide a casing pipe if n'ecessary to achieve line and grade. Casing pipe shall be provided at no add.itional cost and shall be subsidiary to the cost bid for installation · By Other than . Open Cut. · .. c. · Bore and jack in accordance with paragraph C.3. above. ' . . d. Short length of sewer consisting : of a single pipe s~ction may be installed by jacking · without a bor~ hole if permitted by the Engineer and in soft soil layer. All voids outside · of installed pipe shall be pressure grouted. 6. . Tunneling: Where the characteristic~. of the soil, the size of the proposed pipe, or the use of monolithic sewer would mc1ke the use of tunn~ling more satisfactory than jacking or boring, or when shown on the plans; a tunneling method may be used, with t.he approval of t~e Engineer or railroad/highway officials. a. When tunneling is permitted, the lining of the tunnel shall be of sufficient strength of support the overburden., The Contractor shall submit the proposed liner method to the Engineer for approval. The tunnel liner design shall bear the seal of a licensed prof~ssi.onal engineer in the State of Texas. Approval by the Engineer shall not relieve the Contractor of the responsibility for the adequacy of the liner method. , b. The space between the tunnel liner and the limits of excavation shall be pressure grouted or mud,-jacked. c. Access holes for placing concrete shall be space at maximum intervals of 10 feet. D. MEASUREMENT ANP PAYMENT: lnstallc1tion of pipe by other than open cut will be measured by the linear foot of pipe, complete in place. Such measurement will be made be.tween. the ends of the pipe alqng the central axis as installeq. The work performed and nic1terials furnished as prescribed py this item will be paid for at.the Contract Unit Price bid per linear foot for Pipe Installed by Other Tha11 Open Cut of the type, size, and class of pipe specified as shown on plans. The furnishing of all materials, pipe, liner materials required for installation, for all preparation, hauli~g and installing of same, and for all labor, tools, equipment and incidentals . necessary . t9 complete the work, including excavation, backfilling and disposal of surplus material shall be included in the Contract 1012310a ASC-14 G:\1210\4397-32\PROJECnSPECIFICATIONS\CONTRACT SC\100% SET-SC\5.4 GREEN DOUBLE SIDED. SECTION DA.DO.C PART DA .:.ADDITIONAL SPECIAL CONDITIONS Unit Price as shown in . the Bid Propos·a1. Payment · shall not include pavement replacement , which if required, -shall be paid separately. DA-7 TYPE OF CASING PIPE 1. WATER: The casing pipe for open cut and bored or tunneled section shall be AWWA C-200 Fabricated Electrically Welded Steel Water Pipe, and shall conform to the provisions of E1-15, E1-5 and E1-9 in Material Specifications of General Contract Documents and Specifications for Water Department Projects. The steel casing pipe shall be supplied as follows: · A. For the inside and outside of casing pipe, coal-tar protective coating in accordance with the requirements of Sect 2.2 and related sections in AWWA C-203. · B. Touch-up after field welds shall provide coating equal to those specified above . C. Minimum thickness for casing pipe used shall be 0.375 inch . Casing Spacers (centering style) such as manufactured by Cascade -Waterworks Manufacturing Company, Advanced Products and Systems, Inc., or an approved equal shall be used on all non- concrete pipes when installed in casing. Installation shan be as recomm'erided by the manufacturer. 2. SEWER: Boring used on this project shall be in accordance with the material standard E1-15 and Construction standard E2-15 as per Fig. 11 o·· of the General Contract Documents. 3. PAYMENT: Payment for all materials, labor, equipment, excavation, concrete grout, backfill, and incidental work shall be included in the unit price bid per foot. DA-9 PROTECTIVE MANHOLE COATING FOR CORROSION PROTECTION A. GENERAL: 1. Scope: This section governs all work, materials and testing required for the application of interior protective coating . Structures designated to received interior coating are · 1isted on the construction drawings. The structures are to be coated, including interior wall , top and bench surfaces. Protective coating for corrosion protection shall meet the requirements of this Specification (and items DA-14 and DA-15) and the Manufacturers recommendations and specifications. 2. Description: The Contractor $hall be responsible for the furnishing of all labor, supervision, materials , equipment, and testing required for the completion of 10123108 ASC-15 G :\1210\4397-32\PROJECT\SPECIFICATIONS\CONTRACT 5C\100% SET -5C\5.4 GREEN DOUBLE SIDED. SECTION DA.DOC PART DA-ADDITIONAL SPECIAL CONDITIONS protective coating of structures in accordance with manufacturer's recommendations. 3. Manufacturer's Recommendations: Materials and procedures utilized for the lining process shall be in strict accordance with manufacturer's recommendations. 4. Corrosion Protection : Corrosion protection may be required on all structures where -high turbulence or high H2S content is expected. B. MATERIALS: 1. Scope: This section governs the materials required for completion of protective coating of designated structures. 2. Protective Coating: The protective coating shall be a proprietary two component, 100 percent solids, rigid polyurethane system designated as Spray Wall as manufactured by Sprayroq, Inc. or a two ~pc1rt epoxy resin system using 100% solids based epoxy binder with fibrous and flake fillers, is manufactured by Raven Lining systems and designated a~ Raven 405 .. . 3. · Specialty Cement (If required for leveling or filling): Th_e specialty cement-:base.d coating material shall be either Quadex QM-1 s as mam1facturec:J by Q~adex, Inc., or Reliner MSP as manufactured by Standard Cement Materials. 4 . Material Identification: The protective coating material sprayed onto the surface of the structure shall be a urethane or epoxy resin system formulated . for the application to a sanitary sewer environment. The spray system shall exhibit the minimum physical properties .as follows : Property Tensile Strength Flexural Stress Flexural Modulus . Standard ASTM D-638 . ASTM D-790 ASTM D-790 Long Term Value 5,000 psi 10,000 psi s5o;ooo ·psi 5. Mixing and Handling : Mixing and Handling of specialty cement material and protective coating material , which may be toxic under certain conditions shall be in accordance with the recommendations of the manufacturer and in such a manner as to. minimize hazard to personnel. It is the responsibility of the Contractor to provide appropriate protective measures to ensure that materials are under control at all times and are not available to unauthorized personnel or animals. All equipment shall be . subject to . the approval of the Engineer.· Only personnel thoroughly fa ·m,liar with the handling of t_he coating materiai shall perform the spray coating operation·s and coating installa1ions. · · · · C. EXECUTION: 1. General: · Protective coating sha.11 not be installed until the structure is complete and in place . · · · ·· 1012310s ASC-16 . G:\1210\4397-32\PROJECTISPECIFICATIONS\CONTRACT 5C\100% SET -5C\5.4 GREEN DOUBLE SIDED . SECTION DA .DOC PART DA·~· ADDITIONAL ,SPECIAL CONDITIONS 2. Preliminary Repairs: a. . All foreign materials shall be removed from the interior of the structure using high pressure water spray (3500 psi to 4000psi at spray tip). b. All unsealed lifting holes, unsealed step holes, and voids larger than approximately one-half (1/2) inch in thickness shall be filled with patching compound as recommended by the material supplier for this application. c. After all repairs have been completed, remove all loose material. 3. Protective Coating: · a. The protective coating shall be applied to the structure from the bottom of the frame to the bench, down to the top of the trough. The top of the structure shall also be coated. b. The protective coating shall be installed in accordance with the manufacturer's recommendations and the following procedure. 1) · The surface shall be thoroughly c1e·aned of all foreign materials and matter. · 2) Place covers over the invert to prevent extraneous material from entering the sewers. · 3) If required for filling or leveling; apply specialty cement product to provide a smooth surface for the coasting material. 4) Spray the urethane or epoxy onto the structure wall and bench/trough to a minimum uniform thickness of 125 mils (0.125 inches). Thickness ·to be verifiable through the use of methods acceptable to the Engineer. After the walls are coated, the wooden bench covers shall be removed. 5) The final application shall have a minimum of three (3) hours cure time or be set hard to the touch, before being subjected to active flow. 6) No applications shall be made to frozen surfaces or if freezing is expected to occur inside the structure within 24 hours after application. 4. Testing of Rehabilitated Manholes: Testing of rehabilitated manholes for watertightness shall be performed by the Contractor after operations are complete in accordance with the Section D-36 -VACUUM TESTING OF SANITARY SEWER MANHOLES. D. MEASUREMENT AND PAYMENT: Payment shall be based on the Contract Unit Price Bid per vertical foot, measured from the bottom of the frame to the top of the bench. The Contract Unit Price shall be payment in full for performing the work and for furnishing all 10123/os ASC-17 G:\1210\4397-32\PROJECnSPECIFICATIONS\CONTRACT 5C\100% SET -5C\5.4 GREEN DOUBLE SIDED. SECTION DA.DOC PART DA-ADDITIONAL SPECIAL CONDITIONS labor, supervision, materials, equipment and material testing · required to c~mplete the work. Pressure grouting, if necessary to stop active infiltration prior to application of the protective coating, shall be included in the above unit price. Grouting of the pipe seals, bench and trough, and lower portion of a particular structure, if required by the Engineer, shall be paid for separately, as specified in Section DA-10, MANHOLE REHABILITATION. OA.-14 INTERIOR MANHOLE COATING -SPRAY WALL SYSTEM A. GENERAL 1. Scope This section governs all work, materials and testing required for the application of interior manhole coating. · Manholes designated for interior coating are listed on the Manhole Rehabilitation Schedule. Interior manhole coating shall meet the requirements of this Section or of Section DA-12, DA-13, DA-15, DA-16 or DA-17. 2. Description The Contractor shall be responsible for the furnishing of all labor, supervision, materials, equipment, and testing required for the completion of interior coating of manholes in accordance with the Contract Documents. · 3. Manufacturer's Recommendations Materials, mixture ratios, and procedures utilized for the coating process shall be in accordance with manufacturer's recommendations . . 4. Manholes . Manholes to be coated are of brick, block, or concrete construction. All manholes shall have a minimum of one-half (1/2) inch specialty cement-based coating material (Quadex QM-1s or Reliner MSP) sprayed or trowelled on coating over the original interior surface. 8 . MA TE RIALS 1. Scope · This section governs the materials required for completion of interior coating of manholes. · .2. Interior Coating The interior coating shall be a proprietary two component, 100 percent solids, rigid polyurethane system designated as Spray Wall as manufactured by Sprayroq, Inc. 10123!os ASC-18 . G:\1210\4397-32\PROJECT\SPECIFICAT IONS\CONTRACT SC\100% SET-SC\5.4 GREEN DOUBLE SIDED . SECTION DA.DOC PART DA -ADDITIONAL SPECIAL CONDITIONS 3. Specialty Cement The specialty cement-based coating material shall be either Quadex QM-1 s as manufactured · by Quadex, Inc. or Reliner MSP as manufactured by Standard Cement Materials. 4. Material Identification The interior manhole coating material sprayed onto the surface of the manhole shall . be a urethane resin system formulated for the ;;1pplication to a sanitary sewer environment. The spray system shall exhibit the physical properties as follows: Property Tensile Strength Flexural Stress ·· . Flexural Modulus 5. · Mixing and Handling Standard ASTMD-638 · ASTM D-790 ASTM D-790 Long Term Value s,ooo psi 10,000 psi 550,000 psi Mixing and handling of specialty cement material and interior coating material, which may be toxic under certain conditions · shall be · · in accordance with the recommendations of the manufacturer and in such a manner as to minimize hazard to personnel. It is the responsibility of ttie Contractor to provide appropriate protective ·measures to· ensure that materials are under control at all times and are not available to unauthorized personnel or animals. All equipment shall be subject to the approval of the Engineer. Only personnel thoroughly familiar with the handling of the coating material shall perform the Spray coating operations and · coating installations. C. EXECUTION 1. General Manhole coating shall not be installed until sealing of manhole frame . and grade adjustments, or ·partial manhole replacement when required for the manhole per the Manhole Rehabilitation Schedule, is complete. 2 . Temperature Normal interior coating operation shall be performed at temperatures of 40°F or greater. No application shall be made when freezing is expected within 24 hours. 3. Interior Manhole Coating · a. The interior coating shall be applied to the manhole from the bottom of the frame to the bench, down to the top of the trough. b. The interior coating shall be installed in accordance with the manufacturer's recommendations and the following procedure. 1012310s ASC-19 . . . . G:\1210\4397-32\PROJECT\SPECIFICATIONS\CONTRACT 5C\100% SET-SC\5 .4 GREEN DOUBLE SIDED . SECTION DA.DOC PART ·DA-ADDITIONAL SPECIAL CONDITIONS 1) 2) ·3) 4) 5) The surface shall be thoroughly cleaned of all foreign materials and matter. Cleaning shall be accomplished by using high pressure water spray (minimum 3500 psi at spray tip), cleaning with muriatic acid, degreaser, or other solvents as needed in order to remove any film or residue on the surface. Place covers over the invert to prevent extraneous material from entering the sewers. Apply a minimum of one .. ha!f (1/2) inch specialty cement product (Quadex QM-1s or Refiner MSP) smooth surface for the urethane coating material. Spray the urethane onto the manhole wall and . bench/trough with a minimum thickness of 125 mils (0.125 inches). Thickness to be verifiable through the use of methods acceptable to the Engineer. Coat trough area with specialty cement product (Quadex QM-1s Qr Reliner MSP). 1. . Testing of ~ehabilitated Manholes · · a. ,Testing of rehabilitated manholes for watertightness shall b~ performed by the .Contr~ctor after operations are complete in accordance .with Section DA- 21. . D. MEASUREMENT AND PAYMENT Payment shall be based on the Contract Unit Price per vertical foot, measured from the bottom of the frame to the top of the bench. The Contract Unit Price shall be payment in full for performing the work and for furnishing all labor, supervision, materials, equipment and material testing required to complete the work. Grouting, if necessary, shall be included in the above unit price. Grouting of the pipe seals, bench and trough, and lower portion of ~. p~rticular manhole, if required . by Manhole Rehabilitation Work Schedule or · required to be done by the Engineer, shall be paid for separately at the Contract Unit Price. DA-15 INTERIOR MANHOLE COATING -RAVEN LINING SYSTEM A. GENERAL 1. Scope This section governs all work, materials and testing required for the application of interior manhole coating. Manholes designated for interior coating are listed of the Manhole Rehabilitation Schedule, listed in Section I. lnterionnanhole coating shall meet the requirements of this Section, or of Section DA-12, DA-13, DA-14, DA-16 or DA-17. 1012310s ASC-20 G:\1210\4397-32\PROJECnSPECI.FICATIONS\CONTRACT SC\100% SET-SC\5.4 GREEN DOUBLE; SIDED. S~CTION DA.DO~ PART DA -ADDITIONAL SPECIAL CONDITIONS 2. Description The Contractor · shall be responsible for the furnishing of all labor, superv1s1on, materials, equipment, and testing required for the completion of interior coating . of manholes in accordance with the Contract Documents. 3. Manufacturer's Recommendations Materials, mixture ratios, and procedures utilized for the coating process shall be . in accordance with manufacturer's recommendations. 4. Manholes Manholes to be ·coated are of brick, block, or concrete construction. All manholes shall have a minimum of one-half (1/2) specialty cement-based coating material (Quadex QM-1 s or Reliner MSP) sprayed or trowelled on coating over the original interior surface. · 8. MATERIALS 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-1 s as manufactured by Quadex, lh'C. 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 che·mical and physical properties, ease of application, and expected performance. These grouting materials shall be compatible with Raven 405 interior 'coating. The contractor shall be responsible for getting approval from Raven Lining· systems and/or the grout manufacturers for the use of these grouting materials. " · 5. Mixing and Handling Mixing and handling of interior coating, which may be toxic under certain conditions shall be in accordance with the recommendations of the manufacturer and in such a manner as to minimize hazard to personnel. It is the responsibility of the Contractor 10123/oe ASC-21 G:\1210\4397-32\PROJECT\SPECIFICATIONS\CONTRACT SC\100% SET· 5C\5 .4 GREEN DOUBLE SIDED. SECTION DA.DOC PART DA -ADDITIONAL SPECIAL CONDITIONS to provide appropriate protective measures to ensure that materials are under control at all times and are not available to unauthorized personnel or animals. All equipment shall be -subject to the approval of the Engineer. Coating shall be performed only by certified applicato,rs approved by .the manufact~rers. C. EXECUTION 1. General '· .. Manhole coating shall not .. be performed until sealing of manhole from frame and grade adjustments, partial manhole replacement, manhole grouting or sewer replacement/repairs are complete. 2. Tem,per~tures ' ' ' ' • I • ' ' ' Norm~I . interior coating op~ration 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 accord.ance with the manufacturer's recommendations and the. following procedur.e. · 1) The surface preparation shall comply with the requirements of Section DA-11, SURFACE PREPARATION FOR MANHOLE RESTORATION. 2) Apply a minimum of one-half (1/2) inch specialty cement-based product (Quadex QM-1s or Reliner ,MSP) smooth surface for the urethane coating material. 3) The surface prior to application may be damp but shall not have noticeable free .water . dropl~ts seeping or running water. Material shall be spray applied per manufacturer's recommendations with a minimum thickness of 125mils (0.125 inch). 4) . After the w~_lls;. ~re . coated, the wooden ~ench covers shall be removed an~ th~-b~nch sprayed to the same average and minimum thickness as required for th_e walls. 5) The final application shall have a minimum of .three (3) hours cure time or be set hard to the touch, before being subjected to active . flow. 1012310s ASC-22 G :\1210\4397-32\PROJECT\SPECIFICATIONS\CONTRACT SC\100% SET -5C\5.4 GREEN DOUBLE SIDED. SECTION DA.DOC PART DA -ADDITIONAL SPECIAL CONDITIONS · 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), an 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 recomniendations. Spot c~ep~ of coating thicknes~ m~y b.e 111ac.t~ by Owner.s Repre~entative, and the contractor shall repair these areas as required , at no additional cost to the Owner. · b. Testing of rehabilitated manholes for w~tertightness 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 bc,1sed on the Contract Unit Price per vertical foot, measured from the bottom of. t~e fr~nie to the top of the bench. The Contract Unit Price shall be payment in full for performing .. the work and for fumi~hing an labor, supervision, materials, equipment all . testing necessary to complete the work. Payment for grouting of pipe . seals, bench and trough and manhole walls shall be based on the Contract Unit Price for each manhole actually grouted. ,:. . DA-37 POTENTIALLY PETROLEUM CONTAMINATED MATERIAL HANDLING A GENERAL: Where ·known by the design engineer, the locations of .potentially petroleum contaminated material (soil) that may be encountered during excavation and/or construction activities will be shown on the plans. For all locations where . material is excavated and suspected of being contaminated . with petroleum products, whether known or not, these special conditions are to be followed. The coritractor is also to follow all applicable Federal . State and Local regulations when handling known or suspect contaminated materials (soils). 1. WORK INCLUDED a. Excavation , stockpiling and testing of Potentially Petroleum Contaminated Material. b. R~moval, t~sting, and disposal of petroleum contaminated groundwater. c. Obtaining and P,aying for required permits. d. Hiring of qualified env ironmental professional consultant(s). Contractor will be required to submit the environmental consultant's experience and qualifications to 1012310s ASC-23 G :\1210\4397-32\PROJECnSPECIFICATIONS\CONTRACT 5C\100% SET-5C\5.4 GREEN DOUBLE SIDED. SECTION DA.DOC PART DA -ADDITIONAL SPECIAL CONDITIONS the City prior to beginning work in areas of Potentially Petroleum Contaminated Material. · e. Hiring of qualified environmental sampling professionals that will collect and submit samples to the applicable City of Fort Worth testing laboratory. The City of Fort Worth's Department of Environmental Management for coordination of laboratory testing . 2. REFERENCES a. All applicable OSHA regulat.ory requirements. b, AH 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 Depart~eht of Environmental Management, Senior Speciaiist in . Compliance, plans for handling Potentially Petroleum Contaminated Material (PPCM) not less than: . 30 . days prior to commencin1i excavc1tiori . . . . ·. .· . ·.· -. 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 pl~ns (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 11ame of his proposed qualified environmental professional consultant(s) a'nd proposed PPCM Handlin'g Plan to the · City. The PPCM Handling Plan shall include the detailed sequence of coristructioli including proposed excavation an~ 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 environmimtal corlsult~nt(s) and testing lab.. . . . .. e. Contractor shall submit for review the proposed carrier pipe material to be used with the actual limits of PPCM excavation , including pipe gasket and carrier pipe coat ing or liner. 1012310s ASC-24 G:\1210\4397-32\PROJECnSPECIFICATIONS\CONTRACT 5C\100% SET-5C\5.4 GREEN DOUBLE SIDED. SECTION DA.DOC PART .DA-ADDITIONAL SPECIAL CONDITIONS B. PRODUCTS: 1. PIPE GASKET MATERIAL. Materials used within the actual limits of PPCM excavation, . including pipe gaskets, shall be resistant to petroleum hydrocarbon deterioration . C. EXECUTION: 1. POTENTIALLY PETROLEUM CONTAMINATED AREAS a. · ·Areas suspected of having petroleum contaminated material (soils) are shown in on · the engineering drawings. · b. In areas c;>ther than those noted on the plans and where potentially petroleum contaminated materials are either detected or suspected, the City of Fort Worth and the Engineer should be notified immediately and the work should proceed in accordance with this section . 2. SCREENING POTENTIALLY PETROLEUM CONTAMINATED AREAS a. Care should be taken during all excavation and dewatering activities to identify areas potentially contaminated by petroleum. b. When a petroleum odor is encountered during excavation ·or when there is visual evidence of potentially petroleum contaminated soil, the Contractor shall notify the Engineer without delay. c. The Contractor shall have retained the services of an environmental consultant who shall be present at the site to screen suspect soil with a photo-ionization detector (PID) or a flame ionization detector (FID). A reading of 20 ppm above ambient conditions or greater on PID or FID tested soil sample will be considered potentially petroleum contaminated. The soul · sample . should be a recent sample from the excavation face. The sample should be stored in a laboratory supplied glass jar with a teflon gasket lined lid. The City of Fort Worth Department of Environmental Management will be notified prior to all sample collection and submittal to the current testing laboratory identified by the City. The PID or FID tests should be performed in a confined location . · Soils producing a readir\g of less than 20 ppm above ambient will not be considered potentially petroleum contaminated. The PID or FID shall be calibrated according to manufactures instructions . d. Water encountered during . excavation or dewatering shall be considered to be potentially contaminated if there is a visible sheen ; a hydrocarbon odor, adjacent soil that appears visually to be contaminated by hydrocarbons or at any time the Contractor has reason to believe that hydrocarbon contamination may have occurred. The Contractor shall immediately notify the City and the TNRCC whenever contaminated water is encountered . a. The Contractor shall contact the City whenever contamination from any source is suspected. 3. HANDLING POTENTIALLY PETROLEUM CONTAMINATED SOIL (PPCS) 1012310s ASC-25 G :\1210\4397-32\PROJECT\SPECIFICATIONS\CONTRACT SC\100% SET-5C\5.4 GREEN DOUBLE SIDED. SECTION DA.DOC PART DA -ADDITIONAL SPECIAL CONDITIONS a. Contractor shall coordinate with the City to determine a . suitable locaJion 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 sh.all completely cover stockpile with 20 mil plastic. During the day, the Contractor shall keep the stockpile covered, as necessary, to prevent release of con~aminatecl materials .due to .rain or wind. 4. Sampling and evaluation of materials will be p~rformed at the Contractor's expense. (The City of Fort Worth will provide laboratory services) b. PPCS shall be handled, tested, observing all standc1rd chail')-of-cu~tody procedures and sampling preservation and .analyses shall conform to publii;hed and recognized standards. c. The stockpiled PPCS shall be sampled and te.sted every 50 cubic yards for Total Petroleum Hydrocarbons (TPH) (TX1005) and Benzene, Toulene, Ethylbenzene and Xylene (BTl:X) (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 . sh~en, a hydrocarbon odor, or is oth.erwise suspect, shall be considered potentially · petroleum contaminated. b. . PPCW shaU be handled, tested; and discharged in accordance with the TNRCC's appropriate state regulation. PPCW shall be tested no later than 15 days prior to extraction. PPCW shall, if necessary, be treated in an appropriately sized oil/water separator, air stripper or GAC can.isters. 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 aU~wed to discharge (discharge .to sanitary sewer). Contractor shall be responsible for furnishing the effluent te~t reports t<;> the City. c. Alternatively, the Contractor may dispose of contaminated water, after appropriate pretreatment, into the sanitary sewer collection system. It shall be the responsibility of the Contractor to obtain the necessary permit(s) and to perform all testing required by the City of Fort Worth Pretreatment Services Division. 1012310s ASC-26 G:\1~10\4397-32\PROJECnSPEClflCATIONS\CONTRACT SC\100% SET-5C\5.4 GREEN DOUBLE SIDED. SECTION DA.DOC PART DA ~ ADDITIONAL SPECIAL CONDITIONS d. All treated water shall be discharged into a Contractor supplied Frac Tank, sampled, and analyzed before discharge into the sewer system. · e . · The · product that is recovered shall be disposed of in accordance with all applicable regulations. Ariy 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. Whei"r transporting product for disposal, · transport~tioh shall ~lso t>e p~rformed ··by · a licensed carrier. The Contractor is fesp6hsible ·for proper manifesting · of the material from the site to the waste disposal '.facility . · ·completed 'Manifests shall be returned to the City · Depart'!ler,t'qf Eri~ir<>.hmehtal Management wifhiri 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) vvith 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 ·reco 'rded periodically to determi'ne if ventilation or other methods are effective: lh the event local health and safety ' agencie~ require more ' stringent monitoring, the local regulations must be impiemented. ,, ' D. MEASUREME:NT 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 sup~rvision. Measurement and Payment for this section will be per linear foot of trench excavated where the excavated material is handled as a contaminated material. No separate payment will be made for handling of contaminated water, vapor concentrations , sampling, stockpiling, etc. DA-38 LOADING, TRANSPORTATION, AND DISPOSAL OF CONTAMINATED SOIL A. GENERAL: This item has been established for the loading, transportation and disposal of contaminated soils in a State of Texas approved disposal site (landfill) to handle special wastes (petroleum contaminated soils). A bid item has been established in the proposal for the proper loading, transportation and disposal of the material to a 'designated site and the quantity established is the engine~rs best estimate 'of the quantity that · may be · removect This quantity may vary depending upon actual conditions and testing results. The unit price bid will not be increased regardless of the actual amount of material disposed and may be decreased if a larger volume of material, than that listed in the bid proposal, results in a unit cost reduction for disposal. 1012310a ASC-2T G:\1210\4397-32\PROJECT\SPECIFICATIONS\CONTRACT SC\100% SET -SC\5.4 GREEN DOUBLE SIDED . SECTION DA.DOC PART DA-ADPITIO,NAL _SPECIAL CONDJTIONS 8. WASTE MANIFESTS: Any and all non_-hazardous ,iquid and petroleum substance waste removed from the site of generation . and transported for treatment · and/or dispoi;al must be accompanied by a waste shipm~nt record/mani_f~st detailing reqL.Jired generator, transported, destination and waste description inform~tion. These resµlts may not be unifonJl. throughout the entire site. For aJI petroleum .sub$tani::e Wc!lste, the waste.~hipment record utilized shall be the TNRCC PETROLEUM-SUBSTANCE WASTE AF.FIDA\/lf (Form TWC-0332). The Contractor s~all be respc:>nsible for obtaining, originati'ng JUl~ maintaining manifests in accqrdance with federal .and $late laws .. The · ¢,ontr~qtor. shall . $tgn the manifests forms as Independent Contractor to the Owner. 'AUTHORIZATION OF PAYMENT FOR REMOVAL TRANSPORT AND TREATMEt'/ff .. / DISPOSAL . OF >.WASTES IN CONTINGENT UPON RECEIPT BY THE .ENGINEER OF FULLY COMPLETED AND .$1GNEI;) MANIFEST FORMS. ~hat are ,in agr~e111~nt with r~gard to the type ~nd amount of waste removed from the _site .and receive~ by the treatment/di$p<;>$al facility. The Contractor shall,. immediately resolye any manifest discrepancie~~ .. C9_mpleted Manifests shall be returned to the City Department of Environmental Management within 90 days of shipment. · ,,··:·, C. MEASUREMENT AND PAYMENT: Payment f9r this item shall l;>e made per ir, place cubic yard of contaminated soils that , ar~. loaqed, transported and disposed of in . an approved spe~ial . disposal site. No separate. payment will be made for loading, tr~risportation and di$posal of contaminated ground waters collected; .these costs· considered subsidiary to bA-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 costi;and landfill operator r,equested "nalytical testing and waste char~cter1zation. DA-4.8 EASE~ENTS AND PERMITS Easements and permits, both temporary and perm~nent, 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 hav~ been iryiposed on these easements and permits . Where the pipeline ~rosses privately owned property, the easements and construcUon areas are shown on the plans. The easemen·ts ~hail be cle~ned Lip after use and restored to their original conditions or better. · 1n the event additional work . room or . access is required by the Contractor, it.stia:t'I be the .C:ontr,actor's · responsibility to obtain written permission from the P.roperty owners involved for the use of acidition:a1 .Pl'<>perty required. No addition~! payment will .b.e allowed for this item. 10123108 ASC-28 G:\1210\4397-32\PROJECT\SPECIFICATIONS\CONTRACT SC\100% SET-SC\5.4 GREEN DOUBLE SIDED. SECTION DA .DOC PART DA -ADDITIONAL SP.ECIAL CONDITIONS DA-49 HIGHWAY REQUIREMENTS The Texas Department of Transportation requirements pertaining to the construction of this project are enclosed herein and made part of these specifications. DA-50 CONCRETE ENCASEMENT Concrete encasement shall be Class E (1500 psi) concrete and for sewer line encasements ·shall conform to Fig. 113; for water line encasements it shall conform to Fig. 20 of the General Contract Documents. Requirements for such · encasement are specified in Sections E 1-20 · and E2-20 of the General Contract Documents. Payment for work such as forming, placing, and finishing including all labor, tools, equipment and material necessary to complete the work shall be included in the linear foot price bid for Concrete Encasement. DA-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. Subinittals may be checked by and stamped with .the approval of the Contractor and identified as the Engineer may require. Such review by the Engineer shall include checking for general conformance with the design concept of the project and general compliance with information given in the General Contract Documents. Indicated actions by the Engineer, which may result from his review, shall not constitute concurrence with any deviation from the plans and specifications unless such deviations are specifically identified by the method described below, and further shall not reiieve the Contractor of responsibility for errors or omissions in the submitted data. Processed shop drawing submittals are not cha·nge orders. The · purpose of -subniittals by the Contractor is to demonstrate that the Contractor understands the design concept, and that he demonstrates his understanding by indicating which equipment and materials he intends to furnish and install, and by detailing the fabrication and installation methods he intends to use. If deviations, discrepancies or conflicts between submittals and the design drawings and/or specifications are discovered, either prior to or after submittals are processed, the design drawings and specifications shall govern. The Contractor shall be responsible for dimensions which are to be confirmed and correlated at the job site, fabrication processes and techniques of constriction , coordination of his work with that of other trades and satisfactory performance his work. The Contractor shall check and verify all measurements and review submittals prior to being submitted, and sign or initial a statement included with the submittal, which signifies compliance with plans and specifications and dimensions suitable for the application. Any deviation from the specified criteria shall be expressly stated in writing in the submittal. Three (3) copies of the approved submittals shall be retained by the Contractor until completion of the project and presented to the City in bound form. 2. Shop drawings shall be submitted for the following items prior to installation: List the required submittals here Additional shop drawing requirements are described in some of the material specifications. 3. Address for Submittals -The submittals shall be addressed to the Project Manager: 1012310s ASC-29 G:\1210\4397-32\PROJECliSPECIFICATIONS\CONTRACT SC\100% SET-5C\5.4 GREEN DOUBLE SIDED . SECTION DA .DOC PART DA .;. ADDITIONAL SPECIAL CONDITIONS (Project Manager) City of Fqrt Worth 1000 Throckmorton Fort Worth, TX 76102 DA-62 WATER METER AND METER BOX RELOCATION AN .D ADJUSTMENT This item shall include raising or lowering ar.1 existing meter box to the parkway grade specified No payment will be made for adjusting existing boxes. which c1re with .in 0.001 feet of specifie~ 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 i.,.,t:iich is under t.he jurisdiction of the Texas Department of Transportation (Tex-Dot), the Contractor shall obtain approval from the Texas Department pf Trc1nsp9rtation ,prior to commencing any work therein. All work performed in the Tex-pot right-of-way .sha,1 be performed in compUance with anc:I subject to approval . from th~, Texas Departm~nt of Transportation .and Item E2729. t "Construction Within Highway Rig _ht-of-Way~ of _the General Contr~ct Documents. and Specification~. effective July 1, 1978, as amended. . DA-72 SPECIFICATION REFERENCE~ When reference is mcide in these specifiqations to a particular ASTM, AWWA, ANSI Qr other specification; it shall be understood that the latest revision of such specificatio11. prior to the date of th_ese general specifications or revisions thereof, shc1II apply, · ' . . . 1012310s ASC-30 G:\1210\4397-32\PROJECnSPECIFICATIONS\CONTRACT 5C\100% SET-5C\5.4 GREEN -DOUBLE SIDED. SECTION DA.DOC ' 4'-o" 7" 2'-10" 7 " -.__ 2 .25" • FORT WORTH I') ' ,• . ,,,, I ~292~ .. ';- t.,-3"R (TYP .) 2.25" V " PROJECT NAME 2·· b I PROGRAM NAME/PROJECT #/AMOUNT ~ Th is project is managed by (!) C z N Dept. ir I ~ "' Questions on this project, ti call: (817) 392-8306 ...j • After hours water and sewer emergencies , tO .... \ call: (817) 3924477 \. \ ~ 2.5" ' I \ -.__ l 3'' \ \ I 3'-6" \ 3" I l \ \ I T \ Li_WHITE L PMS 288 (BLUE) FONTS: FOR T WO RTH LOGO -CHELTENHAM BOLD ALL OTHER TEXT -ARIAL LOGO COLORS: FORT WORTH -PMS 288 (BLU E) LONGHORN LOGO -PMS 725 (BROWN) foar\\b,m CITY OF FORT WORTH , TEXAS DATE: FEB. 2009 PROJECT SIGN • 4'x4' 9' WTR-035 E2 1 CONSTRUCTION ' ... ·~ SECTION E SPECIFICATIONS JANUARY 1, 1978 WATER DEPARTMENT ··:'1:,1··.:· ,.;;· .: . ·r .. ·:·.·. .; All materials, construction methods and procedures used in this project shall confonn 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 fisted 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 irt the office of the City Secretary of the City of ·, Fort Worth as an official record of the City of Port Worth. INDEX El MATERIAL SPECIFICATIONS E2 CONSTRUCTION SPECIFICATIONS E2A GENERAL DESIGN DETAILS Revisions as of April 20, 1981, follow: El-2.4 Backfill : (Correct minimum compaction requirement to 95% Procter density and correct P.I. values as follows:) c. Additional backfill requirements when approved for use in streets: 1. Type B Backfill (c) Maximum plastic index (PI) shall be 8 2 . Type C Backfill (a) Material meeting requirements and having a PI of 8 or less shall be considered as suitable for compaction by wetting (b) Material, meeting requirement and having a PI of 9 or more shall be considered for use only with mechanical compaction E2-2.l 1Trench Backfill: (Correct minimum compaction requirement wherever it appears. in this section to 95% Procter density except for paragraph a.I. where the "95% modified Procter density" shall remain unchanged). El 00-4 WATERTIGHT MANHOLE INSERTS. SECTIONEI00-MA1ERIAL SPECIBCATIONS MATERIAL STANDARD El 00-4 JANUARY 1, 1978 (ADDED 5/H/90) El 00-4.1 GENERAL: This standard covers the furnishing and installation of watertight gaskefod manhole inserts in the. Fort Worth sahitru:y sewer collection system. · El00-4.2 MATERIALS AND DESIGN: a. The manhole insert shall be of corrosion-proof high density polyethele11e that meets or exceeds the requirements of AS1M DI248, 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 DI056, or equal. . · ·· . . . . . .· -.·, d. The manhol~ insert shall have a strap for removing the ins~rt. The strap .shall be. 01ade of minimum 1 wide woven polypropalene or nylon webbing, with the ends treated to prevent unravelling. Stainless steel hardware shall be used to securely attach strap to the insert. e . The manhole insert shall have one or more vent holes or valves to release gasses and allow water inflow at a rate no .greater than 10 gallons per 24 ,hours. El00-4.3 INSTALLATION: a. The manhole frame shall be cleaned of ~II 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 Jess 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. Ori receipt of · information, ·including a complaint by a worker, concerning an alleged violation of2258.023, Texas Government Code, by a contractor or subcontractor, the City shall make an initial determination, before the 31st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the contractor or subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the contractor or subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. (d) Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the contractor or subcontractor and any affected worker do not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to paragraph (c) above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 11th day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. ( e) Records to be Maintained. The contractor and each subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation.of each worker ~mployed by the . contractor in the construction of the work provided for in this COJltract; and (ii) the actual per di~m wages paid to each worker. The records ~hall be open at all rea~onctble pours for inspection by the City. The provisions of the Audit section of(hes~ contr~ct documents shall pertainJo tllis inspection. (f) Pay Estimates. W:ith each partial payment estimate or payroll period, whichever is less, the cqntractor shall subrr.iit an affidavit stating th.at the contractorhas complied with the requirements of Chapter 2258, Texas Government Code. (g) Posting of Wage Rates. The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project ~tall times .. (h) Subcontractor Compliance. The contractor shall include in its subcontracts and/or shall ~therwise require all "of its subcontractors to comply wjth paragraphs (a) through (g) above. · •·. 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: REFERENCE NO.: **G-16190 Adopt 2008 Prevailing Wage Rates for City-Awarded Public-Works Projects RECOMMENDATION: It is recommended that the City Council adopt the attached 2008 Prevailing Wage Rates for City-awarded public works projects. · Pl~CUSSIQN: Texas Government Code Chapter 2258 requires that a public body awarding a contract for public works shall determine the general prevailing rate of per diem wages for each craft or type of worker needed to execute the contract, and shall specify In the bid documents and in the contract the prevailing wage rates in that locality. Each year The Quoin Chapter of the Associated General Contractors, in conjunction with the Association of Builders and Contractors (ABC) and the American Sub-Contractors Association (ASA), conducts a wage rate survey for North Texas construction. The attached 2008 Prevailing Wage Rate data was compiled from that survey. · FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that this action will have no material effect on City funds. TO Fund/Account/Centers · Submitted for City Manager's Office by: Originating Department Head: Additional Information Contact: FROM Fund/Account/Centers Fernando Costa (8476) A. Douglas Rademaker (6157) Eric Bundy (7598) HEAVY & IDGHW AY CONSTRUCTION PREVAILING WAGE RATES 2008 Air Tool Operator Asphalt Distributor Opera~or Asphalt Paving Machine Operator Asphalt Raker Asphalt Shoveler Batching Plant Weigher Broom or Sweeper Ooerator Bulldozer Operator Carpenter Concrete Finisher, Paving Concrete Finisher, Structures Concrete Paving Curbing Machine Operator Concrete Paving Finishing Machine Operator Concrete Paving Joint Sealer Operator Concrete paving Saw Operator Concrete Paving Spreader Operator Concrete Rubber Crane, Clamshell; Backhoe, Derrick, Drag]ine, Shovel Operator Electrician FJage:er Form Builder/Setter, Structures Form Setter, Paving & Curb Foundation Drill Ooerator, Crawler Mounted Foundation Drill Operator, Truck Mounted .. ' .. Front End Loader Operator Laborer, Common Laborer, Utility Mechanic Milling Machine Operator, Fine Grade Mixer Ooerator Motor Grader Operator, Fine Grade Motor Grader Operator, Rou!ili 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/Tamoing Roller Operator, Steel Wheel, Plant Mix Pavement Scraper Ooerator Servicer Slip Form Machine Operator Spreader Box Ooerator Tractor Operator, Crawler Type Tractor Operator, Pneumatic Traveling Mixer Operator Truck Driver, Lowboy-Float Truck Driver, Single Axle, Heavy Truck Driver, Single Axle, Light Truck Driver, Tandem Axle, Semi-Trailer Truck Driver, Transit-Mix Wagon Drill, Boring Machine, Post Hole Driller Ooerator Welder Work Zone Barricade Servicer $!0.06 $13.99 $12 .78 $11.01 · $ 8.80 $14.15 $. 9.88 $13.22 $12.80 $12.85 $13.27 $12.00 $13.63 $12.50 $13.56 $14.50 ·. $10.6J: $14.12 $18.12 $ 8.43 $11.63 $11.83 $13.67 $16.30 $12 .62 $ 9.18 $!0.65 $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 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS Table of Contents 1. SCOPE OF WORK .................................................................................................... SP-4 2. AWARD OF CONTRACT .................................................................................... , ...... SP-4 3. PRECONSTRUCTION CONFERENCE ..................................................................... SP-4 4. EXAMINATION OF SITE .......................................................................................... SP-4 5. BID SUBMITTAL ......................................................................... · .............................. SP-4 6. WATER FOR CONSTRUCTION ............................................................................... SP-5 7. SANITARY FACILITIES FOR WORKERS ................................................................. SP-5 8. PAYMENT .... : ............................................................................................................ SP-5 9. SUBSIDIARY WORK .......... .-.................................................... ; .......... ~ ...................... SP-5 10 . LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC ....................................................................................................... SP-5 11. WAGE -RATES ............... ; .......................................................................... ." ............... SP-5 12. EXISTING 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-13 . 25. CALENDAR DAYS .................................................................................................. SP-13 26. RIGHT TO ABAN.DON ......................... : ............... , ....................................... : ...... .-.... SP-14 27. CONSTRUCTION SPECIFICATIONS ..................................................................... SP-14 28. MAINTENANCE STATEMENT ................................................................................ SP-14 29. DELAYS ....................................................................................................... SP-14 30. DETOURS AND BARRICADES ............................................................................... SP-14 31. DISPOSAL OF SPOIUFILL MATERIAL .................................................................. SP-15 32. · QUALITY CONTROL TESTING ............ , ................................................................. SP-15 33. PROPERTY ACCESS ............................................................................................. SP-16 34. SAFETY RESTRICTIONS -WORK NEAR HIGH VOLTAGE LINES ...................... SP-16 . 35.. WATER DEPARTMENT PRE-QUALIFICATIONS ................................................... SP-16 36 . RIGHT TO AUDIT ........................................... · ......................................................... SP-16 37. CONSTRUCTION STAKES . . ................. , ................................ SP-17 38. LOCATION OF NEW WALKS AND DRIVEWAYS ................................................. SP-17 39. EARLY WARNING SYSTEM FOR CONSTRUCTION .............................................. SP-17 40. AIR POLLUTION WATCH DAYS ............................................................................. SP-18 City of Fort Worth , Texas Special Provisions For Street and Storm Dra in Improvements PMO Release Date : 07/28/2010 Page SP-1 of 45 05 .6 -white double sided-Special Provisions paving-drainage (PMO_Release_20100728).doc SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS Table of Contents CONSTRUCTION ITEMS: 41 . PAY ITEM -PAVEMENT -UNCLASSIFIED STREET EXCAVATION-REMOVE ... SP-19 42. PAY ITEMS -PAVEMENT-NON GREEN CEMENT-INSTALL ............................. SP-19 43. PAY ITEM-CURB-.7 INCH -INSTAL.L. ................................................................ SP-20 44. PAY ITEM -RETAINING WALL -INSTALL. ............................................................ SP-20 45. OMITTED 46. PAY ITEM-PAVEMENT -TRANSITION -MIN 6 INCH HMAC ............................... SP-20 47 . OMITTED 48. PAY ITEM -SAFETY SYSTEM> 5 FOOT DEPTH -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 - 6 INCH HMAC -INSTALL. ............................................ SP-21 51. PAY ITEMS-WALK-INSTALL, CURB & GUTTER-INSTALL, WALK-ADA WHEELCHAIR RAMP-INSTALL, AND DRIVEWAY-INSTALL ............................ SP-22 52 . PAY ITEMS -WALK -REMOVE, CURB & GUTTER -REMOVE, WALK -ADA WHEELCHAIR RAMP -REMOVE, AND DRIVEWAY -REMOVE ........................... SP-23 53. PAY ITEMS -WALK -STEPS -REMOVE and WALK -STEPS -INSTALL ......... SP-23 54. PAY ITEMS-FENCE -REMOVE and FENCE -INSTALL. .................................... SP-23 55 . OMITTED 56. PAY ITEMS-MAILBOX -REMOVE and MAILBOX -INSTALL ............................. SP-24 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-25 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-30 69 . NON-PAY ITEM -ACCEPTANCE OF REINFORCED CONCRETE PAVEMENT ..... SP-34 70. NON-PAY ITEM-CLEARING AND GRUBBING .......... : ........................................... SP-35 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-36 74. NON-PAY ITEM -PROJECT CLEAN -UP ................................................................ 1.SP~36 75 . NON-PAY ITEM -PROJECTSCHEDULE ................................................................ SP-36 City of Fort Worth , Texas Special Provisions For Street and Stonn Dra in Improvements PMO Release Date : 07/28/2010 Page SP-2 of 45 05 .6 -wh ite double sided -Special Prov isions pavi ng -drainage (PMO_Release_20 10072B).doc SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS ·t~bl~.,icoiitents 76. SCHEDULE TIERS SPECIAL INSTRUCTIONS ....................................................... SP-39 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-40 80. NON-PAY ITEM-WASHED ROCK ....................................... : .................................. SP-40 81 . NON-PAY ITEM -SAWCUT OF EXISTING CONCRETE ........................................ SP-40 82. NON PAY ITEM -LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES ................................... ·~ ............................................................. SP-41 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-42 87. NON PAY ITEM -STRUX 90/40 GUIDELINES .......................................... SP-43 NOTE -CONSULTANT AND CITY PM, MAKE SURE TOC IS UPDATED TO HAVE ANY ADDED OR DELETED SECTIONS AND THAT THE PAGE NUMBERS MATCH. City of Fort Worth, Texas Special Provisions For Street and Storm Dra in Improvemen ts PMO Release Date : 07/28/2010 Page SP-3 of 45 05 .6 . white double sided -Special Provisions paving-dra inage (PMO_Release_20 100728).doc SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS FOR: City of Fort Worth, Texas 2007 Critical Capital Project Council District 5 Contract 58 Avenue M, Edgewood Terrace, and Valley Vista Drive D.O.E. Project No. 5877 City Project No. 00947 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 Avenue M from Miller to Hughes Avenue, Edgewood Terrace from Hampshire Bvld to Judy Lane, and Valley Vista from State Highway 10 to approximately 250 feet south of State Highway 10 and all other miscellaneous items of construction to be . performed as outlined in the plans and specifications which are necessary to satisfactorily complete the work. 2. AWARD OF CONTRACT: Submission of Bids: Unit I and Unit II constitute a package. If 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 su .ch examinations and explorations as may be necessary to determine all conditions that may affect construction of this project. Particular attention should be given to methods of providing ingress and egress to adjacent private and public properties, procedures for protecting existing improvements and disposition of all materials to be removed. Proper consideration should be given to these details during preparation of the Proposal and all unusual conditions that may give rise to later contingencies should be brought to the attention of the City prior to the submission of the Proposal. 5. BID SUBMITTAL: Bidders shall submit a complete package, including ALL completed forms that must be submitted with the Proposal (including Vendor Compliance to State Law. Failure to provide a complete bid package may be grounds for designating bids as "non-responsive" and rejecting bids as appropriate and as determined by the Director of the Transportation and Public Works Department. City of Fort Worth, Texas Special Provisions For Street and Stenn Drain improvements PMO Release Date: 07/28/2010 Page SP-4 of 45 05.6 -white double sided -Special Provisions paving-drainage (PMO_Release_20100728).doc SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS 6. WATER FOR CONSTRUCTION: Water for construction will be furnished by the Contractor at his own expense. 7. SANITARY FACILITIES FOR WORKERS: The Contractor shall provide all necessary conveniences for the use of workers at the project site. Specific attention is directed to this equipment. 8. PAYMENT: The Contractor shall receive full payment from the City for all the work based on unit prices bid on the proposal and specified in the plans and specifications and approved by the ENGINEER per actual field measurement. 9. SUBSIDIARY WORK:· Any and all work specifically governed by documentary requirement for the . projects, such as conditions imposed by the Plans, the General Contract Documents or these special Contract Documents, in which no specific item for bid has been provided for in the Proposal, shall be considered as a subsidiary item of work, the cost of which shall be included in the price bid in the Proposal for each bid item, including but not limited to surface restoration cleanup and relocation of mailboxes. All objectionable matter 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 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 -white double sided -Special Provisions paving-drainage (PMO_Release_20100728).doc . SPECIAL PROVISIONS FOR · STREET AND STORM DRAIN IMPROVEMENTS to believe the contractor or subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates , such amounts being subtracted from successive progress payments pending a final determination of the violation . Arbitration Required if Violation Not Resolved . An issue relating to an alleged violation of Section 2258 .023 , Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas Genera l Arbit ration 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 a.rbitrator on the petition of any of the persons. The City is not a party in the arbitration . The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. Records to be Maintained . The contractor and each subcontractor shall , for a period of three (3) years following the date of acceptance of the work , maintain records that show (i) the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the 'City .. The provisions of the Audit · section of these contract documents shall pertain to this inspection . Pay Estimates . With each partial payment estimate or payroll period, whichever is less , the contractor shall submit an affidavit stating that the contractor has complied with the · requirements of Chapter 2258 , Texas Government Code. Posting of Wage Rates . The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times . Subcontractor Compl iance . 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 Contrpctor'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 . adequate clearance. The Contractor shall take all necessary precautions in order to protect all services encountered . City of Fo rt Worth , Texas Special Prov isions For Street and Storm Drai n Improvemen ts PMO Release Date : 07/28/2010 Page SP-6 of 45 05 .6. wh ite double sided · Special Prov isions paving-dra inage (PMO_Re lease_20100728).doc SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS Any damage to utilities and any losses. to the utility or City due to disruption of service resulting from the Contractor's operations shall be at the Contractor's expense. 13. PARKWAY CONSTRUCTION: During the construction of 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 respons ibility 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 Dra in 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 Contractor or its subcontractors prior to fina l payment , final payment shall not be made until Contractor either (a) submits to City satisfactory evidence that the claim has been settled and/or a release from the claimant involved , or (b) provides City with a letter from Contractor's liability insurance carrier that the claim has been referred to the insurance carrier. The Director may, if deemed appropriate, refuse to accept bids on other City of Fort Worth public work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract. 18. EQUAL EMPLOYMENT PROVISIONS : Contractor shall comply with City Ordinance Number 7278 as amended by City Ordinance Number 7 400 (Fort Worth City Code Sections 13-A-21 through 12-A-29) prohibiting discrimination ih 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 qual ified applicant he may have on file in his office to the Contractor. Appropriate notices may be acquired from the Equal Employment Officer. 19. MINORITY AND WOMEN BUSINESS ENTERPRISE (M/WBE) COMPLIANCE: In accordance with City of Fort Worth Ordinance No. 15530, the City has goals for the participation of minority business enterprises and women business enterprises in City contracts . The Ordinance is incorporated in these specifications by reference. A copy of the Ordinance may be obtained from the Office of the City Secretary. Failure to comply with the ordinance shall be a material breach of contract. M/WBE UTILIZATION FORM, M/WBE GOALS WAIVER FORM AND GOOD FAITH EFFORT FORM, as applicable, must be submitted within five (5) City business days after bid opening . Failure to comply shall render the bid non-responsive. Upon request, Contractor agrees to provide the City complete and accurate information regarding actual work performed by a Minority or Women Business Enterprise (M/WBE) on the contract and payment thereof. Contractor further agrees to permit an audit and/or examination of any books, records or files in its possession that will substantiate the actual work performed by an MBE and/or WBE. The misrepresentation of acts (other · than a negligent misrepresentation) and /or the commission fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate .. federal, state ; or local • laws · o r ordinances . relating to false · statement. Further; any such misrepresentation (other than a negligent misrepresentation) and/or commission of fraud will result in the Contractor be ing determined to be irrespons ible and barred from participating in City work for a period of time not less than three years . The City will consider the Contractor's performance regarding its M/WBE program in the evaluation of bids . · Failure to comply with the City 's M/WBE Ordinance, or to City of Fort Worth , Texas Special Provisions Fo r Street and Storm Dra in Improvemen ts PMO Release Date : 07/28/2010 Page SP-8 of 45 05 .6 -.white doub le sided· Special Provi sions paving-drainage (PMO_Re lease_20 100728).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 lnsµrance. b. Failure of Subcontractor to provide required general liability of other insurance . City of Fort Worth , Texas Special Provis ions For Street and Storm Dra in Improvements PMO Release Date : 07/28/2010 Page SP-9 of 45 05 .6 -white double sided -Special Provisions paving -drainage (PMO _Release_20100728).doc SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS c. Failure of Subcontractor to execute a standar9 subcontract form in the amount of the proposal used by the Contractor in prepa ring his M/WBE Participation plan . d. Default by the M/WBE subcontractor or supplier in the performance of the subcontractor. Within ten (10) days after final payment from the City , the Contractor shall 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.· J'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 Spec ial Provisions For Street and Storm Dra in Improvements PMO Re lease Date : 07/28/2010 Page SP-10 of45 05 .6 -wh ite double sided -Special Provi sion s pavi ng-dra inage (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 Contr~ctor 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 -wh ite double sided -Special Provis ions paving-drainage (PMO _Release_20100728).doc j. k. B. SPECIAL PROVISlONS FOR STREET AND STORM DRAIN IMPROVEMENTS (3) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the . duration of the project; · (4) obtain form each other person with whom it contracts, and provide to the Contractor: (a) (b) (c) (d) (e) a certificate of coverage, prior to the other person beginning work on the project; and 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; retain all required certificates of coverage on file for the duration of the project and for one year thereafter. 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 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. Jhe Contractor shall post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed City of Fort Worth, Texas Special Provisions For Street and Storm Dra in Improvements PMO Release Date : 07/28/2010 Page SP-12 of 45 05 .6 -wh ite do uble sided -Special Provisions paving-drainage (PMO_Release_20 100728).doc SPECIAL PROViSIONS FOR STREET AND STORM DRAIN IMPROVEMENTS by the Texas Worker's Compensation Act or other Texas Worker's Commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other 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 worker's 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 identify of their employer or status as an employee." Call the Texas Worker's Compensation Commission at 512-463-3642 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage". 22. SUBSTITUTIONS: · The specifications for materials set out the minimum standard of quality that the City believes necessary to procure a satisfactory project. No substitutions will be permitted until the Contractor has received written permission of the ENGINEER to make a substitution for the material that has 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,·the substitution must be approved by the City. Where the term "or equal", or "approved equal" is not used in the specifications, this does not necessarily exclude alternative items or material or equipment which may accomplish the intended purpose .. However, the Contractor shall have the full responsibility of providing that the proposed substitution is, in fact, equal, and the ENGINEER, as the representative of the City, shall be the sole judge of the acceptability of substitutions. The provisions of the sub-section as related to "substitutions" shall be applicable to all sections of these specifications. 23. MECHANICS AND MATERIALMEN'S LIEN: The Contractor shall be required to execute a release of mechanics and .materialmen's liens upon 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 or obtained . The Contractor shall not hold the City of Fort Worth responsible for any delay in issuing the work order for this Contract. 25. CALENDAR DAYS: The Contractor agrees to complete the Contract within the allotted number of calendar days . City of Fort Worth, Texas Special Provisions For Street and Storm Dra in Improvements PMO Release Date : 07/28/2010 Page SP-13 of 45 05 .6 -white double sided -Special Provisions paving-drainage (PMO_Release_20100728).doc SPECIAL PROVISlONS FOR STREET AND STORM DRAIN IMPROVEMENTS 26. RIGHT TO ABANDON: The City reserves the right to abandon , without obligation to the · Contractor, any part of the project or the entire project at any time before the Contractor begins any construction work authorized by the City. 27. CONSTRUCTION SPECIFICATIONS : This contract and project are governed by the two following published specifications , except as modified by these Special Provisions: STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN 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 shall be those of the Fort Worth document rather than Division 1 of the North Central Texas document. 28. MAINTENANCE STATEMENT: The Contractor shall be responsible for defects in this project due to faulty materials and workmanship, or both, for a period of two (2) years from date of final acceptance of this project and will be required to replace at his expense any part or all of the project which becomes defective due to these causes. 29 . DELAYS: The Contractor shall receive no compensation for delays or hindrances to the work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material, if any , which is to be furnished by the City. When such extra compensation is claimed a written statement thereof shall be presented by the Contractor to the Director of the Transportation and Public Works Department and if by him found correct shall be approved and referred by him to the Council for final approval or disapproval; and the action thereon by the Council shall be final and binding . If delay is caused by specific orders given by the 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 which shall, however, be subject to the approval of the City Council ; and no such extension of time shall release the Contractor or the surety on his performance bond form all his obligations hereunder which shall remain in full force until the discharge of the contract. 30. DETOURS AND BARRICADES: The Contractor shall prosecute his work in such a manner as to create a minimum of interruption to traffic and pedestrian facilities and to the flow of. vehicular and pedestrian traffic within the project area.---Contractor shall protect construction as required by ENGINEER by providing barricades. · Barricades, warning and detour signs shall conform to the Standard Specifications "Barriers and Warning and/or Detour Signs," Item 524 and/or as shown on the plans. Construction signing and barricades shall conform with the latest version of the "Texas Manual on Uniform Traffic Control Devices for Streets and Highways" City of Fort Worth , Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-14 of 45 05 .6 -white double sided -Special Provisions paving-drainage (PMO_Release_20100728).doc SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS 31. DISPOSAL OF SPOIUFILL MATERIAL: Prior to the disposing of any spoil/fill material,· the Contractor shall advise the Director of the Department of Transportation and Public Works acting _as the City of Fort Worth's Flood Plain Administrator ("Administrator''), of the location of all sites where the Contractor intends to dispose of such material. Contractor shall not dispose of such material until the proposed sites have been determined by the Administrator to meet the requirements of the Flood Plain Ordinance of the City of Fort Worth (Ordinance No. 10056). All disposal sites must be approved by . the Administrator to ensure the filling is not occurring within a flood plain without a permit. A flood plain permit can be issued upon approval of necessary engineering studies. No fill permit is required if disposal sites are notin a flood plain. Approval of the Contractor's disposal sites shall be evidenced by a letter signed by the Administrator stating that the site is not in a known flood plain or by a Flood Plain fill Permit authorizing fill within the flood plain . Any expenses associated with obtaining the fill permit, including any necessary engineering studies, shall be at the Contractor's expense. In the event that the Contractor disposes of spoil/fill materials at a site Without a fill permit or a letter from the administrator approving the disposal site, upon notification by the Director of Transportation and Public Works; Contractor shall remove the spoil/fill material at its expense and dispose of such materials in accordance with the Ordinance of the City and this section. 32. QUALITY CONTROL TESTING: (a) The Contractor shall furnish, at its own expense, certifications by a private laboratory for all materials proposed to be used on the project, including a mix design for any asphaltic and/or Portland cement concrete to be used and gradation analysis for sand and crushed stone to be used along with the name of the pit from which the material was taken. The Contractor shall provide manufacturer's certifications for all manufactured items to be used in the project and will bear any expense related thereto. (b) Tests of the design concrete mix shall be made by the Contractor's laboratory at least nine days prior to the placing of concrete using the same aggregate, cement and mortar which are to be used later in the concrete. The Contractor shall provide a certified copy of the test results to the City. (c) Quality control testing of on site material on this project will be performed by the City at its own expense. Any retesting required as a result of failure of the material to meet project specifications will be at the expense of the Contractor and will be billed at commercial rates as determined by the City. The failure of the City to make any tests of materials shall in no way relieve the Contractor of its responsibility to furnish materials and equipment conforming to the requirements of the contract. (d) Not less than 24 hours notice shall be provided to the City by the Contractor for operations requiring testing . The Contractor shall provide access and trench safety system (if required) for the site to be tested and any work effort involved is deemed to be included in the unit price for the item being tested. (e) The Contractor shall provide a copy of the trip ticket for each load of fill material delivered to the job site. The ticket shall specify the name of the pit supplying the fill material. City of Fort Worth , Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-15 of 45 05 .6 -white double sided -Special Provisions paving-drainage (PMO_Release_20100728).doc SPECIAL 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 FEE T 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 with in 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 ot·the·-coritractor involving transactions relating to this contract. Contractor agrees that the City shall have access during normal working hours to all necessary Contractor facilities and shall be provided adequate and appropriate workspace in order to conduct audits in compliance with the provisions of this section. The City shall give Contractor reasonable advance notice of intended audits . City of Fort Worth , Texas . Special Provisions For Stree t and Storm Drain Improvements PMO Release Date: 07/28/20 10 PageSP-16of45 05 .6 . white double sided -Special Provi sion s paving-drain age {PMO_Release_2010072B).doc SPECIAL PROVISlONS 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 cente rlines and benchmarks for bridgework. These stakes shall be set sufficiently in advance to avoid delay whenever practical. One set of stakes shall be set for all utility construction (water, sanitary sewer, drainage ,. etc.), one set of excavation/or stabilization stakes, and one set of stakes for curb and gutter and/or paving . It shall be the sole responsibility of the Contractor to preserve , maintain, transfer, etc., all stakes furnished until completion of the construction phase of the project for which they were furnished. If, in the opinion of the ENGINEER, a sufficient number of stakes or markings provided by . the City have been lost , destroyed, or disturbed, that the prope r prosecut ion 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 Profess ional 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 effort to protect existing trees within the parkway, with the approval of the ENGINEER, the Contractor may re-locate proposed new driveways and walks around existing trees to minimize damage to trees. 39. EARLY WARNING SYSTEM FOR CONSTRUCTION : Time is of the essence in the completion of this contract. In order to insure that the Contractor is responsive when notified of unsatisfactory performance and/or of failure to maintain the contract schedule , the following process shall be applicable: The work progress on all construction projects will be closely monitored. On a bi-monthly basis the percentage of work completed will be compared to the percentage of time charged to the contract. If the amount of work performed by the Contractor is less than the percentage of time allowed by 20% or more (example : 10% of the work completed in City of Fort Worth , Texas Special Provisions For Street and Storm Dra in Improvements PMO Release Date : 07/28/20 10 Page SP-17 of 45 05 .6 -white do uble sided -Spe ci al Prov isions paving-dra inage (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 10 days from the date that the letter is received, it provide sufficient equipment, materials and labor to ensure completion of the work within the contract time. In the event the Contractor receives such a letter, the Contractor shall provide to the City an updated schedule showing how the project will be completed within the contract time. 2. The Project Manager and the Directors of the Department of Transportation and Public Works and the Water Department will be made aware of the situation. If necessary, the City Manager's Office and the appropriate city council members may also be informed. 3. Any notice that may, in the City's sole discretion, be required to be provided to interested individuals will distributed by the Transportation and 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 bonding 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.nt 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 Provisions For Street and Storm Drain 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 STORNi DRAIN IMPROVEMENTS CONSTRUCTION 41. PAY ITEM -PAVEMENT -UNCLASSIFIED STREET EXCAVATION -REMOVE (BID- 00472): See Standard Specifications Item No. 106, "Unclassified Street Excavation" for specifications governing this item . Removal of existing penetration or asphalt pavement shall be included in this item . Removal of existing concrete pavement shall be included in this item. Operations necessary to windrow existing gravel base in order to lower or raise subgrade shall be considered as subsidiary to this item and no additional compensation shall be given as such. During the construction of this project, it is required that all parkways be excavated and shaped at the same time the roadway"is excavated . Excess excavation will be disposed of at locations approved by the ENGINEER. The intention of the City is to pay only the plan quantity without measurement. Should either contracting party be able to show an error in the quantities exceeding 10 percent, then actual quantities will be paid for at the unit prices bid. The party . requesting the payment of actual rather than plan quantities is responsible for bearing any survey and/or measurement costs necessary to verify the actual quantities. 42. PAY ITEMS -PAVEMENT-NON GREEN CEMENT-INSTALL 7.5" THICKNESS, 3,500 PSI - REBAR ON 18" CENTERS (BID-00429): -PAVEMENT-NON GREEN CEMENT-INSTALL 7.5" THICKNESS, 3,500 PSI - - REBAR ON 18" CENTERS, 3.5 LB GRACE STRUX 90/40 PER CY -FISERS PROVIDED BY CITY (BID-00429A): -PAVEMENT-NON GREEN CEMENT -INSTALL 7.5" THICKNESS, 3,500 PSI - NO REBAR, 4.0 LBS GRACE STRUX 90/40 PER CY -FIBERS PROVIDED BY CITY (BID-00429B): "' PAVEMENT-NON GREEN CEMENT --INSTALL -8" THICKNESS, 3,500 PSI (BID-00450): -PAVEMENT-NON GREEN CEMENT--INSTALL -8" THICKNESS, 3,500 PSI - -TxDOT Steel Layout in TxDOT ROW (BID-00450B): NOTE THE FOLLOWING FOR THIS . CONTRACT: In accordance with the geotechnical engineering report, all concrete shall be a minimum of 3,500 psi. For Bid Items 00429, 00429A, 004298, and 450, Number 3 steel rebar shall be placed on 18" centers. For Bid Item 004298 -Size and spacing of steel shall be per TxDOT standard. City of Fort Worth , Texas Special Provis ions For Street and Storm Dra in Improvements PMO Release Date : 07/28/2010 Page SP-19 of 45 05 .6 -white double sided -Special Provis ions paving-drainage (PMO_Release_20100728).doc SPECIAL PROVISIONS FOR STREET AND STORM.DRAIN IMPROVEMENTS Edgewood Terrace shall have three different applications of reinforcement. Limits of each type of reinforcement are shown on the plan sheets, and each concrete pavement section is bid under its own Pay Item. The City shall provide the fiber reinforcement Strux 90/40, supplied by Grace Construction Products. . The Contractor shall apply the fiber at the dosing rates in each Bid Item. The application of this fiber shall be considered part of the Bid Item for placement of concrete pavement and shall not be considered a separate pay item. Guidelines supplied by Grace Cosntruction Products are provided in Item 87 of this section. Please note that one section of Edgewood Terrace shall be constructed without rebar. All other City of Fort Worth Standards stated in this section are applicable. (a) All applicable provisions of standard Specifications Item 314 "Concrete Pavement," shall apply. The Contractor shall use a six (6) sack concrete mix for all hand placement in the intersections. The unit price bid per square yard shall be full payment for all labor, material, equipment and incidentals necessary to complete the work. (b) Concrete pavement acceptance shall be as set forth in "Concrete Pavement Acceptance" within these Special Provisions. (c) All concrete pavement not placed by hand shall be placed using a fully automated . paving machine as approved by the ENGINEER. Screeds will not be allowed except if approved by the ENGINEER. 43. PAY ITEM -CURB-7 INCH -INSTALL (810-00843): Th~ 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 reti;lining walls not significantly impacted by proposed grade · phanges will be protected. Replacement of retaining walls not impacted by proposed grade changes will be at the expense of the Contractor. · · 46. PAY ITEM-PAVEMENT-TRANSITION-MIN 6 INCH HMAC-INSTALL (810-00471): This item will consist of the furnishing and placing an HMAC surface in transition areas where indicated on the plans, as specified in these specifications and at other locations as · may be directed by the ENGINEER. City of Fort Worth, Texas Special Provisions For Street and Storm Drain Improvements PMo· Release Date: 07/28/2010 Page SP-20 of 45 05 .6-while double sided -Special Provisions paving-drainage (PMO_Release_20100728}.doc SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS . . This item shall be governed by all applicable provisions of Standard Specifications Item 312 . The price bid per ton "PAVEMENT -TRANSITION -MIN 6 INCH HMAC -INSTALL" as shown in the Proposal will be full payment for materials includ ing all labor, equipment, tools and incidentals necessary to complete the work. 48. PAY ITEM -TRENCH SAFETY SYSTEM> 5 FOOT DEPTH -INSTALL (BID-00372): Description: This item will consist of the basic requirements which the Contractor must comply with in order to provide for the safety and health of workers in a trench. The 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 shail, 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. 49 . PAY ITEMS -SUBGRADE - 6 INCH LIME STABILIZED -27 LBS/SY -INSTALL (BID- 00484A), -SUBGRADE - 6 INCH LIME STABILIZED -36 LBS/SY -INSTALL (BID- , .. 004848) and SUBGRADE-LIME FOR STABILIZATION -INSTALL (BID-00496): See Standard Specifications Item No . 210, "Lime Treatment (Material Manipulation)" and Specification lteni 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-28 LBS/SY -INSTALL" and "SUBGRADE-6 INCH LIME STABILIZED -36 LBS/SY -INSTALL" as shown in the Proposal will be full payment for all labor, equipment, tools and incidentals necessary to complete the work . The price bid per ton for "SUBGRADE -LIME FOR STABILIZATION -INSTALL" as shown in the Proposal will be full payment for materials necessary to complete the work. 50. PAY ITEM -PAVEMENT-6 INCH HMAC -INSTALL (BID-00451): The base course shall be a 3" deep Type "B" course placed in one lift. The surface course shall be a 3" deep Type "D" course placed in one lift. All provisions of Standard Specification No. 312.7 'Construction Tolerance ' shall apply except as modified herein: 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_2010072B).doc SPECIAL PROVISIONS FOR . STREET AND STORM DRAIN IMPROVEMENTS · 1) After completion of each asphalt paving course, core tests will be made to determ ine compl iance with the contract specifications. The hot-mix asphaltic concrete pavement will be core drilled by the City of Fort Worth. The th ickness of the asphaltic surface will be determined by measurement cores taken at locations determ ined by the ENGINEER. The thickness of individual cores will be determined by averaging at least three (3) measurements . If the core measurements indicate a deficiency , the length of the area of such deficient thickness shall be determined by additional cores taken along the length of the pavement in each direction until cores are obtained which are at least of specified thickness. The width of such area shall not be less than % of the roadway width . · 2) When the thickness of the base course (as determined from core samples) is more than 15% defident of the plan thickness , the Contractor shall remove and replace the deficient area at his own expense . If the thickness is less than 1. 5% deficient, the Contractor shall make up the difference in the base thickness with surface . course material. 3) The surface course must be the plan thickness . This does not include surface course material used to make up deficiencies in the base course as described in item 2). 4) The overall thickness of asphaltic concrete pavement .must be a minimum of the plan .thickness. Deficient areas (as determined in item 1) found to be less than the plan thickness will be removed and replaced at the Contractor's expense. 5) No additional payment over the contract price will be made for any hot-mix asphaltic concrete course of a thickness exceeding that required by the plans and specifications . . 6) HMAC Testing Procedure : . The Contractor is required to submit a Mix Design for both Type "B " and "D" asphalt that will be used for each project. This should be submitted at the Pre -Construction 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 t he 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 th.e monitoring of the number of passes by a roller to establish a roUing pattern that will provide the required densities. The required Density for Type "B" and for Type "D " asphalt will be 91 % of the calculated Ma rshal (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 requ irement applies to both Type "B" and "D " asphalt. . Densities on type "B" must be done before Type ll D" asphalt is applied. City of Fort Worth , Texas Special Provi sions Fo r Street and Storm Drain Improve men ts PMO Release Date : 07/28/2010 Page SP-22 of 45 05 .6 -wh ite double sided -Special Provisi ons paving -dra inage (PMO_Release_2010072B).doc . _,.. !~ SPECIAL PROVISIONS FOR · · STREET AND STORM DRAIN IMPROVEMENTS Cores to determine thickness of Type "B" asphalt must be taken before Type "D" asphalt is applied. Upon completion of the application of Type "D" asphalt additional cores must be taken to determine the applied thickness. 51. PAY ITEMS -WALK -INSTALL .(BID-00528), CURB & GUTTER -INSTALL (BID- 00423), WALK-ADA WHEELCHAIR RAMP .;.INSTALL (BID-01227), AND DRIVEWAY -INSTALL (BID-00401) Concrete flatwork is defined as curb, curb and gutter, sidewalks, leadwalks, wheelchair ··ramps and driveways as shown in the · plans.· This provision governs the sequence of work related to concrete flatwork and shall be considered a supplem~nt to the specifications governing each specific item. The Contractor shall 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 '.fhe flatw6rk 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 . ·The price bid each ton for "WALK -ADA WHEELCHAIR RAMP ... INSTALL "as shown in the Proposal will be full payment for materials necessary to complete the work for that item. The type of ramp shall be per plan and shall be called out in the Proposal item. The price bid per square foot for "DRIVEWAY -INSTALL" as shown in the Proposal will be full payment for materials necessary to complete the work for that item. 52. PAY ITEMS -WALK .... REMOVE (BID-00529), CURB & GUTTER .... REMOVE (BID- 00424), WALK-ADA WHEELCHAIR RAMP -REMOVE (BID-00533), AND DRIVEWAY ·~REMOVE (BID-00402): These items include removal of existing concrete sidewalks, driveways, steps, leadwalks and/or wheelchair ramps at location shown on the plans or as designed by the ENGINEER. See Item No. 104 "Removing Old Concrete", for Specifications governing this item . 53. PAY ITEMS -WALK -STEPS .... REMOVE (BID-00537) and WALK -. STEPS .... INSTALL (BID-00536): See Standard Specification Item No. 516 , "Concrete Steps" for specifications governing this item as well as ·Detail SM-3 . The price bid per square foot for "WALK --STEPS .... REMOVE" and "WALK -STEPS - INSTALL" as shown in the Proposal will be full payment for materials including all labor, City of Fort Worth , Texas Special Provisions For Street and Storm Dra in Improvements PMO Release Date : 07/28/2010 Page SP-23 of 45 05 .6 -white double sided -Special Provisions paving-drainage (PMO_Release_2010012a).doc SPECl~L PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS 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 th.e 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 subcontractots. The unit price per linear foot shown on the Proposal shall be full compensation for all materials , labor, equipments, tools and incidentals necessary to complete the work for each. 56. PAY ITEMS -MAILBOX -REMOVE -On Metal or Wooden Pole (B1D-00408A), MAILBOX -REMOVE -Masonary, Rock, Brick (BID-004088) MAILBOX -INSTALL -On Metal or Wooden Pole (B1D-00407A), and .MAILBOX -INSTALL -Masonary,.Rock, Brick (BID-004078) Note, Bid Items 00407 A and 00408A involve the removal and installation of. maHboxes that are on poles, without regard to the material of the pole. Bid Items 004078 and 004088 involve the removal and the .i nstallation 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 . removed items . Items which are to be repaired or reconstructed should look architecturally the same in material and appearan~e and should be reconstructed or repair~d in a better or new condition. All applicable provis ions 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 orgahics 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 . ·· · City of Fort Worth , Texas Special Provisions For Street and Storm Dra in Imp roveme nts PMO Release Date : 07/28/2010 . Page SP -24 of 45 05 .6 . wh ite do uble sided . Special Provisions paving-dra inage (PMO..;.Re lease_20100728).doc SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS 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. PAYITEM-UNCLASSIFIED TRENCH EXCAVATION AND BACKFILL-INSTALL (BID- 00101): Work under this item includes all the proposed excavation and backfill .' in the project area and the necessary fill area (if any). Payment will be made for the quantity of earth excavated/backfilled from the trench in cubic yards. The placing of fill shall be subsidiary to . the trench excavation/backfill price.• Excess material which is obtained from excavating the trench may be used for fill placement subject to the provisions of Item 114 of the City of Fort Worth Standard Specifications and approval of the ENGINEER. All excavated material which is unacceptable as fill material shall become the property of the Contractor to be hauled off the site and disposed of properly. Unacceptable material shall be, but not limited to: rocks, concrete, asphalt, debris, etc. The cost for removal and disposal of unacceptable material shall be subsidiary to the unit prices. · 60. PAY ITEM -STORM WATER POLLUTION PREVENTION > Than . 1 AC SWPPP - INSTALL (BID-00100): PERMIT: As defined by Texas Commission on Environmental Quality (TCEQ) regulations, a Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required for all construction activities that result in the disturbance of one to five acres (Small Construction Activity) or five or more acres of total land (Large Construction Activity). The Contractor is defined as an "operator'' by state regulations and is required to obtain a permit. 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%. NOTICEOF INTENT-(NOI): If the project will result in a total land disturbance ·equal to or greater than 5 acres, the Contractor shall sigri at the pre-construction ,meeting a TCEQ City of Fort Worth, Texas Special Provisions For Street and Storm Dra in 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 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 ContraGtor understands the requirements of the permit for storni 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 maih:d) 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 ?°8711-3087 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 aU sites that qualify as Large Construction Activity, · · the Contractor shall sign, prior to final payment, a TCEQ Notice of Termination (NOT} form prepared by the ENGINEER. it serves as a notice that the site is no longer subject to the requirement of the permit. The NOT should be mailed to: BY REGULAR U.S. MAIL Texas Commission on Environmental Quality Storm Water Pro.cessing Center (MC228) P.O. Box 13087 Austin, TX 78711-3087 BY OVERNIGHT/EXPRESS MAIL ·Texas Commission on Environmental Quality Storm :Water Processing Genter (MC228) 12100 Park 35 Circle Austin, TX 78753 A copy of the NOi and NOT shall be sent to : City of Fort Worth · Department of Environmental Management 1oOO Throckmorton Street Fort Worth, TX 76102 STORM WATER POLLUTION PREVENTION PLAN (SWPPP): A document consistjng of an er6sidn controi and toxic waste management plan and a narrative defining site parameters City of Fort Worth , Texas Special Provisions For Street and Storm Dra in Improvements PMO Release Date : 07/28/2010 Page SP-26 of 45 05 .6 -white double sided -Special Provisions paving '.drain_age (PMO _Release_20100728).doc SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS and techniques to be employed to reduce the release of sediment and pollution from the construction site. Five of the project SWPPP's are available for viewing at the plans desk of the Department of Transportation and Public Works. The selected Contractor shall be provided with three copies of the SWPPP · after award of contract, along with unbounded copies of all forms to be submitted to the Texas Commission on Environmental Quality. LARGE CONSTRUCTION ACTIVITY -DISTURBED AREA EQUAL TO OR GREATER THAN 5 ACRES: A Notice of Intent (NOi) form shall be completed and submitted to the TCEQ including payment of the TCEQ required fee. A SWPPP that meets all TCEQ requirements prepared by the ENGINEER shall be prepared and implemented at least 48 hours before the commencement of construction activities. The SWPPP shall be incorporated into in the contract documents. The Contractor shall submit a schedule for implementation of the SWPPP. Deviations from the plan must be submitted to the .ENGINEER for approval. The SWPPP is not warranted to meet all the conditions of the permit since the actual construction activities may vary from those anticipated during the preparation of the SWPPP. Modifications may be required to fully conform to the requirements of the Permit. The Contractor must keep a copy of the most current SWPPP at the construction site. Any alterations to the SWPPP proposed by the Contractor must be prepared arid submitted by the Contractor to the ENGINEER for review and approval. A Notice of Termination (NOT) form shall be submitted within 30 days after final stabilization has been achieved on all portions of the site that is the responsibility of the permittee, or, when · another permitted operator assumes control over all areas of the site that have not been finally stabilized. SMALL CONSTRUCTION ACTIVITY -DISTURBED AREA EQUAL TO OR GREATER THAN ONE ACRE BUT LESS THAN FIVE ACRES: Submission of a NOi form is not · required. However, a TCEQ Site Notice form must be completed and posted at the site. A copy of the completed Site Notice must be sent to the City of Fort Worth Department of Environmental Management at the address listed above. A SWPPP, prepared as described above, shall be implemented at least 48 hours before the commencement of construction activities : The SWPPP niust include descriptions of control measures necessary to prevent and control soil erosion, sedimentation and water pollution and will be included in the contract documents. The control measures shall be installed and maintained throughout the construction to assure effective and continuous water pollution control. The controls may include, but not be limited to, silt fences, straw bale dikes, rock berms, diversion dikes, interceptor swales, sediment traps and basins, pipe slope drain, inlet protection, stabilized construction entrances, seeding, sodding; mulching, soil retention blankets, or other structural or non-structural storm water pollution controls. The method of control shall result in a minimum sediment retention of 70% as defined by the NCTCOG "BMP Manual." Deviations from the proposed control measures must be submitted to the ENGINEER for approval. PAYMENT FOR SWPPP IMPLEMENTATION: Payment shall be made per lump sum as shown on the proposal as full compensation for all items contained in the project SWPPP. 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 City of Fort Worth, Texas Special Provis ions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-27 of 45 05 .6 -white double sided -Special Provisions paving-drainage (PMO_Release_20100728).doc SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS 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 . 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.uti lize standard traffic reroute configurations posted as ''Typicals" on the ~ity'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 sha ll 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 itdoes not meet the required specifications , the permanent sign shall be left in place until the temporary sign requirements are met. When construction work is ·completed to the extent .that the permanent sign can be reinstalled , the Contractor shall again contact the Signs and Markings Division to reinstall the permanent sign and shall leave his temporary sign in place until such reinstallation is completed . . Work shall not be performed on certain locations/streets during "peak traffic periods" as determination by the City Traffic Engineer. The lump sum pay item for traffic control shall cover design, and / or installation and maintenance of the traffic control plans. 62. PAY 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 ali' times on each project under construction . Maintenance will include . painting and repairs as directed by the ENGINEER. It will be the responsibility of the Contractor to have the individual project signs lettered ·and painted in accordance with the enclosed deta il. 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 . PAYMENT: Payment for this item shall be c1t the contract unit price per each construction sign installed and maintained through the course of the project. The City of Fort Worth, Texa s Special Provisions For Street and Storm Dra in Imp roveme nts PMO Relea se Date : 07/28/2010 Page SP-28 of 45 05 .6 -white doub le sided -Special Prov isions pavin g-drainage (PMO _Release_20100728).doc SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS unit price for each sign will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the work. 63 . PRE BID ITEM-UTILITY ADJUSTMENT-REPAIR (BID-00414): 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. 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. PAY 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 . 'PAYMENT: Payment for this item shall be at the contract unit price per each valve box adjustment. The unit price for each adjustment will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the work. 66 . PAY 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 . City of Fort Worth , Texas Special Provisions For Street and Storm Dra in Improvements PMO Release Date: 07/28/20 10 Page SP-29 of 45 05 .6 -white double sided -Special Provisions paving -dra inage (PMO_Release_20100728).doc SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS PAYMENT: Payment for this item shall be at the contract unit price per each manhole adjustment. The unit price for each adjustment will · be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the work. 67. PAY 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. PAYMENT: Payment for this item shall be at the contract unit price per each meter box adjusted. The unit price for .. each adjustment will . be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the work. 68. NON PAY ITEM-PAVEMENT-SILICONE JOINT SEALANT 1·. SCOPE CITY OF FORT WORTH, TEXAS TRANSPORTATION AND PUBLIC WORKS DEPARTMENT SPECIFICATION for SILICONE JOINT SEALING (Revision 1, October 18, 1989) (Revision 2, May 12, 1994) This specification for silicone joint sealing Portland Cement Concrete pavement and curbs shall supersede Item 314.2. (11) "Joint Sealing Materials" of STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION -CITY OF FORT WORTH, and Item 2.210 "Joint Sealing" of STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION -NORTH TEXAS COUNCIL OF GOVERNMENTS. 2. MATERIALS 2.1 The silicone joint sealant shall meet Federal Specification TT-S-001543A for Class A sealant except as . modified · by the test requirements of this specification. Before the installation of the joint sealant, the Contractor shall furnish the ENGINEER certification by an independent testing laboratory that the silicone joint sealant meet these requirements . 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 s.hall be submitted to the l=NGINEER. Acetic acid cure sealants shall not be accepted . The silicone ·sealant shall be cold applied. 2.3 Self-Leveling Silicone Joint Sealant City of Fort Worth, Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date: 07/26/2010 Page SP-30 of 45 05 .6 -white double sided -Special Provisions paving-drainage (PMO_Release_20100728).doc SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS The joint sealant shall be Dow Corning 890-SL self-leveling silicone joint sealant as manufactured by Dow Corning Corporation, Midland, Ml 48686- 0994, or an approved equal. Self-Leveling Silicone Joint Sealant Test Method Test Requirement AS SUPPLIED **** Non Volatile Content, % min. 96 to 99 MIL-S.:.8802 Extrusion Rate, grams/minute 275 to 550 ASTM D 1475 Specific Gravity 1.206 to 1.340 **** Skin-Over Time, minutes max. 60 **** Cure Time, days 14 to 21 **** Full Adhesion, days 14 to 21 AS CURED- ASTM D 412, Die Mod. Elongation,% min . 1400 ASTM D3583 Modulus @ 150% Elongqtion , psi max. 9 (Sect. .14 Mod.) ASTM C 719 Movement, 10 cycles@ +100/-50% No Failure ASTM D3583 Adhesion to Concrete, % Elongation min . 600 (Sect. 14 Mod.) ASTM D 3583 Adhesion to Asphalt, % Elongation min. 600 (Sect. 14 Mod.) 2.4 The joint filler sop shall be of a closed cell expanded polyethylene foam backer rod and polyethylene bond breaker tape of sufficient size to provide a tight seal. The back rod and breaker tape shall be installed in the saw-cut joint to prevent the joint sealant from flowing to the bottom of the joint. The backer rod and breaker tape shall be compatible with the silicone joint sealant and no bond or reaction shall occur between them. Reference is made to the "Construction Detail" sheet for the various joint details with their respective dimensions . · 3. TIME OF APPLICATION On newly constructed Portland Cement Concrete pavement, the joints shall be initially saw cut to the required depth with the proper joint spacing as shown on 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 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 -white double sided -Special Provisions paving-drainage (PMO_Release_20100728).doc -SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS 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 furn ished by the Contractor. The Contractor shall keep his equipment in a satisfactory working condition and shall be inspected by the ENGINEER prior to the beginn ing 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 ps i and 120 cfm . There shall be suitable reaps for the removal of all free water and oil from the compressed air. The blow-tube shall fir into -the saw-cut joint. 4.5 Extrusion Pump: The output shall be capable of supplying a sufficient volume of sealant to the joint. 4.6 Injection Tool : This mechanical device shall apply the sealant uniformly into the joint. 4 . 7 Sandblaster: The design shall be fo r commercial use with air compressors as specified in Paragraph 5.4 . 4 .8 Backer Rod Roller and Tooling Instrument: These devices shall be clean and free of contamination. They shall be compatible with the join depth and width requirements~ 5. CONSTRUCTION METHODS 5.1 General : The joint reservo ir saw cutting , clean ing , bond breaker installation, and joint sealant placement shall be performed in a continuous sequence of operations 5.2 Sawing Joints: T he joints shall be saw-cut to the width and depth as shown on . --the ''Construction -Oetail "·-sheet. The face.s of the -joints ·shall -be uniform in width .and depth along the full length of the joint. · 5.3 Cleaning Joints: Immediately after sawing, the resulting. concrete slurry shall be completely removed from the joint and adjac~nt area by flushing with high pressure water .. ,.Thewater flushing shall be done in one-direction to prevent joint contamination. , City of Fort Worth, Texas Special Provisions For Stre et and Storm Dra in Improvements PMO Re lease Date : 07/28/2010 Page SP-32 of 45 05 .6 -wh ite double sided -Special Prov isions paving-dra inage {PMO_Reiease_20100728).doc SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS When the Contractor elects to saw the joint by the dry method, flushing the · joint with high pressure water may be deleted. The dust resulting from the sawing shall be removed from the joint by using compressed air. (Paragraph Rev. 1, October 18, 1989) After complete drying, the joints shall be sandblasted. The nozzle shall be attached to a mechanical aiming device so that the sand blast will be directed at ·an angle of 45 degrees and at a distance of one to two inches from the face of the joint. Both joint faces shall be sandblasted in separate, one directional passes. Upori 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 dimensions. 5.4 Joint Sealant: Upon placement qf the bond breaker rod and tape, the joint sealant shall be applied using the mechanical injection tool. The joint sealant application shall not be permitted when the air and pavement temperature is less than 40F (4C). Joints shall not be sealed unless they are clean and dry. Unsatisfactorily sealed joints shall be refilled. Excess sealant left on the pavement surface shall be removed and discarded and shall not be used to seal the joints. The pavement surface shall present a clean final condition. Traffic shall not be allowed on the fresh sealant until it becomes tack-free . Approval of Joints: A representative of the sealant manufacturer shall be present at the job site at the beginning of the final cleaning and sealing of the joints. He shall demonstrate to the Contractor and the ENGINEER the acceptable method for sealant installation. The manufacturer's representative shall approve the clean, dry joints before the sealing operation commences. 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 City of Fort Worth, Texas . Special Provisions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-33 of 45 05.6 -white double sided -Special Provisions paving-drainage (PMO _Release_20100728).doc SPECIAL PROVISIONS FOR STREET AND STO.RM DRAIN IMPROVEMENTS replace any failed joints at no cost to the City. Both warranties shall be for two years after final acceptance of the completed work by the ENGINEER. 7. BASIS OF PAYMENT All costs associated with concrete joint sealant shall be subsidiary to the concrete item and no other compensation will be provided. 69. NON-PAY ITEM -ACCEPTANCE OF REINFORCED CONCRETE PAVEMENT: . . The concrete pavement acceptance policy shall be as follows: A. Penalty for Deficient Pavement Thickness. There shall be no acceptance of deficient pavement thickness other than the tolerances specified .below. 1. Pavement thickness deficiency up to 0.25-inch will be considered as satisfactory and the contract unit price will be used for payment if the average thickness Within the project meets or exceeds the specified designed thickness. 2 . Deficiencies of greater than 0 .25-inch shall be removed and replaced with pavement of plan · thickness .at contractor's entire. expense. · B. Cracked Concrete Acceptance Policy. · If cracks exist in concrete pavement upon completion of the project, the Project Inspector shall make a determination as to the need for action to address the cracking as to its cause and recommended remedial work. If the recommended remedial work is routing and sealing of the cracks to protect the subgrade, the Inspector shall make the determination as to whether to rout and seal the cracks at the time of final inspection and acceptance or at any time prior to the end of . the project maintenance period. The Contractor shall perform the routing and sealing work as. directed by the Project Inspector, at no cost to the City, regardless of the cause of the cracking. . . If rE:imedial 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 po cost to the City. Remedial work in thi~ c.ase shall be limited to removing and replacing the deficient work with new material and workmanship that meets the requirements of the contract. City of Fort Worth, Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date : 07/28/201.0 · Page SP-34 of 45 . 05.6 -white double sided -Special Provisions paving-drainage (PMO_Reiease_2010.0728).doc ·, . ·SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS If remedial work beyond routing and sealing is determined to be necessary, and the Inspector and . the Contractor agree that the cause of the cracking is not deficient materials or workmanship, the City may request the Contractor to provide an estimate of the cost of the necessary remedial work and/or additional work to address the cause of the cracking, and the Contractor will perform that work at the agreed-upon price if the City elects to do so. If remedial work is necessary, and the Inspector and the Contractor cannot agree on the cause of the cracking, the City may hire an independent geotechnical engineer to perform testing and analysis to determine the cause of the cracking. The contractor will escrow 50% of the proposed costs of the geotechnical contract with the City. The Contractor and the City shall use the services of a geotechnical firm acceptable to both parties. If the geotechnical engineer determines that the primary cause of the cracking is the Contractor's deficient material or 'A'.orkmanship, the remedial work will be performed at the Contractor's entire expense and the Contractor will also reimburse the City · for the balance of the cost of the geotechnical investigation over and above the amount that has previously been escrowed. Remedial work in this case shall be limited to removing and replacing the deficient work with new material and workmanship that meets the requirements of the contract. If the geotechnical engineer determines that the primary cause of the cracking is not the Contractor's deficient material or workmanship, the City will return the escrowed funds to the Contractor. The Contractor, on request, will provide the City an estimate of the costs of the necessary remedial work and/or additional work and will perform the work at the agreed-upon price as directed by the City. 70. NON-PAY ITEM . -CLEARING AND GRUBBING: All objectionable items within the limits of this project and not otherwise provided for shall be removed under this item in accordance with Standard Specification Item 102, "Clearing and Grubbing." However, no direct payment will be made for this item and it shall be considered incidental to this contract. 71. NON-PAY ITEM-SPRINKLING FOR DUST CONTROL: All applicable provisions of Standard Specifications Item 200, "Sprinkling for Dust Control" shall apply. However, no direct payment will be made for this item and it shall be considered incidental to this contract. 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 ex~sted prior to start of work. 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_20100728).doc SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS . . By ordinance, the Contractor must obtain a permit from the City Forester before any work (trimming, removal or root pruning) can be done on trees or shrubs growing on public property including street rights-of-way and designated alleys. This permit can be obtained by calling the Forestry Office. All tree work shall be in compliance with pruning standards for Class II Pruning as described by the National Arborist Association. A copy of these standards can be provided by calling the above number. Any damage to public trees due to negligence by the Contractor shall be assessed using the current formula for Shade Tree Evaluation as defined by the International Society of Arboriculture. Payment for negligent damage to public trees shall be made to the City of Fort Worth and may be withheld from . funds due to the Contractor by the City. To prevent the spread of the Oak Wilt fungus, all wounds on Live Oak and Red Oak trees shall be immediately sealed using a commercial pruning paint. This is the only instance when pruning paint is recommended. 73. NON-PAY ITEM-CONCRETE COLORED SURFACE: Concrete · wheelchair ramp surfaces, excluding the side slopes and curb ; shall be colored with LITHOCHROME color hardener or equal. A brick red color, a dry-shake hardener manufactured by L.M . Scofield Company or equal, shall be used in accordance with · manufacturers' instructions. Contractor shall provide a sample concrete panel of one foot by · one foot by three inches dimension, or other dimension approved by the ENGINEER, · meeting the aforementioned specifications. The sample, upon approval of the ENGINEER, shall be the acceptable standard to be applied for all construction covered in the scope of this Non-Pay Item. No direct payment will be made for this item and it shall be considered incidental to this contract. The method of application shall be by screen, sifter, sieve , or other means in order to · provide fora uniform color distribution. 74. NON-PAY ITEM-PROJECT CLEAN-UP: The Contractor shall be aware that keeping the project site .in a neat and orderly condition is considered an integral part of the contracted work and as such shall be .considered subsidiary to the appropriate bid items. Clean up work shall be done as directed by the ENGINEER as the work progresses or as needed. If, in the opinion of the ENGINEER it is necessary, clean up shall be done on a daily basis. Clean up work shall include, but not be limited to: • Sweeping the street clean of dirt or debris • Storing excess material in appropriate and organized manner - • Keeping trash of any kind off other properties. If the ENGINEER does not feel that the jobsite has : been kept in an orderly condition, on the . next estimate payment (and all subsequent payments ·until completed) of the appropriate bid · , ··· item(s)-will be reduced by 25%: · ·· ., • · · 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. City of Fort Worth , Texas Special Prov isions For Street and Storm Dra in Improvements PMO Release Date: 07/28/2010 Page SP-36 of 45 05 .6 -wh ite double sided -Special Provisions paving-drainage (PMO_Release_20100728).doc SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS 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 Urning of the Work associated with the Contra·ct. All submittals shall be submitted in PDF format, and schedule files shall also be submitted in native file format (i.e. fi le 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. Ex-perience preparing and maintairiing 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 logica l 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. b. The construction progress shall be divided into activities with time durations no greater than 20 work days. Fab rication , 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. City of Fort Worth, Texas Special Prov isions For Street and Storm Drain Improvements PMO Release Date : 07/28/20 10 Page SP-37 of 45 05 .6 -wh ite do uble sided -Special Provisions paving-drainage (PMO_Release_20100728).doc SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS f . Thirty days shall be used for submittal rev iew unless otherwise specified. The construction schedule shall be divided into general activities as indicated in the Schedule Guidance Document and each general activity sha ll be broken down into sub- activities in enough detail to achieve sub-activities of no greater than 20 days duration. · The Schedule Guidance Document is located on Buzzsaw and is hereby made a part of this contract document by reference for all purposes , the same as if copies verbatim herein. For each general activity , the construction schedule shall identify all trades or subcontracts applicable to the project Whose work is represented by activities that follow the guidelines of this section . For each of the trades or subcontracts applicable to the project, the construction schedule shall indicate the following : procurement, construction , pre-acceptance activities, and events in their logical sequence for equipment and materials . Include applicable activities and milestones such as:· 1. Milestone for formal Notice to Proceed 2. Milestone for Final Coll]pletion or other completion dates specified in the contract documents 3. Preparation and transmittal of submittals 4. Submittal review periods 5. Shop fabrication and delivery 6. Erection and installation 7. Transmittal of manufacturer's operation and maintenance instructions 8. Installed equipment and material testing 9. Owner's operator instructions (if applicable) 10. Final inspection 11 . Operational testing 75(b) PROGRESS CONSTRUCTION SCHEDULE : The CONTRACTOR shall prepare and submit monthly to the OWNER for approval the updated schedule in accordance with Section 81 and 82 and the OWNER's Schedule Guidance Document inclusive. As the Work progresses , the CONTRACTOR shall enter into the schedule and record actual progress as described in the Schedule Guidance Document. The updated schedule submittal shall also include a concise narrative report that highlights the following , if appropriate and applicable: • Changes in the critical path, • Expected schedule changes , • Potential delays , • Opportunities to expedite the schedule, • Coordination issues the OWNER should be aware of or can assist with, • Other schedule-related issues that the CONTRACTOR wishes to communicate to the OWNER. a. The CONTRACTOR's monthly progress payment applications will not be accepted and processed for payment without monthly schedule updates, submitted in the time and manner required by this specification and the Schedule Guidance Document, and which accwately reflects the allowable costs due under the Contract Documents and is accepted by the OVVNER. City of Fort Worth , Texas Special Prov isions Fo r Stree t and Sto rm Dra in Improve ments PMO Release Date : 07/28/20 10 Page SP-38 of 45 05 .6 -wh ite double sided -Special Prov is ions pav ing -dra inage (l:'MO_Re lease_20100728).doc SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS 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 witb .due diligence as will ensure completion within the time specified in the Contract. 76. SCHEDULE TIERS SPECIAL INSTRUCTIONS: . The requirements for the schedule are determined based on the nature and needs of the project. · The schedule for all · projects shall be Tier 3 unless otherwis~ 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 · Docum~nts. TIER 3 COST LOADING SPECIAL INSTRUCTIONS : 1. At a minimum, each Activity Breakdown Structure (ABS) in the scheduling software shall be cost-loaded with the total contract dollars associated with the respective ABS elements. TIER 4 COST LOADING SPECIAL INSTRUCTIONS: 1. Adhere to all Tier 3 requirements, and additionally the following: 2. Work (Schedule of Values Pay Items using the OWNER's standard items) shall be loaded into the scheduling software using the "NON-LABOR" resource type showing the quantity of work to be done along with the corresponding value of the work measured in dollars. It is intended that Earned Value will be calculated as the schedule resources are progressed . TIER 5 COST LOADING SPECIAL INSTRUCTIONS: 1. Adhere to all Tier 4 requirements, and additionally the following: • Labor resources (Man-Hours) shall be loaded into the scheduling software using the "LABOR" resource type with man-hours and without cost. 77. NON-PAY ITEM-NOTIFICATION OF RESIDENTS: In order to cut down on the number of complaints from residents due to the dust generated wheh saw-cutting joints in concrete pavement, the Contractor shall notify residents, in City of Fort Worth, Texas Special Provisions For Street and Storm Dra in 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 . SPEC.IAL PROVIS.IONS FOR STREET AND STORM DRAIN IMPROVEMENTS writing, at least 48 hour.s 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 ~~act · 78. NON-PAY ITEM-PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION: Prior to beginning construction on any block in the project, the Contractor shall, ona blo~k by block basis, prepare and deliver a notice or flyer of the pending construction to the front door of each re:sidence 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 plock in the project area. The flyer shall be prepared on the Contractor's letter.head and shall include the following information: Name of Prpject, City Project No., ~cope 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 no~ification' flyer is attached. The Contractor shall submit a schedule showing the construction start · and finish time for each block of the project to the inspector. In addition, a copy of the flyer shall be delivered to the City Inspector for his review pdorfo being distributed. The Contractor will not be allowed to begin construction on any block until the flyer is delivered to all residents of the block. An electronic version of the sample flyer can be obtained from the construction office. All work involved with the pre-construction notification flyer shall be considered subsidiary to the contract price and no additional compensation shall be made. 79. NON-PAY ITEM -PRE-CONSTRUCTION NEIGHBORHOOD MEETING: After the pre-construction conference has been held but before construction is allowed to begin on this project a public meeting will be held at a location fo be determined by the ENGINEER. The Contractor, inspector, and project manager shall meet with all affected residents and present the projected schedule, including construction start date, and answer any construction related questions. Every effort will be made .to schedule the neighborhood meeting . within the two weeks following the pre-construction conference but in no case will construction be allowed to begin until this meeting is held. 80. NON-PAY ITEM -WASHED ROCK: All washed rock used for embedment or backfill or as otherwise directed by the ENGINEER shall washed, crushed stone and shall meet the following gradation and abrasion: (Actual washing. not required if gradatie>n is met) · City .of Fort Worth, Texas Sieve Size 1" 1/2" 3/8" #4 #8 Special Provis ions For Street and Storm Drain Improvements PMO Release Date : 07/28/2010 Page SP-40 of 45 . % Retained 0-10 40-75 55-90 90-100 95-100 . 05 .6 -white double sided -Special Provisions paving-drainage (PMO_Reiease_20100728).doc ·~: ... . --. SPECIAL PROVISIONS FOR STREET AND .STORM DRAIN IMPROVEMENTS Los Angeles Abrasion Test: 50% Maximum wear· per A.S.T.M. Designation C-131. 81. NON-PAY ITEM -SAWCUT OF EXISTING CONCRETE: When existing concrete or HM.AC. is cut, such cuts shall be made with a concrete saw. The Contractor may break out curb and gutter to the nearest joint if he chooses. All sawing shall be subsidiary to the unit cost of the respective item. 82. NON PAY ITEM -LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES: The Contractor shall be responsible for locating and marking all previously exposed manholes and water valves in each street of this contract before repaving commences for a particular street. · The Contractor shall attempt to include the ENGINEER (if he is available) in the observation and marking activity. In any event a street shall be · completely marked a minimum to two (2) working days before repaving begins on any street. Marking the curbs with paint is a recommended procedure. It shall be the Contractor's responsibility 't6 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 sha _ll notify the utilities of this completion and indicate that start of the next one in order for the utilities to adjust facilities accordingly. The Contractor shall be responsible for all materials, equipment and labor to perform a most accurate job and all costs to the Contractor shall be figured subsidiary to this contract. 83 . NON PAY 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. 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. 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. while double sided. Special Provisions paving-drainage (PMO_Release_20100728).doc SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS 86. NON PAY ITEM -TEMPORARY EROSION, SEDIMENT AND WATER POLLUTION CONTROL (FOR DISTURBED AREAS LESS THAN 1 ACRE): A. DESCRIPTION: This item shall consist of temporary soil erosion sediment and water pollution control measures deemed necessary by the ENGINEER for the duration of the contract. These control measures shall at no time be used as a substitute for the permanent control measure unless otherwise directed by the ENGINEER and they shall not include measures taken by the CONTRACTOR to control conditions created by his construction operations. The temporary measures shall include dikes, dams, berms, sediment basins, fiber mats, jute netting, temporary seeding, straw mulch, asphalt mulch, plastic liners, rubble liners, slope drains and other devices. All inlet. protection measures shall be designed to allow for runoff to freely overflow into the inlet during a flood event. B. Further, erosion control measures placed in front of inlets, or in channels, drainageways or barrow ditches will be at the risk of the contractor. Contractor shall remain liable for any damage caused by the measures, including flooding damage which may occur due to blocked drainage. At the conclusion of any project, all channels, drainageways and barrow ditches in the work zone shall be dredged of any sediment generated by the project or deposited as a result of as a result of erosion control measures. Any such dredging must comply with all Federal, State and local regulations. C. CONSTRUCTION REQUIREMENTS: The ENGINEER has the authority to define erodible earth and the authority to limit the surface are of erodible-earth material exposed by preparing right-of-way, clearing and grubbing, the surface area of erodible"'.'earth material exposed by excavation , borrow and to direct the CONTRACTOR to provide temporary pollution-control measures to prevent contamination of adjacent streams, other water course, lakes, ponds or other areas of water irripoundment. Such work may involve the construction of temporary berms, dikes, dams, sediment basins, slope drains arid 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 sch~dule. 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 s~reams. 1. Frequent fordings of live streams will not be permit,:ed; therefore, temporary bridges or other structures shall be used wherever an City of Fort Worth, Texas Special Provisions For Street and Stenn Drain Improvements PMO Release Date : 07/28/2010 Page SP-42 of 45 05 .6 -white double sided -Special Provisions paving-dr1;1inage (PMO_Release_20100728).doc SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS appreciable number of stream crossing are necessary. Unless otherwise approved in writing by the ENGINEER, mechanized equipment shall not be operated in live streams. 2 . When work areas or material sources are located in or adjacent to live streams, such areas shall be separated from the stream by a dike or other barrier to keep sediment from entering a flowing stream. Care shall be taken during the construction and removal of such barriers to minimize the muddying of a stream. 3. All waterways shall be cleared as soon as practicable of false work, piling , debris or other obstructions placed during construction operations that are not part of the finished work. 4. The Contractor shall take sufficient precautions to prevent pollution of streams, lakes and reservo irs with fuels, oils, bitumens , calcium chloride or other harmful materials. He shall conduct and schedule his operations so as to avoid or minimize siltation of streams , lakes and reservoirs and to avoid interference with movement of migratory fish. D. SUBMITTAL: Prior to the start of the applicable construction, the Contractor shall submit for approval his schedules for accomplishment .of soil-erosion-control work and his plan to keep the area of erodible-earth material to a minimum. He shall also submit for acceptance his proposed method of soil-erosion control on construction and haul roads and material sources and his plan for disposal of waste materials. No work shall be started until the soil-erosion control schedules and methods of operations have been reviewed and approved by the ENGINEER. F. MEASUREMENT AND PAYMENT: All work, materials and equipment necessary to provide temporary erosion control shall be considered subsidiary to the contract and no extra pay will be given fo r this work. 87. NON PAY ITEM -STRUX 90/40 GUIDELINES: DESCRIPTION: STRUX 90/40 Guidelines -Recommended Mix Designs , Dispensing, Mixing, Placing and Finishing , as supplied by Grace Construction Products, are provided on the following pages of this section. City of Fort Worth , Texas Special Provisions For Street and Storm Dra in Improve ments PMO Release Date: 07/28/2010 ·Page SP-43 of 45 05 .6 -wh ite double sided -Special Provisions paving-dra inage (PMO _Re lease_20100728).doc SPECIAL PROVISlONS FOR STREET AND STORM DRAIN IMPROVEMENTS (To be printed on Contractor's Letterhead) Date: ____ _ City No: __ PROJECT NAME: Water/S~nitary 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 ~ORTH, OUR CO:MP ANY WILL< REPLACE WATER AND/OR SEWER LINES -RECONSTRUCT THE STREET> ON OR AROUND YOUR PROPERTY. CONSTRUCTION WILL ·BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE OF TIDS NOTICE. ~ 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 Storm Drain 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 Grace Construction Products .···.i .·. :::-~/\~·\:. -::. -' ·: . ,1) ·.~ ·~ ;, La(;.,rleri~~:e}k~•ser, P.E. Englne~rlng SeiYlces . . ' . Western US and Canada November 1, 2010 Mr. Khal Jaafari, P.E. 401 W. Uth St . City of Ft. Worth . Phoenix; AZ.76102 Dear Mr. Jaafati: W. R. Grace & Co . . · 26~ R!dgflraUDr. . .. · · : :, Chesterfield; MO 63017: .. '· ;_.:·· .. . . .: .. ,., ........ , . ·. . -;, . C (314) 753-1193 . . F (314) 878-7066 . . , E lawrence.e.kalser@grace.com .·. . w ii~ci!.corri · ·. ' · · ·· .· · · I want to thank you and your colleagues for your consideration iii'the use of W. R Grace's Str'ux 90/40 ni'acro :syhthetic fiber for the City of Ft. Worth'.s.test pave.~ent sections. Depending on the do~~ge ra.te and applied loading, this product has the capability to replace all steel reinforcing in tile .slab on groUQ.d.ofthese sections by providing post-crack control. The theory behind the replacement is to utilize the applied load (il)itial crack) phis the residual load (due from macro fibers) which would equateto an increase in total IQad carrying capability . .. • .. ·•. . .. . ... ,. . . . Based ~*your 7.~"tbickpavem~rit secti6hand minimum comp;~s~ive ~trength ~f 3600psi, ;~ liave prgpQsed usiµg 4 pounds of Strux 90/40 per cubic yard of concrete fo:t: the unreinforced pavement . section and . 3 .5 pounds per cubjc yard of the product for the repifcirced section .. A ... lesser dosage rate is proposed for . this test as it is considered to be redundant fo have crack control steel and macro fibers. . · _; ., Our company 4·~s .perfornied several pe~o~ance based tests of Strux 90/40 with varying dosage rates and compressive. strengths (Table ·i, attache.d). This table is based from ASTM C1609, a closed loop beam test that provides average residual flexural strength that comes from the fibers · in the concrete matrix. For your applications, the test results at t~e 3.5 and 4 pound dosage rates provided a residual flexural stress v~lue of l22psi and 134psi, respectively. These values represent the ' concrete's ability tQ:Ces'~st cr~c~ng in the tensile state. Strux 90/40 will provide the proper performan9e that is required to achieve excellent crack control and load functioning, In addition, with this fiber's high tensile strength (90 ksi), modulus of elasticity (1,378 ksi), and the number of fibers at these dosage rates, should a crack develop, the crack size will be minimal to nearly invisible. We also have tested this fiber to show that there .is an additional benefit of plastic crack control capability. I feel very confident that the use . of the macrq fiber it is best suited for your application and that we expect excellent results. If you have any questions, please don't hesitate to call. Sincerely, ~-1<~ Lawrence E. Kaiser, P.E., E-23529, MO Engineering Services (314)753-1193 © Grace Concrete Products STRux· 90/40 Synthetic macro fiber reinforcement ASTM C1116 Product Description STRUX· 90/40 synthetic macro fiber reinforce- ment is a unique form of high strength, high modulus synthetic macro reinforcement that is evenly distributed throughout the concrete matrix. STRUX . 90/40 a,dds to11ghness, ,impac:t and. fatigqe resistance to concrete. Unlike traditicinai ... . .. . . . . microfiber reinforcement, STRUX 90/40 is specif- ically engineered to provide high, post-crack control perfornwice. Reinforced concrete with STRUX 90/40 has been shown, to reliably achi.eve average residual strength values in excess of ' lso p~i (i.o ¥Pa) at dosages that caii ~iisiiy lie ·. batched and finished . If consists Of synthetic '' ' macro fibers 1.55 in. (40 mm) in length with an aspect ratio of 90 that have specifical.ly been . designed to.replace welded wirc;fabdc, *Ill .... fibers, Hg4t reb3! ~4 <?~lier secon~IUY, reiirfor.ce- m,ent in slab~oti,ground flooripg, thin~walled ' precast applications arid composite steel floor ' deck. STRUX 90/40 is a user-friendly fiber rein- forcement which is easier and safer to use, compared to thes'e ,other types ofreinfon;einent., Use's S1~b~on-Gr6und · STRUX 90/40 is specially designed for ease of · use, rapid dispersion, good finishability and ·. · · improved pumpability in slab-on~ground flooril)g Product Advantages • Savings from lower labdr costs and fewer construction 'days • Enhances safety by eliminating handling of steel fib~rs, welded wire fabrics or light reb~:r ' ' ' ,, ' • Eliminates concerns of proper positioning of reinforcement • Provides superior crack control due to the geometry and elastic modulus • Abrasion resistance and will not corrode • Controls plastic and drying shrinkage· cracks and many precast applications. STRUX 90/40 may' ' be used in commercial floors, industrial floors, ' '' residential floors; other flat work applications and form work applications. The addition rate of STRUX 90/40 can be easily calculatc;d l!Sing . . Grace's SOS Software, using several factors such as compres~iye strength of concrete, modulus of sub-grade: reac«on, thickness of concrete and applied ioad. Please consult your 'brace sales . repres~tative for proper adciition rate of STRUX 90/40 for 'your applicatioit:Ai,vvays' consult local , · biiilding codes (r~fer to Engineering Bulletin 1).:' · .. ·Composite Steel Floor Deck f6r Nomial ·. ' . and LightWelght Concrete · . , STRUX 90/40 can be used as a suitable alternative tp_WWF,,~pec!~e,d.f~r,tt,mpfrature llnff shFill;k,ag~ . reinforcemen,t for composite,St~el .floof decks. · ·· · . .. STRUX: 90/40 compiie·s with Americati Nafioital Standards Institute/Stiel Deck ·Institute · (ANSI/SDI C-1 :O) design code provisiori for •. minimum reinforcing at minimum addition rate of 4 lbs/yd3 (2.4 kg/m 3). STRUX 90/40 is UL (U .S.) ~d ~~. (Canada) cl11ssifi~d with fl.!.e ratings up to 2 hours for D700, F700, D800,'F800, D900 and F900 except 909 at a maximum addition rate of 5 lbs/yd3 (3.0 kglm3)., <: ·. Addition Rates ··• . STR;yx 99/40 ~d4iti~ri rates ~e depen<ient on .the . specific application and desired ' prcipertie~ arid will ' vary between 3.0 to 12.0 lbs/ydJ (l.8 to 7.0 kg/ml). Mix Design The'utilization ofSTRUX 90/40 may require the use of a superplasticizer such as ADVA '.'.' to restore · · the reqµired workability. In. addition, slight . incre~s~s in ~e aggregate c.ontents may be needed. STRUX 90/40 may be added to concrete at any , pojntduring the batching or mixing process; After 'fiber'addition, tli.e concrete must be mixed at' ilie minimum of 7Cfrevolutions to ensure adequate ·' dispersion. Please contact your Grace representative wi~ any questions. For more detailed instructions refer to Technical Bulietin TB~ 1200. c..J:!""& STRUX" 90/40 fiber as marketed .by W. R. Grace & Co.-Conn. Is classlfled by ~ Underwriters La~oratories Inc. for use as an alternative, or In addition to, the C\!!;/US welded wire fa .bnc In 1, 1~ and 2 hr floor-celling 0700, F700, DBOO, FBOO, D900 and F900 (except 909) Series Designs . Fibers to be added to the concrete mix at maximum addition rate of 5 lbsfyd3 (3.0 kg/m3). Compatibility with Other Admixtures and Batch Sequencing STRUX 90/49'.iscQipp~tjble wi~ !111.~ll.C~ ...... . admixtures. Their action in concrete is niechilliical and will not affect the hydratfo~ process 6fthe cement or compres~ive,strength ~ E13ch liquid admixture should be added separately 'to the concrete mix. Packaging STRU:X 90/40 is available in 1.0 lb or 5.0 lb (.5 kg or 2~3 kgj Concrete-Reaciy™'bags. . . . . ; .... STRUX 90/40 Properties Specific gravity Absorption ModiJlusJ>f elasticity :·, Tensile str~rigtl:i . .. , . ·': •: Melting point . ·· · .. , '.I ., .. · ..... ) Ignition point . Alkali, acid & salt resi1?tance .... 0.92 None 1,378 ksi (9.5 GPa) 90 lcsl (620 MPa) . ,. · .• 320~F (160~CL 1,094"F (590°c) High ... Flexural Strength and Toughness (Compressive Strength: 4,000 psi} ~cccircUng to ASTM .C16()9-05 .. -. .. STRUX90f40 Specimen cirosa-se~Uon Peak Peak Peak-load . Resldu_a_l loads ·'.. Resldual.strengths . .. Toughness JCI.SF4'1 Dosage Width Depth Load Strengthf, deQecllcin P,.,,.,.(lbl) . P,,.u(lbl) r,,.,.,.(psl) . f,,.,u(P~I) T .. u . f ... Rate (In.)· '(In.)· P,(lbl) . (p,_I) ·. 6,(1,q::, . (lbf,ln.) (psi) . 0.19% (3.0 lbsfyd') 6.00 .. · 5.95 .·6,702 565 •0 .0019 1,29~ 952 11,0 , , 80 •" .160 . , 11~ 0.32% (5.0 lbsfyd') 6.00 6.00 7,064 : 595_ 0.0020 1,9Q5 1,558 1611 130 240 165 0.50% fT.75 lbsfyd') s'.oii 5.95 6;860 · 580 0.0020 2,iro 2,251 230 1eo· 330 . ' 230 · '.·.· .•. .. '.·. . ...... '. .. Flexural Strength and Toughness (Compressive Strength: 28 MPa} accoiding to 'ASTM c1·so9-05 , • . • • • . ; r. . ' ·, • .~. • ' . . ' • • . ' ' . • ··-·· STRUX90f40 Specimen cross,seeUon Peak Peak Peak-load Residua! loads Residual strengths Toughness JCI.SF411 Dosage Width Depth Load Strength f, deffectlon t,.,,.(MPa) ·T,-.~· f . , .. P,.,.,.(N) P,,.,..(N) f,,.,,.(MPa) .. Rate (mm) (mm) P,(N) (MPa) 6,(mm) (Joule) (MPa) 0.19% (1.8 kg/m') 152 151 29,813 . 3.90 0 .048 ._ ~.776 , 4,236 0.75 0.55 18 0.80 0 .32% (3.0 kgfm') 152 152 31,4~ 4.10 . ·. il'.050 , .:·:a,412 6,932 1.10 , 0.90 27 1.15 0.50% (4.6 kgfm•) 152 151 30,513 4.00 0.050 12,323 10,012 1.60 1.30 37 1.60 1) Japan Concrale lnstilula (JCQ standard Tad Molhod for FlolCUral Stnlngth and Flexural Toughneu of Rber R•lnfan:ad Corn:/wto, (stand an/ SF4), JC/ stsndanls for Jilst Methods of Fiber Re/n/om,d ConC1&te, Japan Concnila ln,Ulule, 1883., · 2) The Concrala Society Teohn/ce/ Repo,t 34 Col/Cl8la Indus/de/ground~ guide lo their design endCflhstnJriUon, The Society, l::row1/'ome , 200.3. · >'·Jf '1~z:j i~"'~mt11ti~i~i~'.iit~i ; ;:,:~i,. A,I!~1:.~!5 =:::::!:~==~== ::::~~::::::~:~:: '_·:.'°°.-.-~ ..• · .. ·_;_:_i,·_'._i )):rt: fp 150 mm by ;50 ,;:i by 600 mm .,..m -0.50% .sTRUX 9~1~!) ==. 7.75 lbfyd' = 4 .6 kg/m3 i,5.~;)Y . • -:'.~\{·.· .. ~m ~» t ~--t ________________ J!J 2{»0 ~ .. .·.,1;( · C.o~f . --r-----------...Jl-!150 ':: ----,--------------~\@.::. ~: ..... ~:r--~;.:;:• '1:iD~=~;r~r ··~·· ·~ .<i.~,Eajill,",••j . www.graceconstructlon.co1n · North Ameri.can Customer Service: 1-877~4AD-MIX1 (1-877~23-6491) STRUX and ADVA are registered trademarks and Concret&-Ready Is a trademark of W. R. Grace & Co.-Conn. We hope the Information here will be helpful . It Is based on data and knowledge considered to be true and accurate and Is offered for the users' consideration, Investigation and verification, but we do not warrant the results to be obtained. Please read all statements, recommendations or suggestions In conjunction with our condiUons of sale, which apply to all goods supplled by us. No statement, recommendation or suggestion Is Intended for any use which would Infringe any patent or copyright. W. R. Grace & Co.-Conn., 62 Whittemore Avenue, Cambridge, MA 02140. In Canada, Grace Canada, Inc., 294 Clements Road, West, Ajax, Ontario, Canada L 1S 3C6. This product Is covered by U.S. Patent Nos .: 6,569,525; 6,569,526; 6,758,897; 6,863,969. Copyright 2007. W. R. Grace & Co .-Conn. STRUX-5M Printed In U.S.A. 11/07 FA/Ll/1M TR34" R., (%) 20.0% 28 .5% 40 .5% TR34~ R,, (%) 20.0% 28.5% 40.5% Project: [Project Name], p . I ' . . . Recommended Mix Desigtls, Dispensing,. Mixing,· Placing and Finishing STRUX® 90/40 Fiber Reinforcement is a 40 mm (1 .55 in) long high strength and high modulus synthetic stru.ctural reinforcement that provides toughness, impact and fatigue resistance to concrete . Primary applications for STRUX90/40 at typicaldosage rates of 1.8 to 7.0 kg/m 3 (3 .0 to 11.8 lbs/yd 3) inchide commercial, industrial and residential flooring and other flatwork. Often, sHghf rilix design adjustments and dispensiiig, placing and f'mishing modifications are requited~. especially when higher addition rates of STRUX .90/40 ate used. Batching; mixing, delivery and sampling of STRUX 90/40 reimorced ;coilcrekshoul4 be done in accorqance with the r~com.me~~a~ions deptiled belpyvalong with appHcable sections of ACI 304 (Guide for Measuring, Mixmg:;thinsportirig; and Pta:cing'Conciet~fand ASTM C 1116 (Fiber-Reinforced Concrete ana'Shotcrete). '.. . . .. . .. ·, .. STRUX 90/40 Mix Proportioning In some cases, standard 20-30 MPa (3,000 -4,500 lbs/in2) sl~b on grade mix designs require no or minimal adj:ustinents: to accommodate the inclusion of STRUX 90/40. However, slight mix design changes as deµijled beio~ will ~.sure shlux 90/40 ;6o~dret~ can be easily handled during ihe batching, mixi 9g, pri,mpiiig; plade min.t and finisiyng pr9ce~ses. . ·' . . 1. The surface area of STRID( 90/40 fibers consumes i p~rcentage of the mortar. :fraction . (ceineht/sand/watei:), thereby redU:cin:gthe workability oftlie mix. This mortar fraction loss may make an unmodified mix appear and finish "rocky", while finishJrs typically pref~r a "creamy" finishing mix. Therefore, as detailed in ACI 544.3, it is r.~comII1ended inix designs be modified to include a maximum 55% by volume coarse aggregate content ·by .'fotal volume of aggregates (sand and stone). As STRUX 90/40 dosage rates increase, this modification will become more critical to assure adequate mortar :fraction is '; availaple. In some cases , slight increases (up to 30 kg/m 3; 50 lbs/yd3) in cementitious contents may also be required to restore a satisfactory mortar fraction . · 2. The inclusion of STRUX 90/40 in a mix design nonnaBy results in a reduction in Slump ofapproximately 25 mm (1 inch) for every 1.2 to 1.8 kg/m 3 (2 to 3 lbs/yd 3) qf STRUX 90/40.: It is recommended that, in lieu of adding additional water, workability be restored through the use of a superplasticizer or mid-range water reducer. STRUX 90/40 field experiences reveal the cohesive properties of concrete admi:l$:ed with.APVA .typ~ superplasticizers are often preferred with STRUX 90/40 concrete. STRUX 90/40 Dispe·nsing and Mixing ......... -,-,. -- STRU:X 90/40 is engineered to have superi~r dispersiop p~~p~rties whe~ dispensed into concrete ll1 · ·. both dry batch and central mix concrete plants. However, the :t61iowing guidelines should be adhered to · · assure thorough dispersion and no fiber balling is achieved. It is also recommended that full scale trial · batching be cp}!q~cted prior to job start up. Grace Construction Products, 62 Whittemore Avenl!e , Cambridge , MA OJJ40 Tel .#: (617) 648-4000; Fax #: (617) 648-0000 . :troject: Land-0-Frost Storage Freezer, p. 2 1. STRUX 90/40 field-testing reveals fiber balling can be minimized or eliminated by following the procedures outlined below. • (Best) Upfront addition ofSTRUX 90/40 in concrete ready bags (CRB) into empty drums NOTE: With upfront addition mode, coarse aggregate batched into front of drum tends to break up fiber balls prior to batching of remaining ingredients · • (Gooll) 'f.ail end addition of STRUX 90/40 in CRB's into drum revolving at charge speed ·NOTE/· With fail end addition mode, higher slump concrete tends to disperse 90/40 better, comparedto lower slump concrete • (Good) Sprinkle STRUX 90/40 (out of bags) or place CRB's on top of the aggregate moving up the conveyor belt • . (Less Preferred) ·Tail end addition of STRUX 90/40 into non-revolving truck drum • Central mix plants -add STRUX 90/40 up front into the plant drum or follow one of the :truck dispensing procedures above. 2. Truck mixing-ACI 304 4.5.2 recommends 70 to 100 revolutions initially in the yard at mixing speed ~d an additional 30 revolutions at the jobs site prior to ~ischarge. This is the minimqm .recommended JI}ix.ing time for STRUX 90/40 concrete._lf fibet balling js an issue during pla,cement of the concrete, field testing has shown additional mixing at charge speed will help to break up and disperse fiber balls. STRUX 90/40 Placing and Finishing Placement of STRQX 90/40 concrete should be conducted in a similar fashion to placement of conventional concrete (in accordance with ACI 304, section 5.4.). However, STRUX 90/40 concrete may tend to be a. bit stiffer and want to "hang together" more 'than coriventiona, concrete. It is ' recommended that vibratory screeds and/or hand vibr.atois be used to ease placement of lo~ slump stiffer concrete and assure adequate consolidation is achieved. In addition, testing has shown pumping of STRUX 90/40 to be similar to conventional concrete. NOTE: As STRUX 90/40 addi~ion rates increase, it is critical pump hopper vibrators be in good working order. During th¢ scr¢eding and .floating of STRUX 90/40 concrete, fibers are likely to remain visible on the surfaci:'f.h_is, ~$ e,c:pedted. as tpe majority of STRUX 90/40 fibers disappear during the power trowel procesi;_-S_everaL¢piitractor~ have successfully used jitterbugs (grade tamper) and/or rollerbugs to assist in pushing ~TRJT.X:.90/40 fibers beneath the surface. With broom (and hand) finished surfaces, it should be aqticipated ~at STRUX 90/40 concrete will still have exposed fibers on the surface after the finishing proc¢ss is complete_d. The power troweling 'process is the optimal time to work towards achieving a fiber-free surface with STRUX 90/40 concrete. Field experiences have shown excellent quality finishes (nearly fiber free concrete surfaces) can be achieved by adhering to some or all of the methodologies detailed below. • Mix proportioning and .design includes the use of a superplasticizer and maximum 55% by volume coarse aggregate to total aggregate ratio. • Conduct power trowel operations as late as possible (near or just after initial set if possible). • Power float blades, followed by trowe] b]ades should be utilized, with more, rather than less, total finishing on the slab. (If possible, continuous finishing once workers and equipment can get on concrete surface.) Grace Construct ion Products , 62 Wh ittemore Avenue , Cambridge, MA 02140 Tel. #: (617) 648 -4000; Fax #: (617) 648-0000 S T R U X FINISHING BULLETIN STRUX90/40 FIBER REINFORCEMENT . . . . ··~··················~··················~·········~············································· · Recommended M~ Designs; Dispensing, Mixing, Placing a'1d Finishing . . STRUX 90/40 Fi~er1leinforcement is a 40 mm (1.56 ~) long high strength and high modulus synthetic structural reinforcement that provides toughness, impact and fatigue resistance to concrete. Primary applications for STRID{ 90/40 at typical dosage rates of LS to 7 .O kg/m3 (3.0 to · 11.s lbs/yd3 ) inciude commercial, industrialand residential 'tlooi:irig 'and other fiatwork. Often, slight mix design adjustments' and dispensing, placing 'iind finishirtg rhodificati6ris are required, especially when higher additidiirates ofSTRll{90/40 are used. Batching, 'mixing, delivery and sampling ofSTRUX 90/40 reinfo~ced concrete should be done in accordance with the recommendations detailed below along with applicable sections of ACI 304 (Guide for Measuring, Mixing, Transporting, and Placing Concrete) and ASTM C 1116 (Fiber-Reinforced Concrete and Shotcrete). STRUX 90/40 Mix Proportioning . In some cases, standard' 20-30 Mpa (30004500 lbs/itl) slab on grade mix designs r~quire no or minimal adjustments to .accommodate the inclusion ofSTRUX 90i40. However, slight ntl'lc design ch~ges as detailed below will assure STRID{ 90/40 concrete can be easily handled during the batching,, mixing;pumping, placement and fiiµshing processes. . . . 1. The surface ~rea of STRID{ 90/40 fibers consumes a percentage of the mortar fraction ·· (cement/sand/water), thereby reducing the workability of the mix. This mortar fraction loss may make an unmodified mix appear and finish "rocky", while finishers typically prefer a "creamy" finishing mix. Therefore, as detailed in ACI 544.3, it is recommended mix designs be modified to include a maximum 55% by volume coarse aggregate' content by total volume of aggregates (sand and stone). As STRID{ 90/40 dosage rates increase, this modification will become more critical to assure adequate mortar fraction is .available. In some cases, slight increases (up to 30 kg/rri3 (50 lbs/yd3)) in cementitious contents may also ~e required to restore a satisfactory mortar fraction. · 2. The inciusion ofsmux 90;,io in a mix design iiorrn:aily resu1ts·m a reciuctfon in sliimp or approximately 25 mm (1 in) for every 1.2 to 1.8 kg/m3 (2 to 3 lbs/yd3) of STRID{ 90/40. It is recomrriended that, in lieu of adding additional water, workability be restored through the use of a superplasticizer or mid-range water reducer. STRID{ 90/40 field experiences reveal the cohesive properties ofconcrete admixed with ADV A type superplasticizers are often preferred with STRID{ 90/40 concrete. STRUX 90/40 Dispensing and 'Mixing ' STRUX 90/40 is engineered to have superior dispersion .properties when dispensed into concrete in both dry batch and central mix concrete plants. However, the following guidelines should be adhered to assure thorough dispersion and no fiber balling is achieved. It is also recommended that . ,full · s·~aje :trI~I .b~t(il:iµ:ig Ji~ ,cpnducted prior to job start up. :)~j;C,,'S'.'l~if t~;:~ ~;:i:o=~~g can • · (B~~i) Upfront addition .of STRUX 90/40 in concrete ready bags (CRB) into empty drums • NOTE: With upfront addition mode, coarse aggregate batched into the front of drum tends to break up fiber balls prior to b!l,~hing of remaining · · ingredients ,· .:.\,> · · • .· (Good) Tail end addition ofSTRUX 90/40 in CRB's into drum revolving at charge speed . ·. ,. ·· ·· .. •. -' . . . . · ·.: · : :.'.'· · • · NOTE: With tail end addition mode, higher slump ·concrete tends to disperse ·. .. ~· -' _ · ··.,.: ... ;. ,. · .. · ·,:: · ... 90/40 better, coniparecf to lower slump concrete ·. · .... , .' · .. '·. · ..... · .:.·· • /(Go·od) ,Sprinkle STRillC 90/40 (out ofbags) or place CRB's .oi:i 'top ofthe aggregate r· a :: ·:.' .:)µ,c,ymg up the conveyor belt . . . -.. .-' .·.:, . r: < i' . :°'.i\ i ,\ :ct,~ss prJferred) Tail end ~dditiori of STRUX 90/40 into ncm revolving truck drum . · .. ·. ~ ·. c~htralfubc plants-add stRux 90/40 up front into the plant drum cir follow one of the truck dispensing procedures above . . .. :,2 .. Tru¢kmixing-ACI 304 4.5.2 recommends 70 to 100 revolutions initially in the yard at · · ' :fu.~ipg ~peed and an additional 30 revolutions at ~e jqbs site prior to .. discharge. This is . _ .. -. '.tJictiniti.iriium recommended mixing time for STRUX 90/40 concret~; If fiber balling is an . i~sue ,dµriµg placement of the concrete, field-testing has shown additional mixing at . ~hirrge speed will help to break up and disperse fiber balls. . . STRUX 90/40 Placing and Finishing Placement ofSTR.UX 90/40 concrete should be conducted in a similar, fashioti t~ placement of conventio~al concrete (in accordance WhhACI 3o4, section 5.4.). However, STRUX 90/40 concrMe>may tend to be a bit stiffer and want to "hang together" more than-cotjventionaLconcre~e. It is recommended that vibratory screeds and/or hartd vibtafors be used to ease placement of low slump stiffer concrete and assure adequate consolidation is achieved. In addition, testing has sh.own pumping of STRUX 90/40 to be similar to conventional concrete. NOTE: As .STRUX 90/40 addition rates increase, it is critical that pump hopper vibrators are in good working order to prevent fiber blockage at the hopper grates. 2 During the screeding and floating of STRUX 90/40 concrete, fibers are likely to remain visible on the surface. This is expected as the nrajority of STRUX 90/40 fibers disappear during the power trowel process. Several contractors have successfully used jitterbugs (grade tamper) and/or rollerbugs to 'assist in pushing STRUX 90/40 fibers beneath the surface. Multiple,passes with. a bull float trowel are helpful in depressing the fibers below the top surface of the concrete.,V{ith broom and hand finished surfaces, it should be anticipated that STRUX 90/40 concrete may; :~tilJ hay~ exposed fibers on the surface after the finishing process is completed. It is · · · · · · · · · · · recommended to allow the concrete to stiffen slightly more than usual when brooming the concret~ surface so that the fibers are not pulled up''.~•~f )r~-f ~j s·t!~t·~f f!)ss .. pte surface . . .. j;~f~~;]ittlli~f i . . ... · , · (;; >'.Thifpo:Wet.:trowelihg process is the optimal time to work ·. · tci\~rtlrds 'I1diie'1irig;a'fib~f;;fi'ee tgwface with STRUX 90/40 concrete. Field experiences have shown ei?~1.1ent :W~ttx~-~b~tit#~·'ii~~#Y fiber uee concrete surfaces cart been achieved by adhering to sonie or'all oftlfo 'finishing pidcess methodologies ' detailed below. ' • Mix P,roportl~ning and design includes the use of a superpiasticizer or a mid-range -~ater re,ducerarid a m~m~m .55%by voitune coarse 'aggrega(e ~o'total aggregate ratfo : ,' ,' ' • Conduct power trowel operatic;ms as late as possible (near or just after initial set 'if possible). the use of pan type float blades ' fci t the initial passes before the final finish blades will assist in embedding the fibers into the '' concrete matrix. • · Power float blades;follow'ed by trowel blades should be utilized, with more,'rather 'than less, totai finishing on the slab. Keeping the pitch of the float blades as flat as possible seems to embed the fibers the best and provide the best results . .'·.;: '.· .. -.~,. :• :>.'·,/ .,. ;. .·'·"<·;:it\-'./.~--~·-. . , :: · • · · · ~Jl f JkiJJJ cutting should proceed as usual with .· STRUX-90/40 in the mix. The incorporation of the ·. '·,§i'.RTJX:90/40 will help to preventjoint rav~li~g and c~i~piiig< r: ' ' '' 3 DEPARTMENTAL MATERIALS SPECIFICATION DMS-4550 CONCRETE FIBERS .. CONCRETE FIBERS EFFECTIVE DA TE: SEPTEMBER 2010 4550.1. Description. This Specification establishes requirements and specific test methods to determine the dosage of fibers for Class A and B concrete ; 4550.2. Units of Measurements. The values given in parentheses (if provided) are not standard and may not be exact mathematical conversions. Use each system of units separately. Combining values from the two systems may result in nonconformance with the staridard. 4550.3. Material Producer List. The Materials and Pavements Section of the Construction Division (CST/M&P) maintains the Material Producer List (MPL) of all materials'conforming to the requirements of this Specification. Concrete made with · materials appearing on the MPL, entitled "Concrete Fibers," must be tested in accordance with the frequericy established in the Department's Guide Schedule of Sampling and Testing. 45.50.4. Bidders' an.d Suppliers' Requirem~nts. The Department will purchase qr allow on projects only those products liste,d by manufacturer and product code or designation shown on theMPL. Use of~r.e.~quali~~d prod~ct do.~s not reliev~.the c.6~trac.tor of the respon,sibility to provi<ie product that meets t11is Spe~ificatiC>n. The Departme~t ip.c1y . im;pect or test material at any time and reject any material that does not meet the specifications . . • . I -' •• . • • • 4550.5. l>re:..Qualification Procedure; A. Pre-Qualification :Request. Prospective producers interested in submitting their product for evaluation must submit a written request to the Texas Department .of Transportation, Constructfori Division, Materials arid Pavements Section (CP 1 51 ), · i25 E. 11th Street, Austin, TX 78701-2483 . · · ' Include the following information in the request: • Company name, • Physical and mailing addresses, • Product name and data sheets, and • Contact person and telephone number. B. Pr~Qualification Sample. At no cost to the Department, submit a minimum of 5 pounds of fibers to the Texas Department of Transportation, Construction Division, Materials and Pavements Section (CP 51), 9500 North Lake Creek Parkway, Austin, Texas 78717. TEXAS DEPARTMENT OF TRANSPORTATION 1-3 EFFECTIVE DATE : SEPTEMBER2010 DEPARTMENTAL MATERIALS SPECIFICATION CONCRETE FIBERS Submit the following with the sample: • Independent laboratory test report containing test results and certifying compliance of the material to this Specification and • Manufacturer's certificati<>n ancl lot number for ~ubmitted sample. C. Evaluation. CST/M&P will notify prospective bidders and suppliers after completion of material evaluation. 1. Qualification. If approved for u.se by . the P.eparti:nent, CST /M~P will add the material to the MPL. To maintain pre-approved status, submit annual notarized certifications stating that the product has not been altered since it was originally submitted for_ . approval. Report changes in the composition or in the manufacturing process of any material to CST/M&P. Significant changes reported by the manufacturer, as determined by the Director of CST/M&P, may require a re-evaluation of performance . . _2. lfaUur~. ·:Produ~~rs not qµalified , ~nder this Specifo;ation may not furnish materials tqr D,epartrnent p_rojec!s a~<;l must show evidence of correction of all detici~ncies before reconsiderati<;m for qualification .. Costs of sampling and testing are normally borne by the Department; however; the costs to sample and test materials failing to conform to the requirements of this Specification may be borne by the supplier. This costwill h~ assessed atthe rate established by the '.·· Director ofCST/M&P arid ih effect at the time of testing: . . D. Periodic Ev~luati~n. The Department reserves tµe right tC> randomly sample and evaluate · pre-qualified ijiateHals for conf9rm~t{e. t~·this $pecit:ic~ti<?n atifto'per(ormr~n4om audits of documentation. Department ,representatives inay sample mater _ial from the manufacturing plant, the project site,. arid the warehouse. Failure ·of m'atedals to ·coin ply with the requirements of this Specification may be cause for removal 9f those materials . from the MPL. · · · · · · · · · · · · . ~-_·D,i~~°:~1:i~~~tji?~; T~~'pepfi~~nt may dis _cj~_al!fy _aridremdv~ ~ateri~is fi'Oill the MPL if th~_re 1s any qhange m compqs1t1on or if the material at any tim~ is . found fo not meet the requirements listed· in Article 4550.6. The inatei-fa1 must be re:.qualifi.ed for acceptance. F. Re-Qualification. The manufacturer may resubmit .their product for re-qualification consideration by following the requirements of Article 4550.5. 4550.6. Material Requirements. Provide fibers conforming to ASTM C 1116, including synthetic fibers, that are alkali-proof, non-absorptive, re~i~tant to de~erio,ration dµe to lol).g-term exposure to moisture or substances present in adm.ixtures, and cfo not contribute to nor interfere with the air entrainment of the concrete. Steel fibers for fiber reinforced concrete must conform to ASTM A 820, glass fibers must c_onforin to ASTM C 1666, iµid c.eUulose fil,ers mu.st conform to ASTM D 7357.'Iri a:cfditio11, the fibers and their dosage musfmeet the 'average residual .. strength requirements as listed in Table L'" .· , . . . . .· . , . . . TEXAS DEPARTMENT OF TRANSPORTATION 2-.3 EFFECTIVE DATE: SEPTEMBER 2010 DEPARTMENTAL MATERIALS SPECIFICATION CONCRETE FIBERS Table 1 Average Residual Strength (ARS) Requirements According to General Usage Class of Concrete Minimum Average Residual General Usage2 Strength (psi)1 A 115 Curb, gutter, curb & gutter, sidewalks B 115 Riprap 1. When tested in accordance with ASTM C 1399 with the following modification : the initial deflection for the initial crack should be 0.02000 in. The sample tolerance of ARS should not fall below I 0% of the specified required value. 2. For infonnation only 4550.7. Fiber Testing. All fibers submitted for evaluation will be tested by CST/M&P to determine if the specified dosage and type of fiber meets the requirements listed in Table 1. Table 2 illustrates the standard mixture designs used to test the fibers submitted for evaluation. . ..:.L Table 2 Standard Mixture Design Proportions and Compressive Strengths .. Coarse Aggregate Type Coarse Aggregate Grade 1 Cement Content W-CRatio Slump2 Coarse Aggregate Factor 28-Day Compressive Strength I . Corresponding ASTM C 33 gradation shown in parentheses 2. Before fiber addition Gravel 4 (57) 410 lb.Icy. 0.70 3±0.5 in. 0.58 3250 ± 250 psi The fibers are introduced and mixed according to ASTM C 192 . Two slabs measuring 20" x 22" x 4" are cast from the batch of concrete containing the fibers and are moist cured for 28 days. Eight specimens measuring 4" x 4" x 14" are sawn from the slabs and are tested in accordance with ASTM C 1399. All eight specimens are averaged to determine the average · residual strength, which must meet the requirements of Table 1. Three companion compressive strength cylinders are also cast, moist cured, and tested at 28 days in accordance with ASTMC39. TEXAS DEPARTMENT OF TRANSPORTATION 3-3 EFFECTIVE DATE: SEPTEMBER 2010 Texas Department of Transportation Concrete Fibers N9tE: ·Re:fresh·#ie pag «i{i& vfow:·ttie>most·current list The following 'list of fibers and dosages are pre:-qualified in accordance with DMS-4550, "Concrete Fibers." The Department reserves the right to obtain random samples without notice for quality assurance ; Pre-Qualified Concrete Fibers -Synthetic Producer Product Length (in.) Mi~imum Dosage (lb./cu. yd.) MasterFiber MAClOO 1.50 4.0 BASF MasterFiber MAC470 1.85 10 .0 MasterFiber MAC550 2.20 6.5 Bidco Fibre, Inc . C-150 1.50 4.0 · Econo-Net 1.50 4 .0 Ferro 1.50 5.0 Forta 2 .25 4.5 Green-Net 1.50 4.0 Super-Net 1.50 4 .0 Ultra-Net 1.50 3.5 FRC Industries HPS Polypropylene Fibers 1.50 4.0 . Grace Strux 90/40 1.55 4.0 Strux 85/50 1.97 4.5 Nycon, Inc. NvconXL 1.50 3.5 POI Genesis 1.50 4.0 Performax 1.50 4.0 Fibennesh 300 1.50 3.5 Propex Fibennesh 650 1.50 4.0 Novomesh 950 1.80 10.0 PSI Macromesh 350 1.50 4.0 Sika MS 10 1.50 6 .0 Material/Producer List 1 Texas Department of Transportation Pre-Qualifi~d Concrete Fibers -Metal .. I Minimum Dosage Producer Product Length (in.) (lbJcu. yd.) None currently approved If you have any questions about the iriformation provided here, please contact the Materials &Pavements Section of the Construction Division at (512) 506-5863 . Mai'erial/ProducerList .. 2 in . .J ~ a w w (/) I-::> (..) ;;::: ;;; ¢: a. w a ~ ::i !J... CURB TRANSITION AS REQUIRED SEE STD. CC-CG (FW) (TYP. BOTH SIDES) ( 1 .. ((MIN .) DEPTH FOR VALLEY GUTTER (VG) OR AS DETERMINED NECESSARY METHOD "A" DETAIL tilNFORCEMENT SAME BY THE ENGINEER ~ CONCRETE SAME AS "; METHOD "A" DETAIL \ PLAN VI DE :TED EX ISTING =--~ HIGHWAY PAVEMENT -SIDE STREET CONNECTION DETAIL "A" J-4" TYPE "D" HMAC / UNDERLAYMENT LB" (MIN.) TREATED SUBGRADE UNLESS OTHERWISE DIRECTED BY THE ENGINEER DETAIL "B" --CONCRETE PAVEMENT VALLEY GUTTER FOR SIDE STREET CONNECTION (TYPE TWO)@ LEGEND OF CONCRETE THICKNESS T = THICKNESS OF EXIST. HIGHWAY PAVEMENT (B"MIN) T2 = THICKNESS OF STREET PAVEMENT- SHOWN ELSEWHERE REQUIRED SUBGRADE TREATMENT ON STATE RIGHT OF WAY SUBGRADE TREATMENT P.J. METHOD C_ONC. CURB 1 & GUTTER I .. >15 LIME <15 CEMENT TREATMENT METHODS DEFINED: »> UME @ 15D/CY. (TY."A") (APPLY UME AS SLURRY) I ~p ~IZ 111 :i:: a. Wix ~1::E 1/) I- ~ ~ 1'-' 8 6' 1- 1 I I I I I I .. • •10 .. : •• ~ ...... · 0 •• O O e 0 ,· .. : : : .. · .· :0.:. _-;: .. ~ ... i!===i=== •• 0 0 •• 0 0 • • • • • I . . ... •• • B I ::-.· e • • .• , I -1"--.:.....U---__J__ . . . 0. . . I 0 0 O ... • 0 :-... rJJ •• ·!-:-~~:-,,-,.-./----,I-- >» CEMENT @ 75LBS/CY. GENERAL NOTES: 1 . CONCRETE PAVING SHALL MEET THE REQUIREMENTS OF ITEM 366 OR ITEM 421, CLASS "A" CONCRETE • 2. CURB HEIGHT TO MATCH TXDOT FACILITY. 3. FOR SIDEWALK DETAILS IN STATE R.O.W., SEE CSDD (FW). 4. FOR SIDEWALK RAMP DETAILS, SEE STD . PED-XX. .#, .. .., ..... ~-L/ Fort Ylorth District :TION -11.cE) I CONC. CURBj & GUTTER 1/2" PREMOLDED I (PG 64-22) MATERIAL AT ENDS C (TREATED lOVE) PERMIT CONSTRUCTION STREET CONNECTION DETAILS 1ent of Tronsportotion; rcsCC"lcd ORIG DRAW AUG 2003 STAT£ COUNTY REVISIONS: TEXAS CONT. SECT. HICHl'IAY NO. 5HE£T .,R WATER DETAILS FIGURE TITLE WTR-001A 1-inch Water Service Detail WTR-0018 1-1/2-inch & 2-inch Water Service Detail WT'R-002 Gate Valve & Box WTR-003 I Valve Stem Extension WTR-003A Ooeratim:1 Nut Riser (for Larae Valve Installations) WTR-004 Gate Valve Concrete Collar WTR-005 Vault Detail for 16" and Larger Gate Valves WTR-006 Standard Fire Hydrant Wl"R-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 Sumo Manhole WTR-016 Concrete Encasement WTR-017 CasinQ 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 Chlorination Blowoff and Sampling Point WTR-022 Standard Cleaning Wye WTR-023 Cleaning Wye Detail for Looped and Non-Looped System 12" and Under WTR-024 Combination Turbine Meter Vault Installation with Bvoass (Sheets 1 and 2) WTR-025 Water SamolinQ Station WTR-026 Class 'A' Standard Plastic Meter Box(%" & 1" Meters) ·wTR-021 Class 'B' Standard Plastic Meter Box (1W' & 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 Lavout WTR-031 Temporary Service Connection WTR-032 Intersection & Drivewav Aooroach Crossina for Temporary Water Service WTR-033 Butterfly Valve WTR-034 Project SiQn -4'x8' (for C.I.P. Projects) · WTR-035 Project SiQn -4'x4' WTR-036 Water Marker Pole Q � .<< . � i � f � I � � 1 � 1 i i � � 1 1 � [ I ~I :JI ~ e5 f a.. 0 a:: a.. SIDEWALK WATER MA IN BEHIND CURB E1-17 MATERIAL E2-17 CONSTRUCTION , • 2 '-6" • 1 CURB b5 .1 ~ SERVICE LINE FOR l "' ~ WATER MAIN ON OPPOSITE SIDE ........ ~~-----~-------------\_SE~:~INE7--~~~~:~---------- '\ :-,. MA TERI AL LIST "~ "' ,_ -::::: WATER MAIN IN STREET @ STANDARD CORPORATION @ BLUE VINYL TAPE, 3" WIDE , 6" ABOVE GROUND © STANDARD CURB STOP & 90' ELBOW @ AREA TO BE BACKFILLED WITH SAND CITY OF FORT WORTH, TEXAS ONE-INCH WATER SERVICE DETAIL DATE: FEB. 2009 WTR-001A WATER MAIN IN STREET El-17 MATERIAL E2-17 CONSTRUCTION CURB PAVEMENT © MATERIAL LIST @ ST AND ARD CORPORATION @ FLARE CONNECTION TO CORPORATION © COPPER TUBING (TYPE K) @ FLARE CONNECTION & 90" ELBOW ® ANGLE VALVE (FEMALE I.P . TO FLG .) ::::!: : ::::, 0 ::::!: 1-. z ,...,_ ::::!: © 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 .. 00113 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 E2-10 CONSTRUCTION .-=, I I .)....-~ ~-r-,-~ I I I I I I I I I I I I I I I I I I CONCRETE COLLAR PER DETAIL WTR-004 I -------IF VALVE OPERATING l NUT IS MORE THAN 3 ' BELOW PAVEMENT SURF ACE, PROVIDE EXTENSION STEM TO 1' BELOW PAVEMENT SURFACE . (SEE DETAIL WTR-003) n---MCKINLEY IRON AND STEEL CO ., NO . Y85 THREE PIECE VAL VE 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" li!l SQUARE STOCK W/ 1" DIA. HOLE DRILLED THROUGH . 2".11f SQUARE STOCK W/ DIA. HOLE DRILLED THROUGH . 2~"11l TUBING W/ Xi" THICK WALL )a"x45" CHAMFER VARIES 2 •+'11 -0 NOTES : 1. 1" ROUND SOLID BAR & 2" SQUARE PER ATSM A-108-81, SAE 1020, COLD DRAWN OR BEITER . 2. ~" 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 E5 VJ a: 1-::, z 0 z F <( 0::: w a. 0 1-::, 0 ~ ~ ~ ::, ~ x <( :::!? I-z w :!E w u <( ..J a. 0::: 0 IJ.. x <( ~ ir:J VJ w a: <( > ~ 0 z w ..J z 0 Vi z w I- X w z oz 0 I-Vi ::, z z I=! IJ.. X 0 w a. 0::: ~ w VJ IJ.. a: 0 I-w w IJ.. IX) >- 0::: w > w 0 w 0::: 5 C, w 0::: 0 z l3 <( 0::: m ..J <( z 0 ~ o 0 <( * .. : ~ .. .. ,, •, ·. ~ .. '" . .c:s · .. ·'4 ....... .. ·: ... : .... ......... "· . · .. · . . ·. ·.a .. .... ,d .. . . . ~ .·' . ~-. ,• " .. 2" X 2" X 2 " OPERATING NUT PER AWWA SPECS . *C-500 ··~ ,; .. .. ,'. L ... ' •. 6" MIN. * TRENCH JACKS CITY OF FORT WORTH, TEXAS OPERATING NUT RISER (FOR LARGE VALVE INSTALLATIONS) ,,. •. ·. ·.<I . . '• . ,,. 1" DIA. SOLID STOCK (SEE WTR-003) m" X 2)f X 2)f' SQUARE STOCK WITH 2" x 2" INS IDE CAVITY PER AWWA SPECS . *C-500 * ADDITIONAL BRACING REQUIRED FOR EVERY EIGHT (8) VERTICAL FEET OF OPERATING NUT RISER . DATE: FEB. 2009 WTR-003A COLLAR CONFIGURATION FOR PAVED AREA ... COLLAR CONFIGURATION FOR -UNPAVED AREA A L 4000 PSI CONCRETE ~~j;: 1 8-#4 REBARS TYP. ?~\//At~ }t~l\\r;:~.?~~~:t/~·::~\f:·~?~t\? ~- CASE CASE 2 CASE 1 COLLAR SHALL EXTEND TO TOP OF 2:27 CONCRETE (REBAR REQUIRED) CASE 2 COLLAR SHALL BE B" THICK (REBAR REQUIRED) E1-20, E1-21 MATERIAL E2-20, E2-21 CONSTRUCTION SECTION A-A CITY OF FORT WORTH, TEXAS GATE VALVE CONCRETE COLLAR A J 0 I .N 3" TYP. CD %" CHAMFER (TYP .) REBAR SHALL BE PLACED 3" MIN. FROM TOP AND BOTTOM OF CONCRETE COLLAR . DATE: FEB. 2009 WTR-004 A w 0.. a: LL. 0 a. g N E1 -14 MATERIAL E2-14 CONSTRUCTION SECTION A-A CATE VALVE DIMENSION TABLE SIZE A B C D E F G 16" 4'1ii· 48" 12· 10· 24" 12· 16" ,a· 51%· 48" 12· 12· 24" 12· 18' 20' 56%" 54' 12· 12· 24' 16' 20· 24" 64%" so· ,a· 14" :,o· 1a· 24" JO" ea%· 66" ,a· 18" :,o• 20· 30" J6" eol!,· 72" 18" 18" :,5• 24" 36" 42" ,~· 71!' 24" 20· 35• 30" 42" 48" 121%" 90" 24" 26" 42" 35• 48" 54• 14,)!z• 102· 24' 32" 46" 40" 54• DIMENSIONS ARE BASED ON AMERICAN DARLI NG VAL VE ANO MFG. CO. ORAv.lNG NO. 6397, OATED 3-2-"Sll, 'llEVISED 5-11-70. 16" GATE VALVE DIMENSIONS ARE flASED ON CATALOG NO. 10, PAGES 20 AND 22. 54" GATE VALVE DIMENSIONS ARE BASED ON DRAWING NO. 92-12158, DATED 12-lJ-70. CONCRETE iOP VIEW. LESS MANHOLE COVER AND RIM INSTALLATION SEE NO TE 2 SEE NOTE 4 (TYP .) 4000# REINF . CONG . N0.6 BARS, 6" C-C GRANULAR EMBEDMENT (TO TOP OF PIPE) NO. 4 BARS , 12" C-C BOTH WAYS IN 2500# CONCRETE * 2" COVER (TYP .) CITY OF FORT WORTH, TEXAS VAULT DETAIL A NOTES: 1. 32" FORT WORTH STANDARD HINGED LID WITH THE WORD "WATER" CAST IN 2-INCH LETIERS PER SAN-009 AND WTR-012 . USE BILCO 30"x30" TYPE HLC ACCESS HATCH IN HIGH TRAFFIC AREAS . 2. VALVE VAULT SIDE WALLS SHALL BE PRECAST REINFORCED CONCRETE PIPE OF THE TONGUE AND GROOVE DESIGN , MEETING THE REQUIREMENTS OF A.S.T.M . C-76, CLASS Ill, OR EQUAL, USING RAM-NEK PLASTIC SEAL, OR POURED-IN-PLACE 2500# REINFORCED CONCRETE WITH 8 " WALLS. CO NCRETE WALLS SHALL BE REINFORCED WITH #4 CIRCULAR BARS, SPACED 6" C-C HORIZONTALLY AND 6" C-C VERTICALLY. POURED-IN-PLACE CONCRETE MUST HAVE "FIRST SURF ACE RUBBING" AS SPECIFIED IN E2-14.15b (1) OF THE GENERAL CONTRACT DOCUMENTS AND SPECIFICATIONS . 3. PROVIDE CORPORATION AND CURB STOPS A MAXIMUM OF 12" FROM EACH END OF GATE VALVE, AS SHOWN . CORPORATION AND CURB STOP SIZES SHALL BE 1" FOR 16", 20", AND 24" PIPE NOMINAL DIAMETERS; 2• FOR 30" AND LARGER DIAMETERS . 2" TAPS SHALL BE C.C . THREAD WITH FLARE, WITH INSULATED ADAPTOR KIT. COPPER RISERS SHALL BE PROVIDED BETWEEN THE CORPORATION AND CURB STOPS . CURB STOPS SHALL BE INSTALLED AT AN ELEVATION 12" ABOVE THE TOP SURFACE OF VAULT BOTIOM 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 6" LEAD FROM MA INS EXISTING OR PROPOSED CURB BOTIOM REST CONCRETE BLOCKING FIRE HYDRANT EXERCISE CAR E TO AVOID PLUGGING DRAIN HOLE Wl1H CONCRETE 1 B" MINIMUM FROM GROUND, PER FIRE DEPT . FIRE HYDRANT TO BE SET PLUMB EXISTING OR PROPOSED CURB PAVEMENT OR OTHER SURFACE M.J ANCHOR TEE OR M.J. ANCHOR COUPLING E1-12 MATERIAL E2-12 CONSTRUCTION 6" FIRE HYDRANT 'f LEAD LINE n CITY OF FORT WORTH, TEXAS STANDARD FIRE HYDRANT BREAKER RING w/ j_ BREAKER STEM • PARKWAY io ---EXTENS ION BARREL AND STEM FOR EXTRA BURY DEPTH IF NECESSARY ,L-+-~-MINIMUM 7 C.F. GRAVEL PROPORTIONALLY AROUND BASE :.~;-;,±-CONCRETE BLOCK ING 12 "x12 "x6" CONCRETE BLOCKING DATE: FEB. 2009 WTR-006 M.J. TEE WITH M.J. ANCHOR COUPLING , ANCHOR TEE OR FLANGE OUTLET w/ BRANCH ON 0% GRADE WATER MAIN ____ .. __ _ 90' BEND, ROTATE DOWN OR UP AS NECESSARY i----RING CONNECTION LEAD SAME SIZE AS SMALLER MAIN NOTE : PROVIDE VERTICAL TIE DOWN BLOCK AS NECESSARY M.J. TEE WITH M.J. ANCHOR COUPLING, ANCHOR TEE OR FLANGE OUTLET w/ BRANCH ON 0% GRADE WATER MAI N 90' BEND, ROT A TE AS NECESSARY E2 -25 CONSTRUCTION 45' BEND 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, ANC HOR TEE OR FLANGE OUTLET w/ BRANCH ON 0% GRADE PROVIDE VERT ICAL & HORIZONTAL BLOCKING AS NECESSARY OR REQUIRED DATE: FEB. 2009 WTR-007 NOTE: "BEARING AREAS SHOWN ARE BASED ON 150 f'.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 UND ISTURBED TRENCH WALL HORIZONTAL BLOCKING TABLE PIPE "XII 11 .25' 22 .S' 45· 90' SIZE (FT .) "A" MIN . MAX "B" MIN. MAX "c" MIN. MAX "off 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 1.1 0 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 0.05 0 .05 0 .10 ·0.20 0.30 0 .65 1.15 1.85 3.40 5.10 7.90 10 .40 16 .00 MINIMUM AREAS SHOWN ARE IN SQUARE FEET . VOLUMES SHOWN ARE IN CUBIC YARDS . VERTICAL DIMENSIONS OF ALL BLOCK BEARING AREAS SHALL BE IDE NTICAL TO THE HORIZONTAL DIMENSION SHOWN . E1-20 MATERIAL EZ-20 CONSTRUCTION CITY OF FORT WORTH , TEXAS HORIZONTAL BLOCKING TEE & PLUG IIEII 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 CONCRETE BELL-BELL BEND 11'-o"I -ITYP.I TRENCH WIDTH : 1. PIPE 24" I.D . AND SMALLER = 24" OR O.D. + 12" WHICHEVER IS GREATER. 2. PIPE LARGER THAN 24" = O.D. OF PIPE + 18". 3. CRADLE SHALL EXTEND A MIN . OF 6. BEYOND EACH SIDE OF PIPE . J_ RUBBER GASKET . JOINT BELL -BELL BEND 3000 PSI CONCRETE KEEP A MIN . OF 1'-0" CLEARANCE BETWEEN CONCRETE AND JOINTS OR BOLTS ON C.I . PIPE, OR IN EXCESS OF 1'-0" AS DETAILED. E1-20 MATERIAL E2-20 CONSTRUCT ION M.J.-M.J. BEND . 11'-o"I ITYP.r- MECHANICAL JOINT MAIN --------~-- :f&f%::~{f~~f ii.: t BELL AND SPIGOT JOINT CITY OF FORT WORTH, TEXAS CONCRETE CRADLE NOTE : c:iw oa. ;,.ta: WHEN CRADLE IS SHOWN OR SPECIFIED FOR INSTALLATION ON CONCRETE PIPE , THE FULL JOINT LENGTH OF THE PIPE OR FITIING SHALL BE CRADLED. DATE: FEB. 2009 WTR-009 CLASS "8" (2500 PSI) CONCRETE #4 STEEL BAR NOTE: KEEP CO NCRETE CLEAR OF PIPE JOINTS AND SOL TS WRAP PIPE WITH 15# ROOFING FELT FORM AS NECESSARY 6 ....... z ;::::. 0::: ~ 8 w ~ < i5 _J < z ~ 10 0 z w a.. a: 12 *VOL. REQ'D . (C.F .) A (FT.) B (FT.) C (FT.) *VOL. REQ'D . (C .F.) A (FT.) B (FT.) C (FT.) *VOL. REQ 'D. (C.F .) A (FT.) B (FT.) C (FT.) *VOL. REQ'D . (C.F .) A (FT.) B (FT.) C (FT.) BENDS go · 45· 22.5' 39.99 21.64 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 .90 5 .60 4.25 5 .90 5.60 4 .25 15 9 .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 BAS IS 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 PRE SSURE E1-20 MATERIAL · E2-20 CON STRUCTION OF 150 PSIG AT THE RATE OF 150 LB . WT . PER CUBIC FEET OF CONCRETE . CITY OF F ORT WORTH, TEXAS EXAMP LE A VERTICAL TIE -DOWN BLOCK DATE: FEB. 2009 WTR-010 N01E: KEEP CONCRETE CLEAR OF PIPE JOINTS AND BOLTS. E1-20 MATERIAL E2-20 CONSTRUCTION w = #4 BAR STEEL STRAPS IN VARIABLE QUANTITY DEPENDING ON THRUST NOTE : FORM AS NECESSARY 2500# CONCRETE DIMENSIONS WILL BE SPECIFIED ON PLANS OR DIRECTED BY ENGINEER . CITY OF FORT WORTH, TEXAS EXAMPLE B VERTICAL TIE-DOWN BLOCK DATE: FEB. 2009 WTR-011 tO 0 I ;i. tO i MANHOLE COVER LETTERING ("WATER") TO BE 2-INCH 30" MANHOLE FRAME, COVER, GRADE RINGS AND CONCRETE COLLAR PER SA N..:..009 WITH "WATER" CAST IN LID . 2" C. C. THREAD PLUG ON i OF CARRIER PIPE 24" BLIND FLANGE A.S.A. CLASS 125# 2500 PSI CONCRETE, 4' --~...:...:i;;i M.H. BARS ''T'' 9" C-C .,..._....., ____ __._..,__, RAMNEK (TYP .) BARS #4 @ 12" C-C BARS #4 @ 9" C-C BARS #4 @ 18" C-C WRAP PIPE WITH 2'-0" ·:.. ', ,,: -~· 24" BLIND :! FLANGE, SEE '. · .• DETAIL 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 SE T ON VAULT WALLS. SEAL JOINTS WITH CONCRETE . PREM OLD MATERIAL =====!!13=:i!::f===:::!.!::==i==!::!:===l==t=====#==6=. WRAP PIPE WITH PREMOLD MATERIAL CARRIER PIPE .· #4 BARS DOWELS @ 18" C-C ALL AROUND EXCEPT IN WAY OF PIPE 3000 PSI CONCRETE #4 BARS @ 8" BOTH WAYS E1-20 MATERIAL E2-20 CONSTRUCTION SECTION * FOR 36" AND ABOVE AS DIRECTED. CITY OF FORT WORTH, TEXAS ACCESS MANHOLE DATE: SEPT. 2008 WTR-012 30" · MANHOLE FRAME, COVER, GRADE RINGS AND CONCRETE COLLAR PER SAN-009 AND WTR-012 WITH "WATER fl CAST JN LID. E1-11 MATERIAL E2-11 CONSTRUCTION 1" COPPER (D 1" AIR RELEASE VALVE, 2 .EA. CLOSE NIPPLES, 2 EA. 12" LENGTH COPPER OR BRASS RISERS, 2 EA . GATE VALVES, AND 1 EA. TEE . q) L 1Y.i" x 1Y.i" x Y.i" x 46" WITH 1 EA. %" DIA. U-CLAMP. EACH END OF ANGLE TO BE BOLTED TO FLOOR SLAB WITH Y.i" LAG BOLTS. ANGLE TO BE TREATED WITH 2 COATS OF PRIMER PRIOR TO INSTALLATION. G) 12" OR 1 6" 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 LOCK BOX MATERIALS SECTION A-A (D 30" STD . MANHOLE FRAME, COVER AND CONCRETE COLLAR PER SAN-009 WITH "WATER" CAST IN LID (2-INCH LETIERING). @ MORTAR, REF. E1-20 SHAPE TO SLAB EDGE. @ TOP & BOTIOM SLABS, CLASS 'F ' (4000 PSI) CONCRETE W/ #6 BARS SPACED 6" C/C EACH WAY. STEEL BAR COVER ~ .. ± 12" FROM BOTIOM OF EACH SLAB . @ POLYURETHANE CUSHION PAD-5'x7' MIN . WATER MAIN WITH FLANGE ACCESS AS APPLICABLE . @ ® COMBINATION AIR & VACUUM RELEASE VALVE, CLOSE NIPPLES , TEE, 2 EA . GATE VALVES. NIPPLES TO CONFORM TO E1 -9.4 (J) 2" COPPER WITH FLARE BEND FITIINGS; 3" DUCTILE IRON WITH M.J . FITIINGS. E1-11 MATERIAL E2-11 CONSTRUCTION CITY OF !=ORT WORTH, TEXAS 2" & 3" COMBINATION AIR AND VACUUM RELEASE VALVE DATE: FEB. 2009 WTR-014 PROVIDE FLANGE OUTLET SEE NOTE@) 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 . @ DETAI LS 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 BOTTOM 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 STANDARD BLOW-OFF INTO 4' DIAMETER SUMP MANHOLE DATE: FEB. 2009 WTR-015 EXISTING SURFACE E1-7 MATERIAL E2-7 CONSTRUCTION G) @ © BACKFILL AS APPROPRIATE 6" MIN . DIMENSION. 5• 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 GRADE AS SHOWN ON THE PLANS . CARRlER 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 PERMITIED BY THE PLANS ANO SPEC IFICATIONS . E1-15 MATERIAL E2-15 CONSTRUC TI ON TUNNELED SECTION OPEN CUT OR BORED SECTION CITY OF FORT WORTH , TEXAS CASING DETAILS iUNNEL LINER OR CASING PIPE AS REQUIRED . WATER LINES SHALL BE SECURED BY CASING SPACERS PER APPROVED PRODUCT LIST . NOTE : ADEQUATE SKIDS SHALL BE FURNISHED AND INSTALLED BY THE CONTRACTOR AS NECESSARY TO FACILITATE INSTAUATION OF CARRIER PIPE. CAS ING PIPE WATER LINES SHALL BE SECURED BY CASING SPACERS . MIN. (3) SPACERS PER JOINT OF PIPE . MAX . 6' BETWEEN SPACERS. NOTE : ADEQUATE SKIDS SHALL BE FURNISHED AND INS TALLED BY THE CONTRACTOR AS NECESSARY TO FACILITATE INSTALLATION OF CARRIER PIPE . . DATE: FEB. 2009 WTR-017 L EXISTING SEWER LINE -===c==] 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 TRENGH . @ 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 COMPRESS ION STRAPS OR WITH ·APPROVED ADAPTORS . © THE MINIMUM CLEARANCE OF SEWER TO WATER LINES SHALL BE EIGHTEEN INCHES (18"). E1-7 MATERIAL E2-2 CONSTRUCTION CITY OF FORT WORTH, TEXAS SANITARY SEWER PIPE REPLACEMENT DATE: FEB. 2009 WTR-018 EXISTING SURFACE EXISTING SEWER LINE 12" C/C TYP . io PROPOSED WATER MAIN 1o SECTION A-A #6 GAUGE WELDED WIRE MESH , LENGTH OF ENCASEMENT MINUS 3 " OUTSIDE DIAMETER OF BELL CD VARIABLE TRENCH WIDTH. CLASS 'B' (2500 PSI) RE INFORCED 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 PS I) REINFORCED CONCRETE SHAL L BE USED IN CONSTRUCTION OF A SUPPORT BEAM AND ENCASEMENT FOR SEWER LINES TWELVE INCHES (12") DIAMETER AND LARGER . SEWER LINES LESS THAN TWELVE INCHES (12") DIAMETER, WITH EXCEPTION OF SEWER SERVICE LINES, SHALL BE REPLACED BY DUCTILE IRON PIPE OR SOR 26 OR SUPPORTED BY AFOREMENTIONED CONCRETE ENCASEMENT. E1-20 MATERIAL E2-20 CONSTRUCTION CITY OF FORT WORTH, TEXAS SANITARY SEWER PIPE TRENCH CROSSING DATE: FEB. 2009 WTR-019 NOTE: IN LIEU OF PRE-CAST CONCRETE MANHOLE PIPE POURED IN PLACE 2500 PSI CONCRETE MANHOLES WITH 8" WALLS, AND #4 BARS 6" C-C EACH WAY MAY BE USED . VJ w cE ~ 30" MANHOLE FRAME, COVER~ AND CONCRETE COLLAR PER SAN-009, WTR-012 WITH "WATER" (2" LETTERING) CAST IN LID. · , · ..... _:. ·j·,;: QM :· .:: .; .. :· : .. · .. · : :.-.-#4: ~ARS @ 6" .. ·'·:NIPPLE ·.· . ._: · ·:-.-... C-;:~-:SOTH WAYS C.C. THREAD w/FLARE END ~~~-W=ATER Mc..c.Ac..;..;1-'-'-N~~- '• . ... .. . .... .. : .... '• . '•, • ',, •, l •• ~A· • •.. ' :, ' • • • ••' •,:, ,' • • ."•• : • • • ~. ••, • • • • • ,': :, • • '• •,• . : -: .: ... •,, .. ... . •.·. ~ ··.·. .... . .. ·. ·-.. :·· .... _.·,. ·.:.,\ ··.·-:·· .. ·.. . .... , ... , . ._._ .. . . .... .. . ·· .. · NOTE: SEE WTR-013 AND WTR-014 FOR AIR RELEASE DETAIL. NOTE: FOR 2" OR 3" AIR RELEASE VALVE PROVIDE REDUCER TO RECEIVE A 1" CORPORATION COCK. E1-11 MATERIAL E2-11 CONSTRUCTION CITY OF FORT WORTH, TEXAS COMBINATION 1" AIR RELEASE VALVE AND 1" PITOT CONNECTION DATE: FEB. 2009 WTR-020 2"x*" BUSHING & *" SAMPLING TAP E2-24 CONSTRUCTION NOTE: ~2" GA1E VALVE 2" SHORT NIPPLE 2" TEE -----~ AFTER STERILIZATION REMOVE PIPING AND INST ALL PLUG 2" COUPLING TO BE PLUGGED W/ 2" C.I. PLUG AFTER SAMPLING CONCRE1E 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 SAMP LES 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 G) © NOTES : 6" BLIND FLANGE TAPPED 2" WITH 2" BRASS PLUG WITH C.C. THREAD. 125# PATTERN BLIND FLANGE DRILLED AND TAPPED FOR 6" BLIND FLANGE. 6" BLIND -FLANGE ATIACHED WITH BRONZE BOLTS. GASKETS SHALL BE FULL FACED AS OTHERWISE REQUIRED IN E 2-4. LIFTING LUGS SHALL BE PROVIDED IN QUANTITIES SUFFIC IENT TO LOFT AND HANDLE THE FLANGE AS A BALANCED LOAD . ATIACH THE 125# PATTERN BLIND FLANGE WITH STEEL BOLTS AND BRONZE NUTS THEN COVER WITH CEMENT GROUT AFTER INSTALLATION. @ 125# PATIERN FLANGE, UNLESS REQUIRED OTHERWISE . FLANGES AND BLIND FLANGES TO BE DESIGNED TO WITHSTAND PRESSURE RATING OF PIPE. ® 0 WYE BRANCH TO BE ONE SIZE LARGER THAN, BUT TAPERED TO STANDARD R\JN NORMAL DIAMETER UNLESS OTHERWISE SPECIFIED . STANDARD RUN DIAMETER E1-4 MATERIAL E2-4 CONSTRUCTION CITY OF FORT WORTH, TEXAS STANDARD CLEANING WYE DATE: FEB. 2009 WTR-022 LOOPED SYSTEM FLOW SLEEVE EXISTING GATE VALVE 1. INSTALL M.J. WYE AT END OF IMPROVEMENTS . 2. RECONNECT TO EXISTING USING M.J. SLEEVE . 3. AnER CLEANING WITH POLY-PIG , REMOVE CLEANING WYE . NON-LOOPED SYSTEM EXTEND PIPE RISER __ ..,, ABOVE GROUND LEVEL FLOW - 1. INSTALL M.J. WYE AT TERMINAL END OF MAIN . 2. PLUG THE STRAIGHT RUN OF THE WYE AS SHOWN. 3. AFTER CLEANING WITH POLY -PIG, REMOVE CLEANING WYE . E1-7 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 3000 P.S.I. @ 28 DAY CONCRETE Vv1TH A.S.T.M. 1J5 @ 12 " CTR . GRADE 60 K.S.I. REINFORCEMENT 0'-9" #5 X ~E · CTR .-+-i'~ • .tl 2'-6" '«, (FOR ACCESS ~ OPENING) V VALVE BOX OPENING REQUIRED FOR VALVES 3" AND LARGER INSIDE VAULT --l~E=,H,,.-1~• CLEAR (TYP.) 1'-6" O,.~~,---#~~@ 12·· CTR . 2'-6" KEYED JOINT SYMBOLS: LRECTIO=I · OF FLOW THRUST BLOCK s -FITIINGS AND MATERIALS UST ITEMS. (SEE SHEET N0.2) SECTION B-8 TURBINE METER BY-PASS PIPING DIMENSIONS METER PIPE PIPE SIZE DIA. DIA. A B C D E F G H J 3" 4" 2" 13'-0" 2'-7" 2'-7" 2'-B" 8 " 2'-6" 1'-o · 1'-6" 1'-6" 4" 4•• 2" 13'-7J!z" 3"-2Xz" ·.2'-7" 2 ·-a· 8" 2·-s · 1·-2· 1'-6" 1'-5 " 6" 6" 4" 15'-5" 4'-1-'!z" 3'-sJ!z" 2 ·-a· 1'-4" 1'-2%" 2'-3Xi" 1'-6" 1'-6" B" 8" 6" 16'-4" 4'-3" 10" 10· 6" 18'-10" 6'-3" NOTES: 1. ALL THRUST BLOCKING SHALL BE IN ACCORDANCE WITH FIGURE (9) OF THE GENERAL CONTRACT DOCUMENTS. 4'-3" 4 '-9" 2·-a· 2·-0· 11%" 2·-6~" 1'-6" 1'-6" 2 '-8" 3'-0" 6" 3'-5" 1'-8 " 11}&" 6. 6-INC H TURBINE ME TER IS THE MINIMUM METER SIZE WITH 6-INCH DIA. BY-PASS FOR FIRE PROTECTION . 2 . IF VALVE OPERATING NUT IS MORE THAN (3) 7 . ALL METERS INSTALLED TO BE COMBINATION FEET BELOW GROUND OR PAVING SURFACE, TYPE. PROVIDE EXTENSION STEM TO ONE-FOOT BELOW GROUND OR PAVING SURFACE . 8. WATER SAMPLING POINT FOR 3-INCH OR LARGER METERS. 3. ACCESS OPENING CENTERED OVER METER. A.) H-20 LOADING-24"x40" C.I. FRAME AND 9. WATER SAMPLING STATION -ECLIPSE NO . 88 COVER MARKED "WATER", McKINLEY (KM . OR APPROVED EQUAL . 24"x40") OR EQUAL B.) NON H-20 LOADING 30"x36" STEEL SINGLE LEAF DOOR, BILCO TYPE J MODEL OR EQUAL __ 6'-_6" ---a·.--1 _c_ll A : VAULT -PLAN A 1 B" CONC. PIPE FOR SUMP SECTION A-A DIRECTION OF FLOW 4. CONCRETE FINISHES SHALL BE IN ACCORDANCE WITH SECTION E2-20 OF THE GENERAL CONTRACT DOCUMENTS . CITY OF FORT WORTH, TEXAS COMBINATION TURBINE METER VAULT INSTALLATION WITH BYPASS DATE: FEB. 2009 5. WRAP ALL PIPING PENETRATIONS THROUGH WALL WITH B MIL POLYETHYLENE. WTR-024 SHEET 1 OF 2 FITIINGS AND MATERIALS LIST 'J.• MEIER WIIl:f :t E!1eA~ !• MrnB WIIl:f 2· E!1eASS It MEIER !£111:1 !• E!1e~ Ir MEIER WIIl:f It E!1e~~ lit MEIER !£111:1 §• &1e6SS 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 D.I. 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 0.1. PIPE (CLASS 51) ® 6-INCH 0.1. PIPE (CLASS 51) 0 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/ ® 8-INCH TURBO-METER W/ ® 10-INCH TURBO..,-METER W/ 3-INCH 0.1 . FLANGED ADAPTER 4-INCH TURBO-METER, FLANGE ® (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 1 0-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) AND {THREADED), 2-INCH BRASS (THREADED), 2-INCH BRASS (THREADtD), 2-INCH BRASS (2-INCH TAP SIZE). 2-INCH 2-INCH BRASS PLUG GATE VALVE (THREADED) AND GATE VALVE (THREADED) AND GATE VALVE (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 ® ® ® 6-INCH D.I. PIPE (CLASS 51) 2-INCH BRASS PLUG "K") 4-INCH D.I . PIPE (CLASS 51) 6-INCH 0.1 . PIPE (CLASS 51) (THREADED) ® 2-INCH 90' ELBOW (FLARED) ® 4-INCH 90' BEND (MECHANICAL ® 6-INCH 90' BENO (MECHANICAL ® 6-INCH 90' BENO (MECHANICAL ® 2-INCH COPPER TUBING (TYPE @) JOINT/RETAINER GLAND) JOINT/RETAINER GLAND) JOINT/RETAINER GLAND) "K ") 2-INCH BRASS GATE VALVE @) @) @) ® W/ (2) 2-INCH BRASS MALE 4-INCH GATE VALVE 6-INCH GATE VALVE 6-INCH GATE VALVE 2-INCH 90' ELBOW {FLARED) FlTTING ADAPTER {FLARED TO {MECHANICAL JOINT /RETAINER (MECHANICAL JOINT /RETAINER (MECHANICAL JOINT/RETAINER @) THREAD) GLAND) GLAND) GLAND) 2-INCH BRASS GATE VALVE @ @ ~-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 FlTTING ADAPTER {FLARED TO COVER (MARKED "WATER") COVER {MARKED "WATER") COVER {MARKED "WATER") COVER {MARKED "WATER") THREAD) @ 4-INCH BRONZE TAP SADDLE @ @ 8-INCH BRONZE TAP SADDLE @ @ 6-INCH BRONZE TAP SADDLE 10-INCH BRONZE TAP SADDLE 5~-INCH C.I . VALVE BOX AND (3/4-INCH TAPS1ZE); (3/4-INCH TAPS IZE); (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 NIPPL!t 3/4-INCH DIA. BRASS NIPPLE @ (n-lREAD); 3/4-INCH BRASS (THREAD); 3/4-INCH BRASS (THREAD); 3/4-INCH BRASS (THREAD); 3/4-!NCH BRASS 4-INCH BRONZE TAP SADDLE GATE VALVE {THREA D) AND GATE VALVE (TI-fREAO ) ANO GATE VALVE (lHREAD) AND GATE VALVE (TI-fREAD) 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 (TI-fREAD). (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.;,RTH C ITY OF FORT WORT H , TEXAS DATE: f=EB. 2009 TO THE AMERICAN NATIONAL TAPER PIPE COMBINATION TURBINE METER VAU LT WTR -024 THREAD, ASA 82.1 OR FG GGG-P-351A. INSTALLATION WITH BYPASS SHEET 2 OF i MATERIALS @ STANDARD 1" CORPORATION (W/ TAP SADDLE WHEN REQUIRED) ® © @ STANDARD 1" CURB STOP, 90 ELBOW & 1" x :Y,." REDUCER 1" TYPE K COPPER SERVICE LINE Eclipse™ No. 88 SAMPLING STATION OR APPROVED EQUAL WITH 12" DEPTH OF BURY ® 2'x2' CONCRETE PAD, CLASS 'B' CONCRETE (2500 PSI) W/ #4 REBAR @ 12" C-C EACH WAY; 3" MIN. CLEAR COVER 30" MIN. WATER MAIN SEE WTR-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 FIRE HYDRANT. 6 . IN LIEU OF TAPPING MAIN , CONNECT TO EXISTING LARGE VALVE COPPER RISERS WHEN POSSIBLE . CITY OF FORT WORTH, TEXAS WATER SAMPLING STATION DATE: FEB. 2009 WTR--025 11 w· I ·[283~mf I if-lli-31 COVER SECTION 12 "%" [327mm] *" LETIERING (RECESSED FLUSH) 11 %" 1 '%" I ·[289mmi" I h] I 9 '%" I ~ ,2 .. [251mmj [305mm] ~_J_ [476mm] BOX SECTION %" [16mm] 18" 20" [508mm] I • 18 ~ .. .. , [464mm] I -16 %" .. , [425mm] ,. 21" .. , [533mm] 24" [610mm] BOX SECIION 1 ~"R [R38mm] 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 ' \ \ . . a ll Jl ff]I II . . '" . . u ll II II '" ~ i! ~) "' ffi ~) J \;i: ;x )) ti ) 3::: ~) i',t [~~ ;II ~ ~ 00 rt n .. . ll ll l[ ,. .. n • ll n PLAN VIEW 26 %" 13 ~" [679mm] II 13 ~- Jl ll [337mm] II [337mm] } 1\ ~~ ~ j I 15 ~6 .. [386mm] L 1 Yz "R . [R38mm] 1 %" JJ44mm] v.=u ="llln==;" .... ="'u'n1t::;=~~~11 ~~~"~~';;;ff COYER SECTION 'I ! .30 " [762mm] 27" [686mm] 1 *" [44mm] --j 1fo " [8mm] I 12 " [305 mm] L-!:t===:~=====~ _J_ I-25" [635mm] ~I BOX SECTION rr 18 " 15 ~s" [ 457mm] [392mm] Ll ----,- I ,,. / ' -~- _l 3 " [7 6mm] -i- ----4" · [102mm] aox SECTION NOTE: f:ORT WORTH LOGO Is OPTIONAL. 14 " [356mm] ! *FOR NON-PAVED AREAS ONLY. • CITY OF FORT WORTH, TEXAS DATE: FEB. 2009 CLASS 'B' STANDARD PLASTIC METER BOX FOR 1 >'2" & 2" METERS WTR .. 027 r -.... r , ll .. n n 1f n n n u n n t 0::0:: 1-l 17• 18 ~-c~~ l!;i 14 ~ .. ~~ 5~ [368mm]· • 71 3::::E [ 432mm] [ 467mm] X Ii L · %" [16mm] .. . .. .. ff ....... ".". ll "' ~ ~ 2"R L~-J (R51MM] PLAN VIEW QQVEB SEQIIQN I ,1 w I .. [298mm] .. 16 ~ .. [419mm] 2 Ya"---~ [54mm] ~" 1 ~ .. ~ 1 [1om~] ~ _E,amm] o/, "-:-I~ ~~ [8~m] [8mm] COVER SECTION 18 '%" 1 ....... · __ [ 47-9m_mJ ___ ., _J_ I · 20 , .. [514mm] BOX SEQTION -I L1 ;r· [38mm] BOX SECTION NOTE: FORT WORTH LOGO IS OPTIONAL. *FOR NON-PAVED AREAS ONLY. CITY OF FORT WORTH, TEXAS CLASS "C" STANDARD PLASTIC METER BOX FOR 2 -%" METERS DATE: FEB; 2009 WTR-028 1111111 lffil 11 1 ---ll+.,....,.1---lYPE "C" BACKFILL MINIMUM 6 ... INITIAL-~:!±:-:!~~~ SEE SPEC. E1-2.4 G.C .D. BACKFILL COVER ~",m,,!,.Yi'--SAND MATERIAL EMBEDMENT & INITIAL BACKFILL SEE SPEC . E1 -2.3 G.C.D. MINIMUM 6"----+--Ht-~- EMBEDMENT WATER: 12 11 ---ll+.,....,.1---lYPE "c" BACKFILL MINIMUM 6" INITIAL--.±:!:±r.f.~~~ SEE SPEC . E1-2.4 .G.C.D . ~~J.J.;:--CRUSHED STONE OR SAND BACKFILL COVER : WATER -6" SAN . SEWER -12" MATERIAL INITIAL BACKFILL SEE SPEC. E1-2.4(b) OR E1 -2.3 G.C .D. ~~,M~CA:~:1ttt:=t--CRUSHED STONE MINIMUM 6" --1==1-w.~~~~~r'F SEE SPEC. E1 -2.3 EMBEDMENT G.C.D. SAND GRADATION • LESS THAN 10% PASSING #200 SIEVE • P.I. = 10 OR LESS CRUSHED STONE GRADATION SIEVE SIZE RETAINED 1" 0-10 Yz" 40-75 %" 55-90 #4 90-100 #8 95-100 WATER: SIZES 16" AND LARGER SANITARY SEWER: ALL SIZES MATERIAL SPECIFICATIONS NOTE: SPECIFICATION REFERENCES ARE FOR WATER AND SAN ITARY SEWER ONLY . THE EMBEDMENT AND BACKFILL DETAILS PROVIDED ON THIS SHEET SHALL REPLACE APPROPRIATE PROVISIONS OF E1-2.4(b) AND E1-2.3 OF THE GENERAL CONTRACT DOCUMENTS AND SPEC IFICATIONS FOR WATER DEPARTMEN T PROJECTS (G.C.D.) ALL OTHER PROVISIONS OF TH ESE ITEMS SHAL L APPLY. CITY OF FORT WORTH, TEXAS DATE: FEB. 2009 WATER AND SANITARY SEWER EMBEDMENT AND BACKFILL DETAILS WTR-029 EXISTING CURB TEMP . SERVICE--~""' 2" GAL V. PIPE _____ __, TO F.H. OUTLET FOR TEMP -WATER SUPPLY. TEMP . SERVICE 2" GAL V. PIPE " = ----- '2J--t--EXISTING METER VAULT. SEE DETAIL WTR-032 FOR TEMP . SERVICE CONNECTION . 1t1>---t--TEMP. SER~CE 2" GAL V. PIPE . €J EXIST ING CURB SEE DETAIL WTR-033 FOR INTERSECTION CROSSING CITY OF FORT WORTH, TEXAS TYPICAL MAIN BY-PASS LAYOUT DATE: FEB. 2009 WTR-030 CUT-OFF NOTE: CONTRACTOR SHALL BE REQUIRED TO COVER METER VAULT WITH PROTECTIVE GUARD. NOTE: ADAPT AS REQUIRED EXISTING PRIVATE SERVICE TO HOUSE OR BUILDING . METER SHALL BE REMOVED BY THE CONTRACTOR. CONNECTION FROM BY-PASS TO PRIVATE SERVICE SHALL BE MADE BY CONTRACTOR. EXISTING COPPER SERVICE LINE 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 "' I '- ...J LOCATION OF 15" DIA. SUMP IN BOTTOM SLAB GRADE FLOOR TO DRAIN TOWARD SUMP. OPERATOR l\lTH INDICATOR . ,_ ____ w -----i 3• CLEAR TYP OUTSIDE WALLS ..L1...u..---1trr-~;p:t: ~~ ~= ::~~ VALVf.. 2• CORP. STOP, AND 2• PLUG. ---Difl--BUTTERFLY VALVE (AWWA C50 4) CAST STANDARD STREET VALVE BOX (f1ELD LOCATE OVER OPERATOR) TYLER PIPE No. 6850 OR EQUAL f5 o 10• C/C (TYP) REMOVABLE TOP SLAB (2) f/5 BARS O 4• TOP AND BOTTOM BOlH SIDES OF MH OPENING IN ROOF (B TOTAL) ALUMINUM LADDER BY HERON INDUSTRIES OR APPROVED EOUAL SEE SPECIF1CATIONS SPECIAL CONDITIONS FLANGE x FLANGE (ITEM E1-30) • (rrP) "' I ·- "' r ~ ROADWAY '-I ~;lt~ED "' I '- PAINT V.,TH MASTIC MATERIAL (TYP) VALVE STEM EXTENSION 111TH SUPPORTS AS REQUIRED TO f1N1SH GRADE OPERA TOR lllTH INDICATOR. 4• MIN , (TYP) 15" DIA. CONCRETE SUMP 1 24" BLIND FLANGE Q\ITLET. 30" MANHOLE FRAME. COVER, GRADE RINGS AND CONCRETE COLLAR PER SAN-009 AND WTR-012 'MTH "WATER" CAST IN LID. REMOVABLE TOP SLAB HOLE FOR LID REMOVAL 111TH PLUG (TYP) f5 0 10" c/c (TYP) #5 DOWELS O 10" C/C 6" WATER STOP ~~~~~\~ ~g;~1~aA~6TTOM SECTION 1-1 30" MANHOLE FRAME, COVER, GRADE RINGS AND CONCRETE COUAR PER SAN-009 AND WTR -012 WITH "WATER" CAST IN LID. ( 4) #4 BARS lo TOP PLAN REINFORCEMENT AROUND PIPE OPENINGS NOTE: ALL BOLTS SHALL BE ·coR BLUE " AND lHE DRESSER COUPLING SHALL USE "STAINLESS STEEL ALL lHREADS" OR AN "ALL lHREAD WITH A NON CORROSIVE COATING SUCH AS COR BLUE." BUTTERFLY VAL VE VAULT DIMENSIONS PIPE DIAMETER LENGTH-"C' WIDTH -w 24" 10 d" 10 0 30~ 10 0 10 0 36" 11-0 10-0 48" 16-0 12-6 54 16 0 12 6 SLAB, r--------------------------------------------tllo------------1 CITY OF FORT WORTH, TEXAS BUTTERFLY VALVE DATE: FEB. 2009 WTR-033 8'-0" 2 '-7 " 2'-10" 2'-1" 2.25" FORT WORTH 2.25" --+---1----,-----------------------------. PROJECT NAME PROGRAM NAME/ PROJECT#/ AMOUNT N I N This project is managed by the Department Questions on this project, call (817) 392-8306 After hours water and sewer emergencies, call (817) 392-4477 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" c., z iE E ..J 'o 2 .5 " -:!. DATE: FEB. 2009 WTR-034 4'-o" 7 " 2·-10" 7" 2 .25" -----FoarWoRTH I"') 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 3 "R (TYP .) PROJECT NAME PROGRAM NAME/PROJECT #/AMOUNT This project is managed ~y c., z Dept. a:: w Questions on this project, i:: w call: (817) 392-8306 _J . After hours water and sewer emergencies, 111 ~ \ call: (817) 392-4477 \ 3'-6" 3 " \ \ \ Li_WHITE L PMS 288 (BLUE) CITY OF FORT WORTH, TEXAS PROJECT SIGN -4'x4' 2 " 0 I :.r DATE: FEB. 2009 WTR-035 21" BLUE POST CAP w/WARNING LABEL 1n WIDE BLUE REFLECTIVE TAPE 1" APART STARTING 6" BELOW CAP. 4"11> PVC (WHITE) 4' MIN . -'~ C p Aw ·:1 p UAE. TT L I .EI ORN N E y IRCASE OFEMaGalCY PM!~.~- (817)•392-4471 FOR UNIE LOCATION Pl.EASE CAU. (817)-392·8296 ... NOTES: INCASE OF EM!IIGENCY · PLEASE .CALL (817)-392•4477 FOILUNE LOCAnOH PLEASE 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 UTILITY CROSSINGS AS DIRECTED BY THE ENGINEER . -"""'-M°;;fM" ........ """""' H:10.ol" a:~· ,.., ... Jt, .... ...... ......., .. -...... .,,.,,.. Fc.ca.&J'21~1T ......... ........ ......... U2f.n1a-11 ~.!:.,, LOOO ,.....,. ll2P' "'''"'"'"'' ....... =~PkllT a:.r.rq:o 1~,eoi Uf-$ilt l<M' l'aUolol':tf!ilT _,. -0 ._, ... ........ _ ttAS' tmttantllf\tr =· """"''°° 111'-00I ...... ~8*8T -·-· ._,.., ~ Ptft.lu7211aCnDT _,, -· _,,.,, CITY OF FORT WORTH, TEXAS WATER MARKER POLE DATE: FEB. 2008 WTR-036 SANITARY SEWER DETAILS FIGURE TITLE SAN-001 Standard Tvoe "A" Access Manhole -Plan View SAN-002 Standard Tvoe "A" Access Manhole SAN-003 Standard 4' Diameter Manhole SAN-004 Shatlow MantJOte SAN-005 Standard 4' Diameter Drop Access Manhole SAN-006 Junction Manhole Bottom SAN-007 Offset Manhole to Sewer Main LaraerThan 24" SAN-008 Bored Crossina Detail SAN-009 Manhole Frame, Cover, Grade Rinas and Concrete Collar SAN-010 Hydraulic Slide SAN-011 Two Wav Service Cleanout SAN-012 Chimnev Service SAN-013 Tvoical Anchor Block for Elevated Crossinq SAN-014 Concrete Cradle SAN-015 Drilled Pier SAN-016 Pier Head Detail for Pipe up to 18" Diameter SAN-017 Pier Head Detail forPioe over 18" Diameter SAN-018 Typical Tunnel Section SAN-019 Clay Dam SAN-020 Concrete Encasement SAN-021 Wastewater Access Device SAN-022 Sanitary Sewer Marker Pole ~~--1------------( ,..... ~ ......... a.. t') 0 :c I- !:: z 3:- a:: C, w~ (.) z ::J w 0 a.. wO a:: w a:: _J oO :::c .z I-<{ ~::::E -<io z I-I U1. SE r') : N ID X 0) I I I i--o t') h 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 EXISTING SYSTEM. E1-14 MATERIAL E2-14 CONSTRUCTION 8-#4 BARS (TYP.) 2" TYP . 4000 PSI CONCRETE ENCASEMENT CITY OF FORT WORTH, TEXAS STANDARD TYPE "A" ACCESS MANHOLE PLAN VIEW DATE: FEB. 2009 SAN-001 MANHOLE FRAME, COVER, GRADE RINGS AND CONCRETE COLLAR PER SAN-009 WITH "SEWER" CAST IN LID. CONCRElt -SIT - STANDARD 4' DIA . M.H. DETAIL SAN-003 APPLY 2 COATS --t/ OF BITUMASTIC COATING ~3g~Er,l~~R~ ---APPLY I TERIOR CORROS ON PROTECjflON AS REQU IRE:D . 5'-0" DI . (MIN .) 2'-0" (2'x3' PENING) z :iE co ' I") 4-#4 BARS _______ __..,...,.., "91!"111111!""-.;;...,..,__ -~---~i'(.ii~~~ SEE OET AIL SAN-001 FOR THE INSTALLATION OF STEEL BARS AND ADDITIONAL INFORMA TlON. 8" MIN. POUR AGAINST WOODEN FORMS -~;.~i:::; li~ ~~;~\·: 4000 PSI CONCRETE----< ENCASEMENT co NOTE : 4-#4 BARS 8" MIN. E1-14 MATERIAL E2-14 CONSTRUCTION 1. THIS STRUCTURE TO BE USED ONLY WHERE PIPE SIZE IS 39" OR LARGER. CITY OF FORT WORTH, TEXAS STANDARD TYPE "A" ACCESS MANHOLE DATE: FEB. 2009 SAN-002 MANHOLE FRAME, COVER. GRADE RINGS AND CONCRETE COLLAR PER SAN-009 WITH "SEWER" CAST IN LID . " ,....., 0 . I~ n~ ....... 2 COATS OF BITUMASTIC COATING APPLY INTERIOR CORRO ION PROTE TION AS REQUIR D. JOINTS RECOATED AFTER SECTIONS PUT TOGETHER ASTM C-76, CLASS Ill RCP PRECAST MANHOLE SECTIONS OR EQUAL. REFER TO SAN-009 TRENCH WIDTH CONC. CRADLE TO EXTEND TO PIPE BELL 0-RING GASKETS @ JOINTS (TYP.) * * VARIES WITH PIPE DIA. r (REF. E2-+ l SECTION A-A A ::\.~· .-:.•, .-~i·.-----i 1 I-----~ •,::: .... A :Z co-2 USE 4000 PSI CONCRETE E1-14 MATERIAL E2-14 CONSTRUCTION G) 4' DIA. FOR SEWER PIPE UP TO 21" DIA. 5' DIA . FOR SEWER PIPE 24" TO 36" DIA. CITY OF FORT WORTH , TEXAS STANDARD 4' DIAMETER MANHOLE · SECTION 8-8 DATE: FEB. 2009 SAN-003 FINISH GRADE· 15" BELOW FINISH RIM ELEVATION FOR STREET RECONSTRUCTION 5.48 " APPLY 2 COATS-~---. OF BITUMASTlC COATING . E1-12 MATERIAL E2-12 CONSTRUCTION MANHOLE FRAME , COVER , GRADE RINGS AND CONCRETE COLLAR PER SAN-009 WITH ffSEWER• CAST IN LID. / ---MONOLITHIC CONCRETE (4,000 PSI) OR ASTM C478 PRECAST MANHOLE SECTIONS. ------4'-lr''-' ----- SECTION A-A CITY OF FORT WORTH, TEXAS SHALLOW MANHOLE 0-RING GASKET @ JOIN T (TYP .) PRECAST JOINT DETAIL 4 8" R.G. DATE: FEB. 2009 SAN-004 US'£ SDR-26 PIPE TO FIRST JOINT BEHIND LIMIT OF EXCAVATION CONCRETE COLLAR E1-14 MATERIAL E2-14 CONSTRUCTION MANHOLE fRAME, COVER, GRADE RINGS AND CONCRETE COLLAR PER SAN-009 WITH "SEWER" CAST IN LID . / ~--APPLY 2 COATS OF BITUMASTIC COATING CONCRETE ·-SEE STANDARD 4 ' DIA. M.H . DETAIL SA N-003 .;J\'\1-----1,L,'-A---VERTICAL TO % POIN T OF PIPE i:o T GROUTED INVERT USE 4000 PSI CONCR ETE 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 FITIING. 2. POUR MANHOLE FLOOR TO SPRING LINE OF FITIING . 3. BREAK OUT TOP OF FITilNG TO SPRING LINE. 4. POUR REMAINDER OF MANHOLE INVERT TO PROVIDE VERTICAL INVERT WALL UP TO 3/4 POINT OF THE LARGER PIPE INVOLVED, AS DETAILED. 5 . STEEL TROWEL FINISH INVERT OF MANHOLE. 8. WHEN SPECIAL SITUAllONS PROHIBIT USE OF STANDARD PIPE FITTINGS AS ABOVE OUTLINED, THE INVERT SHALL BE FORMED OF CONCRETE AND STEEL TROWEL FINISHED TO PROVIDE SIMILAR FUNCTIONAL CHARACTERISTICS TO THOSE AFFORDED BY THE ABOVE INSTALLATION. INVERTS THUS FORMED SHALL BE CONSTRUCTED TO TtiE ENGINEER 'S SATISFACTION . CONCRETE SLAB E1-14 MATERIAL E2-14 CONSTRUCllON ........... __ 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 (/) w ix <( > DRILLED HOLE (CORED) E1-14 MATERIAL E2-14 CONSTRUCTION 0::: 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 CONCRET£ COLLAR PER SAN-009 WITH "SEWER" CAST IN LID. SEE ST AND ARD 4' DIA. MANHOLE DETAIL SAN-003 10' MIN. APPLY 2 COATS OF BITUMASTIC COATING . ; ... : ~ :·:... ~.:-': ..... ".: ' --~}' .. •" '::1~: 1. SLOPE OF INTERCONNECTING PIPE TO BE NOT LESS THAN 1 % ... ····" ... 5. 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 :;:.., /.~·· ~· -~·· ....... : .. ........ -·1.· ··~~ ... ~:. ........ -:: :" . •,<'l• ..... ·:."· / J fc§:,\tii;}f{pP:c f:f ;h\} :@ 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 I=! Ww _J :::!!: ID <( <( -ii:: 0 ~ VARIABLE DIAMETER. ,BORE TO BE LARGE ENOUGH TO PERMIT DES IGN TYPE PIPE TO BE PULLED OR JACKED THROUGH . 11 E::111::::l l l::::I I lyl 11™111™11 1W1Iiill1 11illffiillrriill111ill111ill 111ill1 11ill111ill111 11 TYPICAL 'BORED SECTION w 0::: . 0 0::: ID W w 1- _J w ID :::!!: <( ~ ii:: 0 ~ NO TE: LONGITUDINA L VIEW TYPICAL BORE WITH PIPE INSTALLED LONGITUDINAL VIEW TYPICAL END VIEW PRESSURE GROUT AROUND CASING AND CARRIER PIPE . GROUT SHALL BE PROPOR TIONED AS 1 CU. FT. OF CEMENT, 3.5 CU. FT. OF CLEAN FINE SAND WITH SUFFICIENT WATER ADDED TO PROVIDE A FREE FLOWING THICK SLURRY. 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 JOINT IS NOT AVAILABLE, M.J. TYPE SHA LL BE USED AND JOINTS SOL TED BEFORE PULLING PIPE INTO PLACE. E1 -15 MATERIAL E2-15 CONSTRUCTION CITY OF FORT WORTH , TEXAS BORED CROSSING DETAIL DATE: FEB. 2009 SAN-008 COLLAR CONFIGURATION FOR PAVED AREA ... I ... COLLAR CONFIGURATION FOR UNPAVED AREA 4'-8" MANHOLE FRAME AND -~~:-:o-:--"':""'!-:-:""-":2"""-=t~~~"'="""'~!!"'!"""=--t....i-----~ 32" DIA. COVER EQUAL TO McKINLEY IRON WORKS No. A32M w/ PICK BARS. (REFER TO STD . PRODUCT LIST) A L 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'' IMIN .---i SECTION A-A CI) REBAR SHALL BE PLACED 3" MIN . FROM TOP AND BOTTOM OF CONCRETE COLLAR . @ WHERE MANHOLES ARE IN THE STREET, INST ALL 2 MORE GRADE RINGS BETWEEN CASTING AND TOP OF PAVEMENT. CITY OF FORT WORTH, TEXAS MANHOLEFRAME,COVER,GRADE RINGS AND CONCRETE COLLAR 3" TYP . ~" CHAMFER (TYP .) GROUND CONCRETE COLLAR HEIGHT VARIES 32" HINGED LIDS ARE REQUIRED 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. D~TE: FEB. 2009 SAN-009 8 L PLAN YIEW ----------------- x <{ ~ 12" MIN . • N #3 DOWEL ·B J SECTION A-A CITY OF FORT WORTH, TEXAS HYDRAULIC SLIDE SECTION a~a NOTE: DROP TROUGH WILL BE POURED MONOLITHICALLY WITH CAST IN PLACE BENCH, OR DOWELED AND GROUTED TO PRECAST BENCH . DATE: FEB. 2009 SAN-010 #J BARS CONCRETE COLLAR (PLAN VIEW) EXISTING OR PROPOSED E R S RVICE FOR NEW __ -ll,',3.;;:.;;....;4i-- DEVELOPMENT **CITY OF FORT WORTH STANDARD CLEANOUT w/ CAST IRON CAP COLD JOINT REQUIRED CAP RISER 2 ' -1.,......a.,,_...;..s.,1i,...i..=....,....._ DOUBLE BAND STAINLESS STEEL COUPLING BELOW GRADE . (CAST IRON) .-!i"'ilf---BACKFILL CLEANOUT STACK WITH NATIVE TOPSOIL COMPACTED TO 95% STANDARD PROCTOR DENSITY 4" STACK {IRON OR PVC) SOR-.35 OR SOR-26 SERVICE SLOPE-VARIES 2:1: MIN. ' CLE:ANOUT NOTES 1. Tl-IE SWEEP TEE AND PIPE FITTINGS INSTALLED SHALL BE SDR-35 OR SDR-26 PVC MATERIAL. 2 . CONNECTIONS TO lHE EXISTING SERVICE SHALL BE MADE USING RUBBER SLEEVE COUPLINGS WITH STAINLESS STEEL DOUBLE BAND REPAIR SLEEVES . THE SltEVES 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 SOR-JS 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 PAID FOR AS CLEANOUT PRODUCT INFORMATION ** From Stanley Roberts & Assoc., Information Subject To Change. DESCRIPTION .'!!'E!fillI PART NO. Cost Iron Lateral Cleonout 18 lbs ATL-424 W/ SS Bolts ond Coupling ~ .. SS BOLTS\ 1.5" fl i }IT~~ORING 7.5" : L CAST IRON CLEANOUT SIDEWALK STREET PROPERTY LINE (CURB . DRIVEWAY ....., ____ ------ SIDEWALi< I CAST IRON 'II CLEANOUT CURB ¥: DRIVEWAY APPROACH STREET CAST IRON CLEANOUT BOOT PROPERTY LINE \ \ \ ':::r CITY OF FORT WORTH, TEXAS TWO WAY SERVICE CLEANOUT DATE: FEB. 2009 SAN-011 FINISH GRADE SEWER PIPE PLUG 15' MIN. STACK A l 1~ c:: ::i 011-· z ~t~ ~w c:: Vl <( w f--FLOW ELEVATION TO BE DETERMINED BY r-1F1----aENGINEER ~~~:IST. srn-.cE LINE 6 " MIN . AT BOTTOM ONLY 45· BEND TYPE "c " OR "8" BACKFILL -1+1--NEW SANITARY SEWER LINE WITH STANDARD EMBEDMENT PER DETAIL WTR-030 NOTE : TEE AND STACK TO BE COMPATIBLE TO MAIN LINE MATERIAL OR AS DIRECTED BY ENG INEER. SECTION A-A CITY OF FORT WORTH , TEXAS CHIMNEY SERVICE DATE: FEB. 2009 SAN-012 E1-9 MATERIAL E2-9 CONSTRUCTION TYPICAL SECTION BARREL OF PIPE END VIEW NOTE : USE 4000 PSI CONCRETE CITY OF FORT WORTH, TEXAS TYPICAL ANCHOR BLOCK FOR ELEVATED CROSSING DATE: FEB. 2009 SAN-013 EXISTING SURF ACE BACKFILL AS APPROPRIA1E E1-20 MATERIAL E2-20 CONSTRUCTION G) @ 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 DETAIL SAN-017 FOR PIPE OVER 18" DIAMETER. C.R.S.I. VOLUME II (A.C.I. 318-63) TYPICAL EXAMPLE VERTICAL SPIRAL NOM . PIER S1EEL S1EEL PIPE SIZE QTY. SIZE SIZE PITCH SIZE {a) (b) {c) {d) (e) 6" 24" 8 f/7 #3 2 '4" 8 " 24" 8 f(l #3 2 '4" 10· 24" 8 f/7 #3 2 ,. .. 12· 24" 8 f/7 #3 2 ,.. 16 " 30• 8 #8 #3 2 ,.. 18" 30" 8 1/B #3 2,,.. 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 . -Js"Ji-• _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 . E1-9 MATERIAL . E2-9 CONSTRUCTIO~ ** 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 8" 5 El-9 MATERIAL E2-9 CONSTRUCT ION CD STAINLESS STEEL BAND (2 " (MIN.) WIDE x f.i " THICK) ® STAINLESS STEEL ANCHOR BOLT (~" MIN. EMBEDDED 6" MIN.) @ STEEL REINFORCEMENT BARS PER DESIGN. © CLASS 'A' (3750 PS I) CONCRETE ® ALL CORNERS 3/4" 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 24" MIN . I· 1·-0.. • I .. i. ·}tr, r,'"'7"'7'7'V"/r ~ . (SEE DETAIL SAN-015) CITY OF FORT WORTH, TEXAS PIER HEAD DETAIL FOR PIPE OVER 18" DIAMETER t I L I DATE: FEB. 2009 SAN-017 TUNNEL LINER (AS INDICATED IN SPECIAL PLANS & DOCUMENTS) ci LJJ ....: a. w a:: ...J mD::. <( w -;:: c:: w ~ Ill ANNULAR SPACE GROUTED CUT AWAY LONGIIVPINAL SECTION NOTE: FURNISH & INSTALL GROUT IN RATIO OF 1 CUBIC FOOT OF CEMENT AND 3 .5 CUBIC FEET OF CLEAN FINE SAND WITH SUFFICIENT WATER ADDED TO PROVIDE A FREE FLOWING THICK SLURRY. E1-15 MATERIAL E2-15 CONSTRUCTION END VIEW TUNNEL LINER FILL BElWEEN LINER AND SEWER PIPE WITH GROUT SEWER PIPE FURNISH & INSTALL SKIDS AS NECESSARY. SKIDS SHALL MEET THE APPROVAL OF THE ENGINEER . CITY OF FORT WORTH, TEXAS TYPICAL TUNNEL SECTION DATE: FEB. 2009 SAN-018 I • 2· • I EXISTING GROUND 4' OR TO BOTIOM OF PAVEMENT BASE OR TOP SOIL MINIMUM TRENCH WIDTH-~ ...... ~_,,-,,~ ........ = PIPE DIA. + 1' I .TRENCfi 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 MATER IAL 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. CAST IRON M.H. FRAME AND COVER PAVEMENT <D N DETAIL '8' ~PLUG RISER PIPE----f\== CROSS LINK HIGH .. DETAIL 'B' DENSITY POL YTHELENE ·-ACCESS FITTING . N. T. S. WATER TIGHT PLUG EXISTING GROUND TWO CONCRETE GRADE RINGS (MIN IMUM) AND NON-SHRINK GROUT ~S:J=;+,i-F--SAND AND STABILIZED SOIL COMPACTED TO 95% STD . PROCTOR DENSITY AND PLACED IN 6-INCH LIFTS BEGINNING AT THE WASTEWATER ACCESS DEVICE WORKING OUTWARD TO THE EXCAVAT ION WALLS }fft,~~~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 REFLECTIVE TAPE 1" APART STARTING 6" BELOW CAP . 4"¢ PVC {WHITE) 4' MIN. l ···1 -p -·p .c .c -I ··1 A s A .s p p E 'O .... u E wE wf T T EL I I E ·1 I 0 0 RN RN N 'E N E -.... --. ~ ~ IN CASE IIIOASE OF EIIU~ENCY OF l!MIROENCY Pl,M.tU:Al,I, __ .... ..... -·· .l!I.USE.CALL.. (817)•392-4477 (817)-392-4477 FOR LINE LOCATION FOR UlfE LOCAnGN PLEASECAU PLEASICAU. (817)-392·8296 (817)492-8296 affW'ICI --.. --. ., I f.tl' I I I NOTES : 1. MARKERS SHALL NOT BE USED FOR 12" AND SMALLER DIAMETER SEWER LINES. 2. PLACEMENT SHALL BE AT EACH RIGHT-OF-WAY CROSSINGS AND MAJOR UTILITY CROSSINGS AS DIRECTED BY THE ENGINEER . """ ........ ........ .. _. ·-It 'JOlr •:1J'I' rw~ --.._. rn: -... ......., .. rr::: c.:w• F'..Co.11Jffl:ll9f s.tt::XO ~· .. I.OC)O W.0%1' 111:.o:r llll:!K:i!,ey fck"t.n1a•a --~ l.....-100 •t74t:I ...... FQ\l:81a111blf =:too UHl!'&.cu:10~ ~....-nm .. tlt.l:H =~ .,,_ ..... , .. e:1.tmm,n ....... ,_. -corr IU.W r#OJGnftlk.Dl,DT O..!M -· L.1~100 CITY OF FORT WORTH, TEXAS SANITARY SEWER MARKER POLE . DATE: FEB. 2009 SAN-022 NOTES: TRENCH REP AIR LIMITS Yf:~'!c::ffi--BACKFILL MATERIAL PER DETAIL WTR-029 (SEE NOTE 3) 1. ALL EXISTING ASPHALT COURSE SHALL BE REPLACED TO THE ORIGINAL DEPTH. PLACE A MINIMUM OF 2" HMAC SURF ACE COURSE (TYPE "D" MIX) TO MATCH EXISTING GRADE AS SHOWN. 2. PLACE A MIN. OF 8 11 2: 27 CONCRETE AS SHOWN. 3. FLOWABLE FILL MAY BE REQUIRED TO BACKFILL ALL TRENCHES IN DOWNTOWN STREETS ANO IS OPTIONAL IN OTHER AREAS. IF FLOWABLE FILL IS REQUIRED, A SEPARATE PAY ITEM WILL BE PROVIDED FOR SUCH. 4 . ALL CONSTRUCTION MUST BE IN ACCORDANCE WITH THE CITY OF FORT WORTH STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION. CITY OF FORT WORTH, TEXAS PERMANENT ASPHALT PAVEMENT TRENCH REPAIR DATE: juL Y 2009 stR-d2a TRENCH REPAIR LIMITS EXISTING CURB & GUTTER 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. CLASS 'A' REINFORCED CONCRETE BASE ;~'l"f'l,l,~-BACKFILL MATERIAL PER DETAIL WTR-029 (SEE NOTE 6) 5. 2 : 27 CONCRETE . MAY BE DELETED IF HALF THE SPECIFIED THICKNESS OF 2: 27 IS ADDED TO THE CLASS "A" CONCRETE. 6. FLOWABLE FILL MAY BE REQUIRED TO BACKFILL ALL TRENCHES IN DOWNTOWN STREETS AND IS OPTIONAL IN OTHER AREAS. IF FLOWABLE FILL IS REQUIRED, A SEPARATE PAY ITEM WILL BE JJROVIDED FOR SUCH,· 7 . ALL CONSTRUCTION MUST BE IN ACCORDANCE WITH THE CITY OF FORt WORTH STANDARD SPECIFICATIONS FOR STREET AND STORM DRAiN CONSTRUCTION. CITY OF FORT WORTH, TEXAS · DATE: JULY 2009 PERMANENT ASPHALT PAVEMENT TRENCH REPAIR WITH EXISTING CONCRETE BASE STR-029 EXISTING CURB & GUTIER TRENCH REPAIR LIMITS NOTES: 1. PLACE A MINIMUM OF 2" HMAC SURFACE COURSE (TYPE "O" MIX) TO MATCH EXISTING HMAC PAVEMENT GRADE AS SHOWN . 2. PLACE COMPACTED FLEX BASE MATERIAL AS SHOWN. 3. FLOWABLE FILL MAY BE REQUIRED TO BACKFILL ALL TRENCHES IN DOWNTOWN STREETS AND IS OPTIONAL IN OTHER AREAS . IF FLOWABLE FILL IS REQUIRED, A SEPARATE PAY ITEM WILL BE PROVIDED FOR SUCH . 4. ALL CONSTRUCTION MUST BE IN ACCORDANCE WITH THE CITY OF FORT WORTH STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION. CITY OF FORT WORTH, TEXAS TEMPORARY.ASPHALT PAVEMENT TRENCH REPAlk DATE : JULY 2009 stR-030 5' MIN. NOTES: CLASS 'A' REINFORCED CONCRETE PAVEMENT REPLACEMENT TO THE NEAREST JOINT OR CURB . SEE DETAIL STR-035 EXISilNG 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 DATE: JULY 2009 STR-031 SECTION 7 -CONTRACTS, BONDS AND INSURANCE 7.1 Certificate of Insurance 7 .2 Contractor Compliance with Workers' Compensation Law 7.3 Conflict of Interest Questionnaire 7.4 Performance Bond 7.5 Payment Bond 7.6 Maintenance Bond 7.7 City of Fort Worth Contract G :\1210\4397-32\Project\Specifications\Contract 58\100% Set -58\07.0 -SECTION 6 COVER.doc .- IBTX Risk Services Sateh \lanagcmcnt • Human Resources Senkcs • Busincs,; lnsur,111cc • Personal Insurance Emplo) cc Benefit~• ,uret, Bonds•\\ ea Ith \lanagemt•nt • I:xecuth e Plan nine October 22, 2010 Why We Are Using the Latest ACORD 25 Certificate of Liability Insurance In September 2009, ACORD revised the ACORD 25 Certificate of Insurance form. One of the major changes was the removal of the cancellation notice provision. For the following reasons, we are unable to issue an older edition of this form, modify the current form, or complete a proprietary form you provide: • Notice of cancellation is a policy right, not an unregulated service . No insurer shown on this certificate is able to provide the cancellation notice you desire by endorsement. For example, the insured can cancel immediately, so it would be impossible for the insurer to give you the notice you request . State law also grants the insurer the right to cancel for reasons such as nonpayment with less notice than you require. • For the reason just cited, if our agency were to issue a certificate that provides the cancellation notice you request, we would do so with the full knowledge that it would be impossible to actually give that amount of notice under certain circumstances . As such, the certificate could be alleged to constitute a misrepresentation or fraud which could subject our agency and staff to serious civil and criminal penalties. • If a certificate purports to provide a policy right different from that provided by the policy itself, then the certificate effectively purports to be a policy form. Policy forms must be filed and approved by our state department of insurance. Use of nonfiled policy forms is illegal and could result in legal sanctions distinct from the assertion that the certificate is fraudulent. • Under the ACORD Corporation's licensing agreement, the prior editions of superseded forms can be used for one year from the time the new forms are introduced. Beginning in September 2010, this is another reason we cannot use an older edition of the ACORD 25. Doing so would violate ACORD's licensing agreement and, as a copyrighted document, federal copyright law. • Likewise, we are unable to modify the new certificate to add a notice of cancellation . ACORD forms are designed to be completed, not altered. ACORD's Forms Instruction Guide says that a certificate should not be used "To waive rights ... To quote wording from a contract ... To quote any wording which amends a policy unless the policy itself has been amended ." In addition, our insurance company contracts only allow us to issue unaltered ACORD forms. • We are often asked to issue proprietary certificates provided by the certificate requestor. Again, our insurance company contracts only allow us to issue unaltered ACORD forms. Many proprietary certificates include broad, vague or ambiguous language that may or may not be incompliance with state laws, regulations, and insurance department directives. Therefore, we cannot issue any proprietary certificates that have not been reviewed by our state insurance department. You may be interested in how the City of Atlanta , Georgia is now reportedly dealing with this issue based on a very detailed study they conducted in 2008 . http://tinyurl .com/26guax8 We appreciate your understanding of the legal restrictions on our ability to fully comply w ith your request . Please feel free to contact your Producer or Account Manager if you have any questions or concerns . I:-IX \\ l',t h.ocmg \mtin, r\. 787:'\6 I oll I rce 800.XXO-hhll') hl\ 2111.6%.8-H 4 8701 Bedford Lukss Road,# 4:'\0 llur,t, r\. "!(;05J foll I· rec 800.~ I 0.:-I .!ti l·ax Sl7.29<U890 ..,~2<, llau~man, ',uitl' 100 San \ntunio, IX 78249 I oll I· rec 800.880.MllN hn 2I0.6%.8414 ATTACHED TO POLICY NO: CPP2051702 0 NAMED INSURED , Mcclendon Construction Company, Inc . THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. TEXAS CONTRACTOR'S BLANKET ADDITIONAL INSURED ENDORSEMENT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM All of the terms, provisions, exclusions , and limitations of the coverage form apply except as specifically stated below. SECTION II -WHO IS AN INSURED is amended to include as an insured any person or organization. called an additional insured In this endorsement: 1. Whom you are required to add as an additional insured on this policy under a written contract or agreement relating to your business: or · 2. The written contract or agreement must require additional insured status for a time period during the term of this policy and be executed prior to the "bodily injury", "property damage", "personal injury", or "advertising injury" giving rise to a claim under this policy. If, however, "your work" was commenced under a letter of intent or work order, subject to a subsequent reduction to writing within 30 days from such commencement and with customers whose customary contracts require they be named as additional insureds. we will provide additional insured status as specified in this endorsement. 3 . If the additional insured is: (a) An individual, their spouse Is also an additional Insured . (b) A partnership or joint venture, members, partners, and their spouses are also additional insureds. (c) A limited liability company , members and managers are also additional insureds. (d) An organization other than a partnership, joint venture or limited liability company, executive officers and directors of the organ ization are also additional insureds. Stockholders are also additional insureds, but only with respect to their liability as stockholders. (e) A trust, you are an insured. Your trustees are also insureds, but only with respect to their duties as trustees. The insurance provided to the additional insured is limited as follows: 1. That person or organization is only an additional insured with respect to liability arising out of: (a) Premises you own, rent, lease, or occupy , or (b) Your ongoing operations performed for that additional insured, unless the written contract or agreement requires •your work· coverage (or wording to the same effect) in which case the coverage rovided shall extend to "your workff for that additional insured. Premises, as respects this provision, shall include common or public areas about such premises if so required in the written contract or agreement. Ongoing operations, as respects this provision, does not apply to "bodily injury" or "property damage" occurring after: (1) All work including materials, parts or equipment furnished in connection with such work on the project (other then service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the site of the covered operations has been completed; or Includes copyrighted material of Insurance Services Office, Inc., with its perm ission. Copyright Insurance Services Office, Inc., 2002 CG 70 85 03 04 Page 1 of 3 (2) That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. 2. The limits of insurance applicable to the additional insured are the least of those specified in the written contract or agreement or in the Declarations for this policy. If you also carry an Umbrella policy, and the written contract or agreement requires that the additional insured status also apply to such Umbrella policy, the limits of insurance applicable to the additional insured under this policy shall be those specified in the Declarations of this policy. The limits of insurance applicable to the additiomtl insured are im;lusive or and nol in addition to the limits of insurance shown in the Declarations. 3. The additional insured status provided by this endorsement does not extend beyond the expiration or termination of a premises lease or rental agreement nor beyond the term of tllis policy. 4. Any person or organization who is an insured under the terms of this endorsement and who is also an insured under the terms of the GENERAL LIABILITY EXTENSION ENDORSEMENT, if attached to this policy, shall have the benefit of the terms of this endorsement If the terms of this endorsement are broader. 5. If a written contract or agreement as outlined above requires that additional insured status be provided by the use of CG 20 10 11 85, then the terms of that endorsement, which are shown below, are incorporated into this endorsement as respects such additional Insured, to the extent that :;uct, terms du nut rt,stric;l c;uver~gt:t otherwise provided by this endorsement: · ADDITIONAL INSURED -OWNERS, LESSEES OR CONTRACTORS (FORM B) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART. SCHEDULE Name of Person or Organization: Blanket Where Required by Written Contract or Agreement that the terms of CG 20 10 11 85 apply. (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) WHO IS AN INSURED (Section II} is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of "your work" for that Insured by or for you. Copyright, Insurance Services Office, Inc., 1984 CG 20 10 11 85 The insurance provided to the additional insured does not apply to "bodily injury", "property damage", "personal injury", or "advertising injury" arising out or an architect's, engineer's, or surveyor's rendering of or failure to render any professional services including but not limited to: 1. The preparing, approving, or falling to prepare or approve maps, drawings, opinions, reports, surveys, change orders, design specifications; and 2. Supervisory, inspection, or engineering services. Any coverage provided in this endorsement is excess over any other valid and collectible insurance available to the additional insured whether primary, excess, contingent, or on any other basis unless the written contract or Includes copyrighted material of Insurance Services Office, Inc., with its permission. Copyright Insurance Services Office, Inc. 2002 CG 70 8503 04 Page 2 of3 agreement rAq11irAs that this insurance be primary, in which case this insurance will be primary without contribution from such other insurance available to the additional insured. Includes copyrighted material of Insurance Services Office, Inc., with its permission. Copyright Insurance Services Office, Inc., 2002 CG 70 85 03 04 Page 3 of3 ATTACHED TO POLICY NO : CPP2051702 03 NAMED INSURED : McClendon Co n s truction Company, Inc . (2) The names and addresses of any injured persons and witnesses; and (3) The nature and location of any injury or damage arising out of the "occurrence" or offense. e. If you report an "occurrence" to your workers compensation carrier that develops into a liability claim for which coverage is provided by the Coverage Form, failure to report such an "occurrence" to us at the time of the "occurrence" shall not be deemed a violation of paragraphs a., b., and c. above. However, you shall give written notice of this "occurrence" to us as soon you become aware that this "occurrence" may be a liability claim rather than a workers compensation claim. f. You must see to it that the following are done in the event of an actual or anticipated ucovered recall" that may result in "product recall expense": {1) Give us prompt notice of any discovery or notification that "your product' must be withdrawn or recalled. Include a description of "your product" and the reason for the withdrawal or recall; (2) Cease any further release, shipment, consignment or any other method of distribution of like or similar products until it has been determined that all such products are free from defects that cou ld be a cause of loss under the insurance. 16. UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS Item o. -Repreaentotiona i~ deleted and replaced with the following : 6. Representations By accepting this policy, you agree: a. The statements in the Declarations are accurate and comp lete; b. Those statements are based upon representations you made to us ; and c. We have issued this policy in reliance upon your representations. We will not deny coverage under this coverage part if you unintentionally faff to disclose all hazards existing as of the i nception date of this policy. You must report to us any knowledge of an error or omission i n the description of any premises or operations Intended to be covered by the Coverage Form as soon as practicable after its discovery. However, this provision does not affect our right to collect additional premium or exercise our right of cancellation or nonrenewal. 17. BLANKET WAIVER OF SUBROGATION Item 8. -Transfer of Rights Of Recovery Against Others To Us -is deleted and replaced w ith the following: 8. If the insured has rights to recover all or part of any payment we have made umfor u·,is Coverage Fonn, those rights are transferred to us . The insured must do nothing after loss to impair them. At our request. the insured will bring "suit" or transfer those rights to us and help us enforce them. However, if the insured has waived rights to recover through a written contract. or if "you r work " was commenced under a letter of intent or work order, subject to a subsequent reduction to writing w i th customers whose customary contracts require a waiver, we waive any right of recovery we may have under this Coverage Form . 18. EXTENDED NOTICE OF CANCELLATION AND NONRENEWAL Paragraph 2.b. o f A. Cancellation of the COMMON POLICY CONDITIONS is deleted and replaced with the following: b. 60 days before the effective date of the cancellation If we cancel for any other reason. Under SECTION IV -COMMERCIAL GENERAL LIABILITY CONDITIONS, Paragraph 9. When We Do Not Renew is deleted and replaced w ith the following: 9. When We Do Not Renew a. We may elect not to renew this policy except, that under the provisions of the Texas Insurance Code, we may not refusG to r8new this policy solely because th e p olicyholder is a n elected nffidal. Includes copyrighted material of Insurance Services Office, Inc., with its permission. Copyright Insurance Services Office, Inc., 2004 CG 70 6310 05 Page 7 of 9 NAMED INSURED : McClendon Construction Company, Inc . POLICY NUMBER: CPP 2051702,03 COMMERCIAL GENERAL LIABILITY CG 02 05 0196 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. TEXAS CHANGES -AMENDMENT OF CANCELLATION PROVISIONS OR COVERAGE CHANGE This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABJLITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART RAILROAD PROTECTIVE LIABILITY COVERAGE PART In the event of cancellation or material change that reduces or restricts the Insurance afforded by this Coverage Part, we agree to mall prior written notice of cancellation or material change to: 1. Name: 2. Address: SCHEDULE ANY PERSON OR ORGANIZATION FOR W HOM THE NAMED INSURED HAS EN T ERED INTO A WRITTEN CONTRACT WHICH REQUIRES WRITTEN NOTICE OF CANCELLATION AS PER CERTIFICATES ON FILE WITH THE COMPANY 3 . Number of days advance notice: 30 * (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsements .) "EXCEPT IN THE EVENT O F CANCE LLAT ION FOR T HE NON-PAYMENT O F PREMIUM FOR WHICH 10 DAYS NOTICE SHALL BE GIVEN. CG 02 05 01 96 Copyright, Insu rance Services O ffi ce, In c., 1994 Page 1 of 1 D POLICY N UMBER: CA 20 5170103 03 COMMERCI AL AUTO CA 02 44 06 0 4 TH IS ENDORSEMENT CHANGES THE POLICY. PL EASE READ IT C A REFU L L V. TEXAS CANCELLATION PROVISION OR COVERAGE CHANGE ENDORSEMENT This endorsement modifies insurance provided under t he following : BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM MOT OR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM Wi th respect to coverag e provided by th is endorsement, th e provisions of the Coverage Form apply unless modi- fied by the endo rsemenL This endorsement changes the policy effective on t he inception da l e of the policy unfess another dale is indica ted below. Endorsement Effective: 01/31/20 11 Nam ed lnsurcd:MCCLENDON CONSTRUCTION co. ' INC. Cou~ SC H E D ULE Number of Da y s' Noti ce 3 o Name Of Pers on Or Organization ANY PERSON OR ORGANIZATION WITH WHOM THE Ni'\ME:D INSURED HJ\S ENTERF,O INTO I\ l'IRITTE N CONTRACT REQUIRING \·IRITTEN NOTICE OF CMICELL1\.TION PER CERT IFICI\TES ON FILE WITH Ad dress COMPANY. EXCEP'l' 10 Dl\YS NOT ICE SHALL DE GI VEN FOR NON-PAYMENT If this policy is canceled or material ly ch anged to reduce or restrict coverage, we w ill mail notice of cancellation or change l o the person or organization named in th e Schedu le. We w ill give the number of day's notice i ndicated in lhe Schedule. CA 02 44 06 04 © ISO Properties, Inc., 2003 Page 1 of 1 0 ATTACHED TO POLICY NO : CA20517010 303 NAMED INOURED , Mcclendon Con~truc tion Company, Inc . THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. TEXAS ADVANTAGE COMMERCIAL AUTOMOBILE BROAD FORM ENDORSEMENT This endorsement modifies insurance provided under the BUSINESS AUTO COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by thP. P.nrlorsement. The premium for this endorsement is $ -'$=2=-0=0::....:...;. o"-'o'"------- 1. BROAD FORM INSURED SECTION II • LIABILITY COVERAGE, A.1. Who Is An Insured is amended by the addition of the following: d. Any organization you newly acquire or form, other than a partnership, Joint venture or limited llablllty company, and over which you maintain ownership or a majority interest, will qualify as a Named Insured. However, (1). Coverage under this provision is afforded only until the end of the policy period; · (2) Coverage does not apply to "accidents" or "loss" that occurred before you acquired or formed the organization; and (3) Coverage does not apply to an organization that is an "insured" under any other policy or would be an "insured" but for its termination or the exhausting of its limit of insurance. · · , e. Any "emp~oyee" of yours using: (1) A covered "auto" you do not own , hire or borrow, or a cove red "auto" not owned by the "employee" or a member of his or her household, while performing duties related to the conduct of your business or your personal affairs; or (2) An "auto" hired or rented under a contract or agreement in that "employee's" name, with your permission. while performing duties related to the conduct of your business. However, your "employee" does not qualify as an insured under this paragraph (2) while using a covered "auto" · rented from you or from any member of the "employee's" household. f. Your members, if you are a limited liability company, while using a covered "auto" you do not own, hire or borrow and while performing duties related to the conduct of your business or your personal affairs. g. Any person or organization with whom you agree in a written contract, written agreement or permit, to . provide insurance such as is afforded under this policy, but only with respect to your covered "autos". This provision does not apply: (1) Unless the written contract or agreement is executed or the perm it is i ssued prior to the "bodily injury'' or "property damage"; (2) To any person or organization included as an insured by an endorsement or in the Declarations: or (3) To any lec;sor of";uitos" unlesc;: (a) The lease agreement requires you to provide direct primary insurance for the lessor: (b) The "auto" is leased without a driver; and (c) The lease had not expired. Includes copyrighted material of Insurance Services Office, Inc., with its permission. Copyright Insurance Services Office, Inc., 2005 CA 7118 OS 08 Page 1 of6 Leased "autos" covered under this provision will be considered covered "autos" you own and not covered "autos" you hire. h. Any legally incorporated organization or subsidiary in which you own more than 50% of the voting stock on the effective date of this endorsement. This provision noes not ~rrly to "bodily injury" or "property damage" for which an "insured" is also an insured under any other automobile policy or would be an insured under such a policy, but for its termination or the exhaustion of its limits of insurance, unless such policy was written to apply specifically in excess of this policy. 2. COVERAGE EXTENSIONS -SUPPLEMENTARY PAYMENTS Under Section II -LIABILITY COVERAGE, A.2.a. Supplementary Payments, paragraphs (2) and (4) are deleted and replaced as follow::;: (2) Up to $2,500 for the cost of bail bonds (including bonds for related traffic law violations) required because of an "accident" we cover. We do not have to furnish these bonds. (4) All reasonable expenses incurred by the "insured" at our request, including actual loss of earnings up to $500 a day because of time off from work. 3. AMENDED FELLOW EMPLOYEE EXCLUSION Under SECTION II -LIABILITY COVERAGE, B. EXCLUSIONS, paragraph 5. Fellow Employee is deleted and replaced by the following: "Bodily injury" to any fellow "employee" of the "insured" arising out of and in the course of the fellow "employee's" employment or while performing duties related to the conduct of your business. However, this exclusion does not apply to your "employees" that are officers or managers if the "bodily injury'' results from the use of a covered "auto" you own, hire or borrow. Coverage is excess over any other collectible insurance. 4. HIRED AUTO PHYSICAL DAMAGE COVERAGE AND LOSS OF USE EXPENSE A. Under SECTION Ill -PHYSICAL DAMAGE COVERAGE, A. COVERAGE, the following is added: If any of your owned covered "autos" are covered for Physical Damage, we wm provide Physical Damage coverage to "autos" that you or your "employees" hire or borrow, under your name or the "employee's" name, for the purpose of doing your work. We will provide coverage equal to the broadest physical damage coverage applicable to any covered "auto" shown in the Declarations, Item Three, Schedule of Covered Autos You Own, or on any endorsements amending this schedule. · B. Under SECTION Ill • PHYSICAL DAMAGE COVERAGE, A.4. Coverage Extensions. paragraph b. Loss Of Use Expenses is deleted and replaced with the following: b. Loss Of Use Expenses Page 2 of 6 For Hired Auto Physical Damage, we will pay expenses for which an "insured" becomes legally responsible to pay for loss of use of a vehicle rented or hired without a driver. under a written rental contract or agreement. We will pay for loss of use expenses if caused by: (1) Other than collision, only if the Declarations indicate that Comprehensive Coverage is provided for any covered "auto"; · (2) Specified Causes of Loss, only if the Declarations indicate that Specified Causes Of Loss Coverage is provided for any covered "auto"; or (3) Collision, only if the Declarations indicate U1al Cullisior1 Coverage is provided for any covered "auto". However, the most we will pay for any expenses for loss of use is $30 per day. to a maximum of $2,000. Includes copyrighted material of Insurance Services Office, Inc .• with its permission. Copyright Insurance Services Office, Inc., 2005 CA 7118 OS 08 (1) Wear and tear, freezing, mechanical or electrical breakdown. However, this exclusion does not include the discharge of an airbag. (2) Blowouts. punctures or other road damage to tires. 8. GLASS REPAIR-WAIVER OF DEDUCTIBLE Section Ill -PHYSICAL DAMAGE COVERAGE, D. Deductible is amended to add the following: No deductible applies to glass damage if the glass is repaired rather than replaced. 9. COLLISION COVERAGE -WAIVER OF DEDUCTIBLE Under Section Ill -PHYSICAL DAMAGE COVERAGE. D. Deductible is amended to add the following: When there is a loss to your covered "auto" insured for Collision Coverage, no deductible will apply if the loss was caused by a collision with another "auto" insured by us. · 10. KNOWLEDGE OF ACCIDENT Under SECTION IV -BUSINESS AUTO CONDITIONS, A. Loss Conditions, 2. Duties In The Event Of Accident, Claim, Suit Or loss, paragraph a. is deleted and replaced by the following: a. You must see to it that we are notified as soon as practicable of an "accident'', claim, "suit" or "loss".· Knowledge of an "accident'', claim , "suit'' or "loss" by your "employees" shall not, in itself, constitute knowledge to you unless one of your partners, executive officers, directors, managers, or members (if you are a limited liability company) has knowledge of the "accident'', claim, "suit'' or "loss". Notice should include: (1) How, when and where the "accident'' or "loss" occurred; (2) The "insured's" name and address: and (3) To the extent possible, the names and addresses of any injured persons and witnesses. 11. TRANSFER OF RIGHTS (BLANKET WAIVER OF SUBROGATION) Under SECTION IV • BUSINESS AUTO CONDITIONS, A. Loss Conditions paragraph 5. Transfer Of Rights Of Recovery Against Others To Us is deleted and replaced by the following: 5. Transfer Of Rights Of Recovery Against Others To Us If any person or organization to or for whom we make payment under this Coverage Form has rights to recover damages from another, those rights are transferred to us. That person or organization must do everything necessary to secure our rights and must do nothing after "accident" or "loss" to impair them . However, if the "insured" has waived rights to recover through a written contract, or if your work was commenced under a letter of intent or work order, subject to a subsequent reduction in writing with customers whose customary contracts require a waiver, we waive any right of recovery we may have under this Coverage Form. ·, ·. · · · 12. UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS Under SECTION IV -BUSINESS AUTO CONDITIONS, B. General Conditions, paragraph 2. Concealment, Misrepresentation Or Fraud is amended by the addition of the following: We will not deny coverage under this Coverage Form if you unintentionally fail to disclose all hazards existing as of the inception date of this policy. You must report to us any knowledge of an error or omission in your representations as soon as practicable after its discovery. This provision does not affect our right to collect additional premium or exercise our right of cancellation or non-renewal. Includes copyrighted material of Insurance Services Office, Inc., with its permission. Copyright Insurance Services Office, Inc., 2005 Page 4 of 6 CA 7116 05 08 WORICERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY TEXAS NOTICE OF MATERIAL CHANGE ENDORSEMENT WC 42 06 0 1 (Ed. 7-841 This endorsement applies on ly to t he insurance provided by the policy bocouse Texas is shown in Item 3 .A. of the Informat ion Pago. In t he event of cancella tio n or o t her m ate ria l change of t ho po licy, we will moil advance notice to the person or organization named in the Schedule. Tho number of days advance notice is shown in the Schedule. This en d orsement shall not operat e directly or indirec tl y to benefit anyone not named in the Schedule. Schedul e 1. Num ber of da ys advance no tice: 30 • EXCEPT IN THE EVE NT OF CANCELLATION FOR NO N-PAY M l:NT Of PREMIUM F OR WHlCH 10 DAYS S H ALL BE GIVEN. 2. No t ice will be mailed to: ANY PERSON OR ORGANIZATION WITH WHOM THE NAMED INSURED HAS ENTERED INTO A WRITTEN CONTRACT WHICH REQUIRES WRITTEN NOTICE OF CANCELLATION This ondorsoment changes tho policy to which it is attached and is effective o n tho d.ito iss ued unless othflrwlse stated. (Tho information bolow is required only when this endorseme nt is issuect su bso quont to preparation o f the policy.) Endornomont Effoc t iv o 01/31 /2 011 Po li c y No . WC-2051704 Insured ndon Construction Company, Inc. In surance Company Amerisure Mutual Ins Co WC 42 06 01 (Ed. 7 -8 4) Co untersly n cl.l by Endorsemon l No . Hor t f orm1 & Setv ices Re crder 14 -4856 WORl<EAS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT WC 42 03 04 A (Ed. 1 -00) This endorsement applies only to the insurance provided by the policy becauso Texas is shown in Item 3.A. of the Information Page. We have the ri~ht to recover our payments from anyone li able for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule, but this waiver epplies only with respect to bodily injury arising out of the operations described in the Schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indiroctly to benefit anyone not named in tile Schedule. Tho premium for this endorsement is shown in the Schedule. Schedule 1. { }Specific Waiver Name of person or organization {XI Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2 . Operations: 3 . Premium The premium charge for this endorsement shalt be 0 .020 percent of the premi um developed on payroll in connection with work performed for the above person{sl or organization(sl arising out of the operations described. 4 . Advance Premium Th is endorsement ch,mges the policy t o which It is attached and is effective on the date issued unless otherwise stated . (The information below is required only whon this endorsement is issued su bsequ en t to prepa1etion ot th e policy .) Endorsement Effective 01/31/2011 Policy No. WC-2051704 Endorsement No. Insured ndon Construction Company, Inc . lnauronco Company Amerisure Mutual Ins Co. Coun tor~ig nod by • j . t CERTIFICATE OF INSURANCE TO: CITY OF FORT WORTH Date~ NAME OF PROJECT: Pavement Reconstruction and Water and Sanitary Sewer Main Replacement on Portions of Avenue M. Edgewood Terrace South, and Valley Vista Drive PROJECT NUMBER: C295-541200-205400094783/P253-541200-605170094783/P258-541200-7051700914783 IS TO CERTIFY THAT : McClendon Construction Company. Inc. is , at the date of this certificate, Insured by this Company with respect to the business operations hereinafter described , for the type of insurance and accordance with provisions of the standard policies used by this Company, and further hereinafter described . Except ions to standard policy noted on reverse side hereof. TYPE OF INSURANCE Policy Effective Expires Limits of Liability Worker's Compensation Comprehensive General Bodily Injury: Liability Insurance (Public Ea . Occurrence : $ Liability) Property Damage : Ea . Occurrence : $ Blasting Ea. Occurrence : $ Collapse of Building or structures adjacent to Ea . Occurrence: $ --- excavations Damage to Underground Utilities Ea . Occurrence: $ Builder's Risk Comprehensive Bodil y Injury: Automobile Liability Ea. Person : $ Ea . Occurrence : $ Property Damage: Ea . Occurrence : $ Bodily Injury : Contractual Liability Ea. Occurrence : $ Property Damage : Ea. Occurrence: $ Other Locations covered: ----------------------------------- Des c rip ti on of operations covered :----------------------------- The above policies either in the body thereof or by appropriate endorsement provided that they may not be changed or canceled by the insurer in less than five (5) days after the insured has receiv ed written notice of such change/or cancellation. Where applicable local laws or regulations require more than five (5) days actual notice of change or cancellation to be assured, the above policies contain such special requirements , either in the body thereof or by appropriate endorsement thereto attached. The City , its officers , employees and servants shall be endorsed as an additional insured on Contractor 's insurance policies excepting employer 's liability insurance coverage under Contractor's workers ' compensation insurance pol icy. Agency Insurance Company : ___________ _ ~F~ort~W_o~rt~h~A_g~en=t~-----------~ By __________________ _ Address ________________ _ Title ________________ _ 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.5877 and City of Fort Worth Project No. C295- 541200-205400094 783/P253 -541200-605170094783/P258-541200-7051700914783. STATE OF TEXAS COUNTY OF TARRANT § § § By:---'-.L-b~::A£-~..a....:::.i:::::......::::::.i.:::::=:::._i,.==--- N ame : OAN McClENOOfl, PRESIO-EN T Title : ----------- Date /J?o41 Before me, the undersigned authority, on this day personally appeared :D1r, il~CJendon , known to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he executed the same as the act and deed of McClendon Construction Company, Inc. for the purposes and consideration therein expressed and in the capacity therein stated . Given Under My Hand and Seal of Office this ~day of A1191 LS± , 20~'~'- JJUANNE LEWIS MY COMMISSION EXPIRES Ap1i 25. 2015 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX . ... ,, ~. ,,, (• ... ' I ·. .,. ......... ,1,; ,;., . :l '·' :! ~.;..,"'·~~~-·-~"' ~ , .. PERFORMANCE BOND Bond No. TXC 87516 THE STATE OF TEXAS § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § That we (I) McClendon Construction Company, Inc. as Prin~~I herein, and (2) Merchants Bonding Company a corporation organized under the laws of the State of (3) a and who is authorized to issue surety bonds in the State of Texas, Surety herein , are held and finnly bound unto the City of Fort Worth , a municipal corporation located in Tarrant and Denton Counties, Texas, Obligee herein, in the sum of: Nine Hundred Sixteen Thousand One Hundred Eighty-Four and 82/1001111111'111u11111111111111111•tt ........... .. ($916 1184.82} Dollars for the payment of which sum we bind ourselves, our heirs, executors, administrators, successors and assigns.jointly and severally, finnly by these presents. WHEREAS, Principal has entered into a certain contract with the Obligee dated the lilb, of July, 2011 a copy of which is attached hereto and made a part hereof, for the construction of: Pavement Reconstruction and Water and Sanitary Sewer Main Replacement on Portions of Avenue M, Edgewood Terrace South, and Valley Vista Drive NOW THEREFORE, the condition of this obligation is such, if the said Principle shall faithfully perfonn the work in accordance with the plans, specifications, and contract documents and shall fully indemnify and hold harmless the Obligee from all costs and damages which Obligee may suffer by reason of Principal's default, and reimburse and repay Obligee for all outlay and expense that Obligee may incur in making good such default, then this obligation shall be void; otherwise, to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of such statute, to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the duly authorized representatives of the Principal and the Surety have executed this instrument. SIGNED and SEALED this 26111 of July. 2011. ATIEST: t4;' (SEAL) Address ATTEST: -;) CcR,ooSID::: J\Oonl> Colleen Romo (Surety) Secretary '(SEAL) Witness as to Surety Jennifer J . P1cch1 8701 Bedford Euless Rd ., #450 , Hurst, TX 76053 (Address) OF FICiA L REC ORD CI TY SECRETA RY fT. lll/ORTH , TX PO Box999 Burleson, TX 76097 (Address} Merchants Bonding Company Surety ev4-td,~cL____ Michael D . Hendrickson 2100 Fleur Drive , Des Moines , IA 50321 (Address) NOTE: Date of Bond must not be prior to date of Contract (I) 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 OF TARRANT § § § Bond No . TXC 87516 PAYMENT BOND KNOW ALL BY THESE PRESENTS: Merchants Bonding That we, (I) McClendon Construction Company, Inc., as Principal herein, and (2) ______ _ Company a corporation organized and existing under the laws of the State of (3) Iowa 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 Nine Hundred Sixteen Thousand One Hundred Eighty-Four and 82/I00.,.,.,.,..,111111 ,..,,..., .. 111111 , ... , .... .., Dollars {$916,184.82) for the payment whereof, the said Principal and Surety bind themselves and their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents: WHEREAS, the Principal has entered into a certain written contract with the Obligee dated the 26th day of July,~ 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 and Water and Sanitary sewer Main Replacement on Portions or Avenue M, Edgewood Terrace South, and Valley Vista Drive 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 ifit 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 26th day of, July201 I. ATTEST: tMLu,J~J?dn (Principal retary (SEAL) ~ fJ{l,µl ~wiv Witnesss to Principal ATIEST: Mcclendon Construction Comn PRINCIP U. By: A ltJ1);1?i Name : DAN MtClENDON, PRESIDENT Title :---------- Address: PO Box 999 Burleson.TX 76097 Merchants Bond ing Company SURETY By4 .cL_ ~---CE!P929 fu K0tm a Name:M ichael D . Hendrickson Attorney In Fact ,. Secretary Colleen Romo NOTE: (1) (2) (3) Address: 2100 Fleur ""Dr"""'1v"""e,..,.D=es,...,M....,0=1n=e=-s, ""'IA,...5'"'03"""2,..,...1 - Telephone Number: (515) 243-8171 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. OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX MAINTENANCE BOND THE STATE OF TEXAS § Bond No . TXC 87516 COUNTY OF TARRANT § Merchants That McClendon Construction Company, Inc. (aContractor"), as principal, and ----- Bonding Company a corporation organized under the laws of the State of Iowa , c·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 Nine Hundred Sixteen Thousand One Hundred Eighty-Four and 821100 ..... ,,, .. , ...............................................•.... , ................................................................ , .. , .•... Dollars ($916,184.82), 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 ~ of Julv, 2011, a copy of which Is hereto attached and made a part hereof, for the performance of the following described public Improvements: Pavement Reconstruction and Water and Sanitary Sewer Main Replacement on Portions of Avenue M, Edgewood Terrace South, and Valley Vista Drive the same being referred to herein and in said contract as the Work and being designated as project number(s) C295-541200-205400094783/P253-541200-606170094783/P258-541200-7051700914783 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 shall be deemed an original, this 26th day of July, A.D.2011. ATTEST: (SE AL) ~-b,, Secreta ATTEST: - ~S~AL-) Secretary C Colleen Romo OFF ICI AL RECO RD CITY SECRETARY Ft WORTH, TX Cont By:--I.L-~~~4.."-1.",.l,-'".s.:.....~~..._=-- Name: ___________ _ Title: ____________ _ Merchants Bonding Company Surety By:_:_~~~~::::._~~~~~p,eii""- Name:_M_ic_h..,,ae=I =D=. H.,..,.e,,,..nd,...,r,...,.ick,..s_on ____ _ Attorney-1n-F act Title: ____________ _ 2100 Fleur Drive , Des Moines , IA 50321 Address -,,,._ MERCHAN ~ BOND I N ·G COMPANY IMPORTANT NOTICE To obta in information or make a complaint: You may contact your insurance agent at the telephone number provided by your insurance agent. You may call Merchants Bonding Company's toll-free telephone number for information or to make a complaint at: 1-800-678-8171 You may contact the Texas Department of Insurance to obtain informat ion on companies , coverages , rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance at: P. 0 . Box 149104 Austin , TX 78714-9104 Fax : (512) 475-1771 Web : http://www.tdi.state .tx.us E-ma il: ConsumerProtection@tdi .state . tx . us PREMIUM AND CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the agent first. If the dispute is not resolved , you may contact the Texas Department of Insurance . ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of t he attached document. SUP 0032 TX (1/09 ) .. . ........... - \-:';~>-._ NATIONS '\ BONDING COMPANY POWER OF ATIORNEY BondNo. TXC 87516 KNOW All PERSONS PNTHESE PRESENTS: Thal MERCHANTS BONDING COMPANY (MlllUAL) 18 a oaipottllon <fut/ organized under I.hi lawe of lhe Slate of Iowa. encl that NATIONS BOND1N(3 COMPANY II a corp11181on duly orgenlrad infer Iha laws of the Slate of Tuaa (han1tn colladttfely callad the "Companlas"). end 1hat lhe Companies do hareby make. canstllule and appoint Bryan K. Moore, Pat J. Moore, Gary Wayne Wheatley, Joseph Hal Claybume, Monica Sprague Campos, Michael D. Hendricbon, Richard A. Deal of San Antonio/Hurst and stale of Texas their lnl9 and lawM AUomlY"fn-Fad. with ful power and authodly hel9by conferred In thalr name, place and ataad, ta sign, execute, ac:bowtedga and delver In their behalf as 1tnty any and al bond&, l.lldertaldnga, recognliancas or othet wrtaen obllgatlons In the nature thetaof, sub)$ct to 1he lmllatlon lhat 8/l'f such lnltrunent shall nol exceed the llfflOWlt of: THREE MILLION ($3,000,000.00) DOLLARS end to bind the Companies thereby 88 fUlly and lo the aarne exltnt u II' such bond or underteklng was 8lgned by the duly aulhorlzed officers of the Co~nles, and al the ads or said Attorney-In-Fad, pursuant to the authority heniln given, are hereby ralllled and oonllmtd. Thi& Power-of.Allomay is made and executed pursuant to and by authorlly of !he followfna bylaws adopCed by the Boanl of Dhc:lon of Merchanta BondPg Company (Mutual) on November 1e. 2002 and adopted by U. Board of Dlree1ora of Nlllona Bondklg Company on April 19, 2003. "1ht Chairman of Iha Board or Prealdent or any Vice Prnldenl or Secretary ahlll hava .power and aulhorlly to appoint Attcmaye,ln,Fac:t, and lo authOlfze lham to e>cacule on behalf ot Iha Company, and allach Iha Seal of the Company thafelo, borxla and undmaldnp. recognizances, conlraCta of indemnity and Olher wdllngs obllgalmy 111 tha nature lheteof. The algnatute of any 8Ulhorfzed offloer and 1he Seal of lhe Company may be 8llbct(I by facalmle to any PoW9r of Mlxnff/ or Cedlfic:allon thereof aulhotfzlng the exec:utlon and dellvtry or any bond, undertaking, recognlzanc:e, or olher l4nlyahlp obllgaDons of the Company, and 8UCh algnalln and eaal when ao used ahaD have the eame force and ""8ct a though manullly fixed.• In Wilne8s Whereof, the Coq,«nles haw C8UNd 1h11 lllslrument to be '""ad and sealed 1111115th day of January , 2010. . ··t\·o;··· • •·o ,, ..•.. !'/ ~·. .:,,,.. ,•apob·~ • • v,·~,, ,,., .• o· :trJl~ ~·. ~ ·z:3 -o-==o: : ~ :C: ~ ~}. 2003 •. ·:b: STAlE OFIOWA COUNTY OF POLK 88, •y1•, ..... •• P"'lt•, .. ·t'~ •• •,l'f-ltr.• •••••••• ........ .·~\\\O co].• • • ~V········!ll"'A• ... ._~.-~IPO fi;•f!i..•, •"'tl~ ~~;4: .,...._ -o-a~• ·~: .-. • ,. 1"-..... •.1-~ ~ :«:::'. -~.... ,'i::!• • v-6:•• •...i.., .. • .. ~, ....... ,--\., .. ••• .tz •• ••••••• MERCHANTS BONDING COMPANY (NUTUAL) NATIONS BONDING COMPANY On 1h18 158l day of January ,201 o, before me appea,ed lanyTaylor, to me personally kNM,i. wtK> being 1,/ me~ awcm did say hit he Is PAtsldanl of MeRCHANTS BONDING COMPANY (MUTUAL) and NATIONS 80NDING COMPANY; and that the seats aflb<ed lo Iha foregoing ln&lrument are 1h9 oorporala seals of the Companies; and that 1h13 mfd Instrument was signed and 88llled In behalf of Iha Companies by authority of 1helr respective Boards of Dlreclonl. ::;:n:Wheteof, I have hereul\lo set my hand and etlbrad my Offlclal Seal at 1he City cf O.S Moines, Iowa, the day and year 111st STATEOFIOWA COUNlY OF POU< 11. Iha WIIJJam Wamor, Jr. Sec"'8ry cf MERCHANTS BONDING COMPANY tMUTUAL) and NATIONS BONDING OOMPANY do ~cortf)' 801 l::ic: = =~~-~:=-c:=td:For~~.OF-ATIORNEY 8)0IQJfad by 881d Companlff, whlchl9 In WJ)iess Whereof, I flaw hereunto eel my hand and alllced thueal of the Companlea on this 26th day of July ------ 'l.,·o···· ••l" I '• • • o ..... N,... •• .:,,,.. .•apa'•,\F • • ............ " JI".:,.,.,.. ·-·~ -..., ....... • • .,.':t; ,. ·o· •z:-~o-fll: : • • c:,. •o.. :c: ~ 6. 2003 .-~11: • "i.+, ...... ••••••• •• .. ~o ch• • ··~~'.······".'$• ...~ .. c;,,o.,;,;: .. ~ .. • ,.::ij ,-\',-"'• • ._..... 0 1"· • •z=---11::1:~• : .c\ 1133 .:•: -~·. .. c:::, • . ~:. .;::,. • v~·. ,_!.A,,,• ,2011, ····-NBC 0103 (1/09) •• v"lt·····f~ •• ···"' -tr ~ •• ••••••• •• ""'1t·······~~.• .. * .. ••••••• THE STATE OF TEXAS COUNTY OF TARRANT CITY OF FORT WORTH, TEXAS CONTRACT KNOW ALL BY THESE PRESENTS This Contract made and entered into this the 26th day of July A.D ., 20!!, by and between the CITY OF FORT WORTH, a home-rule municipal corporation situated in Tarrant County, Denton, Parker, and Wise Counties , Texas, by an through its dul y authorized Assistant City Manager, ("Owner"), and McClendon Construction Company, Inc ., ("Contractor"). Owner and Contractor may be referred to herein individually as a "Party" or collectively as the "Parties." WITNESS ETH: 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 under the conditions expressed in the bond bearing even date herewith , the said Contractor hereby agrees w ith the said Owner to commence and complete the construction of certain improvements described as follows: Pavement Reconstruction and Water and Sanitary Sewer Main Replacement on Portions of Avenue M, Edgewood Terrace South, and Valley Vista Drive 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 ( I 0) days after being notified in writing to do so by the Department of Engineering of the City of Fort Worth. 4. The Contractor hereby agrees to prosecute said work with reasonable diligence after the commencement thereof and to fully complete and finish the same ready for the inspection and approval of the Department of Engineering of the City of Fort Worth and the City Counci I of the City of Fort Worth within a period of 336 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 an y additional time allowed as provided in the General Conditions, there shall be deducted from any monies due or which may thereafter become due him, the sum of $315 Per working day , not as a penalty but as liquidated damages , the Contractor and his Surety shall be liable to the Owner for such deficiency . 5. Should the Contractor fail to begin the work herein provided for within the time herein fixed or to carry on and complete the same according to the true meaning of the intent and terms of said Plans, Specifications and Contract Documents, then the Owner shall have the right to either demand the surety to take over the work and complete same in accordance with the Contract Documents or to take charge of and complete the work in such a manner as it may deem proper, and if in the completion thereof, the cost to the said City shall exceed the contract price or prices set forth in the said plans and specifications made a part hereof, the Contractor and/or its Surety shall pay said City on demand in writing, setting forth and specifying an itemized statement of the total cost thereof, said excess cost. 6 Contractor covenants and agrees to indemnify City 's engineer and architect, and their personnel at the project site for Contractor's sole negligence . In addition, Contractor covenants and agrees to indemnify, hold harmless and defend , at its own expense, the Owner, its officers, servants and employees, from and against any and all claims or suits for property loss , property damage , personal injury, including death , arising out of, or alleged to arise out of, the work and services to be performed hereunder by Contractor, its officers, agents , employees, subcontractors, licensees or invitees , whether or not any such iniury, damage or death is caused, in whole or in part, by the negligence or alleged negligence of Owner, its officers, servants, or employees. Contractor likewise covenants and agrees to indemnify and hold harmless the Owner from and against any and all injuries to Owner's officers, servants and employees and any damage, loss or destruction to property of the Owner arising from the performance of any of the terms and conditions of this Contract, whether or not any such iniury or damage is caused in whole or in part by the negligence or alleged negligence of Owner, its officers, servants or employees .. In the event Owner receives a written claim for damages against the Contractor or its subcontractors prior to final payment, final payment shall not be made until Contractor either (a) submits to Owner satisfactory evidence that the claim has been settled and/or a release from the claimant involved , or (b) provides Owner with a letter from Contractor's liability insurance carrier that the claim has been referred to the insurance carrier. The Director may, if he deems it appropriate, refuse to accept bids on other City of Fort Worth public work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract. 7. The Contractor agrees , upon the execution of this Contract, and before beginning work, to make, execute and deliver to City of Fort Worth the following bonds in the name of the City of Fort Worth in a sum equal to the amount of the Contract. All bonds furnish hereunder shall meet the requirements of Chapter 2253 of the Tex as Government Code, as amended. A. If the total contract price is $25,000 or less , payment to the contractor shall be made in one lump sum. Payment shall not be made for a period of 45 calendar days from the date the work has been completed and accepted by the Owner. B. If the contract amount is in excess of $25,000, a Payment Bond shall be executed, in the amount of the Contract, solely for the protection of all claimants supplying labor and material in the prosecution of the work. C. If the Contract amount is in excess of $100 ,000, a Performance Bond shall be executed, in the amount of the Contract conditioned on the faithful performance of the work in accordance with the Plans, Specifications, and Contract Documents . Said bond shall solely be for the protection of the Owner. D. A Two-year Maintenance Bond in the Name of the Owner is required for all projects to insure the prompt, full and faithful performance of the general guarantee contained in the Contract Documents. 8. The Owner agrees and binds itself to pay, and the Contractor agrees to receive, for all of the foresaid 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 Nine Hundred Sixteen Thousand One Hundred Eighty-Four and 82/100 .............................................. Dollars, ($916,184.82). 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. Done in Fort Worth, Texas, this the 26th day of ~A.O., 2011. APPROVAL RECOMMENDED: ·rector Transportation Public Works ATTEST: McClendon Construction Company, Inc. PO Box 999 Burleson, TX 76097 CONTRACTOR BY : ~lt)j){!{!/2- DAN McClENDON, PRES\D£NT TITLE P.O. BOX 996 BURLESON, TX 76097 ADDRESS November 1960 Revised May 1986 Revised September 1992 CITY OF FORT WORTH FERNANDO COST A , ASST CITY MANAGER ASST . CITY ATTORNEY OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX SECTION 8 -APPENDICIES G :\1210\4397-32\Project\Specifications\Contract 5B\100% Set-5B\OB .O -SECTION B COVER.doc SECTION 8.1 -EASEMENTS G:\1210\4397-32\Project\Specifications\Contract 5A\100% Set -5A\08 .1 -SECTION 8.1 Easements COVER.doc I . IRS • 54 " IRON WITH C/4> STAl,IPED "NlA" SET PANOLA ST . NOT£• SUIVEYED .ON TH£ GROUNl u.lROf 2010 Nolll SIO'lngs are -11ve to True North ollotolned from Global ~~.J~::::• B~~'f:.~~1~l;~c;,\i:.~lh ..,_le.., Nolelln occard..,ce 1•1h I e Te•o• Boll'd of Professl..,olL..,d Surveyi->g GenerolRINI( of Pr ctdures ..,d Proctlces. 663.19191, this "relprt• conmls of y,e t,lc, of Survey lnduded he<eln -o ReolPropetly . Description, ~II ache~ here.in,. Note• In occard..,ce •1h ft~ Te•os Board of Professl_L_ Survevlng GenerolRINsl of Pr,lctdurn ..,d Proctlcesd, 663.1917>, "The cited inslrLffleflls ere no necessady the current oene,s of the sub iect property. bu~ are it • c1oc ..... on1s containing the de1crlpUon1 of the boundaries ; .... ['=•11.~· __ __,,-------.------I I 56 I GB I I I 76 I I I 1 POR'TION OF LOTS ~6,7,12,13, 1 1 AND l4,BLOCK1 I, BLOCK I, : E.~. FOSDICKS SUBDIVISION E,E, FOSDICKS SUBDIVISII N I INST ,•0208161827 vo,-.i06-pr. tt/A _____ , ___ t!-!:l,I,C.,!.+------ - - P.R.T.C.T. I I I 4 I---.-------'--+------+-- - - - --.,.----- ---~ I I I I 136 I 126 146 I I TRACT IGA 0.224 ACRE TRACT P.H. AK.ER SURVEY, A-33 INSTRUMENT •a D2033l'1287 D.R..T.C.,TX : : L4/'i~oUND'---~----------11 1----p_;..~1------LI -----;IRS ... ,l!if~ 11 N d b --0-g [I 1 ,r = 50' I I I I I I I I I I I I I I I ' BLOCK 2, 12A ROW DEOICA TION 744 SO. FT. --. -----f PART OF LOTS 12,13, !ii. AND 14,BLOCK I, L3 i>!i L 1 E.E, FOSDICKS SUBDIVISION . APP.tl!ENT OWNER< IIEI£ MELLAND 612 5. EDGEWOOD TERR. FORT WORTH, TX 7610.J VOL. 16133, PG. 29.J O.R.T.C,T, I 13A 1 I I 14A L2 JUDY ST. 160 FOOT RAVI I I I I I I NORTH ONE H.li.F OF LOTS S,6 C. 7,BLOCK 2 I E.£. FOSOICKS S\SOMSION I I I I INSTRUt,IENT •, D204"8506 I I D.R., T.C., TX I 5A I I I I I I I GA I 7A I a:: ~ ffi~ E-lC Qt-as o> i:!:: ... ul' c., - LOT 6 S.P, ALLSUP SUBDIVISION YOL, 3'183, PG, 2367 D.R., T.C., TX S,P, ALLSUP SUBDIVISION VO. 388-9, PG, 615 P.R.T,C .. T, I LOT .J I S.P • .11.LSI.P 51.l!OMSlON I INSTIM,IENT •02041699~ I D.R., T.C., TX I I E,E, FOSDICKS SUE DIVISION I I S • ~vn, ALL1S,UJ',. _SUJI,!) I V1 IAS.,I ON I Cl~ ul ~ I P,R,T,C .. T. VOL.106, PG. m, P.R.T.C.T, 4 IPRELIMINAR DRAWN BY: EK DATE: 04-16-2010 OGN, NO.: 08004JROWP!.OGN APPROVED SY: EK I 56 I GB I 76 I I I I I I I I I I NORTH 65.6 FEET Of' LOT 4 NUMBER DIRECTION OISTANCE LI S 00'34'53" E 94,95' I I S.P, ili.LSl.f' SUSOIVISlON INSTRIJl,l£NT •1 D209078041 L2 S 89'25'21 " W 7,91' I I D.R.. T.C .. TX I I I L3 N 00'29'51" W 94,93' 41 I N 89"16'22" E 7,77' I VINSON ST. EXHIBIT A SHOWING I I A VARIABLE WIDTH RIGHT·OF·WAY DEDICATION OUT OF A PART OF LOTS 12, 13, ANO 14, BLOCK 1 E.E . FOSOICKS SUBDIVISION FORT WORTH, TARRANT COUNTY, TEXAS I S4JUTH 40.0 FEET Of' LOT 4 CROW> SP. ili.LSUP SUBOMSION vft. 225.J, PG. S29 D , T.C_ TX I EDGEWOOD TERRAcE DOE • 5877 PARCEL P1 St! S. EDGEWOOD TERR FORT WORTH, T ARRNlT COUNTY, TX .... ~ ENGlrEERS -SURVEYORS -PL.ANtERS CONSULTAN"nt, Ll..C. 4N1rif AllA CONS\.\. TAHT8, L.L.C. 1331 AIRPORT FREEWAY/ SUITE 410 EULE88, TX. 78040 (817 1336-9900 FAX1817 )1136-9965 PAGE NO, 1 OF l EDGEWOOD TERRACE RIGHT-OF-WAY PARCEL Pl 612 S. EDGEWOOD TERRACE FORT WORTH, TEXAS. PART OF LOTS 12, 13, AND 14, BLOCK 1, E.E.FOSDICKS SUBDIVISION EXHIBIT B REAL PROPERTY DESCRIPTION BEING A PARCEL OF LAND OUT OF A PORTION OF LOTS 12,13, AND 14, BLOCK 1, E.E. FOSDICKS SUBDIVISION OF BLOCK 23, MURRAY HILL ADDITION, AN ADDITION TO THE CITY OF FORT WORTH, TARRANT COUNTY, TEXAS, ACCORDING TO THE PLAT RECORDED IN VOLUME 106, PAGE 110, PLAT RECORDS, TARRANT COUNTY, TEXAS, AND BEING DESCRIBED AS ONE TRACT IN DEED TO IRENE ARELLANO, RECORDED IN VOLUME 16133, PAGE 293, DEED RECORDS, TARRANT COUNTY, TEXAS AND BEING MORE PARTICULARLY DESCRIBED BY METES AND BOUNDS AS FOLLOWS: BEGINNING AT "X" CUT IN CONCRETE FOUND FOR THE NORTHEAST CORNER OF SAID ARELLANO TRACT, BEING THE SOUTHEAST CORNER OF A PORTION OF LOTS 5,6,7,12,13, AND 14, BLOCK 1, OF SAID E.E. FOSDICKS SUBDIVISION DESCRIBED AS ONE TRACT IN DEED TO BARBARA STEIN HOWARD, RECORDED IN INSTRUMENT NUMBER D208161827, DEED RECORDS, TARRANT COUNTY, TEXAS, AND ALSO BEING IN THE EXISTING WEST RIGHT-OF- WAY LINE OF EDGEWOOD TERRACE (VARIABLE WIDTH PUBLIC RIGHT-OF-WAY); THENCE SOUTH 00 DEGREES 34 MINUTES 53 SECONDS EAST, 94.95 FEET WITH THE WEST RIGHT-OF-WAY LINE OF SAID EDGEWOOD TERRACE AND THE EAST LINE OF SAID ARELLANO TRACT TO THE SOUTHEAST CORNER OF THE SAME, ALSO BEING IN THE NORTH RIGHT-OF-WAY LINE OF JUDY STREET (50 FOOT PUBLIC RIGHT-OF-WAY); THENCE SOUTH 89 DEGREES 25 MINUTES 21 SECONDS WEST, 7.91 FEET WITH THE NORTH RIGHT-OF-WAY LINE OF SAID JUDY STREET AND THE SOUTH LINE OF SAID ARELLANO TRACT, TO A 5/8 INCH IRON ROD WITH CAP STAMPED "ANA" SET IN THE NEW PROPOSED WEST RIGHT-OF-WAY LINE OF SAID EDGEWOOD TERRACE; THENCE NORTH 00 DEGREES 29 MINUTES 51 SECONDS WEST, 94.93 FEET WITH THE PROPOSED WEST RIGHT-OF-WAY LINE OF SAID EDGEWOOD TERRACE, TO A 5/8 INCH IRON ROD WITH CAP STAMPED "ANA" SET IN THE COMMON LINE OF SAID IRENE ARELLANO TRACT AND BARBARA STEIN HOWARD TRACT; THENCE NORTH 89 DEGREES 16 MINUTES 22 SECONDS EAST, 7.77 FEET WITH SAID COMMON LINE TO THE POINT OF BEGINNING AND CONTAINING 744 SQUARE FEET OR 0.017 OF AN ACRE OF LAND. PAGE 2 OF 3 EDGEWOOD TERRACE RIGHT-OF-WAY PARCEL Pl 612 S. EDGEWOOD TERRACE FORT WORTH, TEXAS. PART OF LOTS 12, 13, AND 14, BLOCK 1, E.E.FOSDICKS SUBDIVISION Note: Surveyed on the ground March 2010 Note: Bearings are relative to True North obtained from Global Positioning Satellite System (GPS) Observations, North American Datum 1983 (NAD '83), Texas State Plane Coordinate System, North Central Zone. Note: In accordance with the Texas Board of Professional Land Surveying General Rules of Procedures and Practices, 663 .19(9), this "Report'' consists of the Real Property Description included herein and the Map of Survey attached herewith. Note: In accordance with the Texas Board of Professional Land Surveying General Rules of Procedures and Practices, 663.19(7), "The cited instruments are not necessarily the current owners of the subject property, but are the documents containing the descriptions of the boundaries as surveyed. R- . M I\.J AR PAGE 3 OF 3 IRS • !,6 " IRON WITH CN> STAl,IPEO "~A" SET NOTE• SURVEYED ON THE GROLtll i,MOI lD10 Note, Bearln9s are retaU.e lo True North obol...ed from Global ~f,!"l;U~::m•.e~~o!~t~l.:~:'!:.'.*lh .lmertc.., Nole> h accordance with the Texas Board of Prolesslonaf Land S..v•Yfl9 Generollitin of Proct<M'H ..,d Practices, 663.19191, this "re!p,t" consists of the t,top of S..vey Included h0<H1 ..,d o ReolPraperty Descripllon, ollochecl hetewlth. Note• In occorclance with Che Texas Boord of Professl_L_ Surve....:i Generollitin of ProceMH COid Proctlcesd, 663.19171, "The clle<i Instruments ewe not necessc.-ly the cwrenl o-s of the sublect p<-ty, but ewe the cloc..,,..ts containing the descriptions of the bou1dorles os swveyed... , I 1 1 PART OF LOTS 12,13,ond 14,BLOCK I, E.E. FOSDICKS SUBDIVISION 12A JUDY ST VOL. 16133, PG. zq3 D.R.T.C.T. 13A 14A POB IRS\ L1 1 P-2 . NORTH HALF OF LOTS ROW DEDICATION ! 5,6,AND 7,BLOCK 2 529 SQ. FT.•/~---......_,. E.E. f'OSOICKS SUBDIVISION APPARENT OWNERt I , RICII.IRo LESLEY CLARK I ::lw=~ TERR. I 11ST. • 0204338506 L4 BLOCK 2, SA I O.R.T.C,T, GA '1 7A E.E. FOSDICKS SUBDIVISION I VOL .(06, PG. 110 1 P.R.T.C.T, 58 I GB 178 I I 4 I I SOUTH HALF' Of' LOTS 1 5,6,AND 7, BLOCK 2 > E.E. f'OSOICKS SUBDIVISION I INST . • 0206367121 : P.R.T.C.T. 1 I VINSON ST <68 FOOT R.O.WJ LDT X, BLOCK 22 NUMBER DIRECTION DISTANCE Lt N 89°25'21" E 7,97' L2 S 00•34•39 • E 66,00' L3 S 89"25'21" W 8,06' L4 N 00°29'51" W 66,00' PRELIMINARY/ IRS 1L I L2 EXHIBIT A SHOWING A VARIABLE WIDTH RIGHT-OF-WAY DEDICATION OUT OF THE NORTH HALF OF LOTS 5, 6, ANO 7 BLOCK E.E. FOSDICK'S SUBOIVISION 2 FORT WORTH DRAWN BY: EK DATE: 04-06-2010 OGN, NO.: 08004JROliP2,0GN APPROVED BY: EK TARRANT COUNTY, .TEXAs -1 LDT 6 s.P, ALLSI.G' SU8DIYISIDN YOL. 3'183, PO. 2367 D.R.. T.C.. TX LOTS 2R l 5 S.P. ALLSUP S\IBDMSIDN IISTRIJl,iENT •: D205249863 D.R., T,C. TX 5 2R ~.P , ALLSUP SUBDIVISION VOL, 388-9, PG, 615 P,R,T,C .. T, LOT 3 S.P. ALLSUP SUBDIVISION IISTRUl,IENT •02041699!>4 D.R. T.C., TX s.P. ALLSUP SUROIVl~fnN ,u.,, 1_158, PG , 145 P,R,T.C .. T, lfORTH 65.6 FEET Dr LOT 4 S.P. ALLSUP SUBDIVISION IISTRut,tENT •• 0209078041 D.R . T.C., TX SOUTH 40.0 FEET Dr LOT 4 S.P. ALLSIP SUBDIVISION VOL. 2253, PG, 529 D.R. T.C,, TX -0- ll 1 " = 50' EDGEWOOD TERRAcE OOE • 5877 PARCEL P2 65 0 S. EDGEWOOD TERR F'ORT WORTH • PAGE NO, I OF' J j .J l E!DGEWOOD TERRACE RIGHT-OF-WAY PARCEL P2 650 S. EDGEWOOD TERRACE FORT WORTH, TEXAS NORTH HALF OF LOTS 5, 6, AND 7, BLOCK 2, E.E.FOSDICKS SUBDIVISION EXHIBIT B REAL PROPERTY DESCRIPTION BEING A PARCEL OF LAND OUT OF THE NORTH ONE HALF OF LOTS S, 6, AND 7, BLOCK 2, E.E. FOSDICKS SUBDIVISION OF BLOCK 23, MURRAY HILL ADDITION, AN ADDITION TO THE CITY OF FORT WORTH, TARRANT COUNTY, TEXAS, ACCORDING TO THE PLAT RECORDED IN VOLUME 106, PAGE 110, PLAT RECORDS, TARRANT COUNTY, TEXAS, AS CONVEYED BY DEED TO RICHARD LESLEY CLARK, RECORDED IN INSTRUMENT NUMBER D204338506, DEED RECORDS, TARRANT COUNTY, TEXAS AND BEING MORE PARTICULARLY DESCRIBED BY METES AND BOUNDS AS FOLLOWS: BEGINNING AT A 5/8 INCH IRON ROD WITH CAP STAMPED "ANA" SET IN THE NORTH LINE OF SAID LOTS 5, 6, AND 7, AND THE SOUTH RIGHT-OF-WAY LINE OF JUDY STREET ( 50 FOOT PUBLIC RIGHT-OF-WAY) ALSO BEING IN THE NEW PROPOSED WEST RIGHT-OF-WAY LINE OF EDGEWOOD TERRACE (PROPOSED 50 FOOT RIGHT-OF-WAY); THENCE NORTH 89 DEGREES 25 MINUTES 21 SECONDS EAST, 7.97 FEET WITH THE SOUTH RIGHT-OF-WAY LINE OF SAID JUDY STREET AND THE NORTH LINE OF SAID LOT 7, TO THE NORTHEAST CORNER OF SAID LOT 7, AND THE EXISTING WEST RIGHT-OF-WAY LINE OF SAID EDGEWOOD TERRACE (VARIABLE WIDTH RIGHT-OF-WAY); THENCE SOUTH 00 DEGREES 34 MINUTES 39 SECONDS EAST, 66.00 FEET WITH THE WEST RIGHT-OF-WAY LINE OF SAID EDGEWOOD TERRACE AND THE EAST LINE OF SAID LOT 7, TO THE SOUTHEAST CORNER OF SAID NORTH HALF OF LOTS 5, 6, AND 7, AND THE NORTHEAST CORNER OF THE SOUTH HALF OF LOTS 5, 6, AND 7, BLOCK 2, OF SAID E.E. FOSDICKS SUBDIVISION, AS CONVEYED TOLD EQUITY INVESTMENTS LLC., BY DEED RECORDED IN INSTRUMENT NUMBER D206367121, OF SAID DEED RECORDS; THENCE SOUTH 89 DEGREES 25 MINUTES 21 SECONDS WEST, 8.06 LINE OF SAID THE NORTH HALF AND THE SOUTH HALF OF LOT 7, WITH CAP STAMPED "ANA" SET FOR THE PROPOSED RIGHT-OF-WAY TERRACE; FEET WITH THE COMMON TO A S/8 INCH IRON ROD LINE OF SAID EDGEWOOD THENCE NORTH 00 DEGREES 29 MINUTES 51 SECONDS WEST, 66.00 FEET WITH THE NEW PROPOSED WEST RIGHT-OF-WAY LINE OF SAID EDGEWOOD TERRACE TO THE POINT OF BEGINNING AND CONTAINING 529 SQUARE FEET OR 0.012 OF AN ACRE OF LAND. PAGE 2 OF 3 EDGEWOOD TERRACE RIGHT-OF-WAY PARCEL P2 650 S. EDGEWOOD TERRACE FORT WORTH, TEXAS NORTH HALF OF LOTS 5, 6, AND 7, BLOCK 2, E.E.FOSDICKS SUBDIVISION Note: Surveyed on the ground March 2010 Note: Bearings are relative to True North obtained from Global Positioning Satellite System (GPS) Observations, North American Datum 1983 (NAD '83), Texas State Plane Coordinate System, North Central Zone. Note: In accordance with the Texas Board of Professional Land Surveying General Rules of Procedures and Practices, 663.19(9), this "Report" consists of the Real Property Description included herein and the Map of Survey attached herewith. Note : In accordance with the Texas Board of Professional Land Surveying General Rules of Procedures and Practices, 663 .19(7), "The cited instruments are not necessarily the current owners of the subject property, but are the documents containing the descriptions of the boundaries as surveyed. PREL \1 PAGE 3 OF 3 IRS • 54 " IRON WITH C/,E> ST Al,IPED "~A" SET 'r?J'? NOT£• SI.IIVEYED ON Tl€ GIIO\Nl I\INICH 2010 ..J~' Note: 8eG'lngs ore reloUve to True N«lh obolciled from Globol <j'0~ ~!o:mlc:~-me.8~v:~~,.~l=~~orlh Ame<lcon ~'0-s,<?:-Note:ln occordonce w!lh the T .. os Board of ProlesslonolLond S..veying GenerolRuln of Procedures ond ProcUces, 66!.19191, lhis "relprl" ,.\., conslsls ol the r,top of Survey ~duded herm ond o ReolPr-ly '(• Descrlpllon, ottoched 11eteellh. Nolet In;;:::;:. -.:1h~::.~: !:'~:!t::"e~'.rt;;,re~7l,d"~~r.: LOT 6 S.P. ALLSUP SUBDIVISION mtrurnents ore not necessora,, the current owner, or the subject VOL. 3'183. PO, 23&7 properly. ~ul ore the document, conlaWn9 Iha descrlpllons ol the 0.~ T.C,. TX bOt.l'ldariu: 01 Sl.l'Vl)'ld. • • I I PART OF LOTS 12,13,ond J.4,BLOCK I, c:: ~ E.E. FOSDICKS SUBDIVISION 0:: VOL. 16133, PG. zq3 tll ~ O.R.T.C.T. E-:i: 5 0 .. 0 0 ~ 'i .. LOTS 2R I 5 12A ... 13A 14A tll ! S.P. ALLSUP SU8DMSION (.:, ~ 1NSTRUl,€NT •• D20!i24986! 0 D.R., T.C .. TX tll :: 2R. 0 JUDY Sf 0 5,P. ALLSUP SUBDIVISION d 1611 FOOT R.0,WI 11'1 VOL. 388-9, PG. 61S P.R.T.C •• T. IRS_ GA 7A T 5A I NORTH HALF OF LOTS I I 5,6,ANO 7, BLOCK 2 I I E.E. FOSOICKS SUBDIVISION I I LOT 3 S.P. ALLSUP SUBllMSION INST . • 0204338506 I I INSTRUl,IENT •D204f699~ I P .R.T .C.T. I I I D.R., T.C., TX I I I I I I I BLOCK 2, I I ALLSUP SUBOIVl~lnN IRS l2 S1P. E.E. FOSOICKS SUBDIVISION I I I YUL, 11511, PG, 14S VOL.106, Pu. 11t0 I 1 I P.R.T.C •• T. I I I'.;-., 4 P.R.T.C.T. P·3 I I I I ROW DEDICATION I I Tl€ REJ,IAN>ER or LOT -4 I 535 so . FT.•/· - ~w L3 I S.P. ALLSUP SU80MSION N'PME.NT OWNERI I L1 I INSTIM,IENT •: D20907804f ~g2\~T~~r~ LLC. SOUTH HALF OF LOTS I D.R.. T.C .. TX l I FORT WORTH, TX 76109 5,6,AND 7, BLOCK 2 I INST,' D20636712f E.E. FOSOICKS SUBDIVISION D.R.T,C.T. I I I 5B ; GB 7B POB...1 L4 I I SOUTH 40.0 FEET or LOT 4 IRS I S.P. ALLSLP SU80MSION 0 VOL. 2253, PG. S29 0 VINSONSf I D.R.. T.C.. TX d I Ill 160 FOOT R.0.VI N LOT X, 81.00< 22 I I Jl -.dt¢ I I ""'"",..., I ;"'.;1:·o·c.-"'· I ~ ~ ~~ ... I I LOT Y,81.0CK 22 I 11 NUMBER DIRECTION DISTANCE I L1 N 00°29'51" W 66,00' I L2 N 89"25'21" E 8,06' IFR~LIMI~ L-' :, 100· 34' 39" E 66.00' AM-< S 189"25'21 n W 8, 16' I 1 " 50' Of' = '\. ~ ........... re EXHIBIT A ,-~GI S Tt,9;,,+ ~-·~ * () .. .., "1lq. \tJ' SHOWING ~ ... ~ ...•.........•....... : ... EOWARo K. KH.61..Q. A VARIABLE WIDTH ••y•••••••••••• .. •••••••y•• RIGHT·OF'-WAY DEDICATION \,o 5951 ........ , OUT OF THE SOUTH HALF <"4'o "j,'~~ "/ ,.,,-r S SI~,, 0 OF LOTS 5, 6, AND 7, BLOCK 2 EDGEWOOD TERRAcE ~o .. •••••••• tc..' SUR" E.E. FOSDICKS SUBDIVISION DOE• 5877 PARCEL P.3 --FORT WORTH, 656 S. EDGEWOOD TERR. TARRANT COUNTY, TEXAs F'ORT WORTH, TARRJNT COUNTY, TX DRAWN BY: EK ..... ENGINEER& -B~VEYORB -PL.AN1£RB DATE: 04•06•2010 ~ AN.A CONB\A.TANTB, L.L.C. PAGE NO. OGN, NO.: 080043RDWP3,0GN 1331 AIRPORT FREE.WAY/ SUITE 410 CONIIUL.TANTS, LL.C. EULESS, TX. 78040 1 OF' 3 APPROVED BY: EK 41iff (817 1836-9900 FAXl817l386•9966 EDGEWOOD TERRACE RIGHT-OF-WAY PARCEL P3 656 S. EDGEWOOD TERRACE FORT WORTH, TEXAS SOUTH HALF OF LOTS 5, 6, AND 7, BLOCK 2, E.E.FOSDICKS SUBDIVISION EXHIBIT B REAL PROPERTY DESCRIPTION BEING A PARCEL OF LAND OUT OF THE SOUTH ONE HALF OF LOTS S, 6, AND 7, BLOCK 2, E.E . FOSDICKS SUBDIVISION OF BLOCK 23, MURRAY HILL ADDITION, AN ADDITION TO THE CITY OF FORT WORTH, TARRANT COUNTY, TEXAS, ACCORDING TO THE PLAT RECORDED IN VOLUME 106, PAGE 110, PLAT RECORDS, TARRANT COUNTY, TEXAS, AS . CONVEYED BY DEED TOLD EQUITY INVESTMENT LLC., RECORDED IN INSTRUMENT NUMBER D206367121, DEED RECORDS, TARRANT COUNTY, TEXAS AND BEING MORE PARTICULARLY DESCRIBED BY METES AND BOUNDS AS FOLLOWS: BEGINNING AT A 5/8 INCH IRON ROD WITH CAP STAMPED "ANA" SET IN THE SOUTH LINE OF SAID LOT 7, AND THE NORTH RIGHT-OF-WAY LINE OF VINSON STREET ( SO FOOT PUBLIC RIGHT-OF-WAY) ALSO BEING IN THE NEW PROPOSED WEST RIGHT-OF-WAY LINE OF EDGEWOOD TERRACE (PROPOSED 50 FOOT RIGHT-OF-WAY); THENCE NORTH 00 DEGREES 29 MINUTES 51 SECONDS WEST, 66.00 FEET WITH THE PROPOSED RIGHT-OF-WAY LINE OF SAID EDGEWOOD TERRACE TO A 5/8 INCH IRON ROD WITH CAP STAMPED "ANA" SET FOR THE NEW PROPOSED RIGHT-OF-WAY LINE OF SAID EDGEWOOD TERRACE IN THE COMMON LINE OF SAID SOUTH HALF OF LOTS 5, 6, AND 7, AND THE NORTH HALF OF LOTS 5, 6, AND 7, BLOCK 2, OF SAID E.E. FOSDICKS SUBDIVISION; THENCE NORTH 89 DEGREES 25 MINUTES 21 SECONDS EAST, 8.06 FEET WITH SAID COMMON LINE TO THE EXISTING WEST RIGHT-OF-WAY LINE OF SAID EDGEWOOD TERRACE AND THE EAST LINE OF SAID LOT 7, ALSO BEING THE NORTHEAST CORNER OF SAID SOUTH HALF OF LOT 7, AND THE SOUTHEAST CORNER OF SAID THE NORTH HALF OF LOT 7; THENCE SOUTH 00 DEGREES 34 MINUTES 39 SECONDS EAST, 66.00 FEET WITH THE EXISTING WEST RIGHT-OF-WAY LINE OF SAID EDGEWOOD TERRACE TO THE SOUTHEAST CORNER OF SAID LOT 7, AND THE NORTH LINE OF SAID VINSON STREET; THENCE SOUTH 89 DEGREES 25 MINUTES 21 SECONDS WEST, 8.16 FEET WITH THE NORTH RIGHT-OF-WAY LINE OF SAID VINSON STREET TO THE POINT OF BEGINNING AND CONTAINING 535 SQUARE FEET OR 0.012 OF AN ACRE OF LAND. PAGE 2 OF 3 EDGEWOOD TERRACE RIGHT-OF-WAY PARCEL P3 656 S. EDGEWOOD TERRACE FORT WORTH, TEXAS SOUTH HALF OF LOTS 5, 6, AND 7, BLOCK 2, E.E.FOSDICKS SUBDIVISION Note: Surveyed on the ground March 2010 Note: Bearings are relative to True North obtained from Global Positioning Satellite System (GPS) Observations, North American Datum 1983 (NAD '83), Texas State Plane Coordinate System, North Central Zone. Note: In accordance with the Texas Board of Professional Land Surveying General Rules of Procedures and Practices, 663.19(9), this "Report'' consists of the Real Property Description included herein and the Map of Survey attached herewith. Note: In accordance with the Texas Board of Professional Land Surveying General Rules of Procedures and Practices, 663.19(7), "The cited instruments are not necessarily the current owners of the subject property, but are the documents containing the descriptions of the boundaries as surveyed . L M ·\ ... JA PAGE 3 OF 3 ' ' ' ' \ 5 IRS • 54 " IRON WITH CM' ST N,IPED ">HA" SET NOTE• SUIVEYEO ON T~ GRO\Nl ¥ARCH 20IO LOTS .2R I, 5 Nole• Becw'"91 ewe relollve lo True Notlh obololned from GI-5.P. M.LSUP SUSOI\IISION ~~~~l~~":e,8~'::~~l~t::::Yr.:~~orth .lmerlcan liSTRUt,IENT •• 0205249863 Nole•~ occardance with the Teaas Bocwd of Professlanal Land S...v.?.:'l! D.R., T .C., TX Genetalll\in of Procedurn and Proclfces. 663.19191, ltis •, p,t• 2R consists of the filop of S...vey 1ncluded herein and a RealPrape<ty Descrlplfon, olloehed herewith. ~.P. ALLSUP SUBDIVISION Nole•~=:~;;:. ~lh ~~:~:: ::t!:i~e~:~'fg~r,.d.~•:r.3 VOL, 388-9, PG. 615 inslt...,...ts ewe nol necesscw•y lhe current owners of the Slb~t P.R.T.c •• T. p,-ly, but ore tho doc-ls conlol,w,g tho -crlplfons o the boundCl'te1 as S1Wveyed. • GA 7A IRST SA I NORTH HALI' OF LOTS I I 5,6,AND 7, BLOCK 2 I I E.E. FOSDICKS SUBDIVISION I I LOT 3 INST. • 0204338506 I 5.P • .Ii.LSI.JP SU80MSlON I INSTRUl,IENT •02041699~ I P .R.T.C.T. I I I er! .. I O.R" T.C. TX I I I Cl:! l! I I I ~~ I BLOCK 2, I ALLSUP SUBOIVl~lnN I I S•P• E.E. FOSDICKS SUBDIVISION I IRS.1. 0~ YUL, 1158, PG. 1'15 VOL.106, Pu. 11111 T os P.R.T.c •• T. P.R.T.C.T. I I I o> 4 I I I ::=: ~ SOUTH HALF OF LOTS I ulj NORTH 65.6 FEET OF LOT 4 c.,- 5 ,6,AND 7, BLOCK 2 I ot S.P • .Ii.LSI.JP SUBOMSION E.E. FOSDICKS SUBDIVISION I t,l ~ liSTRUt,IENT •• 0209078041 INST . • 0206367121 I D.R .. T .C., TX P.R.T.C.T. I I I SB I GB I 7B I IRS- VINSON ST SOUTH 40.0 FEET OF LOT 4 b 5.P • .li.LSU' SUBOMSION C! aiB FOOT 11.D,Wl VOL. 2253, PG. 529 0 D.R., T.C., TX "' POB 112• IRF IRS\ L1 LOT Al [ L.B. EVERETT SUBllMSION P-4 VOL . 1588~ PG. 158 LOT X.BLOCK 22 ROW DEDICATION D.R., T .C., TX APPARENT OWNER• 468 SQ. FT.•/---.....__ ~~ ROONEY t,lcl£EL Y P.O. BOX 398508 L4 I L2 DM.LAs, TX 7!1339 VOL .16087, PG.404 ~ L.B. EVERETT SUBDIVISION D.R.T.C.T. fM) VOL. 388-M, PG. 333 IRS 1L 112" IRF P.R.T.c •• T. ~,o~ I ~'i)\ I '(>\\.\. ':,~~ I 112" IRF IC ~"( .'i). '\, y I ~,J~ ~'o'o '\ S,·· I LOT Kl ~i-I L.B. EVERETT SU80MSIDN VOL. 8777. PG. 2391 I D.R., T.C. TX 112" IRF I NUMBER DIRECTION DISTANCE I L1 N 99•25 •21 • E 8.23' I L2 s oo• 3'1 • 39 • E 56.66' I z I L3 S 99•23•03 • W 8.30' I N L4 N 00"29'51" W 56.67' I I 1\ 4A I I MURRY HILL ADDITION I ~ I """1 368·0, 661 I ...... T " •• T. I P~INARY I (I I I I t._'t;, .... r,,s,r~i·•,+ ~~',, * ()•,7 EXHIBIT A 1 II = 50' "': \,JI ~ ... \iii;"ARii·;:·;;;k::i:: ... SHOWING t ·····················•••y•• A VARIABLE WIDTH \.o 5951 """"/ RIGHT·OF·WAY DEDICATION <-.-f>o +.,•9:-..,·•,,fess'0 •• o OUT OF LOT X, BLOCK 22 EDGEWOOO TERRACE No''••••••..-~"{ DOE• 5877 su~" t,4URRAY HILL ADDITION PARCEL P4 ~ FORT WORTH , 700 S. EDGEWOOD TERR . FORT WORTH , TARRANT COUNTY, TEXAs TARR>HT COUNTY, TX DRAWN BY: EK ..... ENGltEERB -8\JRVEYORB -PLANt£R8 DATE: 04-06-2010 ~ AN.A CONS\.\. TNITS, L.L.C. PAGE NO. OGN. NO.: 080043ROWP4.DGN 1SS1 AIRPORT FREEWAY/ SUITE 410 CONSULTANTS, LLC. EULE8B, TX.78040 I OF 3 ~-( 817 1335-9900 APPROVED BY: EK FAX1817 ISS5•9955 .. .i EDGEWOOD TERRACE RIGHT-OF-WAY PARCEL P4 700 S. EDGEWOOD TERRACE FORT WORTH, TEXAS LOT X, BLOCK 22, MURRAY HILL ADDITION EXHIBIT B REAL PROPERTY DESCRIPTION BEING A PARCEL OF LAND OUT OF LOT X, BLOCK 22, MURRAY HILL ADDITION, A REVISION OF THE NORTH 166 FEET OF LOT 4, BLOCK 22, MURRAY HILL ADDITION, AN ADDITION TO THE CITY OF FORT WORTH, TARRANT COUNTY, TEXAS, ACCORDING TO THE PLAT RECORDED IN VOLUME 388-D, PAGE 593, PLAT RECORDS, TARRANT COUNTY, TEXAS, AS CONVEYED BY DEED TO RODNEY MCNEELY, RECORDED IN VOLUME 16087, PAGE 404, DEED RECORDS, TARRANT COUNTY, TEXAS AND BEING MORE PARTICULARLY DESCRIBED BY METES AND BOUNDS AS FOLLOWS: BEGINNING AT A 5/8 INCH IRON ROD WITH CAP STAMPED "ANA" SET IN THE NORTH LINE OF SAID LOT X, AND THE SOUTH RIGHT-OF-WAY LINE OF VINSON STREET ( 50 FOOT PUPLIC RIGHT-OF-WAY) ALSO BEING IN THE NEW PROPOSED WEST RIGHT-OF-WAY LINE OF EDGEWOOD TERRACE(PROPOSED 50 FOOT RIGHT-OF-WAY); THENCE NORTH 89 DEGREES 25 MINUTES 21 SECONDS EAST, 8.23 FEET TO THE NORTHEAST CORNER OF SAID LOT X, AND THE EXISTING WEST RIGHT-OF -WAY LINE OF EDGEWOOD TERRACE(A VARIABLE WIDTH RIGHT-OF-WAY) THENCE SOUTH 00 DEGREES 34 MINUTES 39 SECONDS EAST, 56.66 FEET WITH SAID THE WEST RIGHT-OF-WAY LINE OF EDGEWOOD TERRACE AND THE EAST LINE OF SAID LOT X, TO A~ INCH IRON ROD FOUND FOR THE SOUTHEAST CORNER OF SAID LOT X, AND THE NORTH EAST CORNER OF THE EAST 166 FEET OF LOT Y, OF BLOCK 22, OF SAID MURRAY HILL ADDITION; THENCE SOUTH 89 DEGREES 23 MINUTES 03 SECONDS WEST, 8.30 FEET WITH THE COMMON LINE OF SAID LOT X, AND LOT Y, TO A 5/8 INCH IRON ROD WITH CAP STAMPED "ANA" SET FOR THE PROPOSED WEST RIGHT -OF-WAY LINE OF SAID EDGEWOOD TERRACE; THENCE NORTH 00 DEGREES 29 MINUTES 51 SECONDS WEST, 56.67 FEET WITH THE PROPOSED WEST RIGHT-OF-WAY LINE OF SAID EDGEWOOD TERRACE TO THE POINT OF BEGINNING AND CONTAINING 468 SQUARE FEET OR 0.011 OF AN ACRE OF LAND. PAGE 2 OF 3 ·-1 EDGEWOOD TERRACE RIGHT-OF-WAY PARCEL P4 700 S. EDGEWOOD TERRACE FORT WORTH, TEXAS LOT X, BLOCK 22, MURRAY HILL ADDITION Note : Surveyed on the ground March 2010 Note: Bearings are relative to True North obtained from Global Positioning Satellite System (GPS) Observations, North American Datum 1983 (NAD '83), Texas State Plane Coordinate System, North Central Zone . Note : In accordance with the Texas Board of Professional Land Surveying General Rules of Procedures and Practices, 663 .19(9), this "Report" consists of the Real Property Description included herein and the Map of Survey attached herewith. Note : In accordance with the Texas Board of Professional Land Surveying General Rules of Procedures and Practices, 663.19(7), "The cited instruments are not necessarily the current owners of the subject property, but are the documents containing the descriptions of the boundaries as surveyed . PRE PAGE 3 OF 3 ~ I \/ AF "\ ) \ : I \ I \. \" IRS • l'>,6 " IRON WITH CN> STN,IPEO "NlA" SET NOTE• SUIVEvtO ON THE GROUf() u......, ~n,n ""''"' """'.~~ are r.,auve ta True N0<th obatOlnod from Globd T Paslll~ Satellite ~stem CGPS> Observalions, Harth Mlerlc.., I Datum, 3 CH.ID •a I, Texas Harth CentralZone. I I Nate• In accardonce mth the Te•as Baord al ProluslonalL«->d Surveyk,g I 3 I General-• of Procedur11 and Practices, 663.19191, this "re(prt• I I LOT 3 contlats of the t,lop of Survey Included hereh «-Id o RoalProperty I SP. M.LSUP SUBOMSION D11crtp1lon, ottoched here .. 1h, I INSTRUt,IENT •0204f699S4 Nate• In occar-ce mlh the Tesas Boord of ProluslonalL«->d Surveyk,g I I D.R.. T.C" TX GeneralRulo1 of Proce....,11 ..,d Proctlctsd. 663.f9C71, "The cited I I a'l:Str&anenll ore not necesso,ay the curren t owners of lhe ~,eel I I property, but ore the documents c..,tolnk,g the delcrlptlona o the I S1P. ALLSUP SUBDIVISION l>Olaidorles " surveyed." 5A GA 7 A IRS ... 1 YUL• 1156, PG, 145 T c:::-. P.R.T.C •• T. I i:x:~ 4 BLOCK 2, I ~a: E.E. FOSDICKS SUBDIVISION I oi!: NORTH 6M FEET OF LOT 4 I SP. M.LSI.P SUBDIVISION VOL .106, PG. 110 I 09 JNSTRUl,IENT •, 0209078041 o> P.R.T.C.T, I :l=~ D.R.. T.~ TX I ...:iw I C.,- I 0~ 4 56 GB 76 ... IJJ~ IRS VINSON ST SOUTH 40,0 FEET OF LOT 4 0 SP. M.LSI.P SUllllMSION 0 161! FOOT R.0.Vl VOL. 2253. PG. !;29 c:i D.R.. T.C •• TX ,a I /2" IRf -LOT Al L.8. EVERETT SUBDMSION I VOL. 15881. PG , IS8 I D.R.. T.C" TX ~,o~ I ~'i)\ I "'~" ":,~?, I ~"{ ~-'v· '\, I ,;;;~ '?,'o '\ .C.·· X I L,B, EVERETT SUBDIVISION ~ ~i· I _,POB VOL. 388-M, PG, 333 I RS -' 1/2" IRF P.R .T.C .. T. EAST 166 FEET P-5 LOT Y, BLOCK 22 . .r. M>PARENT OWNER• ROW DEDICATIO~ ELISEO RODRIGUEZ 459 SQ . FT.•/· I 12" IRF IC lt,IARTHA ROJAS L3 L1 704 S. EDGEWOOD TER. LOT la FORT WORTH. TX ' L.8. EVERETT SUBDIVISION IITR. • 0206345760 ~ VOL . 8777, PG. 2391 D.R.T.C.T. ~ 112" IRF D.R., T.C,, TX IRS iL 2 NUMBER DIRECTION DISTANCE I L1 s oo• 34 • 39 • E 55.oo· I I z L2 S 89"23 '03 " W 8,38' I I /2" f!F"LOT B L3 N 00"29'51" W ss.oo· I L.8. EVERETT SUBDIVISION L4 N 89"23 '03" E 8,30' I VOL. 16181, PG. 229 I D.R.. T.C. TX I I I 1 /2" IRF t,!URRY HILL ADDITION I LOT C 4 A 3BB·D, 561 I L.B. EVERETT S\.8JMSl()N P.R.T.C •• T . I VOL, 14991, PG, II D.R. T.C. TX I D I 50.00' I N - 3 -A-R. n t,!URRY H ILL ADDITION 2A CAB. 8, SLIDE 2164 ~ ~ P.R.T.C •• T. ~ I PRELIMINARY I [I OF-""~ ......... re EXHIBIT A ._ ,;,.-·~, s rr,;;,-:,.+ c,,/0:-"-* (> °<II' SHOWING 1 ,, 50' ~ ... ~ ..................... : ... - EDWARD K. KHAI..D. A VARIABLE WIDTH ••Y•••••••••••••••••••••y•• RIGHT·OF·WAY DEDICATION \,o 5951 ~...,/ ':( + •• OUT OF THE EAST 166 FEET <-1 ~ftss 1C;.,•,.04 OF LOT Y, BLOCK 22 EDGEWOOD TERRACE 4'a'••u••'' ~' DOE• 5877 suR-.J MURRAY HILL ADDITION PARCEL P5 ~ FORT WORTH, 704 S. EDGEWOOD TERR . TARRANT COUNTY, TEXAS f'ORT WORTH, TARRANT COUNTY, TX DRAWN BY: EK A ~ ENGINEERS -Sl-'IVEYORS -PLANtERS DATE: 04-06-2010 AN.A CONBlA. TNfTS, L.L.O. PAGE NO, DGN. NO.: 080043ROWPS,OGN 1331 AIRPORT FREEWAY/ SUITE 410 CONSULTANTS, LLC. EULEBB, TX.78040 I OF 3 ~ill 1817 IS36-99DO APPROVED BY: EK FAX1817 1335•9965 EDGEWOOD TERRACE RIGHT-OF-WAY PARCEL PS 704 S. EDGEWOOD TERRACE FORT WORTH, TEXAS EAST 166 FEET OF LOT Y, BLOCK 22, MURRAY HILL ADDITION EXHIBIT B REAL PROPERTY DESCRIPTION BEING A PARCEL OF LAND OUT OF THE EAST 166 FEET OF LOT Y, BLOCK 22, MURRAY HILL ADDITION, A REVISION OF THE NORTH 166 FEET OF LOT 4, BLOCK 22, MURRAY HILL ADDITION, AN ADDITION TO THE CITY OF FORT WORTH, TARRANT COUNTY, TEXAS, ACCORDING TO THE PLAT RECORDED IN VOLUME 388-D, PAGE 593, PLAT RECORDS, TARRANT COUNTY, TEXAS, AS CONVEYED BY DEED TO ELISEO COLORADO RODRIGUEZ AND MARTHA ROJAS, RECORDED IN INSTRUMENT NUMBER D206345760, DEED RECORDS, TARRANT COUNTY, TEXAS AND BEING MORE PARTICULARLY DESCRIBED BY METES AND BOUNDS AS FOLLOWS: BEGINNING AT A 1/2 INCH IRON ROD FOUND FOR THE NORTHEAST CORNER OF SAID LOT Y, AND THE SOUTHEAST CORNER OF LOT X, BLOCK 22, OF SAID MURRAY HILL ADDITION, AND BEING IN THE WEST RIGHT-OF-WAY LINE OF EDGEWOOD TERRACE (VARIABLE WIDTH RIGHT- OF-WAY); THENCE SOUTH 00 DEGREES 34 MINUTES 39 SECONDS EAST, 55 .00 FEET WITH THE WEST LINE OF SAID EDGEWOOD TERRACE TO THE SOUTHEAST CORNER OF SAID LOT Y, AND THE NORTHEAST CORNER OF LOTZ, BLOCK 22, OF SAID MURRAY HILL ADDITION; THENCE SOUTH 89 DEGREES 23 MINUTES 03 SECONDS WEST, 8.38 FEET WITH THE COMMON LINE OF .SAID LOTS Y, AND Z, TO A 5/8 INCH IRON ROD WITH CAP STAMPED "ANA" SET FOR THE NEW PROPOSED WEST RIGHT-OF-WAY LINE OF SAID EDGEWOOD TERRACE; THENCE NORTH 00 DEGREES 29 MINUTES 51 SECONDS WEST, 55 .00 FEET WITH THE PROPOSED WEST RIGHT -OF-WAY LINE OF SAID EDGEWOOD TERRACE TO A 5/8 INCH IRON ROD WITH CAP STAMPED "ANA" SET IN THE COMMON LINE OF SAID LOTS Y, AND X; THENCE NORTH 89 DEGREES 23 MINUTES 03 SECONDS EAST, 8.30 FEET WITH COMMON LINE OF SAID LOTS Y, AND X, TO THE POINT OF BEGINNING AND CONTAINING 459 SQUARE FEET OR 0 .011 OF AN ACRE OF LAND. PAGE 2 OF 3 EDGEWOOD TERRACE RIGHT-OF-WAY PARCEL PS 704 S. EDGEWOOD TERRACE FORT WORTH, TEXAS EAST 166 FEET OF LOT Y, BLOCK 22, MURRAY HILL ADDITION Note : Surveyed on the ground March 2010 Note: Bearings are relative to True North obtained from Global Positioning Satellite System (GPS) Observat ions, North American Datum 1983 (NAD '83), Texas State Plane Coordinate System, North Central Zone . Note: In accordance with the Texas Board of Professional Land Surveying General Rules of Procedures and Practices, 663 . I 9(9), this "Report'' consists of the Real Property Description included herein and the Map of Survey attached herewith . Note: In accordance with the Texas Board of Professional Land Surveying General Rules of Procedures and Practices, 663 .19(7), "The cited instruments are not necessarily the current owners of the subject property, but are the documents containing the descriptions of the boundaries as surveyed. PAGE 3 OF 3 IRS • !1,4 • IRON WITH CN' ST A,,IPEO ·~A· SET I I 3 IRS.&. NOTE• SURVEYED ON Tl£ GROUND ¥NICH 2010 T I Nott• Bearlnll• ore relollvt lo True Norlh obolnd lrom Globol I :s.P. ALLSUP SUBDIVISION ~e."'t%3~=··~'re':~6::lh()bt:~:r.!:.. North ~ic ... I 1 VOL. 1158, PG. 145 Nole• In occord-• with lhe Te•os Boord or ProlesslonolLond s ... v,p,9 I P.R.T.C •• T. Glflorollllles or Procedu<H ..,d Procllcu, 663.19191, this "relprt• I I consist• or the ¥op or S...vey lnwded herein cr>d o ReolPrcperty I I NORTH 65.6 FEET Of' LOT 4 DeocrlpUon, onoched horewllh. I I 5.P. M.LSIP SUlllMSION Nole• In occordonce with lht THos Boord or ProlHslonolLcr>d S...v:ft:9 I I lNSTRUt,IENT •• D20907804 f Genorollllles or Procedu<H cr>d Procllcud, 663.19171, "The led I I D.R.. T.C. TX ffltrumenls are nol necessatlly the c1.wtent 0M1ers of the sub/eel I I ::=c!!~t '"'!!~.:•:...,...t• contolnln9 tho doscrlpllonl o the ... IRS-I I SOUTH 40.0 FEET OF LOT 4 b VINSON ST I 5.P • .Ai.LSUP SU80MSION VOL, 2253. PG. S29 ~ tllll FOOT R.0.VI I D.R.. T.C" TX "' I 1 /2" IRF IRS LOT Al -L.B. EVERETT SLeCMSION I VOL , 15881, PG. 158 I D.R., T.C., TX o't\ I ~o'"\1'!> I ~\,.\,. \>c,!'.> I SI-'< f>.O• '\. LOT X,BLOCK 22 I ~~ '!)'o C.·· I ~ ..iO"' \> ~;\. I L.B. EVERETT SU8CIMSION IRS 1/2" IRF VOL , 388•¥, PG. 333 T PJ!..T.C"T. I EAST 166 FEET I I 1 /2" IRF LOT Y,BLOCK 22 I I C I LOT A2 I PCB LB. EVERETT SU80MSION IRS 1L• ({i2" IRF VOL. 8777, PG.2391 D.R.. T.C. TX LOT Z,BLOCK 22 P·6 ROW DEDICATION---·, .IPPN!ENT OWNER, 463 SO . FT .•/· . ENIIOUE .Ac£VED01, ¥NGA l£RNNClEZ L3 ' •1 L1 LOT B 708 S. EDGEWOOD TER, LB. EVERETT SUBDIVISION FORT WORTH, TX VOL. 1618~ PG. 229 VOL . 14268, PG. 342 D.R. T.C., TX D.R.T.C.T. ~ IRS IL2 LB. Evt:RETT SU!OMSION LOT4A, BLOCK 22 I VOL. 388·F, PG. 165 t,IURRY HILL ADDITION I PRT-1' T I VOL.3BB-15, PG.561 I LOT C P.R.T .C .. T. I L.B. EVERETT S\J8DMSION ID I VOL. 1499~ PG. 11 I D.R. T.C. TX I 0:: § LOT 20A, BLOCK f LOT 3 -A-R, BLOCK 22 ix: TANDY I. WN<EFIELD .IDD. Cll E-INSTRUr,tENT •1 D209025037 t,IURRY HILL ADDITION :,: D.R. T.c.. rx Cl .. 2A CAB. 8 , SLIDE 2164 0 8 P.R.T.C •• T. 0 :a TANDY I, WN<EFIELD .IDD. i,ll:: ... VOL. 388• 114, PG. 583 Cll i P.R.T.C.T. c., -NUMBER DIRECTION DISTANCE of N LI s 00°34'39" E 55,00' Iii i!: L2 s 89°23'03" W 8.46' L3 N 00"29'51" W 55.oo· n L4 N 89"23'03" E 8.38 ' ~ ~ ~ !PRELIMINARY! f I -Of' "\ ~ ......... ~e .._ 'l".•.-C: IS Tr..;;--.+ ··~ • ()·•'? 1 " 50' "'/~ \u' EXHIBIT A = ~, .......................... , ... EDWARD K. KHAI.L SHOWING ••y•••••••••••••••••••••v•• A VARIABLE WIDTH \.o 5951 "to"/ < •.fo +;.-~ RIGHT·OF·WAY DEDICATION .., ·•.frss 1~ .. o OUT OF LOTZ, BLOCK 22 EDGEWOOD TERRAcE "'o ········• 1c..-{ Su!!_\J WRRAY HILL ADDITION DOE • 5677 ~ PARCEL P6 FORT WORTH, 7DB S. EDGEWOOD TERR . TARRANT COUNTY, TEXAS FORT WORTH, TARRANT r, '"'TV Tit DRAWN BY: EK .... ~ ENGltEEAS -S~VEYORS -PLANNERS OAT£: 04-06•2010 AN.A. CONSIA. TANTB, L.L .O. PAGE NO. OGN. NO.: 080043ROWP6,0GN CON9ULTANT8, LLC.. 1331 AIRPORT FREEWAY/ SUITE ,110 1 or 3 .41111 EULESS, TX. 78040 APPROVED BY: EK I 817 1886-8800 FAXl817 l386-8866 EDGEWOOD TERRACE RIGHT-OF-WAY PARCEL P6 708 S. EDGEWOOD TERRACE FORT WORTH, TEXAS LOTZ, BLOCK 22, MURRAY HILL ADDITION EXHIBIT B REAL PROPERTY DESCRIPTION BEING A PARCEL OF LAND OUT OF LOTZ, BLOCK 22, MURRAY HILL ADDITION, A REVISION OF THE NORTH 166 FEET OF LOT 4, BLOCK 22, MURRAY HILL ADDITION, AN ADDITION TO THE CITY OF FORT WORTH, TARRANT COUNTY, TEXAS, ACCORDING TO THE PLAT RECORDED IN VOLUME 388-D, PAGE 593, PLAT RECORDS, TARRANT COUNTY, TEXAS, AS CONVEYED BY DEED TO ENRIQUE ACEVEDO AND MARIA HERNANDEZ, RECORDED IN VOLUME 14268, PAGE 342, DEED RECORDS, TARRANT COUNTY, TEXAS AND BEING MORE PARTICULARLY DESCRIBED BY METES AND BOUNDS AS FOLLOWS: BEGINNING AT A 1/2 INCH IRON ROD FOUND FOR THE NORTHEAST CORNER OF SAID LOTZ, AND THE SOUTHEAST CORNER OF LOT Y, BLOCK 22, OF SAID MURRAY HILL ADDITION, AND BEING IN THE WEST RIGHT-OF-WAY LINE OF EDGEWOOD TERRACE (VARIABLE WIDTH RIGHT- OF-WAY) ; THENCE SOUTH 00 DEGREES 34 MINUTES 39 SECONDS EAST, 55.00 FEET WITH THE WEST LINE OF SAID EDGEWOOD TERRACE TO THE SOUTHEAST CORNER OF SAID LOTZ, AND THE NORTHEAST CORNER OF LOT 4A, BLOCK 22, MURRAY HILL ADDITION, AN ADDITION TO THE CITY OF FORT WORTH, TARRANT COUNTY, TEXAS, ACCORDING TO THE PLAT RECORDED IN VOLUME 388-15, PAGE 561, PLAT RECORDS, TARRANT COUNTY, TEXAS; THENCE SOUTH 89 DEGREES 23 MINUTES 03 SECONDS WEST, 8.46 FEET WITH THE COMMON LINE OF SAID LOTS 4A, AND Z, TO A 5/8 INCH IRON ROD WITH CAP STAMPED "ANA" SET FOR THE NEW PROPOSED WEST RIGHT-OF-WAY LINE OF SAID EDGEWOOD TERRACE; THENCE NORTH 00 DEGREES 29 MINUTES 51 SECONDS WEST, 55.00 FEET WITH THE PROPOSED WEST RIGHT-OF-WAY LINE OF SAID EDGEWOOD TERRACE TO A 5/8 INCH IRON ROD WITH CAP STAMPED "ANA" SET IN THE COMMON LINE OF SAID LOTS Z, ANDY; THENCE NORTH 89 DEGREES 23 MINUTES 03 SECONDS EAST, 8.38 FEET WITH THE COMMON LINE OF SAID LOTS Y, AND Z, TO THE POINT OF BEGINNING AND CONTAINING 463 SQUARE FEET OR 0.011 OF AN ACRE OF LAND. PAGE 2 OF 3 ·, EDGEWOOD TERRACE RIGHT-OF-WAY PARCEL P6 708 S. EDGEWOOD TERRACE FORT WORTH, TEXAS LOTZ, BLOCK 22, MURRAY HILL ADDITION Note: Surveyed on the ground March 2010 Note: Bearings are relative to True North obtained from Global Positioning Satellite System (OPS) Observations, North American Datum 1983 (NAD '83), Texas State Plane Coordinate System, North Central Zone. Note: In accordance with the Texas Board of Professional Land Surveying General Rules of Procedures and Practices, 663.19(9), this "Report" consists of the Real Property Description included herein and the Map of Survey attached herewith. Note: In accordance with the Texas Board of Professional Land Surveying General Rules of Procedures and Practices, 663.19(7), "The cited instruments are not necessarily the current owners of the subject property, but are the documents containing the descriptions of the boundaries as surveyed . PAGE 3 OF 3 I IRS • 54 " IRON WITH CN' ST N,4PED "ANA• SET NOTE• Sl.flVEYED ON Tl£ GROUND r,t.lRDI 2010 IRS.- Noto• BeorlnR• ate rllollve to True Notth obotolned from Global ~t.:isll~:,em·.9"~'::..!~!'u~c:~·;tr~~arlh .lmericon Note• lo occotdonce with lhe Te•os Boatd of ProfesslonolLond Surveying Generolllules of Proceues ond Practices, 66!.f9t91, !his "retprt• consists of the r,tcp of Survey Included herein ond o RealPr-ty Description, otloched herewhh. Not., lo accordance wilh lhe Te•os Boord of ProfesslonalLond Surveying GonerolAIHs of Proceuts ond Proctictsd, 663.f9t71, "The died lnstrwnent1 ore not necenor8y tho current owners of the subfect 1:'0:.!!.;:':!. ~!,!':--~~-ts cont'*""g the descrlpllons of lhe VINSON ST 159 FOOT 11.0.VI LOT X,BLOCK 22 I I I I I I I I ... IRS IRS I I I I I 1---..--------0-~-----------"'IIIS=t;~~l/2" IRf' ~~;~ : I C -( '<'-''-:o .~~·. EAsT 166 FEET 1 ~\)~~\.~~:'\~·· LOT Y, BLOCK 22 1 -10 ·~. • . : I L---.l-------------------1 ... RS"ll,.,_~1 /2" IRF I ID 2A I I LOTZ.BLOCK 22 I POB, : IRS \ 1 P-7 LOT 4A. BLOCK 22 li4URRY HILL ADDITION VOL.388-15, PG.561 P.R.T.C •• T. ROW DEDICATION • 553 SQ. FT .•/--...., AFP.IRENT OWNER• EtfllOUE ACEVEDOt. r,tJRJA 1£RNAN>EZ 708 S. EDGEWOOO TER. FORT WORTH, TX VOL. 14268, PG. 342 D.R.T.C.T. LOT 3-A-R. BLOCK 22 !ilURRY HILL ADDITION CAB. B, SLIDE 2164 P.R.T.C .. T. NUMBER DIRECTION DISTANCE L1 N 89°23'03 " E 8.46' L2 S 00•34•39 • E 65,00' L3 S 89"23'03• W 8,55' L4 N 00°29 '51 • W 65,00' !PRELIMINARY! L4 ·! L2 IRS L3 ~ -OF "\ t. ......... re "'-~ •• .-~\ST t,;t••+ 0/~"' * ~ ... (\JI .......................... i ... ~ EXHIBIT A SHOWING EDWARD K. KHALIi. ••v•••••••••••••••••••••v•• 1 \-o 5951 _ ... , •-.,-1> ~r• < .. ~ftss 1~ .... ~~ ~,i,D ••••••••• t:-l SUR'IJ~ ~ DRAWN BY: A VARIABLE WIDTH RIGHT·OF·WAY DEDICATION OUT OF LOT 4A, BLOCK 22 ~URRAY HILL ADDITION FORT WORTH, TARRANT COUNTY, TEXAs 3 I :s.P . ALLSUP SUBDIVISION 1 VOL, 11S8, PG. 145 P.R,T,C.,T. NORTH 65.6 FEET OF' LOT <t S.P • .Ii.LSI.I' SIJBOCIIISION INSTRUr,tf;NT •, D209078CM1 D.R.. T.C.. TX SOUTH <10.0 FEET OF' LOT <t S.P • .11.LSUP SUBDIVISION VOi.. 2253. PG. 529 D.R.. T.C" TX l /2" IRF LOT A1 L.B. EVERETT SIJBOIVISION VOi., 15881, PG. 158 D.R" T.C. TX L.B. EVERETT SU80MS10N VOL. 388•r,t, PG. 333 P.R.T.C"T. 1,2· IRf' LOT /o/1. L.B. EVERETT SUBOMSION VOi.. 8777, PG. 2391 D.R.. T.C. TX LOT B L.B. EVERETT SUBOMSION VOL. 16181. PG. 229 D.R. T.C. TX L.B. EVERETT SU!OMSION VOi.. ;~.;':: P,f-165 LOT C L.B. EVERETT SUBOMSION VOL . f.&991. PG. If D.R.. T.C. TX LOT 20A. BLOCK f T NGY lo WN<EF£LD .IOI>. INSTRUr,tENT •1 0209025037 D.R., T.C., TX T NGY lo WAKEFIELD .IOI>. VOL. 388•114 , PG. 5113 P.R.T.C.T. N d --0-- l I 1" = 50 ' EDGEWOOD TERRAcE DOE • 5877 PARCEL P7 708 S. EDGEWOOD TERR . FORT WORTH, TARRANT COUNTY, TX EK • CATE: 04•06"2010 ~- ENGltEERB • B~VEYORB -PLANNERS AN.A. CONBU. TNfTB. L.L.C. PAGE NO, I OF ) OGN, NO,: OB0043ROWP7,DGN APPROVED BY: EK C0NSULTANT8, L.LC. 41#M 1331 AIRPORT FREEWAY/ SUITE 410 EULEBB, TX.780<4D I 817 1336-8900 FAX1817 )385•99&& I I ··-·-' • i EDGEWOOD TERRACE RIGHT-OF-WAY PARCEL P7 708 S. EDGEWOOD TERRACE FORT WORTH, TEXAS LOT 4A, BLOCK 22, MURRAY HILL ADDITION EXHIBIT B REAL PROPERTY DESCRIPTION BEING A PARCEL OF LAND OUT OF LOT 4A, BLOCK 22, MURRAY HILL ADDITION, A SUBDIVISION OF A PORTION OF LOT 4, BLOCK 22, MURRAY HILL ADDITION, AN ADDITION TO THE CITY OF FORT WORTH, TARRANT COUNTY, TEXAS, ACCORDING TO THE PLAT RECORDED IN VOLUME 388-15, PAGE 561, PLAT RECORDS, TARRANT COUNTY, TEXAS, AS CONVEYED BY DEED TO ENRIQUE ACEVEDO AND MARIA HERNANDEZ, RECORDED IN VOLUME 14268, PAGE 342, DEED RECORDS, TARRANT COUNTY, TEXAS AND BEING MORE PARTICULARLY DESCRIBED BY METES AND BOUNDS AS FOLLOWS: BEGINNING AT A 5/8 INCH IRON ROD WITH CAP STAMPED "ANA" SET IN THE NORTH LINE OF SAID LOT 4A, AND THE SOUTH LINE OF LOTZ, BLOCK 22, MURRAY HILL ADDITION, AN ADDITION TO THE CITY OF FORT WORTH, TARRANT COUNTY, TEXAS, ACCORDING TO THE PLAT RECORDED IN VOLUME 388-D, PAGE 593, PLAT RECORDS, TARRANT COUNTY, TEXAS, ALSO BEING IN THE NEW PROPOSED WEST RIGHT-OF-WAY LINE OF EDGEWOOD TERRACE {PROPOSED 50 FOOT RIGHT-OF-WAY); THENCE NORTH 89 DEGREES 23 MINUTES 03 SECONDS EAST, 8.46 FEET TO THE SOUTHEAST CORNER OF SAID LOTZ, THE NORTHEAST CORNER OF SAID LOT 4A, AND THE EXISTING WEST RIGHT-OF-WAY LINE OF EDGEWOOD TERRACE {VARIABLE WIDTH RIGHT-OF-WAY); THENCE SOUTH 00 DEGREES 34 MINUTES 39 SECONDS EAST, 65.00 FEET WITH SAID WEST LINE OF THE EXISTING EDGEWOOD TERRACE TO THE SOUTHEAST CORNER OF SAID LOT 4A; THENCE SOUTH 89 DEGREES 23 MINUTES 03 SECONDS WEST, 8.55 FEET TO A 5/8 INCH IRON ROD WITH CAP STAMPED "ANA" SET FOR NEW WEST RIGHT-OF-WAY LINE OF SAID EDGEWOOD TERRACE, ALSO BEING IN THE SOUTH LINE OF SAID LOT 4A; THENCE NORTH 00 DEGREES 29 MINUTES 51 SECONDS WEST, 65.00 FEET WITH THE NEW WEST RIGHT-OF-WAY LINE OF SAID EDGEWOOD TERRACE TO THE POINT OF BEGINNING AND CONTAINING 553 SQUARE FEET OR 0.013 OF AN ACRE OF LAND. PAGE 2 OF 3 EDGEWOOD TERRACE RIGHT-OF-WAY PARCEL P7 708 S. EDGEWOOD TERRACE FORT WORTH, TEXAS LOT 4A, BLOCK 22, MURRAY HILL ADDITION Note: Surveyed on the ground March 20 I 0 Note: Bearings are relative to True North obtained from Global Positioning Satellite System (GPS) Observations, North American Datum 1983 (NAD '83), Texas State Plane Coordinate System, North Central Zone. Note: In accordance with the Texas Board of Professional Land Surveying General Rules of Procedures and Practices, 663 .19(9), this "Report" consists of the Real Property Description included herein and the Map of Survey attached herewith . Note: In accordance with the Texas Board of Professional Land Surveying General Rules of Procedures and Practices, 663.19(7), "The cited instruments are not necessarily the current owners of the subject property, but are the documents containing the descriptions of the boundaries as surveyed . PAGE 3 OF 3 IRS • !• " IRON WITH CM' ST Al,IPED "/.NA" SET NOTE• SURVEYED ON THE GROUND ¥,6RCH 2010 Note: Bearings are relot!Ye lo True Norlh obotolned from Global Poslllonlno SoleSle System <GPSI Observollons, North .lmerfcon Dohm, 1983 IN.ID '1131, Te•os North CenlrolZone. Note•., accordance with the Te•os Boord of ProfenlonolLond Slrveys,g GenerolRulH of Procecues oncl Procllces, 663.19<9>, this "re!prt• consls11 of the l,fop of s..-vey Included herm ond a AeolProperty Dncr1ptlon, allached herewith. Note,., G'::':::::. ".:;h..::~.~= !':~:!:.~f:s;:;J9~r,,d.~•~ h1trianents ere not necessoray lhe arrent owners of the subjecl properly, bul are the do........,11 containing lhe descrlptrons of lhe boLfldaries OS s..'VIJl!d. - 0.224 ACRE TRACT P.H. AK.ER SURVEY, A•33 INSTRUMENT ., 02033lq2e1 D.R.,T.C.,TX N ~ 0 "' 6A 68 b C! 0 "' JUDY ST 168 FOOT R.0,WJ 7A 78 VINSON ST ma FOOT RAW> DRAWN BY: EK DATE: 04-06-2010 IRS IRS IRS DGN, NO,: 080043ROWP8,DGN APPROVED BY: EK X-CIJT FOUND TRACT IGA LOT 6 S.P, ALLSUP SUBDIVISION VOL. 3q93, PG. 2367 1),11., T.C.. TX LOTS 2R I, !I S.P • .li.LSI.P SIJBOMSJON INSTRIJ>,tENT •1 0205249863 D.R., T.C.. TX 1" = 50' -------------------,_ _______ _ S.P. ALLSUP SUBDIVISION VOL. 388-9, PG. 615 P,R,T.c •• T. APP.IRENT OWNER• STATEWIDE PROPERTIES 6731 BRIDGE STREET. FORT WORTH, TX FT .•/-LOT 3 INST.• 02041699~ S.P. ALLSUP SUBDIVISIONO.R.T.C.T. VOL.1158, PG.145 P.R., T.C., TX S.P, ALLSUP SUBDIVISION VOL, 1158. PG. 145 P,R.T.C .. T. Tl£ REl,IM«R OF LOT 4 S.P • .11.LSUP SUBllMSION JNSTRl.t,€NT •1 020907804 t O.R" T.C.. TX I 12" IRF.__,_ ________________________ --t 12" SOUTH 40,0 FEET OF LOT 4 S.P • .11.LSt.P St.eDIVJSION VOL. 2253, PG. 529 D~ T.C.. TX LOT Al L.B. EVERETT SIJBDMSlON VOL. 1!188~ PG. 158 D.R., T.C., TX NUMBER L1 L2 L3 L4 EXHIBIT A SHOWING L.B. EVERETT SUSOIVISION VOL. 38S•t,t, PG. 333 P.R.T.C.T. DIRECTION DISTANCE N 89"30'09" E 10.38' S 00"29'51" E 52,95' S 89°30'09" W 10,27' N 00'36'44" W 52,95' A VARIABLE WIDTH RIGHT·OF·WAY DEDICATION OUT OF LOT 3, S.P. ALLSUP SUBDIVISION FORT WORTH, TARRANT COUNTY, TEXAs EDGEWOOD TERRAcE DOE• 5877 ...... ~ CONSUL TANTit, LLC. 4N!1 PARCEL PB 653 S. EDGEWOOD TERR . F'ORT WORTH, T ARR/.NT COUNTY, TX ENGlrEEflB -B~VEYOFIS -PLAMER& AN.A CONBU. TANTS, L.L.C. 1391 AIRPORT FREEWAY/ SUITE 410 EULESS, TX.78040 (817 ISS&-8800 FAX18171336•8855 PAGE NO, t OF' 3 .... .J EDGEWOOD TERRACE RIGHT-OF-WAY PARCEL PB 653 S. EDGEWOOD TERRACE FORT WORTH, TEXAS LOT 3, S.P.ALLSUP SUBDIVISION EXHIBIT B REAL PROPERTY DESCRIPTION BEING A PARCEL OF LAND OUT OF LOT 3, S.P. ALLSUP SUBDIVISION OF LOT 19, BLOCK 1, TANDY AND WAKEFIELD ADDITION, AN ADDITION TO THE CITY OF FORT WORTH, TARRANT COUNTY, TEXAS, ACCORDING TO THE PLAT RECORDED IN VOLUME 1158, PAGE 145, PLAT RECORDS, TARRANT COUNTY, TEXAS, AS CONVEYED BY DEED TO STATEWIDE PROPERTIES, RECORDED IN INSTRUMENT NUMBER D204169954, DEED RECORDS, TARRANT COUNTY, TEXAS, AND BEING MORE PARTICULARLY DESCRIBED BY METES AND BOUNDS AS FOLLOWS: BEGINNING AT A 1/2 INCH IRON ROD FOUND FOR THE NORTHWEST CORNER OF SAID LOT 3, AND BEING IN THE EAST RIGHT-OF-WAY LINE OF EDGEWOOD TERRACE (VARIABLE WIDTH RIGHT-OF-WAY) ; THENCE NORTH 89 DEGREES 30 MINUTES 09 SECONDS EAST, 10.38 FEET WITH THE NORTH LINE OF SAID LOT 3, TO A 5/8 INCH IRON ROD WITH CAP STAMPED "ANA" SET FOR THE NEW PROPOSED EAST RIGHT-OF-WAY LINE OF EDGEWOOD TERRACE (PROPOSED 50 FEET RIGHT-OF-WAY) ; THENCE SOUTH 00 DEGREES 29 MINUTES 51 SECONDS EAST, 52.95 FEET WITH THE NEW PROPOSED EAST RIGHT-OF-WAY LINE OF SAID EDGEWOOD TERRACE, TO A 5/8 INCH IRON ROD WITH CAP STAMPED "ANA" SET IN THE SOUTH LINE OF SAID LOT 3, AND THE NORTH LINE OF LOT 4, OF SAID S.P. ALLSUP SUBDIVISION, FOR THE NEW PROPOSED EAST RIGHT-OF-WAY LINE OF SAID EDGEWOOD TERRACE; THENCE SOUTH 89 DEGREES 30 MINUTES 09 SECONDS WEST, 10.27 FEET WITH THE COMMON LINE OF SAID LOTS 3, AND 4, TO THE EAST RIGHT-OF-WAY LINE OF SAID EDGEWOOD TERRACE; THENCE NORTH 00 DEGREES 36 MINUTES 44 SECONDS WEST, 52.95 FEET WITH EAST RIGHT- OF-WAY LINE OF SAID EDGEWOOD TERRACE TO THE POINT OF BEGINNING AND CONTAINING 547 SQUARE FEET OR 0.013 OF AN ACRE OF LAND . PAGE 2 OF 3 EDGEWOOD TERRACE RIGHT-OF-WAY PARCEL PS 653 S. EDGEWOOD TERRACE FORT WORTH, TEXAS LOT 3, S.P.ALLSUP SUBDIVISION Note : Surveyed on the ground March 2010 Note: Bearings are relative to True North obtained from Global Positioning Satellite System (GPS) Observations, North American Datum 1983 (NAD '83), Texas State Plane Coordinate System, North Central Zone. Note: In accordance with the Texas Board of Professional Land Surveying General Rules of Procedures and Practices, 663.19(9), this "Report" consists of the Real Property Description included herein and the Map of Survey attached herewith. Note: In accordance with the Texas Board of Professional Land Surveying General Rules of Procedures and Practices , 663.19(7), "The cited instruments are not necessarily the current owners of the subject property, but are the documents containing the descriptions of the boundaries as surveyed. PAGE 3 OF 3 TRACT IGA IRS • 54 • IRON WITH CN> STAJ,tPEO ·~A· SET ~~~ES:~i~,A•lJ ~ NOTE• SUIVEYEO ON Tit: GROUC> ltlARCII .20f0 INSTRUMENT ,1 02033lq287 c{, I" N Nole• Becwlngs c.-e relatlve to True Norlh obot"'1ed from Global DA.T.C. T ,JV ~1'.!'t&3SoJ.'::•.e~'r.'.:~c:!l1~c":~:~~orth American ' x o:,\l~ Nolelln occc.-clonct wllb lhe Te,os Boc.-d ol ProfuslonolLand Surveying tjt',S,~ Ctt1otalRIAes or Procedures ond Proctlcu, 663.1919>, !his •retprl" '<'· ~::-~~~ :r.::d ~ .. 5:;.~ included her..,;:' ~on=d~o~R:.!:eol=Pr=~·!Z-----~,;,_' ------i Noltl ~ ~::;;:s ~r ~::~: ::i:~t~e~i':if~r,:'-~•~re: LOT 6 inslrumonts c.-1 not n1c111cwlly lhe c,.rent o"""'" or lht subltcl property, but c.-e the do...,,..,!, conlolrwig the descriptions ot lhe b-ltS 01 5'6Vtyed. • SJ'. ALLSuP SUBDIVISION VOL. ~83. PG. 2367 GA GB JUDY ST 169 FOOT R.o.Wl 76 VINSON ST 169 FOOT R.o.Vl LOT X,BLOCK 22 IRS IRS !PRELIMINARY! DRAWN BY: EK DATE: o,i-os-2010 DGN. ND.: 080043RDWP9,0GN APPROVED BY: EK D.R.. T.C. TX LOTS .2R , 5 5.P. At.LSI.I' Sl80MSION NSTRUt,tENT '• 020S24986l D.R., T.C. TX 1 " = 50' ---------------------,_ _______ -! S.P. ALLSUP SUBDIVISION VOL, 388-9, PG, 615 P,R,T,C .. T. t/.2" llf'.__.,l-RS.1-------------------------i POB I 1.2• llf' I p.g LOT 3 S.P . ALLSUP SUBDIVISION VOL.115B, PG .145 P.R •• T.C •• TX ROW DEDICATION 670 SQ. FT,•/· .APP.IRENT OWNER; FERNANDO LOPEZ SOSA 655 S. EDGEWOOD TERR. FORT WORTH, TX NST. • 0.209078041 D.R.T.c.T. THE REMAINDER OF LOT 4, S.P. ALLSUP SUBDIVISION VOL, 1158, PG. 145 P,R,T,C .. T. SOUTH 40.0 FEET OF LOT ,4 SJ'. ALLSUP SUBDMSION VOL. 2253, PG. S29 D.R.. T.c. TX I • LOT Al L.B. EVERETT SUBOMSION VOL. 15881, PG. 158 D.R., T.C., TX NUMBER DIRECTION L1 N 00°36'44 " L2 N 89°30'09 " L.B. EVERETT SUBOMSION VOL. 388 •t,1, PG. 333 P.R.T,C-T. DISTANCE W 65,60' E 10,27' L3 S 00°29'51" E 65,60' L,i S 89°30'09" W EXHIBIT A SHOWING A VARIABLE WIDTH RIGHT·OF·WAY DEDICATION OUT OF THE RE~NNDER OF LOT 4, S.P. ALLSUP SUBDIVISION FORT WORTH, TARRANT COUNTY, TEXAs 10.1,i· EDGEWOOD TERRAcE ODE• 5877 PARCEL P9 655 S. EDGEWOOD TERR. FORT WORTH, TARRANT COUNTY, TX A ~ ENGll'EERB -SURVEYORS -PLANNERS AN.A CONSIA.TANTS, L.L.C. CONSULTANTW, LLC. 1881 AIRPORT FREEWAY/ SUITE 410 EULEBB, TX.78040 PAGE NO. 1 OF 3 41.Jrif 1817 1886-9900 FAX1817 1835-9966 EDGEWOOD TERRACE RIGHT-OF-WAY PARCEL P9 655 S. EDGEWOOD TERRACE FORT WORTH, TEXAS THE REMAINDER OF LOT 4, S.P. ALLSUP SUBDIVISION EXHIBIT B REAL PROPERTY DESCRIPTION BEING A PARCEL OF LAND OUT OF THE REMAINDER OF LOT 4 , S.P. ALLSUP SUBDIVISION OF LOT 19, BLOCK 1, TANDY AND WAKEFIELD ADDITION, AN ADDITION TO THE CITY OF FORT WORTH, TARRANT COUNTY, TEXAS, ACCORDING TO THE PLAT RECORDED IN VOLUME 1158, PAGE 145, PLAT RECORDS, TARRANT COUNTY, TEXAS , AS CONVEYED BY DEED TO FERNANDO LOPEZ SOSA, RECORDED IN INSTRUMENT NUMBER D209078041, DEED RECORDS, TARRANT COUNTY, TEXAS, AND BEING MORE PARTICULARLY DESCRIBED BY METES AND BOUNDS AS FOLLOWS: BEGINNING AT A 1/2 INCH IRON ROD FOUND FOR THE SOUTHWEST CORNER OF SAID THE REMAINDER OF LOT 4, AND THE NORTHWEST CORNER OF THE SOUTH 40 FEET OF SAID LOT 4, AND BEING IN THE EAST RIGHT-OF-WAY LINE OF EDGEWOOD TERRACE (VARIABLE WIDTH RIGHT-OF -WAY); THENCE NORTH 00 DEGREES 36 MINUTES 44 SECONDS WEST, 65.60 FEET WITH THE EAST RIGHT-OF-WAY LINE OF SAID EDGEWOOD TERRACE TO THE NORTHWEST CORNER OF SAID LOT 4, AND THE SOUTHWEST CORNER OF LOT 3, OF SAID S.P. ALLSUP SUBDIVISION; THENCE NORTH 89 DEGREES 30 MINUTES 09 SECONDS EAST, 10.27 FEET WITH THE COMMON LINE OF SAID LOTS 3, AND 4, TO A 5/8 INCH IRON ROD WITH CAP STAMPED "ANA" SET IN THE NEW PROPOSED EAST RIGHT-OF-WAY LINE OF SAID EDGEWOOD TERRACE; THENCE SOUTH 00 DEGREES 29 MINUTES 51 SECONDS EAST, 65.60 FEET WITH THE NEW PROPOSED EAST RIGHT-OF-WAY LINE OF SAID EDGEWOOD TERRACE TO A 5/8 INCH IRON ROD WITH CAP STAMPED "ANA" SET IN THE COMMON LINE OF SAID THE REMAINDER OF LOT 4, AND THE SOUTH 40 FEET OF SAID LOT 4; THENCE SOUTH 89 DEGREES 30 MINUTES 09 SECONDS WEST, 10.14 FEET WITH SAID COMMON LINE TO THE POINT OF BEGINNING AND CONTAINING 670 SQUARE FEET OR 0.015 OF AN ACRE OF LAND. PAGE 2 OF 3 EDGEWOOD TERRACE RIGHT-OF-WAY PARCEL P9 655 S. EDGEWOOD TERRACE FORT WORTH, TEXAS THE REMAINDER LOT 4, S.P. ALLSUP SUBDIVISION Note : Surveyed on the ground March 2010 Note : Bearings are relative to True North obtained from Global Positioning Satellite System (GPS) Observations, North American Datum 1983 (NAD '83), Texas State Plane Coordinate System, North Central Zone . Note: In accordance with the Texas Board of Professional Land Surveying General Rules of Procedures and Practices, 663.19(9), this "Report'' consists of the Real Property Description included herein and the Map of Survey attached herewith. Note: In accordance with the Texas Board of Professional Land Surveying General Rules of Procedures and Practices, 663.19(7), "The cited instruments are not necessarily the current owners of the subject property, but are the documents containing the descriptions of the boundaries as surveyed . PAGE 3 OF 3 IRS • 116 " IRON WITH CN> ST N,FEO "~A· SET NOTI:• SUIVEYED ON TI£ GROIN) I\WICH 2010 Notti Beara,ue relollvt lo True North obol<Wled from Globd ~t.!,,, 19il~~0::•,8~~~6::!,,.?"c!~:\~arlh Amerlcon Note• In occordonce with the Term Board of ProfesslonolLond Surveying Generolfflles of Procecues ond Proctlces, 663.19191, Uis "telp,t• ~=-~~~ !:J.':i ':,'.,5:'.;;;~ locluded herelo ond o ReolPr-ty Nole• In occordonce with the Tt•os Boord of ProfesslonolLond SurveylnQ Generolfflln of Procecues ond Proctlcesd, 663.19171, "The cfte<i LOT 6 SJ', ALLSuP SU80IVISl0N VOL, 3'193. PG. 2367 D.R.. T.Cn TX N I --0-- W,st,umenl1 are not neces1ar81 the asrenl ownets of the subject p<operly. but ore the documents conl~ the descr iptions of the ( -~M~~ l BLOCK I, LOTS 2R ~ 5 E,E, FOSDICKS SUBDIVISIQN I SP. li.LSLP SUlOMSION VOL 106 PG 110 ~ I l'ISTRUr,tENT •: D20S249863 P.R.T.c.i. IRS ,_ ____ !~ 2-~~!x __________ -.,_ __ ..;.1_'_' _=_5=.....;:0;._' ~ ~ JUDY ST ,n <&II FOOT R.0,VI IRS T I I BU CK 2, 1 E.E. FOSDIC S SUBDIVISIO~ VOL,10 , PG, 110 1 P.R T.C.T. 1 GA 7A I I IRS T GB 7B I I I I I I I I I 112" IRF -IRS I I I I I I I IRS T I I I I I I I POB I t 12" H''\ L 1~ S.P. ALLSUP SUBDIVISION VOL, 388-9, PG, 615 P.R.T.C.,T, LOT 3 S,P. ALLSUP SUBDIVISION VOL,1158, PG,145 P.R., T .c .. TX THE REMAINDER OF LOT 4, S,P. ALLSUP SUBDIVISION VOL, 1158, PG, 145 P,R. T,C .. T, ~~--------------------! ___ .1-___ __,,,.,,._, ·[ N'f'Nlf.NT OWNER• P-10 ftl~1 ~~o::~HST , g L4 ROW DEDICATION FORT WORTH, TX d 389 so F'T •/-VOL.225!.PG.529 ,n - • I D.R.T.C.T. L3 ·, n • 1111" / SOUTH 40 FEET OF LOT 4, IRS- VINSON ST 1511 FOOT R.0,VI IRS LOT X,BLOCK 22 ~rf:>'"t! ~~\, ~<:,!:i ~a."( .a.<o·Q:. ;\. "'-..ioV~~·'' !PRELIMINARY! ~ Of' '\ ~ ........... l" e .._,-_..-i:,1ST£11';•,,+ c,,/~"' * l)•,,r,JI ..... Eo;;Am)·;:;;;k:~:... ~ ••Y•••••••••••••••••••••y•• ;; \'°... 5951 ~"' •,r ~'/'' <~-.:,P.frss 10 .-o'<-No········..-t.' Su~\J ~ DRAWN BY: EK DATE: 04-06 -2010 l I I I I I I I I T I I OGN. HO.: 08004JROWPIO,OGH APPROVED BY: EK a:! ~.P. ALLSUP SUBDIVISION ix: ii VOL. 1158, PG, 145 ~ ~ P,R,T,C •• T, Cl i!: oe o» :'i:= ... tiJW c.,- Cl I tiJ - LOT A1 L.B. EVERETT SUBDIVISION VOL. 15881, PG. 158 D.R., T ,C,, TX 112" IRF L,B, EVERETT SUBDIVISION VOL, 388-M, PG, 333 P.R.T,C,,T, NUMBER DIRECTION DISTANCE L1 N 89°30'09 • E 10,14' L2 S 00•29 •51 • E 38,53' L3 S 89 °30 '09 • W 10,06 ' L4 N 00"36'44• W 38.53' EXHIBIT A SHOWING A VARIABLE WIDTH RIGHT-Of'·WAY DEDICATION OUT OF' THE SOUTH 40 F'EET OF' LOT 4, S.P. ALLSUP SUBDIVISION F'ORT WORTH, EOGEWOOO TERRAcE ODE• 5877 PARCEL PfO 657 S. EDGEWOOD TERR . FORT WORTH, TARRANT COUNTY, TEXAs T ARRmT COUNTY TX .... ~ CONSULTAHTII, LLC. 4111+ ENC311EERB -S~VEYORB -PLPMERS AN.A CONSU. TMT8, L.L.C. 1331 AIRPORT FREI=WAY/ BUITE 410 EULESS, TX.78040 C 817 )336-8800 FAXC817 l336-886& PAGE NO. I OF 3 _ _j i . I EDGEWOOD TERRACE RIGHT-OF-WAY PARCEL PlO 657 S. EDGEWOOD TERRACE FORT WORTH, TEXAS SOUTH 40 FEET OF LOT 4, S.P. ALLSUP SUBDIVISION EXHIBIT B REAL PROPERTY DESCRIPTION BEING A PARCEL OF LAND OUT OF THE SOUTH 40 FEET OF LOT 4, S.P. ALLSUP SUBDIVISION OF LOT 19, BLOCK 1, TANDY AND WAKEFIELD ADDITION, AN ADDITION TO THE CITY OF FORT WORTH, TARRANT COUNTY, TEXAS, ACCORDING TO THE PLAT RECORDED IN VOLUME 1158, PAGE 145, PLAT RECORDS, TARRANT COUNTY, TEXAS, AS CONVEYED BY DEED TO CITY OF FORT WORTH, A MUNICIPAL CORPORATION, RECORDED IN VOLUME 2253, PAGE 529, DEED RECORDS, TARRANT COUNTY, TEXAS, AND BEING MORE PARTICULARLY DESCRIBED BY METES AND BOUNDS AS FOLLOWS: BEGINNING AT A 1/2 INCH IRON ROD FOUND FOR THE SOUTHWEST CORNER OF THE REMAINDER OF SAID LOT 4, AND THE NORTHWEST CORNER OF THE SAID THE SOUTH 40 FEET OF SAID LOT 4, AND BEING IN THE EAST RIGHT-OF-WAY LINE OF EDGEWOOD TERRACE (VARIABLE WIDTH RIGHT-OF-WAY); THENCE NORTH 89 DEGREES 30 MINUTES 09 SECONDS EAST, 10.14 FEET WITH THE COMMON LINE OF SAID THE REMAINDER OF LOT 4, AND THE SOUTH 40 FEET OF SAID LOT 4, TO A 5/8 INCH IRON ROD WITH CAP STAMPED "ANA" SET IN THE NEW PROPOSED EAST RIGHT-OF- WAY LINE OF SAID EDGEWOOD TERRACE; THENCE SOUTH 00 DEGREES 29 MINUTES 51 SECONDS EAST, 38.53 FEET WITH THE NEW PROPOSED EAST RIGHT-OF-WAY LINE OF SAID EDGEWOOD TERRACE TO A 1/2 INCH IRON ROD FOUND FOR THE NORTHWEST CORNER OF LOT Al, L.B. EVERETT SUBDIVISION, ACCORDING TO THE PLAT RECORDED IN VOLUME 388-M, PAGE 333, PLAT RECORDS, TARRANT COUNTY, TEXAS, ALSO BEING IN THE SOUTH LINE OF SAID LOT 4; THENCE SOUTH 89 DEGREES 30 MINUTES 09 SECONDS WEST, 10.06 FEET TO THE EAST RIGHT-OF-WAY LINE OF SAID EDGEWOOD TERRACE; THENCE NORTH 00 DEGREES 36 MINUTES 44 SECONDS WEST, 38.53 FEET WITH THE EAST RIGHT-OF-WAY LINE OF SAID EDGEWOOD TERRACE TO THE POINT OF BEGINNING AND CONTAINING 389 SQUARE FEET OR 0.0089 OF AN ACRE OF LAND. PAGE 2 OF 3 f I [ I EDGEWOOD TERRACE RIGHT-OF -WAY PARCEL PlO 657 S. EDGEWOOD TERRACE FORT WORTH, TEXAS SOUTH 40 FEET OF LOT 4, S .P . ALLSUP SUBDIVISION Note : Surveyed on the ground March 2010 Note : Bearings are relative to True North obtained from Global Positioning Satellite System (GPS) Observations, North American Datum 1983 (NAD '83), Texas State Plane Coordinate System, North Central Zone. Note : In accordance with the Texas Board of Professional Land Surveying General Rules of Procedures and Practices, 663.19(9), this "Report'' consists of the Real Property Description included herein and the Map of Survey attached herewith. Note : In accordance with the Texas Board of Professional Land Surveying General Rules of Procedures and Practices, 663 .19(7), "The cited instruments are not necessarily the current owners of the subject property, but are the documents containing the descriptions of the boundaries as surveyed . PAGE 3 OF 3 i SECTION 8.2 -TxDOT PERMIT G:\1210\4397-32\P roject\Specifications\Contract 5B\100% Set -SB\08 .2 -SECTION 8 Pem1its .doc To: PERMIT TO CONSTRUCT STREET CONNECTION FACILITIES ONIDGHWAYRIGHTOFWAY VALLEY VISTA DRIVE STREET IMPROVEMENTS SUPERSEDES PERMIT #1 O-SC-232-09 CITY OF FORT WORTH Hwy. SH 10 Permit No. 10-SC-54-10 T/PW DEPARTMENT control 94 section 2 C/0 Dannenbaum Engineering Corp. 6421 Camp Bowie Blvd., Suite 400 Fort Worth, Tens 76116-5421 · The Texas Department of Transportation, hereinafter called the State, hereby authorizes, CITY OF FORT WORTH, hereinafter called the grantee, to (re) construct a public access street (VALLEY VISTA DRIVE) and drainage improvements on the highway right-of-way abutting Highway No. SH 10 in T~T County, located ON SH 10 EASTBOUND AT THE INTERSECTION OF VALLEY VISTA DRIVE AS PART OF THE 2007 CRITICAL CAPITAL PROJECT. Subject to the following: 1. The grantee is responsible for the costs associated with the construction of this street connection . 2. Design of facilities shall be as follows and/or as shown on sketch: TO RECONSTRUCT A PUBLIC ACCESS STREET (VALLEY VISTA DRIVE) INCLUDING DRAINAGE IMPROVEMENTS WITHIN THE STATE RIGHT OF WAY IN ACCORDANCE WITII THE ATTACHED PLANS SEALED BY CURTISS. CALDWELL, P.E. ON 3-22-10. ALL CONSTRUCTION WITHIN THE STATE RIGHT OF WAY SHALL BE IN ACCORDANCE WITII STATE STANDARDS AND SPECIFICATONS. ALL PAVEMENT MARKINGS WITHIN THE STATE RIGHT OF WAY SHALL BE THERMO-PLASTIC MATERIAL. SEE ATTACHMENT "A 11 • Ali 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 sublect 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. RALPH BROWNE, AE / GARY L. PHILLIPS, TMS VII 7. The grantee will contact the State's representative EULESS, TEXAS SAGINAW, TEXAS telephone (817) 232-1304 at least twenty-four (24) hours prior to beginning the work authorized by this permit. DIST FILE: Texas Department of Transportation AP,PRO:VAL Date of Issuance: April 14, 2010 District Engineer Time Process: 22DAYS ~ Signed: For: ichard Schiller, P. E. Date: March 23, 2010 Director of Maintenance ~.,. I ' Texas Department of Transportation ATTACHMENT "A" CITY OF FORT WORTH VALLEY VISTA DRIVE STREET IMPROVEMENTS STREET CONNECTION AND DRAINAGE IMPROVEMENTS SH 10 Eastbound at Valley Vista Drive 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. Rick Taylor, State Inspector, telephone number 817-232-1304, Saginaw, 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. n .1 i _J 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. � 2 6 's � i `>' � E 0 V r i; i � u +i v `o � a �w o? JCC aa - -I f r � � _ — ��������V� NEERING CORPOE�ATION ENGI . T.B.P.E. FiRM REGISTRATiON #1392 6421 CAMPBOWIEBLW., STE.400 FT.WORTH,TX76116 (81�763A883 �' �1� i1► � � OF ���1 � �Z1FSE..... ,Tf}'�li � i:t . �� �*-' :!j . r........................... � r cua'ns s cxnxEtt � , ..,,,,.�.� sE n �...,..._...6617B ....:' i �V^ �• �j �27 �rh'p�• :4cexsc°: ` �`,:: v-- lttit�;h,j � ��' DAiE MIgE MONCRIEF MAYOTt DALE A. FISSELER, P�. crrr auxe�tt WILLIAM VERSEST� P.E. TRAN6PORTATION AND PUSISC WORSS DSREt.'TOR s. Fx� cxu�, p�. WATER DEPdRT1�NT ➢IItECfOR ���� ��� ���� �� ���� . ����� �������� ������� C�D�TNCIIe I�I��]E$IC�' � ��N�["�A�7C �� �'AlIL1L1E� ����AL �D�$gV� CI�� �R��EC'� Nfl. �m9d�i I)�DE No. 58�6 � LOCATION MAP 'p('��p���� ALL CON57RUC110N Yl17NIN TNE STAiE RIGHT OF \1�V WAY YALL REQUIRE COMPLlANCE 70 TXDOT U v STANOARD SPECIFlCA710NS, STANDARD PLANS, 4tlD TEXAS MANUAL ON UNIFORM 7RAFFlC tbNTROL OEVICES. �� ��� �� SPECtFlCATi0N5 AOOPTEU BY THE TEXAS C�PARTMENT OF 7RANSPORTATION, ,NNE t, 2904, AND SPEqFlCA710N ITEtAS 1157ED AS FOLLOHS SHALL GOVERN ON iH15 PRO,lECT FOR ALL WORK W17HIN iHE SCA7E RIGHT Of WAY. BY SEAIING AND SIGN�NG THESE PERMIT PLANS AS A PROFESSIONAL CIVfL ENGINEER t10ENSm TO PftAC7iC£ IN 7HE STATE OF 7EJ(AS, I CERi1FY THAT THE PROPOSED DRIVEWAY OR PUBUC STREET CONNECilONS(S) TQ THE STA7E ROADWAY MEETS OR DfCEIDS 7HE MINIMUM STOPPMG SIGHT �ISTANCE REQUtRm FOR A P057ED SPEID OF 35 IAtIfS PER HOUR, BASED ON THE MOST RECENT TXDOT DESIGN MANUAL REQUIREMEN7S. ` 'fHE STANDARD SHEETS, SPECIFlCALLY IDENTIFlED IN 7H1S IN�Df OF SHEETS, HAVE BEEN SEIECiED BY ME OR UN�ER MY RESPON5IBLE SLIPERYISION AS BEING APPUCABLE TO 7HIS PROJECT. SHT NO TI1iE � t cov�'sN�r 2 �ic�t sEcnon 3 VALLE'f NSTA DRIVE PANNG AND STORM DRAIN PLAN & PROFlLE STA 0+00 70 2+77.55 4' iRAFF1C CONTROL PLAN StANDARD TCP (2-6) — 98 5� WORKSHEET fOR EDGE CONOITION 7REAIMENT TYPES 6' CONCRETE PAVEMENT TIES TO DCISIING PAVEMENT CP-7EP-03 (FN� 7� BARRICADE AND CONSiRUCiiON STANDARD BC (t) — 67 8" BARRICAOE AND CONSiRUClION STANDARD BC (2) — 07 9� BARtt(CAOE ANU CONSTRUCiION STAN�ARD BC (3) — 07 10 '+ BARRICADE AND CONSTRUC710N STANDARD 8C (4) — 07 11 * BARRICADE ANO CONSTRUCTION STANDARD BC (5) — 07 72 ' BARRICADE AND CON57RUC't10N STANDARD BC (6) — 07 13 ° BARRICA�E AN� CONSTRUC710N STAN�ARD BC (7) — 07 14 * BARRICA�E AND CONSTRUC'f10N STANLIARD BC (8) — 0? 15 • BARP,(CADE AND C4NSTRQCTION STANDAR� BC (9) — 07 16 • BARWCAOE ANO CONSiRUCTION STANDAR� BC (10) — 07 f7 * BARF2ICAOE AND CONSTRUC710N STAN�Aft� BC (1�) — 07 18 ° BARR�CADf AN� CONSTRUCTION STANDARD BC (12) — 07 19 � 7RAFFJC CON7ROL PCAN STANDAftD YtL (TD) — D3 2D ' SIGt{ MOUN7ING OETAILS STpNDARD SMD (GEN) — O8 27 F SIGN!MOUN7ING DEiAILS STANDARD SMD (SL1P—t) — 08 22 ° SIGN: MOUNIING OETAILS STANDARD SMD (SUP-2} — 00 23 k SIGMt MOUNTING DETAILS STANDARD SMD (SLIP-3} — 08 24 � 5(GN� At0UN71NG DETAILS STANDARD SMD (7Wf) — 08 25 ° S1GNj MOUN7ING �ETAILS STANDARQ SM� (FRP) — 08 26 ' PmESiR(AN FAGLITIES STANOARD Pm — Q5 SHEET t 27 " PEDE57RIAN FAqllitES STANDARD Pm — OS SHEET 2 28 �� PmE57RlAN FAqLJ11ES STANDARD PED — OS SHEET 3 29 ' PmESiRIAN FAGLJ7IES STANDARD PFD — OS SHEET 4 30 s CONCRETE SIDEWALK DETAIL STAN�ARD CSWO — 08 (FlN) 31 ' CON�tE7E ORIVEWAY DETAIL STANDARD C�D — OS (�YI) 32 " CON;RETE CURB AND CURB AND GUTTER STANDARD CC—CG (FW) 33 ° CONrRElE PAVING DETAI� STANDARO JS — 03 (FK'} 34 ° ERO�ION CONTROL STANDARD EC (1) — 93 35 = EROS'ION CON7ROL STANDARD EC (3) — 93 36 ° TYPe t CUfiB INLET CI (7) — 02 (FW) S TA TE H WY 1 � NII.LIAM V$RgEST, P.E. DTRE(.TOR, DEPAR]2ffiNT OF TRANSPOATATION AND PIIHLSC WOR%5 RECEIVED BY ; gp,Cp�� DATE VALLEY VfSTA DRIVE 7MN.SVERE c�NsrtNciWN 9lRT 5EE 7a�N5vER5E JotNf SFAalic � .IOIM. 5EE JOIM �NL T 50' OR e0' R.0 W. B1q1 OF CIRiB �rS�WED WN4Y �f0ltff, i m 0 � / m � 0 0 � i s s n m 0 � �3a� 0 � M m 0 N N `o � � a 7D' OR iS' PMKWAY ,�� ���Y 10 OR 15 PM�(WAY : - I - i'{/ 15' . - SEE IDNGfN�iN71 JOfNf SPACINC N0. 4X18' 8Wi5 O 24' C-C I LONCEN01N11 CONSIRUCf1�N JOttiT _ �E LOttGINpN+l JOIM SPJLIHC _ SLOPE PEA. PMKfYAY 9.5' REINFORCED SEE JOtttl' OEfNSEALAI7�. S�pp� pEp, PfRKMAY OELVL _ I-�--�----�_. AK CONC. PAYEAiINf � I ' SEE FLATi k PPOFltE �`' f SEE PUN h PRpf1LE SFi� ' � N0. 3 9At15 O 24� �- . J '`b o-c eotH ruts . ' " , ' 1. uurm TOPsa� _ I TAVPFD TOPSOIL , r,� . •.' .. � ' ... � � " _ -' � , �..' • � . ! �.: �.• :. ,�' ' � . • � . . . � ^ � . ,... . TMIPm SELECf fliCifflLL � 3 TANPm SQECT B�CKFlII _ • ' .. �'�. � '�• ..�. : �, ' FIIN. � - Cj , . , , � . . . . , , , s � � . .': � J�" PfiOP. 6' Ll41E SDBICIZE� SUBCfVDE O 32 le. �SY. . �,�i-�'. ..�''].-. ' �_. ION ILLL WNELS TO BE PUGEQ O TI2 I �111N. 1 1/4' NIN IXE1WlHCE SEE T/8lE ss, � , NOTE: l � , , � • �. J :�_ �`,. � �. po��rtmFrre fn+u atcic�na AW ao¢ twr srr on eorrou oF s�w - cvr aoinr v, �h�v.r,y,�.�r�,u.� y �:.,r �� � ��� ••�. �. •+� ''I "•,..• ;';.�,°i ,'(�', � TRINSVERSE JOINT a• einac-an e�cK oF cuRe - 2. SIIJCONE tVS GF'NQiit. N7D7H 'N UEFlN RAi10 OF 2l F qEXIST. CONC. PAVEMEN'f��=" ., t`.. , .. - s� at c�w .. "�`t=�- 3. NL IXPANSION JOIHtS SWU.L BE flf1ril00D WR}! G�F"'. x f,�/��/ : _ , � a� PAOP.•SUBCM�E PER. Nwiw. :��/� I SPACING F�Ooa�irrt�Ecrwn � ���%i•/%����:9fa",0lf� ;+' '.- ,•, . f •. •. PRaP.,�f'AVEMENT' io � is ovxEa. a� ee I• -�Hawwwhr s�c7ion. .,. •: cuRe �.mm� (rta) a2' ecouc-aur rAou a�c ca arae For+ on-ur�e e+�rs � . ... .. . , . �} . ...�. (/ .s� Tas� ..: : ° •. .•. •• p�. ���E �. ,�� ,. , ' . cuam \ \`\ ' \°�� \\j� �\ ".. `�` ' �!� �niia� ��aHc z� BLOCK-OUf iRON BoCI! OF CUHB i0N REC6Sm INLEfS � `a. �''.: .' PWOWAY SECIION " '. " ''.�'L� 5 47'/i�/�/�/i /i�/i /�/��/%�/.�/�i'%i\'� E j • 7FW15yER� CONSIRUCi10N BUIT JOINf X7fH . ..• � • .•. . .,• . •.- . E%P/N90N JqNf• . FJtPANSIDN JOIHI'. ... . . SEE .Ia1M UETNL 1 IN�FR�CIINC "1IiEET (M+J SEE Jqttr �ETNL i SILICONE JORfT SFl1Nti. SEE JdNT DETNL 2 i� �- �--' � flll �-� ll. Ii �. i i : � oi; pm � k��;; nr'� ��W'��m�r�nk�il��hm�'�=fuiir� ._ _ - ���ir�"-# MOlVOLITHIC CURB � _ � lI� �o ;++ 5EE TAHIE 4 '' I T� e' 78' I S��q �p,^,.. NDT TO 9CALE SPACING DIAGRAM .FOR JOINTS . ,.. , � _ Fl,� ��,; � .; -•.: :_ , . . � TRANSVERSE EXPANSION GENERAL N07E5: s� '• :.: - t. FOR OEfOFINm HW �tlC6. lAF BMS i0 DY.MEfE7is ANO'fIE � .: ,.�., .. a_- .- �•' CON5TRUCTION BUTT JOINT + 2 FOR 08NE APPROlCHF3 ANO WNK USE N0. 3 O 18' C-C @OIH WAYS. � � . ��� . p . . a . . _-.. . . .: �'...,. • r: 3 'U' HUS O 2i' O.C. - �-'•`• ' Y•= •+ .t,..i �' • ^\ ' . 5H6E &t6 MUS7 8E 3. ALL }UViD POUflS IN 7H� SfREEf StWl 9E 8 S�ClC NOT TO 9CALE •� »o a:au+s"o'Sr• ' • x. .. - (HETlIEEN EEBI.l.Sf. AND PROP. PAVEkENT) avcm �T n�e nuE nie c-4 QoTt�,ivAYs.� :..: -'.PRa�iav��sECAOH� ��� �'� USED ONLY AT END OF RADIiI3, P.C. OR P.T. 9TATlON3) PANN� SU8 �S POIIAED 3�s' . - NaTE: I! ik�i I i� k 1 E� 1�� t B[ I I C--� I Bt I ( , 1. PROYIDE�2� FA410lDFD E.INAN90N JOINf h SIICONE i i i t,y ;nai t t i,-,F i i � � i �� NOT TO 9CdL& r+o. 3 nvs 2+' 3' �arrt a+�r � ca+xecnr�c m o�m. THESE DETAILS ARE NOT FOR o-c eurtf wnrs �/a' S� ��Z'n conc oAn� a+ socwKK (suesoum m oruvEvuuv� � Z DOWEL INTO IXISf. CIXiC Dl2M1EWAY USE ON STATE RIGHT OF WAY 18' OC. R�NFOftCm 4' W�W(14fiN N0. 3�- PAVE11FNi � � �� 7ry�qWqS pmit flCF K VA4dUi NO. J 8Vi5 24' ' WlDfli SPACING i 6, ( 1/E' SLO � IRAVQiSE EXPANS70t1 JOIHf C-C BORI WAYS �/1�N oN t I N � WRtiOUf DO'NEI. SUPPOfff 8�51(ET P�YING SAB� ON E k e' FROM � ��� ��/1' I SEE DEfNI i NOTE: , 12' - N0.5M24' SMW'M WWEl. O 24' C-C i, p� ���?�: 36'44. ��4a Qau�cau�c of� • /ND EPDXYED M 12' 3• Y'41H1T• g__�.�I ,iqNT �OIHi Wfili � Wi. SXl6' BNLS O 2S' PC . TYPICAL ROAD�PAY 5ECT �NE,� � ---- -- � - SEE DEfNI 2 NOT TO 9CALE ��/4' 6• ' /�� am�otnEo o�aiwaon aux ov curm rw. s�cso• sva o s4• ac NOTE: N�. J 6Ub 2�• / ����' N0. 3 8VS Zi' O C-C BOIH WAYS 7HE RDNFORqNC SfEEL X7LL IXfENO _ �ISGNCE BEjW'EEN DIPtN90N JpMS VMI6 - 200' 11AXINU4 _ C-C BOM WAYS t/8� SIA� 1�2'F�. / �1{• PER iO�T ;. `: AND �7MItSYfA'� ONSfRUciION JOIHiS �j7 E.IdM SP�CING N ��]�{ ` � PhNN� SIAB `�`: . pT�AIV OF S�'EEL I,AYOUT TFUNSVEf6E EXPANSIDN �l� ,i-S+•WED OVNMY �OIM' WTiTi sl �t`,�Jq�I��SEF JOIM [1E7NL 2 � 1 � � i � �! PAY�: :.•i R4P• SI�EWAH'��CONCFEfE �I'�SlucoNE ,wirrr s� .wir�r oerNL t ' l/ + , , • ,� . s� ue� � . 3 UHfr • �-' NOT TO SCALE I , i : �: ' , , . . � ./+ SE�: TAB4E . . _ _ ' l - � / �y, '.�°'.• 'a- - - . _ _ „ ,. NOTE: rc _ a.CR � PAYDA � . . . . . � - 'Z3' REiNFD� 'CON EIE . .. . � • T� � � � . . . . .. • .. _ . . . . , . . � �� ' , , � 2' S4N0 Ct75MON fL. BLOCK-OUIS IIE f; � ..� . ���� . - ���:.'' 9' iFON BiCK OF CURB .. . 'SiiBCENDE P�_ I� � BIAGX-IXJT FftOM . �?'n.�•� ` ••PROP.•SU9GltME•P.EF.TYPIGL�,3 ,.•� _. . ':Rp.'�•EFIGON g+'.• : : .• • . . . L•a?�. .' PhOF. �� . � • � C�' ... .<O {: ' C-C BQIH Y�AYS . _. �. " •h • '' '' •' ' ' . R4NYIAY SECf10M BiGf OF CORB FOR - �` ' : ' .r'.J..�:.,� /•.; RM,�O�M'AY SECfION .• . .. �• . . . .. . . II` \ � / . : •:�:.� UiNflYAY /YPFt0.5CH END OF EICH CCACN OU( IXPINSlON JOIN15. IXCEPf FOB R71E75 /,/ ...' '""i',i.v i,�., t�.�.�,�: , i'•ij•iji,iji�v%i��'i Ki� /.,<G ��/% ��/::'�/!i�i . .�. SEE JOIHf DET.UL 1 I�\\���\���\��\���\�\�'\���'\Y�\�.'\n��\����\`��\��\��\��\��\��\���'��'\1\�`����\�\�\�\��\��\�\��\.����.'`\Y:�'\)'�Y\\ \`;�\l�\�,�\ �\��\��\��\��\��:��`r t�wk+swn �roiwts. wiu ee sNowt� wrtii � SfE JOINf OEWI � E�Mf\ �'1RY15VEIi5E JqM. WED OUAINY JdN15 �� OF CURB EX��IVSION JOINT BET�9EEN CURB �c �ALI� ��M �TNL 3 LONGITITDINAL PAVING SECTIDN , . � StEb REINFORCEAIINf ' NOT TO SCAiE I �pNGtNDINN. JOIM � �NOT TO SC6LE Pl/GEIAENT 1 3I4' -- - s• x•. SPACING � � / , . TRAVERSE CONSTRUGTION � PA�"G � �'{�+ ; e' . N0. 3 OEFONNm eY6 OOWF].EU � 8�R5. 'IB' CrQ BQfN; WAYS I�1ti� EPDXYID IN 6' O 24' C-C i� 3 G3tt BUTT JOINT . � SEE TIBIE • , 3: �ONaRUCiIa,H ��,� S�E W,�,� A oN�� ��,�„� �ti0. J B/RS O Z+' � �i � N0. 3 B4L, 1B' C-C� i i WAYS // C-C BQfH WAYS :T'3' 1\I?C' � RO.W. I NOT TO SCALE " i;,�. yISTI:��AVEMENi ����, ,l . . , �� , „ R.. : -, y � � .. `� -•F �, �'Y' ��/� , - , � F� � � /����i'/iY�'r.:, �• . , . •. .YF?ROP;`�PA NT.t�' � .. . ` .""vAOP:<susc� i�a.�trP � ,• /,( �/� I I � n'-a' Fqt snct� owr. • wncmmmx. cor�smucnon eim aar�r wmi .. ; " , � . � \, SIUCONE JdM' SFJi�Ni. SEE JOltif DEfNL 2 . ,a.� '. . ..��. �• '•SEE TIBIE � .� nuw�4 Y SECfION' . ��7 ��/ iB'-0' FON DOUBIE bWY. . ' � NO. 6N36' OOWEI . • . ..PROP. SUBCR+OE PEP. 77P1GL '` ���%\ �V � � ' • }•'•.�-'•' :: ,� � � ����l�i�:i1��%��i��`%�`-ji�'i, i �` �µ�m �. _ � � 5EE T/BLE I &t6 O 24 OC. � , �' �' _ ., �. • •.: . HNAMAY 5'ECf10N '. . . • ' � > � � � �� _1 i i �' i i� �� i- � i i� i � i i- �, /.. �� � N. "/.�}/.. ♦ l aae�cu�+ ,iy,'�r� �o'-o• ur� � vxr. y�• � • I":.: . ... • .. .. :'•' •' ��: : _�f . . -_ L i a�+�� ii � i� � i ,. � � x., . . . . -, . . _ .; .:.. .3 � ..� SUPERIMPOSED CURB ` � ° �,Y� "" °`� �' � �' �"` r ... • : '•.. . 4 .•,. i ; -�-�,�.�3��:o u� P '���,�E �: „��:.:_.� � ;.:_ "�RSE CONSTRUCTION BUTT JOINT � I � � �I� �"�.� � a��.���.,�-�° �� TRA'v �.. N� To s� } �'S:' R4�➢WAY•SECIION�' : . (B�'y�„_i'{EN fiXIBT, k PROPOSED PAVEi�NT) , f� VN' ���y��y��'�i.�/� ��'����%�'�%�� \ _ NOTE: � I - aa•-a• r.nH st�cte mvt _��j � �. �i. �. �• �. �. ��/i. �./�. �. �. �,/�\�\ NC_ TO 9CAI,8 2�'-a' ui oouetE owr. T IF CIfRe SECf1IX1 Is P�Uflm AFiEA TFIE PAYINC LONGITUDINAL CONSTRUCTION � 1114 BEQi '.^45RNCfFU. 1HE SEG,�,. �,Y E%PNSION JOUif IXCFFf SUP-FOPNEO � u�n ws ur w�.:_t*F ni�iri... ."_'A NOTE: 1I�' CONSiRUCfINC 7HE ATT/CHED WRe. A BUTT �OINT 51UC�NE �91M � �`w 'e � � NorE: � ±' SFALANi OiRECfkD Bl lHE ENIWNID6 OUMNY JC/M IN f4A1P UPt10K+t : � - ' � 30' RWDNAY I NOT TO 9nai.F JOINf DEPTH ? . •. 6' CRQ�S'N � O.S�W N0. S BNS 12' C-C TO BE IN it'-0' �PoVE WAY UNLY . - :� SAWfD JOINf F�VCE CONSDJR . 0.0027722 OON'F.LID IMO EXIST. CONC. ` �SaW�' WNAtY d01Hf NRFf SWCOt7E ��� JOIM 4FFM '� ;:' �__ _ X NlNIYUN 12' + j•s� Tra� _ vamrx cur s�w�r nGINf SFM1Nf. SFE d01t(� DETM. 2 ��_____� � `'.: r z PLAN VIEW j - s• tt. r�.t m�n.. r=e mch.. ♦ `a� out c�osm � '� _ '�� . . .. , . ''r ' . l��� I T � B• � �i• : :. . C IXPNI�m j 4W2 U 1/32 d�GB 6 31/31 � ' POIYflHYLENE F6VA f. , •' .,�' ' � _' . ;.._ : 0lCKEFI R00 2 �.D09 0 3/31 OA91 5 19%d2 PND/lA /5 CURB OR Wfl8 k CJiTftt� �X:�� ;�' ':�� /. � . -. �-- :�� , :�. �� � o�.:. •.. ..`- .. . { OA38 Q 7/t8 0.�4 5 9/18 ���AY PAY UYR W/CI1pB t OUifEP_ ��, �� a� o z,_. �- r•� i i �,.,. w�,,, � I R-� arH WAYs.. , PROr,:sUecRl�hE PiA.'M�cu•.. s o.a5e o 21/Ja aaH s 1t/3z �1; �i``�%�%y'i`%�'i?`il,�.`//�` i,✓i,✓i�`,>i`t`.>�`�i``.>i�`%r,`�li�`� JOINT DETAIL No. 2 � a�° ° 3',62 a3o° :;;';s� "� "' .._,. �- � SAWED DUMMY JOINT SEAL FOR 5AWED DUMMY JOINTS '� °'� ' '�� °�375 ' ,/ � � °° '"r� ��� ; p 0.142 1 23/32 0.358 4 9 72 � 9� - 5+ • H • i 0 4160 2 5/32 O.J20 3 2�/32 � i; _;i "=-'- � NOT TO 9CAT.E NOT TO 3CdLE �a o2zz z 2�/a2 o.rre a t�/ss d - vu+i�s - it 0369 3 7/3� 0.7J7 2 73 • �� .•�' ,. �'. TfW7S1�EitSE IXPANSION JOIHf � D�4' �K� 3 4' 12 4320 3 27/J7. 0.180 2 5 31 _ .,._,rtrt.--,IiIT . , i• 'J:.•. . I iDRMm GROOYE FWN[)ED TO 1/4' _ - 'd 73 N76 4 1/2 0.141 7 1/Y .-: •���'� ��� •� RIDIUS W(M SIUCONE �OIM SE11fM OONfL h 14'C-C '�'+ �4 OA3E S 7/31 %� PERE FOQf 70F�'�C OF/WRB 2' SW� GItSM�N Ofi M!D RmWO�D IXPN1510H JOINT 6' ppwq CWnryp I 0.06� 0 25 Fll1ER. SEE JOINf DEfNL i j y , �' .� x„ ' " Sil1CONE JOINf SFJ1INf 15 4500 6 O.00D 0 OR AS OIPECIID BY ENGINEf3i (ypiQyED SUBGiS�DE 1 1'SEE 7ABLE � 2� NINr�i �1 1/4' WN. ttFX71NCE SEE TAtlI.E� _ - REINFORCm B' DPNE'NRH�� ' NO. 3 BViS AT t8' C-G00(H WAYS - : . �,. 6_. �} � ��, j � '; -� � J'' ��4YEi �E BONO SECTION A-A • � �'y. . ' \ 2 .I • ' :' DOWFL SLEEYE OR GP � SS''lNSION _1Y . �r, � v , _ ..... { �W�N. • •` � •�:•�t.� .� ..� � fl r. . -. ':.. •' ! SECURE66 DOWEI @ BE (6 9d00iH ' JOIM FlLLF7f C x PM�Y WIO1H j� NOTE: . � (�,- �\;�� Z A SIOEWAtJf SEC110N 7NRU DRNEWAY TO {+i POURm 5A4E ��OOWEL'�SUPPORf �. PROP. 5418CeflADE.PfA' � BNE C 1�' • �'' _ `\ t�'.t�.�d' 11' �• S� 9' 1HICNN6S /5 OEiNEVfAY APPR0ICl11J10'PN� FOR AS 8151(Ef 1YP: A0.WWAY SECIMN� C-C BOM TNYS �..' I t B' �PPhYlAY MPROCH (IXL57. SIDEWFlIl� IC AHY. TO BE N0. 3 BWS O 2{ /'�'�j�.. � i i-�i� •- flF11WfD h REPVCQI o-c eant w�vs � >\�7\i :��i�i: ��i ��i ��/;.��li.`i �i�.�Yn�:1 ara� suPaora etisxer� ,_ � is w _ 1 so�.zr.zr s' To �� u• TRAVERSE EXPANSION JOINT DETAIL Pdo. 1 ORDINATES FOR DETAILS OF LAYDOYPN JOINT SEAL FOR EXPANSION JOINTS PA�ABOLIC CROYPIVS CURH & DRIVEWAY NOT TO Sc�t.F NOT TO 3CALE � NOT TO SCALE NOT TO SCALE I I REV. N0, I DESCRIPTION I CHK. BY I DA?E SZ'�*�E' DF Tf�?'s1 51 RE �::` � :+'�+i ..��'2G �'� � ..:.......................... y r cuans s cetnwFu. � pA7E �... � .......................:.. J �/l ,e:, 66778 i � ' ��i4" .��CENSiO� �S'�i �''�:%�� E�=G- DANNENBAUM ENGINEERING CORPORATION REGISTRA710N #392 CITY OF FORT WORTH, TEXAS DEPARTMENT OF ENGINEERING 2007 CRITICAL CAPITAL PROJECT COUNCIL DISTRICT 5 CONIRACT 5B VALLEY VISTA DRIVE CITY PROJECT N0. 00946, DOE N0. 5876 TYPICAL SECTION & MISCELLANEOUS DETAILS -DA►NNEN�3AllN1 ENGINEERING CORPORATION 6421 CAMP BOWIE BLVD, STE 400 FT. WORTH, 7% 78116 �817] T83•8883 OESIGNEO 8Y: REP OA7E: ti/30/09 ORAWN BY: REP PROJECT N0: 4397-32 CHECKED BY: CSC SH 10 G:\7210\4397-32\Dwg\Plans\TxDOT Permit Plon Shee1���EET N0:2 FILE: Conciete Detoll SB,dwg y I NO ADDI110NAL STORM WA'fER ORAINAGE WILC � I BE DIRECiED INTO THE EXISIING STORM DRAIN Tao nc=��^� M' +�zaz°3� ! SYSTEM OR TOWARD THE STATE ROA�WAY. I I � i ApRarenl Owner: _ ppm �p Goroge Oacrs 8 Srvcs � � � I 1050o E Nursl Blvd �� � STA D+50,78, 2D,3' I.T. ! k � 7, �6osa-�tm - �( � � REMOVE EXISTING t0' INIET� CONST. 10' CURB MLET ProperlY Addrese: ( I CI 1-02 FW �szs v��+crik z� D�. F��t wortn I I� �� REMOVE 411F}78" RCP CON7ROL POINT R-31 ycileAYsta PddiUon � II' � 5 8" tR RED 'ANA' CAP % • zo�osa�m SPEED IJMIT ALONG sH to o sa MPH O � i- Q � ' � W i.:> > _ '� a W a �-- o vi Q o 0 � 3�� ii if 1i il fl STA 0+20.87, BEGIN f"' PROPOSED PAVING, SAWCUT N AND MATCH EXISTING PAVING a 0 N 0 0 � Ti, tf R �3 0 0 �N � O � " s _. �T9a 5_�i 0 � �r srn. o+oo • VALLEY VISTA URIVE _ � EB IANES OF HIGNWAY "10 '- _ N = 6981643.35 E = 23E5s07.as EXPANSION JOtNT---�� � �2 J, ;-',a;J;:F;,�:^�i y� _- _ uw___.._v� __ =:..� /�i �a� `^'�e : � --_ _ PAVING CONIROL POINTS l __- � 3'r1�BOX Ct1LVENT � �� � �, 29' x POINT I STAitON � OFFSET I� pj�ON �`� � - Y �� � O7 0+18.72 I 44.29' RT. I 547.52 � o � I m i�� O2 ( Ot19.96 � � 9.93' RT. ( 547.84 -�� � � ' , �3 � 0444.75 20.25' RT. � 549.50 � � � I I �sroa � 4O I O+Z3.06 , 46,23' LT. 54B.70 \ CON TROL POINT R-33 PK-NAIL W/SHINNER + 5O ' 0+27.4D I 20.65' L7 548.3� N= 6981638.81 I O6 � 0+47.06 ! 2D.25' L7. I 549.89 E= 2385538.36 � El.EV. = 548.47 � O7 2+50.Ob I 20.25' RT. I 556.78 J OB � 2+5D.00 I 2D.25' LT. I 556.91 � -_-�_ � _ _;- I ' l ; ' ; � ' 3 � ; , �--.---.; .�___- �--- ____ .__ . � ,. ._ ; . . _ t �_.._. . .,_. �__; ,- _, -; -�--� _ ,._._.�__. . ; r . _. 558 �' � ; � i - : _. � .I ..'. ; �_� ! .--�.� .._+_ i�. _ . �...._(_. _ . ^I_..-. ._._T. .. � : . i : � � f �'! I , i i...i ;•, i f i � �': �•. �. � ' I � PROPOSED GROUND I • � '.fX1571NGjGR�UND � I I � { I ' --j-;-�-PRBPOSE4- ; •�--;--.., ��O•PROPQSED �f-,-�i._! � . i I --..._--i--t _ i rr�i�oi iiic n�oc� � ' nc r�ro� � . , . e� 556 _ �.� � o rm� ._.... o�og n`�nn 554 m�m� Y Y ! r + � 0000 __ NNNN :�:� 552 . ���� � �au � e . N �' 550 i 0 o � � . N e 548 o _ � ��- a 546 544 ; 542 � ( i3 �� �O� . �_ � � rnstrum�nt. p N = ssa�so�.aa D.R,7.G.T+- E = 2385687.27 Et,EV. = 544.91 STA. 1+43.9. �' L7 STA. 2-i zs.s' �noE / sza' w �e' me .n-. �o \ I� 1 or 5TA. 0t44.6B, 20.3' RT. g REMOVE EXISTING 10' INLET� �� CONST. 10' CURB INLET fCiH)-02(FWl1 S7A, Dt40.6D, 26,4' RT. CONNECT TO EXISIING 18" RCP J WA7ER MAP N0. 2084-41fi SEWER MAP N0. 2084-41& + � � �J I ��' Q �: � /� �����r4� � / , ! / � ( i I ( � FULL-DEP7H SAW CU7 Afl JOfN7S MADE FOR ftEMOVAI OF EXISIING STA7E FACIU7IES i J__ :� i�: I' i i I � i � : ;.. u�; , . � � . ' ��y u�. i � � _'-"...�_fl'-1�..!.�_._._�....._� '.-- - '' -11--�•- � ' .i _�..�o. U; : : � � ...�_.� u �__....,._ i � �i- F�-1 .,...,.:_.'.f ''"_...t....�.......� t�-i__t....i ._. �... � :J d"i , ! 1 i . � + �J a"t I ( . � 2+0� . . 558 556 554 1 ' FENCE x-x-x-w- 7ELEpHONE MANHOLE CIII RIGNT OF WAY TEtEPHONE MANHOLE TQ EXIS7 CUftB fNLE'f �-� 6AS METEft Q EXIST. STORM SEWER GAS MANHOI.E O EXIST. SAN. SEWER -SS-� GAS VALVE � EXIST. GAS LINE -�- STORM DRAIN MANHOLE (o� EXIST. WAIER VALVE �Q P01YER POLE �f EX157 VYA7E'R LINE -W- GUY WlRE E- - EXIST. WA7£R MEiER ❑ BOLL4RD o EXIST. FlRE HYDRANT '� S(GN a OVERHEAD ELEC. -OH/ELEC- IRON ROD o UNDERGROUND EtEC. -t1G/ELEC- SEWER CLEANOU7 a UNDEftGROUND TEL -UG/7EL - SAN. SEWER MANHOLE � PROP. SAN. SEWER "SS�� N/V CONiROL � RELINED SAN. SEWER '�SS-rQ. - PROP. WA'fER L(NE TREE � ' PROP. WA7ER VALVE (' K PROP. WAiER ME1ER O PROP. FlRE HYDRANT , i} N01E: 7HE CONiRAC70R SHALL CONTACT 'fHE FOI.LOVANG AT LEA57 48 HOURS PRIOR TO E7(CAVA1iNG IN THIS AREA: • FORT WORTH WA7ER DEPARTMENT 817-392-4477 TXU GAS k EtEC7RIC t-800-344-8377 S. W. BELL TELEPHONE COMPANY 1-8�0-395-D440 CHARTER COMMUNICAiIONS 1-HDO-344-H377 FORT WORTH llGHT AND SIGNAL 617-392-8100 �IG TESS t-800-OIG-TESS 20 Q ZO 40 60 NORI20NTAL �^-��---�`-- -- - -- ' � ' 2 0 2 4 6 VERi1CAL �s•.--- �____^--j�oop •`' SCALE IN FE�T ( � I REV. N0. OESCRIPTION ( CHK. BY � DATE Sz{rtE� OF TEx�S,I GN �� � + . � ' i+'�! j9 - , ...::............. .......::.... ...�L � %� i cuans 5. c,ttnxeu. � DATE / ... ..........................J �l� q:. 66778 J � _ I � � ��I19"ES��CENS`,ca.G�`y��� DANNENBqUM r t � � ��.�b»>�:�- ENGINEERING CORPORA7IDN --_=_.i,.. ;__.��.�.'_ .' -- REGf5TRATiON #392 I� I .�; I 552 CITY OF FORT WORTH TEXAS �. ;...._._....�.... �_.:. ,-� •j .• � � _ � � , . ,� � ' ; . , f _.._' ..t . . . `... i 1�. � I�� i � . i� i �' ... . .. 3+00 ...,. , �� Q qPAa �� oun� �; q0o7 � Parsorts pfop c�; 9�Z Cras Mapard {yoy'� 1 Ltd nburY TX 760ds-2674 6 PQ��Y Ad resr. d ipeyR Bk Z fa Or. Farl N�rth CON7ROL POINT R-32 /5/B' IR RED "ANA' CAP N = 6981398.25 E � 2385726,8B ELEV. = 557.43 1 ` �' = ���srn. s+n.ss � ALLEY VISTA DRIVE N = S9B1383.46 E = 23B5703.24 '�� _ � '_ , 1 � STA 2t50, ENO PROPOSED PAVING, SAWCUT AND h1ATCH EXISi1NG PAVING �REMOVE\\ ��CWAIXISTiNG SIDEWALK � PROPOSED SIPEWALK PROPOSEO CONCRETE PAVfNG �,*� REMOVAL LIM�TS OP pqSTING CONCREiE Pqy�N7 Q� PROPOSED ASPHALT PATCH LEGEND : .-.. DEPARTMENT OF ENGINEERING 5�� 2007 CRIi1CAL CAPITAL PROJECT COUNCIL DiSTRICT 5 CONTRAGT 58 VALLEY VISTA DRIVE CITY PROJECT N0. 00947, DQE N0. 5877 548 VALLE� VISTA DRIVE - PAVING AND STORM DRAIN - PLAN & PROFILE - 546 STA. D+DO TO STA. 2+77.55 �d11�1tl���/`��IY� ENGINEERING CORPORATION .r744 842tCAtAP60WtEBLVD,5TE400FT.WOR7Ft,TX78fiB(B�7j763.ggB3 � _ DESIGNED BY: CDB DA1E: 3/22/09 DRAWN BY: CDB PROJECT ND: 4397-32 542 CHECKED BY: CSC SH 1 D G:\1210\4397-32\Dwg\Plans\Tx00T Permit Plan Sheet��HEET N0:3 . F7LE: VAI.I,EY V1STA�AV_01.dwg t?-E00 ._.._.. �-l-�0 _ �m - �m� � . �� r a - TL � ��LM �+� Z� � 'a i � �� c 0 �m� �i- L'O $€� °'om c�,- � � °avi cr} �~ o mm� o°+ ' �$•a �� � 9 _._e.o. v�o � y-X� or � m� p .ri-,m�_ o�� p o y- o- o �•D ��� � ., J � n a� O ti- L v � � L N � � � g � � � { � �� ��`� c2o-�a 4e� x 2q� 540' min. O v � . . iEc�n ; - �a 1Ype III B�rlcade �� Ct�llzlt� Devloas q Flop � � � � � � tFeavy 0nrk Vehicle ?ratck i�att�d Ati�ernmtor a " =r � � � � - - • � � Tral ler F�otaited Fcuiffile qmn�le � m ae2�x�2a• s- � czn-za � Flashinq Arroti Parel �M em�ve si�, � 9 $ � 9`'' 9e• x aap fi� �. s��, P�+ � 500� min. � � � � � w _ �4 . � � . y. .. - � -----... --- ---- 3 DO=�n�r�..: .---- - -------... _. _ i��i'�` � L�� � � w aint�.m Danl�oDie 5uG4astaa 4[mcimam � � p 50U` 1AIli. Tt�r �## 5A�`ts9 af Dmvloe � I Poeied Farauio ��� y2' On a On a ? � SPoed afisei Ofiset Dlfatt Tcpar 7a�M � too� min. � 3d � i50' 165' 180' 30' 60'-75' � . � , 35 l= 6fl 205' 225` 295'. 35` 7U'-90' j � toq' mtn. 40 265' 295' 320' 40' 80'-100' ; f� 45 450' 995'S90' 45' 90'-110' � i �- .,� ►.: _ 50 500' 550' 600' 50` 1'00' -125' • '1� :,y -� - :+'.s ::= 55 550` 605` 660' 55` 110`-19a' o �;�z ��',+� a i � 64 �6w5 b00' 660' 720' 60' 120'-160' ' L r' ti� �¢ � 65 650' 715' 780' 65' 9 3fl' -155' ; r��i; �:�-s�: @ -—� '; Q 70 7fl0' 770' 840' TO' 140'-1i5' � z � i M� O �TcQel' �ttHItAa have Dout fOtBitled trfi. - 3 . Isi. L•LetHI1h af 7apar tfT;)_ m�Xidth af ofi.aef�f3J—S�P-oatod-SPaod-{!9'Hi '— - -•-�- ------ ' -�--..._�--"'_ ' - --.. . � ---- -- --- '-' o `L°p ------'-- - [ -'-----._..----- ---�-._.....�__�- � o Type III barrioade: "' { TlPICAI USACEs i ct�ifZTn9 tf2vices,or � S�pRT ��iOATTEk►t 3H�f�UTATE L�TE�[ shcdo� vehiole �ith orar�ge� `" �4oBiLE Ut1fiATlON sikTIDNAHY TEf�i SfATlotu4RY STATIO�AliY fifaps or rorntn9 1 ights. � � � � t� � � � '; 1RICi) 6�18dd�t YC1716�E 1fi - �!F � a � a � � - G ` requlred, it atwli be � ir� m j g :� ;::,. ,� � equipped vrith Tnsck m � , GENEHAL NOiES: � l�ounted Aiierniator- � /� SHOUIDER TAPEFi � �—' t�n � / 1l3L ` c � i� o � �� RECU7fiEo#herdlae atoted tn itie Dians, iio9b aitochtd to siyns ore � � o � N RIG�{T a' J � 2. ct�mne�tzirep devloes usad to cinse I�es may be aiq�p►�ente� r]th ihe : m m � !� - a , � � F� CAevronsAcrrl��oi-tiac�tsed��tQo plastt �arw os ctm�xlelIzfn9 devios. u�, Type III 6arrieade, � q per 9C Stm+da-ds. '�� � Ci45� � R20-2L � ct�v�elizirq deviaes,or � +� 48' X 60' �E 3, qwr�eliztnq devices uaed aiot�g the +eoric a"ea or alets9 #�erst cea- \ atwdo:r vehicle a�lifi oronge � LIHE tions es�y be supplerented vifTi vetticaf panels IVP) plooed on ev�ery � .- flaps or xarntnp I igirts. �' �� \ � tSEE NOTE 53 lE� other chmnelizl� device. If nt4trt ii� aonaifta�s t�ke it ditfioult .. th�en stwdotir vehtcle is a � ta aee at least �tro VP's, the VP'a rt�/ be Piwetl en eact� oharrietlzlnp = reGuired i# afmll be e ipped � devf°e. aith Trtnolc F.t�sa�ted Attetxtator. ^� � e? X 598" 1000' , 4. In areas vitti safeiy I igtrtirtp or aonfi(ra�uus S 1 iuninotion the ohm- ► CW20-5R � 4H' X�B neltzistp deviees oan be supptare�sted rSih defiReeiars. J �� y; � � RI� ! 5. The FOf�! ONE LIHE LEFf aign In�' be �+sed iol laeriny the RICHT LAPiE � M^ Rij� FORu �' -�— CLOSEG " � � � iaD4' X�i FT a82 X2 0„ -CW20-5R tSEE NU(E 57 � 48° X 48" � � � 150n� n� � � �"�'.��� � CtOSED � � � , 4 � �oa � 2600' CM!?0-5R ' 48" X RS" � �..�_ -._� ` � HORK AfiEAO CY120-1 D 4B" X 48" � �{� lFLAGS-SEE ND7E 1) TCP (2-6a? tJne Lane � ( osure $ �. ` � C` � ! ClOSEU aSyn. � �� �� EXIT Only pre-q�mlified prodc�¢ts shal l De uBed, A list oi caa�l l�tt � � �� �� yroduata a�d �tr souroea e�l be obtalneti by vrlting ar fmcTnQs '�' st�ae Enosneer � ' ,000� I A11-2R R�II�P 7rcifio Operctlons Dlviatm - 7E E5-to 46" x so° CLOSED iz� �t i°°`i�tn16s ��rj`�"°�m��' 48" X A2" ///------ N � ` � Aus41n, Texas T8703-Z{B3 CYtt-6 �� Phate (5121 �Sf63335 � EXIT � 48' X 24" +` fa�t t512) �ib 3161 \ /� ! � E-m�i! 1RF-57ANDARDe�iiqa.dot.etote.fix.us � ` "t -� CW2D�5R � R • IAPH � �. cw�s-z 6, J q8" X &0" 6 � � $ � EXIT �' �'' OPEN '�t � �J� �H E5-2 I l 1 48" X 98" � 1J .�� � �Sae TCP (2-5a) tflr traf#ia oor�tt'oi �, devlces for lane clasure � TCP {2-Gb) Lane Closure Near Exit Ramps 1 fi0D' �� � � r 26DD' � � }�. r .s.` � fl�� 48" % 48" � CLUS�1 � f XI(X FT � RA�1P �� � CLQ5E0 co�riatu� � AHEdD SOD' �CW20RP-3D q8" X 48" aa � xoAo � � kORK � AHF1�Q !�W20-lD �j8° X A8° S jQt{ t��AGS-SEE NOTE 11 TCP t2-6c) Lane Closure Near En-firance Ramps The requiremerrt t'or shadot� vehioles rifl be listed in the prnJeot GENERAL NC)TEs, Itan 502, 8arricades, 514ns aui Traff3o Nandilc�g. 7exas Oepat'tment af Transportatlon TrofYlc Operal/ons D/vlslorr TRAFFIC CONTRt?� PLAN TCP t2-6) -98 .. QC ix�OT Deceoher 1985 �a.� �rxour �ca'�zovr �a�, nmar �cu imar pEV7579N5 ry.T i$�GTr Ju9 1 NILNNRI 8-95 � � I � i-97 � n7sr � wn.n I s+� w. �-98 � y� 166 0 . � . _ _ ,� .. �m� �n �ot oo- �t� ��g Edge He i ght y�j � �e ��i 30- , � � . . ° • ' � L Qo�'0 , • ° . v'� 4 •, ° . o• v � D� =o _ D. . • �� r ' '� � -s-i •� � p '• � O p• �g,L - � � ' D•. p ' � •• � o ��—D •� '' • p. _ �. m� � . . 6 � ,'. '', � o . ., ��o S- �'•p .�o.'.�'.'S mmoi , , . . : D . C . . p � •� � � p . . oco . • �.°� " • ' • c� m � , � . �Fi _ . D �� D �' � -�� � m o _ • • • • �' 0 0 ' ' • ' p • � � . • � xiC � 5 — D ' • • , • D • : oL • ' D • o •'• � � ' ti �•� ��� >2 .� • �o� �. _ _ . .•.��:- . . . . . T�s °� > � LJ � m+ ��� 0 1�0 2�0 3 0 f t, - �€� -- -- -- - -E--dge--C-o-�d 1��=-i-ot�-�--3 - -� - L S=(30 1) (or f i atter) �}� �za mr-� 3� p � � �� '�v= o�t m m,� � Lc� rY a tD) DEF I N I T ION OF TREA,TME9VT ZONES FOR VARIOUS EDGE CONDIi'I�tdS in Inches versus Lateral Clearance tY) i n. - i n. _ 30 . . FIGURE-9 e CONDITIOid� IPdDICATItJG USE 0�' i n Feet POSITIVE �ARRIER FOR ZONE 5 t ) : p • - 30- • . . , o - � '� �! a r • , > 24 0',", .', � / -'• � Q.'S ,D D � •' " ; „-L- P ' •� D • 5 • p - ;� , ,.p�� p 'r > 1 • -_ . ��_ .�. .. . . � 1�edt��9 5 a {tit '1'��0 cPt' o1{�G 8°�i --�e��-��- --- -� ._ _�'� �5 � _ -�-- -�- -- `�yi`a`� �`��, �o ����o I 1 � 1 5 10 15 pp Loteral Cleorcnoe (Yi 25 ft. + ,rD � D •� p. • � > 24 / •,-o :�. . � �� .,� . • r. � 4 ' ' • 5 �.�D�, p9�e > 2 . - �� - >1 ����- �--. _.. w � � O a W n 4- � 90,'000 — 803000 — �o;000 - �et 60�8D0 — �tr�{��d e;��e'�, SO� O00 — QD5`x Cp G�a ���0 ,{6 < 5 6e o � 90,000 — �V �,d¢�dt�s1 i I � � 30,000 — 0 10 20 30 f-l-. 0 10 20 30 ft. . __.._.._.. -�o,-000 ._ � . -------g-----��-----�------�--- .. _..__--�-- - . .. .. - g -----�---- — - ----------- ---- . . .. _. ._ . . � --��E-d- e Cond i t i on I I Ed e Co�d i t i on I I I S= ({2. 99) � 1) to (1: 1) S i s steeper than (1 : 1) 10,00° - D �J/� S p 0 �� Y 2 �_ —�- Z �—a--1 X -� � Warning Device or , ,� Troffic Barrier . J � 4" White Edge Line n or Edge of Lanes being used for maintenance ofi traffic.________ � iW- J Q M o� H V 0 FACTORS Lwvaluc °D IN THE GUIDELINES: \ t. The 'Edfle Condition' is the siope t5) of tl�e drop-off (H:V3- � i The "Edge Hei9ht is the depfih of the drop-ofifi "D". 2. Oistance "X" is to be the maxinR.."^ Pr;�otical under job aondifiions. Two feet minimum for ni;,`: speed conditions. Distonce "Y" is the lai-eral clearance from edpe of travel tane to edye of drapoff. Distanae 'Z" does not have a minimum. 3. in addTtion to the factors consSdered in the yuide►ines, each construction Zone drop-afif sftuation should be analyzed indivTdually, tokinp into aeaount other variables, suoh as: traffio mix, posted speed in the construotlon zone, fiortzorrt4l ourvoture, and the praoticality of the treoimenf options. q, The conditidns for indinatinp the use of poslt3ve ar profiective barriers are 9iven by Zone-5 ond Figure-t. Traffic barrters are primarily appiiaoble fior high speed conditions. llrban areas with speeds of 30 mph or less may . have n(esser need far siqninD� delineation, and barriers. Riphfi-cn0led edges, however, +rith "D" yreater than 2 inohes ond loaated withtn a taterai of-Fset of 5 fieet, moy indtcate o hipher IeveJ e��f treatmerrt, 5. If tfie disFance "Y" must be less than 3 fieet, the ssse of a posTtive borrier may not be feasibie. In such a case, consider either. }3 nacrowing the�lanes to a deslred 11 to 12 fieet or 10 fooi- mininx.an (see CW20-8 stqn,�, or 2J provTde an edge slope suoh as Edpe Condition I. Zone Treotment Types 6uidelines: O No treotment. �CW 8-11 'Uneven Lahes" siqns. 2 CW B-9a 'ShoWder Drop-Off° or CY! 8-71 siqns pius Q vertical ponels. � CW 8-9a or G4� 8-71, signs plus druns. � Where restricted spaoe prealudes the use of drtmtis, use verttoal paneis. An edge fiii may be provided to chonDe the edpe slope to that of the preferobie Edpe Condtfiion I. O Cheak indica-i�ions (Figure-U for posltive borrier. 4Yhere positive barrier ts not tndioated, -rne -'rreatt�nt 8hown ebove fot- Zone- 4 may be used after aonsiderotion of cther opp(tooble fiaai-ors. Edge Cond i t i on Na-; ::�: i. Edge Conditlon I: I�lost vehiales are nbie to 4rnverse nn edpe condittos, s�ith a sicpe rote of t3 to 1) or filvtter. The slope rsust be constrtw~ied with a cqtpaoied material aop�le of supportirq vehioiss. 2. Edge Condltian II= Mosfi vehiales are able to traverse an edpe condifiTon xith a alope betvreeat (2.99 to 1) and (tto 1) so lonp as 'D° does rsot exceed 5 it�ot�es. Under-carriape drqp er� mosfi auiwnobiles Yiii occvr when 'D" exceeds 6 inches. As 'D' exeeds 24 irahes, the passtbility for roilover is preater in mosi- vehicies. 3. Edpe Condition III: Nhen siopes are qrecter fihan lt to Il and etrere "D" is qreoter than 2 inahas, o more diftlouit control faofor may exisfi fior sane vepioles, tf not properly treated. For exmple, efiere `D' te qreater fihan 2 inohes and up to 29 Inches diiferent types o# vehtoles moy experlenoe dlffererrt steerinp cartrol cfi diffierent edpe heiphts. Autambiies miqlrt experience more cteertn0 onntrol difierentiul rfien "D" fs Qreater than 2 inohes and up to 5 iiwhes. Trucks, porticularily those �rith hiqh load6, have msre staerinD �'rtrol dififeren- #iai s�hen •p' is qr�eoter than 5 lnc•fies nnd up to 24 inohes, frhen "D" exoeeds 29 inohes, ffie possibi►ity of roliover is 9reater ior mosF vehicies, 4. lATilinp or overioY aperations that resuit in Edpe Condition III shouid rsot be in pioce without apPr'opriate �r�ninp treatt�t7ts, and these oonditions shoutd not 6e leff in piaoe for ex}ended periods of time. i, E= ADTx T i Where A�T is thot portion oi the avercpe doi►y ircffio voitmie traveling within 2U _ feet (generalJy two adjaaent iones) of ths edge dropofii conditian; and, T is the dura- � , fiion t;me in years of tMe dropoff oondition. 2 Ftqure-i provides a practtaai approach to tt� use of positive bca-rters � ia' ilie protection of vehicles fran pavaterrt drop-offs, Ott�er factora, � such as tfse preser�ce af heovy mochiriery, construation Yot'kers or �Tae ' mix and voltme of trofii¢ moy mafce the use of positive borriers oppropriate, :, ; even vhen the edge oondition atotle may not justify tite use of o pqrr)er, �An approved end freotmenfi ahvuld be provided fo� any positive barrtel- end located within a Ieterol offset of 20 feet irom the edqe of the fravel lane. . � 7lsese yuldelj�es �piy to iempora�-y traffto cantrol c�'eas or rorK zones vhere �'�j� PG'vetnent edpes or drop-offs exists porailei �d odjuoent to a Ivie used by iraifila. Tl�e edqe aondittone moy be preeerr} betveen ahouiders ax7 iravei i�es,� beis�eeci odJaoent or oppostnp travet I�es, or at intern�ediate polnts ocrass fihe ces�h W' iire poved surface. p� to the variabilTty in cor�structton ' operafiions, �o�eronaes Tn the voriables rtqy be ollowed by ihe enpineer. These 9u(delines drirwt opPly to ahort fierm operotions. These yuldeiines do not ca�stitute � a riqid sfiorx�-�f or po�Joy; rather, they are puidor�ce to be used in canjunction vith enpineering judg�neirt. These quidelines may be u�xiated os��}he pesiqn Division's cn-! ine moruKjis. � I i � Enpineer�b Seol _.. . '� �Texas Dspartmetrt of Transportatlon s Trafffc Operafla7s Dlvls/on � WORKSHEET FQR EDGE 1 � CONDITION TREATMENT TYPES � � , I i �Q}8 COTxoo7 Auyust z000 I7w�'rwar ��5. tuocr � xn nmo�r � cx� nmos REYSSI�NS Lu.T 5'C7 Ju9 MIC71nFl 03-D1 � G � ' OB-01 correct 1YW�s � n�sT aun s� w, I I 5 m o. _� . +o m $g+�_ ai..,v+ g��� go�+ . �o g = g �± H��L_ o+ao_ �oo� ��v arol_ mao° . � m�L� R�F � �=}y �c='� �'s`c� ���g t TL* �'� g o 0 00 _.. �_� �sO4 � .�Q- a � oTC o �t-� CI a �o � a m n 0 � � � v v + w 0 M- c 0 m a � � . a _ + � 0 m 0 v � � � + _ 't � 5 J � � � EDGE OF EXIST. CONC. PAV. OR FULL-DEPTH SAW CUT LIMITS OF SEAL JOIN'f, METHDD B. NEW CONSTRUCTION � �, i� EXISTiNG CONCRETE � u � � '� ,, ._r�� �_ � �_ Q . .. . q.._ql 1 ., o � a .°' ��O �n �-f�%z" T �� ^ �' � ^�tl M�-�— 2 -- CONCRETE ANCHOR MANUFAGTUAER'S RECDdIFAENDATION FOA THE SPECIFIC ANCHOR USED \ = a y NE4Y CONSTAUC7I6I� 27" MIN. 12" . i � 24" MAX. � �MIN.� � 7Y. III EPDXY _ � tCL, p or C) . � • ' G • .. , . 0 '' � ' ' 't�a _ EXIST., T. , ..._. ., _ .o p. o. p•a .� PAVM'T ., �� , � �y.•p, .c �------ 2+ 1�ZY �5 x 36" REBAR `-- USE �'�" DRILL TO DRILL HOLE IN EXIST. CONCRETE TIE BAR ��o - . i . - 1;,�=j,_�J " 1• EITHER THE HOOK TIE BOL7 DR THE j�;�-:'�-'1• TIE BAR MAY BE USED TQ PROVIDE LOAD TRANSfER _- �- - -... .---.-. _ . �S3R 10h16I�UDINAL-JOI-NTS. � -- ._ . � � � � 2. THE SPACIN6 FOR EITHER TIE N KOPPERS BITihAASTIC � HARS OR HOOK TIE BARS BOTH N0. 50 COATING OR PRODUC75 IS 24" C-C. � RESEARCH SERVICES� iNC. 3. SEE JS FW, lAETHOD °�" FOR CHfM7ITE COATING OR ERUAL JOINT SEALIN6 DETAILS. � 8r 9. THIS llETAI� DOES NOT APPIY TO OR�BLOCKOUTC(SEE'CPCRGSTANDARDS)TION, HOOK TIE BOLT lIMIT OF NEW CONCRETE PAVI?�iG LIP OF EXIST.CURB & GUi'fER • rJ-EXIST. CURB & GU7TER OR FULL-DEPTii SAW CUT. � — — — — — — — — � SEAL JOINT, METNOD "B". � � , �n: ' '_ �. _ _ _ _ � i _ , •�•�,i �.�.�'.ti�..`� . ------� TRANSYERSE :� 2�" MIN. � 12"� I PAVING � 24° A9AX' �I�' I DRILL �'.�- 7/e° DIA. }�OLE & SfCURE STEEL .. #5 x 3&" �'IE 8AR � TI� BAR tNITH TY. III EPDXY 1" � 24" c-c I� (�, A or C). TYPE OF EPDXY AND � METHDDS OF CLEANING AND APPLICATION SHALL BE APPR�VED BY THE ENGINEER ' PRIOR ?0 PLACEMENT. T� E T� EX T STa CONCo CIJRB & GUTTER NOTE: SAWING OF PA1IEMENT ANQ REMDVAL __..._.__ _ .. . __ ..._ .. _.. _ � - -�OF EXISTIh1G�'CONC. �WILL NOT BE PAID FOR DIRECTLIf, SUT �IILL BE SUBSIDIARY TQ THE VARYOUS BTD ITEMS. TIE TO EXISTo CONCo PAVEMENT tLONGITUDINAL JOINTS) EXIST. GONCRETE PAVEMENT I NEW PAVEMENT: U5E 3-LUG TERMINAL ANCHORA6E � a � � �� �: I �� �y► I 15� SAWED CONTRACTION JOINT � 3" MIN., 6" MAX. SEAL ME7HOD "B" (5fE JS-FWi 1�/2" EXPANSION JT (5EE JS-FW) � I I:�Z" � REINF. STEEL � """ "". . .. .. J . . _ . 7 GRILL 7/B" DIA. HOLE & SECURE TIE BARS ��TTH TY. III EPDXY (CL. A or C). 7;YPE OF EPDXY AND METHODS OF CLEANING AND APPLICATI'ON SHALL BE APPROVED BY �_,� NEbY CONSj�UCTION T'HE ENGINEER PRIOR TO PLACEMENT. VAR°� 5 , TIE BAR SPACING EpGE OF EXIST. CONC. PAV. pAVEMENT QR FULL-DEPTH SAlYED WT THICKNESS BAR SPACIHG #6 x 36" TIE BARS� __�EAL JOINT, METHOD "B". 8�� �2�� o' ••ar.e=:: o:...n'::e.� a: 'aq ,..� �: iEXIST. CONC� � n --� � ��E�E� g,�� .�p�� v . 9 • .'v.. .. .��� � 1� $.5n 27" MIN. 12" � 11" 7° � n 2A" MAX. MIN.I � 2" 6" 0 ---� � � D° � � � �U� ° ° ` � °°` TIE TO EXISTa CONCo P.AVEMENT ° ° a �' �� p � fl� ��°��` � \�.�� ���, ° ° (TRANSVERSE JOINTS W/� EXISTING °SLEEPER" SLAB) � , ' G � l , o , . NOTE: DETAILS SNOWN APPLY WHEN MUITIPLE-PIfCE TIE BARS I------ �. • '. ' �.� • ' , � .. HAVE NOT BEEN INCLUDED IN THE PREVIOUS CONC�jETE PLACEMENT -------- � � � � � � . 1----TREAI"ED S1186RADE 2 LAYERS 30# RODFING FELT HaT MIX TY "D" UNDERLAYMENT CONCRETE PAVEMENT TIE TO EXISTo CONCRETE PAVEMENT (TRANSVERSE JaINTS W/EXISTING "SLEEPER" SLAB} � i GENERAL NOTES: i _ - ?IE BARS SHALL BE GROUTED INl'O THE�EXISTING CONCRE'fE THE MINIMUM IENGTHS SHOWN� AND MUST MEET THE REQUiREMENTS OF THE PULL-pUT TEST SPECIFIED IN ITEM 361, WHEN REQUIR�D BY THf ENGINEER. I i 6 20�j Dy T¢{�ae Ueperimerst oi irawporiatlon; IAU rtqtrYe raearmtl YMaas Ds�mrenent oPYF�7�pn : DFor-t Worfih D i str i ct ` COhlCRETE PAVEh�ENl' TIES T4 EXISTING P�4VEMENT CP-TEP-03 (FW) OflIG DflAK APR 8DD5 ��V.H9� PAOSELT N0. ISHEE7 PEY15IOflSt 6 E b JA�E Of FP�XY� ( �ATE piS�TNo. �TY �TEXAS FTN fANT. SECT. JOB � NIGH#'AY N0. c 0 T S. �m o � v- o m O U 7 ° TN D t t i o E o y- o 3 T� O t Z= � _•�� a C m om : a� a i : U W — Q1 N ' U � Oi aco wv ��o �� �a± IDO N ��m a + X L N F > L _ mo 00 -�-_- - +o T30 � � V N L �ao ��� > ao 0 w o 4�- �am L�-t vFa CO +�Xi�- ��� -� D O +m� �o w o E N �v�m Q�__ N t C 4 . O F Y O 0 U U a -� " � 4 � ,� N Q W "' <o � � P om �yF >� � �� N m ��� Barricade and Construction (BC) Standard Sheets General Notes: Only pr�-qual ified producfis shoi l be used. The 'Cary�l iarl- Bi�rk Zore 'fraffiic Carrtrol aevices Lisfi" tC§YL7CD) descrihes prequolifited produCts ond their souroes und moy pe fio�d on-Ilne at the a�eb address glven below ar Dy crorttoc-t1ng: 1. The Barricade and Construcfiion Standard Sheets ($C sheets) ore intended to show typical examples for placement of temporary traf-fic control devices, construction pavement markings, and typical work zone .signs. The inforrnation contained in these sheets meet or exceed the requirements shown in the °Texas Manual on Uniform Traffic Control Devices" (TMUTCD)m 2. The deve I opment and des i gn of �he Tr�aff i c Contro I P I an (TCP ) i s the respons i b i I i ty of the Engineere 3. The Contractor may propose changes to the TCP that are signed and sealed by a licensed professional engineer for approvole The Engineer may develop, sign and seal Contractor proposed changes, 4. The Contractor is responsible for installing and mointaining the traffic controi devices as shown in the plansa The Contractor may not move or change �the approximate location of any device without the approval of the Engineer. 5. Geometric design of lane shifts and detours should, when possible, meet the applicable design criteria contained in manuals such as the American Association of State Highway and Transportation Offiicials (AASHTO), "A Policy on Geometric Design of Highways and Streets" the TxDOT ° Roadwa Des i n Manua 1 " or._ e i �e� .r_ing.�.�dgr�er��. ----- --- -- -�----� -� -� -� - --- - -- � - - - - � g y� - --- - 9 - - n9 ----6� -- --�1►hen�-pr�j e-�t�-�at9-� -�--h�e tng i neer (s )� may om i t the END ROAD WORK, TRAFF I G F I NES DOUBLE, and other advance warning signs if th� signing would be redundant and the work areas appear continuous to the motQristsa If the adjacent project is completed first, the Contractor�shall erect -1-he necessary wt�rning signs as shown on these sheets, the TCP sheets or as directed by the Engineere The BEGIN ROAD WORK NEXT X MILES sign shall be revised to show approprivte work zone distanceo 7. The Engineer may require duplicate warning signs on the median side of divided highways where median width will permit and traffic volumes justify the signing. 8. Afl signs shall be constructed in accordc�nce with the details found in the "Standard �Highway Sign Designs for Texas," latest edition, Sign details not shown in this manual shall be shown in the plans or the Engineer shall provide a detail to the Contractor before 1-he s i gn i s manufactured. 9a The ternporary traffic control devices shown in the illustrations of the BC sheets are exarnples. As necessary, the Engineer will determine the most appropriate traffic control dev i ces. to be useda � 10e As shown on BC (2) ;�-hL ��EY INARNING SIGNS STATE LAW s i gn and the W�RK ZONE TRAFFIC FINES DOUBLE sign with plaque shall be erected in advance of the CSJ limits. The BEGIN R4AD WORfC NEXT X MILES, CONTRACTOR and END ROAD WORK signs shall be erected at or neor the CSJ limits. . 1 1. Except for dev i ces requ i red by No-�e 7 0, i��-Ff i c contro 1 dev i ces shou ! d be i n p 1 ace on I y while work is actually in progress or � definite need exisi-so 12. The Engineer has the final decision on the iocation of all traffic control devices. 13. Inactive equipment and work vehicles, including �vorkers' private vehicles must be parked away from trave 1 I anes. They shou 1 d be as c I ose to the r i gh-1--o-�-way i i ne as poss i b 1 e, or located behind a barrier or guardrail, or as approved by the Engineer. Worker Safety Apparel Notes� 1. Workers on foot who Qre exposed to traffic or to constructian equipment within the right-of-way sha11 wear high-visibility safety apparel meeting the requirements of ISEA "American National 5tandard for High-Visibility Apparel" Iabeled as ANSI 107-200q sfandard perfort�rrn�e� for C 1 ass 2 or 3 r i sk exposure. C I ass 3 garments shou 1 d be cons i dered for h i gh traff i c vo t urne ���kc areas or n i ght t i me work. T�xas Qepa-trt�eM ofi Tr�s¢ortation Troffio �erations Division - TE Pt�one {5127 41fi-3138 WEB ADDRESSES FOR REFERENCED DOCUMENTS Compllant Work Zane Trati'ic CoMroI Devices Llst (CWZTCD) http:lhvww.bcdotgovlpubtications/trafi�.htm 7exas Manual on Unfform Trati'io Corrtrol Devlcss (TMU'f'CD) http;!/www.bcdot.gw/publioaUansltre��.htm Standerd Highway Slgn DesTgns tor Texas {SHSD) httpJ/www bcdot.gw/pu61[cationstlre�c.htm Ttatfic Enginesring Stendard Sheets .. - ._. ._ '__.' _ _ . _ _. ..- - - -Mtp�lwww.bcdot:gw�business/disr�aim.htm-- - -- - Material Producer List MtpJ/Nrww.bcdot.gav/business/producer I'�st.htm Departmerital Material Spaciflcations {DM5) MtpJ/www.bcdaLgov/servic:es/constructtonlmaterlal spec3ficatlons/ Roadway Deslgn Mane�al httpJ/wwwbcdot.govlserviceslgeneral services/manuels.htm - -_ . _. _ .._ ... _ . _. _..... . _ _. . . . . . . . . ._ . _z STANDARQ PIANS �TEXAS DEPART�WT OF TRANSP�tTATIi� TrafYlc Operatlons DNlaTm BARRICADE AND CONSTRUCTION GENERAL NOTES _ AND REQUIREMENTS � of 12 BCt1�-fl7 QC TxDDi 71'4-02 �a-TxDOT Ia-TxdOT �p�-T7d1DT �-77cODT IaTISIO�¢ i�1nSl�ii4 I IOt�w I lYiRT !lSt7t � 4-03 6 9-D? ' � cum I mr� � sntn � �m m� }01 � c 0 �n TL D > c O U ? T O7 + L �1 ' o+t o v°- � 3 �� _}� _' a + , atm mai o y oL� O C 6 a y� rn a� C �L a L W L � + wxi � n . o xLm �>i - c� o � U m N C -i-1- — - T30 'n m � � o a >no �Ti C O N � '1- LL o�+ v�o 000 N�+ N �L L � 'O +m� w O E N M m Iq VJ am-- J 7 L u v+ O FL—Y O U U a -� � M v Q m N �� �m < �m J N Wr ;� i�l N � 4 � N N m -=� TYPICAL LOCATION flF CROSSROAll SIGNS ROAD NDiiK a 1EXT X 1I7LE5 620-2a R4A➢ �DRK � lOptiorwl �7 X RItES � age F7ofe G20-9a � 1 aid !) � r � f � � x � I x .1 x c�sSRoaD RflAD WORK G�r20-1 D AHEAD i " � i x � X � X ; � � ' .� a ROA6 ROAD tiOAK � WORK �, � g yp� AHEAD i�Ei(T X BiLES v END � Cii20-1D G2D-1a iDpii�o! G20-2a �p �K � sce Note \ 7 �d 9t T-IPJTERSECTION TYPICAL CDNS7RUCTION Y1IARNING SIGN SIZE ,4ND SPACING �'� �RDAD �'ORK I G20-1bL �4D�Xf R {p►,fS � � r�xr x a�«s � c2a-t trx { • .� n'f� X _ I INTERSECTED 9 Block _ Ctty � 7U00'-1500'�_}hy ROAD4tAY t00D'-1500' - HvY 1 Block - Ctiy tw x � 1- .� � p k , ��'d. CSJ G20-9 ��x G20-9 Z�E ,/� B�UjN m�. � Limtt ZONE ��-5 1AAFFIC G20-ST o�ADx w� R2D-5 F�g� FINES �- DOIIBLE �OUBL£ ""'� ' 'e '� R20-5 ,� c2o-e ' �` � � p��'� �� PLAQUE �"� ��� I , END ROAD EDRK Sign Nu�er or Series CW20 4 CK'?1 �W22 CW23 cw2s CWI, CW2, CVY7, CWB, CW9, CW1l, CW14 SIZE SPACING Conven- Expresswoy/ Posted 5ign � #iona! Freewoy 5peed Spacing Rood uX� 48A x 48" 48" x 98" 36" X 36" AB° x 48" MPH 30 35 90 95 6D 55 fi0 Feef (ADArac. ) 120 i60 240 320 400 5UO2 60DZ �kby be motmted oro beck oi C�120-7D sign vlth opprovai ofi er�glneer. t5ee nafie 2 Ce�o�) � G20-2n ��� ��q� 55 700 Z CYiS, CW6; 98" x 98" 98° x 98" 70 800 Z . 1. The typicol mSniman atgninp on a crossrood approoch ahouid be o C�20-1D ROAD P'ORK AHEAD ai� and a CSJ LiMITS Ri T-7NTERSECTION CtS'S-3, 75 900 2 G20-2a END ROAD gIORK sign,unl�ss r�oted otherwise Tn plans. CW10, CW12 80 1000z 2. ihe Engineer moy use the reducad aize 36" x 35' ROAO �QRK AHEAD tCF120-tU) ai�innu�ted book #o hock 1. The frgineer d11I determirre }�e types �d locatlon ai arry odditionol troffiic conFrol devices, such os a � � aith the reduced slze 35' x 78" END ii0A0 tlORK (G2D-2a) atgn on lovr �rotaane crossroafs isee Note 9 under flopper a�d nccanpanying signs, a' ottier signs, ti�oi shouid be used mhen xork is beinp per{ormed ct pr � �. 3 °Typtcol Corwtruction �arning Sign Size and Spocircfl'). See the 'St�dard Nigtway Sign DesJgns for nern' ai Imeraecfilon. Texas' mant�l for si� details, The Engineer may omit the adv�ce varninp signs on lar �oltsne 2. If eensiruc�iion aloses �}he road at a T-trrtersectian the Carriraciar sha11 ploae ifie G20-B "Caitrnctor Narre° _.__. _..., __.. , •- - - ----- -.. .... _ crossroads. Tha Enpineer mi 11 determir�e rfiether a road Is !ow vol�ne. This irrfornatior� aho! 1 be st�o�m si� behind the 7ype III Borrtoades fior the raad_closure. Isee�Ctl.Dl�lsol.._7i�e-G2-0-�bl--0nd-G2o-qbR-----� _._ �.-.. _-. .-- ----- -- -� �------. _...._. . In #he plans. . --•--- --- -� �---- .. -sagns-sho! t-be'reploced Dy'the -detair slynir�g co!!ed tor in fhe pl�s. � f«' tSPical siyn Bpaoirt� m dtvfQed hlghnbys, e�ressaqys mxJ ireevoys, eea Parf 6 af ihe ' -�-3. -Based-omexlst9np-fieid-cnndi�fi7ons,-�fiise Erip(-i�aerlSnspec-for tnoy reqaire additTana! si4ns sucia ae FUGGER '7e�cas 1�1 on Lhtform Traffic Cartrol Devioes' [RNCO) iyptoal epplicvtioo dfogrms � q' 7� $t@A'�0't) $�A6't6. AHEA�, LOOSE t�tAYEI, or ofiher oppropriate signs. 19hen additional sipns �E req�ired, these si�ts wi I I e Hinlaun dfafame iran arak �ea io flrafi Advaice gm�rilrp a1Sin rrearee9 tt� verlc o-eo mid/or be consiclered part of the minimtan req.ilremertta. 7he Enpineer/7nspector wi 1! determtne fihe proper diafivne betwen e�ch odditimoi stprw location and apacinp of my sign rat shosm on tha BC at�eets, Traffic Cwrfro! Plan cheets or the dork - Zone St�dard Shests. 6er�a1 HoFes: �I 4. The GZO-ta si� ahal i be required vt hiph voliaf� orossroads to advise motorisfis of fhe lanpih of 1. �ola! or I�Qer aize aigw � be �ed as neoessr�y, canstruction in elther difection fram the ttrterseci�ion. The EngTneer m1 I 1• determine r�trefiher a roaderay 2. Disiaxe 6etraen aigu Elnuld be inexe�ed os requtred to hova 15D4 ieet odvance v�nfng. ia considared high voliane. � 3. Diatmoe 6etc�een aipns atnuld De im,reased os req�ired to hnve yz mile or �x-e udror� e�ninp. 5. Addifilawl trcrffiic corrtrol devices may be shorm elaemhare in ttre plons Tor hi�her vol�e cros6roods. 4. 36' x 36'-ROAD �Jt1K NlEAp {�1T'lp-iDl atgnc � 4e t�9ed m lor volime txoaaraads vi ihe diaaetion m 6. �hen erork xcura in the irrteraeciior+ area, Qppropriate'troffic control devices, as sho�n elaewhere in � oi fhe Enginaer-. See lbte 2 tru�r 'Typicol t000tion oi Crosarood Slqns°. the pims or as defier�nT�ed by the Enflineer/Inspector, ahal i be ln ploce. 5. qnly dlmpnd atmped ganir�D 61� aizes �e indioaitd. 6. See afpn aize iisfiinp In 'TE�IiCD', Stgn Appe[�dtx or the 'Stad�d Nipi�rv� Sigi Qeci�c for Texos' . �nuai tar cxaplete Ilat of avaTtable a1p� dastpn sSzes. WORK AREAS IN MUL"fiPLE LOCATIONS WITHIN CSJ LIMITS SAMPLE LAYOUT OF SIGNING fOR WORK BE6INNING AT THE CSJ LIMITS ` � ,, a � BEGIH 620_9S � iF g,EGIN � NOT RDAD ��K � �3E �F G20-ST RDAD WORK PA55 �ypR� ZONE MAWlIli6 � X��� R4-1 (as AHEAp �2C R20-5 ## SI� Ct[20-70 ROAO w� Ckft-4L WORK ��K WdRK CWl-4R ## G2D-6 a�s. �x WP�"�IN'iotei OOUBLE R20-5 iF# STATE LAW AHEAD AHEAO �� a u.r.e CKi3-1 Cit20-1D � PLAQUE �0-3 if�3F 3X ; / �o-1D nt.Xx. CWi3-1 TYDe IiI 8arrlaade or � " � C110Yf8�iZ1A9 d2Y1CC6 �n x\. O, x :, X�A,_. X��I-; X �i .. �/i�/��^ ' �,n ej � ! _ .. _ d �d d d 9 '��! a / � 1� , ,_, � � • . „ „ �. � � I ,��� � —� Y ` // , , � .. �� � � p gX // C�f�esizTrep IqDRK ?d Umlt � p � / Rhen exter+ded distances occur bete�een minimal York oreas, the Es}ylrseeNlnspector sFauid ensure addiilonal *v ��K Road 6lork Ahead (CW2D-1�7 �iqns are plaoed in odva�we of tfiese rork oreas to ranind drivers they �e sti11 62D-2a �E# Yifih(n the proJect limits. See the applicable TCP aheets for exact location and apacinp of signs �d chanselizing deviees. � Bepimir� vf NO-PASSING 11ne ahould caordinme �rith algn Ixatfon SAMPLE LAY.OUT OF SIGNING FOR WORK BEGINNING DOWNSTREAM OF THE CSJ LIMITS k' �' #�c2as �ORK � • BEGIN Z�E p�fiY iF�F G20-5T ROAp NDRK Tf �IC y��iNc R{tAD � ROAD ROAD lExT XlIILES ��E R2D-5 CLOSED Rt�-2 �3 WORK WORK wu� D011BLE CIYt-�L AHEAD �/z MiLE u�rr 5 I �F�F R20-5 STATE LA9� Type III 628-6 .� �j� LYYl-6 8orricade or ��� CN13-1 Cb2D-1D C9'2D-tE �� �� ; PLAQUE ""� pp0-3 �� chav�el izlr� devloes � � X �'��� � ��� X ��i �d X �d� X �i // / I �i I . ' �r I L✓% pevicesiZ�� w � CSJ Limit ^ p �� k AR�F.AK �/ �``' ROAD YORK G2o-2a � � a k � � END Q �OfiK ZU4iE GZD-2b #3F N�TES The Corrtractor stwll determine the apprapriate disianae ia be plaoed or� the G20-i series signs and G20-57 siqn ior eoch spealfic proJect. This distance atwll replace ihe `X` md shoti be ratnded to the nsarest a�imle mtle Kith the approvai af the fngSneer. No deafmats ahali be used. /� The G20-9T s'�d G20-2b shali be used V rvhen advance sipns ore ret}uired autside tt�e CSJ 1lmifis. They ittiorm ihe motortat ot ertfierinp +br leavinp a verk zone rhere iraffio fTnes moy doubid if verkers are presenfi. �E�3F Requlred CSJ LTmTt siqnir�g. See Noie 10 on BCp). aArea iar P.I�rst of 'ROAD tYORK AHEAU' sign and ciher aipns or devices as colled for on the TrcfFlo Carrtroi Pim. LEGEND o� sr�, u O O Ch�nellzinD Devices IT� ��� ��,G� KSee Typi4ol Construction ttorninp 51yn Size and Spaoinp chart or the 7ltUfCD fdr siDn stwotnp recNiremerrYs. f 3'R 48, ` 5.5' \:J � �� _ 5'E A2' UU�11UUV�U�:1ti:1 _5"D 3" ����G �}D �:l ��� � � UU 6"C � , 5. 5' R24-3 _ lepend/Border - Blxk Bxkprota�d - NhTte _ .... ,.. . . . .. . ... .. . .. _ . .... .. ,._.._. ._. ., . . STANDARD PLANS �TEXAS DEPARTiIENT OF ifiAANSPORTATI4N TrvfYlc UperoRau ONl�on _ BARRICADE AND �ONSTRUCTIOM PROJECT LIMIT STANDARD 2 o-f 12 BC (2) -07 C(�TxD0711'S-U2 ��-7xOD7 (a-TxDOT Ja�.TxDOT d.TxDDT ic,uwa nc�c r�u 9-0� ou,na I cc,m I ,u[w. un rwm y�7 6 $ mtnT .� mnm. I ssua I ,ci nawl 7 02 � 0 � �m � o> �. 0 o a T N � + L W ' o�} o w o 3 �� _ z } tn '�} : U N 7 . a c �o = o m m ni ; o � � + L m 0 o a ' � c F� �m� C E L L w � N D + `�� W �X L � � t O . O xLm � > i _ �o � � v°- � m o 0 > noE � D� T 1 �o° —�� ��°r b f- O +�+ �� h T� .� o +�� w O E � N � f� W J � ^ L � a+ �r�� ar.Y o r—. Siynittp ghosm for orse directton onty. See BCl2) ior additioswl odvonce si�ing. 51�1ng stao+m ior one directlan only. See BCl2) for additionol adva�oe 6tg[ting. CSJ LI►A1TS � I 1 _ �t������i��u��t:i�o�ii�����1���\�����i�����������\\\\\\��tuzi�t�i���tZiii���i. �tz�itilzt:ut�����������ta���lu�����������iu�� � I : b � b � b b b b � p p b I 1; 1 � � See Genernl See General � I � i I 1 1750' - 150D' l 3�= Nvte 4 '� �"; See Genera l tJote 4�� < 175D' - 15D0' ] , 1; Note A y � ( 1 / / W�RK WORK ViORK -. -- �, ZONE G20-9 ZONE G20-9 — _ _.... ... ... . - -- - . ... _ . _.... . .. _.. _ . . - --�QNE.. .G20-9- - - -- .._. . - - - - - . . . ..--- -- -L-dMI3 - - -. . _ . . . __ - -� -- SPEED _ . _.-- - - - - --- -. .. .. .- -- - - . SPEED ---,- - -- � --- --- -- m�._ --- ..._ .. ....- -- ---- --� -SPEED_ .... SPEED SPEED 7� R2-1 60 LIMIT L1MI7 7MO g2-t � SPEED P2-7 LIMIT LIMIT % r^ 0 A2-t � O H2-1 � O I O R2-t NI6HT �-5 �� NIGHT �-5 , NIGHT � � R2-3 - �Q � R2-3 , GUIDANCE FOR USE: LANGlINTERMEDIATE TERM WORK ZONE SPEED LIMITS This type ofi work zone speed limit should be included on fihe design of fhe traffic control plans whsn res-Fr�ici-ed geometrics with a lower design speed are present in the work zone and madification of the geomefirics to a higher design speed is not feasible. U � '� m a P Q � _ �Q W � p Y ' � ��_ am �� J � N N Q � � ��oo � Long/Intermediate Term Work Z�ne Speed Limit signs, when approved as described above, should be posted and visible fio fihe motorist when work activity is N;-r;�ant. Work activity may also be de-Fined as a change in the roadway fihat• requires a reduced speed for motorists fio.safely nego;-i�i-e the work orea, inciuding: o) rough road or danaged pavemen�t sur-face b) substantial alteration of roadwoy geomefirics (diversions) c) construction detours d) grade e) width f) o-ther conditions readily appareni- to the driver As long as any o-F these conditions exist, the work Zone speed limit �;gns should remain in place. SHORT TERM WORK ZONE SPEED LIMITS This type of work zone speed limit should be included on the design of the #raffic confrol plans wlien workers or equipmenfi are noi- behind concrete barrier, when work activity is within i5 feet o-f pavement edge or actually on the pavement. Short 'isrm Work Zone Speed Limit signs should be posted and visible to the motorists only vlhen work ac-tivity is present. When work Qctivity is not present, signs shal! be remov�d�o� covered. {See Removing or Covering on BC�9)). � rQ 5 fl2-3 1. Regulatory work zone speed limits should be used only for sections of construction projects where speed controi is of major importance. 2. Regulatory work zone speed limit signs shall be piaced on supporfis at t� 7 foofi minimum mounting heighfi. 3. Speed zone signs are illusi-rated for one direction of travel and are normally posfied for each direction of travel. 4. Freyuency of work zone speed limit signs should be: 40 mph and greater 0.2 to 2 miles , 35 mph and less 0.2 to 1 mile 5. Regulafiory speed �imit signs shoil have black legend and border on o wtjite reflective background (See "Reflective Sheeting" on BC(4)l, 6. Fabricafiion, errection and maintenance of the CM13-5 sign, G20-9 plaque;ond the R2-1 and R2-3 signs shall nat be paid for directly, but shall be consi�ered subsidiary to Item 502. � 7. Turning signs frrn; view, laying signs over or down wi11 nofi�be allo�ed,. unless other- wise noted. 8. Techniques fihat may help reduae traffic speeds inalude but are not limjted fio: A. Law enforcement. B. Fiagger stationed next to sign. � C. Portable chongeable message sign (PCMS). � D. Low-power (drone) radar transmitter. i E. Speed monitor trailers or signs. i 9, 5peeds shown on details above are fior illusfiration only. Y�ork Zone Speed Limits should only be p�sted as approved for each proj�ct. ., „ � GENERAL NOTES: � �� �.....��-�� � � � CSJ / LIMITS J�" / � � � TYPICAL APPLICATI0�1 OF �10RK ZONE SPEED �IMIT SIGNS Work zone speed timits shoil be regula#ary, estflblished in aceordonae with the "Procedures for Estabiishing Speed Zones," ond npproved by the Texos Transportution Cartnission, or by City Ordinance when wifihin Incorporated Cfty Limits. Reduced speeds should only be posted in fhe vicinity of work activity and not throughout the entire projecto Regulc►fiory work zone speed signs (R2-1} shall be removed or covered during periods when -�hey are not neededn � \ — — — '�! � — — -- — — — — — _ S774�JDARD PLARS -. �Texos D�partrner�t of Transportatlon TfQ%Y/C D�lOiIWAS DIViS�DA BARRICADE AND CONSTRU�TION WORK ZONE SPEED LIf�IT �TANDARD 3 of 12 BC {3) -07 QC Tx00T i 1'�-02 � uv-T7mDT � m-7xDDT ��-T�OT d•TxDDT mwo�s 1 u�mmucr � R�stn I FuauLuulW�ca gFLf 9-07 � fi q � � taum m�m� ��na I �oz ncr.r � iO3 -- •-'— - � � i l i � � � � � � � � c 0 N o > C O O � T m o*± , i o E � 3 � i T'F z�� - C -' a + a c w m ai + i m a�� av c'�i 0 0 N +p mo+ ��' cn m wxL r w + O U � >° i O U __._� � a 3 4°- m moo o aE O� T L N O 5�- L i ' o�+ 'O h- O +�- � �+°- N F � W T L a o +vo w o E � .�+ pl (9 N J 7^.[ O F X O r----� TYPICA� �INI�UM CLEARANCES FOR LONG TE�M AND INTERMEDIATE TERM SIGNS ��� � F� �� Zos� slcHs 1. Con'trocior aholt insioli � moitrtaTn si9ns in o siralgirt arxl plwr� sondllion md/or as directed by ifie En9lrteer. 12' min $ � � � �._�. �4 PGVEd ahoulder i ` ��� ���� ��� � i a' min. 9. U' mmc. ( ���/i�///:�i� q��/ a � 6' or � greoter lY o--A �� Poved ahouider 2. Wooden stqn posts staii be pairrted ofiTte. . 3. Borriaades ahoii NDT be used os sign supparta. �. Nni ! s sho l! NOT Ee� used ta ttttcch s Tgns to arry a��• 5. l.il aiyns afioi! be ir+staiicd in ax�orda�e vith the plarw °r as dtrecte�d by ifie Engir�eer. Signs ahali be used to regulate, morn, and 2, ��� Wide itre itmrellnq p�41c sCFetY '�'�'� ��' �'�� minimun ��'�'� ���� , 6. 7he Contrcctpr rtqy {urntah eiiher tha slqn desi� stso�'� Z�'�he pimw ar in 'the 'St�dard Higte�ray Siqn Qesiqrts far 7exas" tSN507. 'Ihe ���� ' fran �iD��C �� _ Enpir�er/Tnspecfar moy require �fiie Confracter to f�ndah olher vorlc zase alqns fhat are aham in the T1'hiiCD bufi axry hove baen anitted � ��� ou-b ��� fran the plaas. l.r�y variotian in iS�e Plau shotl be doua�rtted by a�rit�erti �eem�tYt De�taeen the E►qitroer caid �the Conirnetor's , Respa�sible Peraon. A1! ohanges nist be �� �n ��#1ng baiore betnD lmpiemarrfied. Th1s can include docxmsntirp ii�e ct�ges in 6� XX the InsPe�a''s SxODT dtary �d hovlr�p boifi the ItisPea4� a�sf Cmtroctor inl#'sa{ and dete ttte a�ead t�on ehar►9�s. min. iE# 7• T� �t��' ahotl furnish aipn at[pporta liated in +� ��onplTeri�F T/ork Zone 7raffio Control Uavfos List' (C�ZTCD). The Contractor �'P.�' - shali Snsia{! it�e sitn support in accerdmce �ith ihe e�sPaci�ser's r�am�andations. Ii iiaere ic o Westion repordinp instattafiion , iS 7.0' min. � , �.0 min. Prooe�+'es, the CfltrFraat� bha! 1 t'urntah the E[K1ir�eer o co�Y oi the tnaxtfocfiorer's Snstal la?fon recm�eendvFions so tt� Englneer cai . veriiy il�e corrt�t prooedur+es ore Deinp ioliared. 9.0` max. �'- ' 9.0' max. : 6.0' min 8. Tfie Cor�traator is raspa�Slbie'for insfinliing algrw an �oved supp�"ts and replacing aigns s�iih d�d or cracked suDsirafes aid/or � � �� �� dcm°ged or rmrred railecfilve aT�eetirsp as directed bY t� Enp7neer/Inspector. � 9. Iderrtif.icv}Ton marktnps anoy be aho�n'� only on. the back of 'tfse aT� at�strote. The maximm heiptrF of leiters �d/a- canpen;y logos ussd for iderttificotion aiwll �be 1 TtxA. �i � h c. 10. The Ca�froctar cha! i repiece daraQad �ood pos�ts. Nex ���Cad srood st� posta ahal 1 rrot be api iced. �h//l�•�,��j�1\�% --J \ # Di�iATI4N OF i�O�iC ias deftned by iix '7euas Mmual � UnifaTn Trofflo Corrtrol Devioas' Parfi 6) . /\�� ��� �. a k b�ein0 penor�d�. Tt e6Fn9i��tr�P��e tor selecti �the �oP�'iate size sign fiar�theetype of wrk �an4 � ort�d.�The � Co�rFractor is responsible tor ensuring tha �i� auppbr"f. slyn nqtmttng helpfit ar+d at�st�nte meets nrorksfasiut-er`s recam�ttdatians {n ; �F �then piactr�g skid supporis an unl�vel groimd, ttre leg post iengths m�st Le odjus-}ed so the slgn appears straighi a�d piianb. rega�-a fio crastn+orthiness md ck+-atton ot aork requtr�r�ms. ObJec-ts shal 1 NOT be placed �der sktds os a�ans oi level inp. a, Lang-fierm sEationa�y - e�os'k thof axt�ies o locatton more ti� 3 days. b. Irrfietmedtoie-tertn atotionary - ernrk that occWTes a looation more ihai one doyli4trt pertod t� to 3 days, or nighttme �ork lastinp iE# �hen pl�+es are placad on dual-leg sapparts, they sttould be attached to tha ugrtghfi ne�est the �travel (arze. more thm a►e Ymur. Stmplemerrtal plaques iadvTsory or- distmcE) ahould not eover the s�face of itie pa'errt siqn. c. Stbrt-term atoiionory - dayfilme erork that occuples o locatiorsfor mxe than t hour- in o sTnple daylly�hfi period. d. SYwrt. dxotlon - avrk -}tiat oacupies o location u� to 1}au-, • ' � e. itoblie - noric that rtaves corrtTnuousiy or irctermitferrtly (sfiopping ior up io approximaiely 75 miriutes.) � - + SI6N kS4tRiTING HEIGlif • � �- ---�- --- --- ----,..- ---. _.... --. __ ._.._ . ATTACHMENT FQR SIGPJ SUPPORTS Atia�mertt io nooden supports �. ��� � ����Iui�dtoie=#er-w-at�s-at�a�-l-be-at-leoct 7�ieiet, -bvYnbfi"iiiofe tii6n a teet, above the paved suYace, except � sha! 1 rat .-- - - - --- - - - - - - - - -- -• - - -- -- Kf � � bC b.�bQ.�t5�ld SY.TI'& . : -- -,._ _ , 2 or e�Ie�Mai p5h� Os nn+mted bel� oit�er ei9�s• imm af 1 foot above the Awemerrt surface but no more tt� 2 fieet ----- - - - os stsodn t -- .--- . . .._ . ..._._. . __ o ml obove �(j�(�( �-��� -- ----- -- or acrees. iJse 7x s or 7f� �}}� of S terrt✓ ta�otiori slgns ahall be n ..._.. __ �`("1""'� above si9� -- . snan�fxturer's recom�t�d � ihe grand. , y���� � .. _ T procedures for oiiachinp siqn 3. LonD-ternJIt�tern�edfeit-term SfGns ma�I be used In 11eu af St�ort-ternYShort Duration signinp. [L� � a�e}ratee to ather fiypes of q, Shorf-fiern✓Slwrt Dtratlan aiqns shal l he used onlY c�in0 �ap'ligtri ar�d ahai I be rer�ved at fihe end of the erorkdqy. or raisad io .. � stqn atrpports opproprlvfie Lot�p-tertNlntermediote sign he(qht. ���D� �r� /� � Na i f s w i I I NOT SIZERQF 5IGN5 siyns stwtk 6e rtaotmted vt leost 7 feet, 6ufi rro'i'p�ore thas 9 fieet, above the paved surface repm-dleas af aork duration. ahalt not � O�D / / / be a i! owed. 1. 'fhe Ersgineer moy ollav ihe use of aanller aize oass�rucfiion aarning atgns on seaondrny roads or oity strtets vhere speeds ore la+ li (����� fi1B fil¢7 6�29 is i��ea os a, omton or, �'TypScat Consts��,a;#is� 1�arniri9 SS4�'� S�ze �d SP�tn9" a�+-t ss�m a, ectzs. p,-ofirude -, ����n � �ove stgn f 1 M�O��, f'1 � � Each s i gn SI� �� �°f sholt furniafi itw aifln slzae btm�n in plar�s, fihe BC Sheets, ihe TCP ahaets or os directed by fihe Enyineer. ��,� i�WO ►i �> >� sha t i be attaehed �' � �0�0�0� �°�� ��e ti�e aip► cubstr'ate is instailed ln occordaice xith the marwfanturer'a reoamiar�dcFlons ior tf�e type of slgn ({�{(�.{.y}., supporfi tt# is beinp used. The CWTi'CD lisfis eo�h substr�Fe ttwt can be uced on the diifererr} types au7pndels of sign suFports. �� �� � j�+� +���+.�� , ._ �� r�Ci t � �� 111Pi Jr � n 2' '1�l8bhR type mQteriols are P7�T m epproved sigi atA�strate, rep�dless af ihe tlgfrtness of the �reave. I y 9 3. A11 �coden individual sipn p�eia i�rlcated firan Z or m�'E.pieces shvl! hove one or rtnra plyrood eteai, 1/2' thick by 6' �ide, �Ta, Swa�-rs �°►i � suppor-F. MU I t i Q I e fasfiened to tiie bcotc af the sifln and exteridinp iui IY across the sipn. The clevt shal l be attaohed io ilte bock of the s3gn usltsg wood ex�}estid s�are ttwn scre�rs #hat do not �t�'ote ihe foce a tt�e algn p�l. The sorews aholl be plooed on bcth aldes of fii�e ap)toe and apooed ot 6' vz �oy � tt� ' S i gn� sha I I nat be oenters. The Enpineer maY approve oif�r method� o�f spliatnp tiie sipn icce. back of tFie aSgn REfi.ECTIVE SHEEiIHG ; substrate. - � i o i ned or s p! i�ed by 1. AIl siqns aholl be refrarefiecfiive �d oanstruaicd of st�ei�lnp meefiing ii� aolor a►d retra-reflectivity re�tremeths af DAtS-8300 fROPii ELEYATION • for rTyld signs or DbtS-8310 for rolt-up atpns. The r�eb address for D�dS specificvYions is shomi on BCii). %ood, mefaf or - any means, �'�iD4Cj 2. �h1te ahaetlnQ, meeting t4e requiremeartc ot' OMS-830o Type C' (NTtth Specit[c Icrtenslty), sTxi! 1 be tssed ior slgns vlth a ntsite b9ck- QCOt91d. F7ber Retrrforced Plastic supports sha I I not be 3, Os'�qe cheeting, meetTtg the require�rtts of D4dS-830� Type E lftsrorescerrt Pri�ic), sho11 be used for riQSd sipns atth ormpe Spitainit Hrbedded perforci�ed aquure mefiol t�ing In order to extend post exfi�nded or f�pa i red sls� �� ' FyeTgtr} will qi�y pe a►iqted tahen the aptice is made using iour bolts, fro SIpE ELEYRTION 1. AII siqn lefiters and tuar,bers shall be clear, ond open raMed iype uypercpse olphobet ieitera as approved by the federal Higiwoy a6ove �d txo belor+ the spi+b oaTrrt. Spl ice nusf be lacated errFirefy behind by sQ I i e i ng Or As4�sintstrafiion tfH9tA) and as publiafied in fhe 'St�d Ni�y Siqn ➢esiqn for iexos' manuoi. SSgns, teiters arsd rxn�bers ahai i be of the siqn st�bstrafie, not near ti�,,; ..___ �'�� SUAP�- SPa 1oQ 7nser'1 �enQtns �� o-ther means. first class vorlviianahTp in acoordance rifih Deparhrerrl Stmdards md Spectfiovtlons. stwuld be at least 5 tlmes naninai past sixt, �mered oh ths splice and REL4YIN& �i C9YEftIN6 � of at Ieosfi the scane 9uoDe moteria�. 1. M�en sign messogas may be c�'�fuslrq or do nofi �Ply, ttre sipns 6ha11 be removed nr carpletely covered. t U U a , � P m � N q. �: 4 J � - m < a �m W� � �- m�" P �� N �P S�TOP/SLOW PADDLES � 1. 5T0f'lSLU'X paddies are ihe primary meifiod to contrni traffic by flasTpers. The STOP/SL01C poddle size ahouid be 29' x 24" os detailed belmr. 2. �t►en used vt r+iqhfi, the 570P/SL0�1 poddte ahal l be refrorefiectorized. 3. STOPlSLOfY pQddies may be attnched fio a stoff er3+h a minim..c� ier�pth of 6' to tt�e bottan of the si+pn. 4. Any ilgttfis tncorpxo}ed itrto the 570!' or SIOIY paddie ioces stwli only be as speci�icolly described in Seation 6E.03 Narxi Siqna}1nq Devices ln the 1'uUi�D. � i,'� � �10' 1 10 ',. �� (��� /.'i • 1 , 1 �� � -� � � � � �t� 2A' � S"� 24" 8'g O � � � � � RSZ�� i � r �3' � �� i �5/a" v � ' `1' i ` / � = Ib �� � 24" � �( ' 2q• ---'�'� 8mka'and - Red Bo�rou'�d - Or«qe L�GoM k 8ardar - Rilie Lsomd k BorCer - Dlook p, Lpng-ielm s}oi�iorqry or itrtenmdiate siafilora�y siqns lnsiai led on squore �neiol �tubir� mvy be turrred aroy fram firoif c 9D d2�a-eea rfien „�rNZ' SI GNS t� siyn message is not applicable. This type of aTpn �'qri meets the crosFrororthtness sfa�ds repardless of ihe dtrection oi �ONTRACTOR R�QUIREMENTS FOR MA3NT6 �;ylNG PEtti+ir�.�. . Irtpect. Thla teclni�e may not be used for siflns Instalied In fl�e medtan of divlded higtmays or neor my irttersectlons e�here the aTpn WITHiN THE PROJECT lIM?T,� , �Ny De seer� iran opproochinp iraFf(c. �, 519ns instalied on erooden akids ahail rwfi be ttrr�ed a} 90 deflree mg{es fo itie roadnay. These slqns slxiuld be rwnoved or canpietely covered wtien tmt racp.ii�ed. 1. Pennanerrt =:yns ore used to glve cwtice of traffic lrnrs or repulotlons, coll �, qhen atgns a'e covered, the mvteriui used eiwil be opaque, at�ch os heavy mll blach piastic, or a}her m�tarials vhich alll cover fits� ot+��rr�ori to aor�ditTons -ifi�afi are pofientlaliy hazardous ta trafiic operaiions, erctire sign face ond mairttalrt iheir opaque properties t�der mttano6ite headliqhfis at nighfi, rittmut dmqgln9 iiie sipn aheetir�q. shov ro�ie desiynattons, desiinaiia�s, direotlos�s, disfi�ces, services, poirrts 5, 8urlap atwl l NOT be used to cover signs. vi irrtecest, and oiher yeographical, reareatimal, or eultural irtfornatlon. 6. Duci tape or uther adhesive mrteriat shail ttQT 6e af4Jx�d jo a sipn ioce. These smierials ca� d�mpe tS1e refirorei{ectivSiy af aheei{np. Drivera proceedirsp ttrou¢� a erork zone need tim sane, i# rmf better rarFe 7. 519ns and uiahor +stubs atwil be removed and hotes bockfi111ed upon canpletion of �ork. guidonce as normatiy insta{led on o roodray rlitwut cor�siruatla�. SiGN SllPPOflT MEI�4tT5 . - -- . _ .. . . . .. .. .. .. .. _. . , ....... ._.. ,.. , ._.... 2. 1N�en perniariertt reyutetary or xarntr�g siyns oorrE'i icfi xith va'k zu�e crondltions, t. lfiere sign suppor-t6 requtre the use of tieiphis fo keep fran turnir�g over, STANDARD PL!{N5 remove or caver ifie pernraiartfi signs ur�fill the pernanetti siDn mess�ye mQ}ohes the use of sa�ps wSih dry, cot�esionless sa�d is recaimended. �j'eX�S Q6 lf/IlBlil'Of %I'Ol1S lfOtlOn fihe roadway condifion. 2, Tt�e san�aps rri l l 6e tied ahufi to keep the aand fran api l llhp md to T�i� Operattons ANlsl � 3. Mfien eziatirip perrtianerrt si9ns are moved and relocoted due to construction molrrtain a constanfi veiqtr}. pt�rposes, they ahali be visibfe to motor'isfia at ail iimes. 3. Roak, cancrete, irm, steei or other solld obJecta ahall nqi be permt-Ned 4. If existinp siqns are fio be reixated on their oriflinai st�pper'j's, theY atwl I 4e for use os sip� support +�et�irts. instatled osti �rastmorthy Dases as aT�m on �the SIJA Siarxfa�d 6hee#s. z►,e 6z�,6 s. San�c9s should vetyfi a minimm o�F 35 Ibs ax! o maxlmm of 50 Ibs. BARRICADE AhiD GONSTRUCT ION 3. SQ1�0fl5 6t101 I DE If16�C Df Q�S«7�e 1t�8��0I 'FIWF t80!'6 l)Fq'1 YBAiCUIQ' 8ha! I meet the req�ired mxnting hei�ia shrnm on the BC Sheefis or the 5M0 ,,,,�.�. de TEMPORARY S I GN h10TES Standar�s. Shis aork ahoe�Sd he pnid for under fihe appropriote pay ifien for fi. Rubber tsuch as tire tmer tubes) ahoil NOT be used for ad�i,d�ops. � • relocatir� existir� siqns. 7. Ru6her batiasts desigr�ed for ots�r�elizinq devices ahfluld rwfi be used for ST AN DAR D ' S. fi pertnar�ettt slgns �e to be rem�ved md relocoted usinp tecn�m'Y suPpw'ts, �� �Qy�} q� po1-teble siqn aupports. SYpn supports deat4rred o�d mawFartured fiP� �e�straetor aFwli use erashtrorifity siipporfia as atwtim on the BC aheeis or the wt#h r�ber bases m�y be used t�tien etiorn on the CRZTCD ttek;. C�'ZTCD. '�i�e �t�gw ahol! meet the required maa�tir� heiyhis b►iown cn the e. Sondbags a1w11 only be Plaoed nlor�g or lold over the 4ase supporfis af the � D-f' '� � BC { L� �-07 g� 6C Sheets or the �A4 Standards during oans#ruc-itan. Thts xork atwuld 6e poid {�n{f;o cmirof devfce or�d sSwtt not be euspes�ded nbove prand levef flr for under ihe �proprPai+� pay item fior reloca�iing exlatiny siqns• hunp wlfih rope, r'ire, ehatns ar ofiher fos�teners. San�ops dwl l be piaced QQ TxDDT 11-4-u2 I�"-TxoOT �a�-TxDD7 I��-TuWT Ia�.7rADi 6. Any stqn or ti-atfio cofstro4 �vicE ftwt is struck or dott,�qad by the Corsiractor alonp tt�e ieTyih of iha Skids to veiqh drnm itie sign aupport. .�•�� ��,�, � r�mu.norwm srgr or hTs/her oar�struotion equip�rtfi s3w11 be repiaced as soan as passible by ihe g, SandhaDs shall NO7 be piaoed under the skid cnd 6ha�1 rwt De used to 1eve1 9-07 4 I 6� � �� Cartraotor -}o ensttre proper gu7dmce #or the motorists. Th7s �if1 ba etPusldlory stqn supports ploced on siopes. fio 3iq0 5D2. � �+ � �°a +� owar � 1 � I ( � 104 = � L 0 w aL c m o> � i c 4 D U +n i T N = _ t L m - a�t 0 4°- o � 3 T 4- O t z - co _ - c .'�}. ; ' acvi o m m ni = +im - ' 1 C E , am�° C � O L u/ N O �- , = F- � ID O N w�i r D O xim � > i O O m-�n-G- �+— T 3 O I .o m w- ro o 0 c a > no ID�o w v e- v oa�"i o "� + vt-a ,O O .O m F � � O +mc � o E N H GI UJ W J 7�.0 U U t � O F�-Y O �-----� � U a�� _ �s�.irs �� P N � a �"m om �" J�� N P m N m `,., r Frqrt SKID MOUNTED iN00D SIGN SUPPORTS LflNGlIN7ERMEDIATE ?ERM STATIONARY - PORTABLE SRID M011NTED SIGN SUPPORTS ❑ Slde - Top Frorri� MmtimJm Side ��t� - 9x9 12 sq. ft. aF Q - aq. ft. ofQ F�'t " . I i � sign face _ �►� f� � -,� � 11 2x6 2�. 1 1 �O` �'� . "a' 4 4 9� � ��� p°s�t ( 9x4 ' See BC19) for sipn 30" heighfi M 7P. blook � �.3� 2X4 X 9D' 24° � 9X9 e'ODd P� � See 8Ct9) _...�-- �. — Top �`— ��s�skTd 2x6 ��� � 2xe 50` Ax9 blook � � Y/ � Lengih of skids may 6e irareassd for O��'}�OLHI� 6j'�1��'fj�. - '� requlrement 2x5 for slgn 24' 2x9 brace �j� � 3/8" bolts e/nttts ) � 1 �\� requ3re�rrt i_ 1 1L I I+ -� l or 3/8' x 3 1/2" �_]� !m(nJ lop � �I�' � acreu'S � T 36' - �� 90 + � � 9x4 block 4x9 bloak . . . - . . .. .. . . . ...._-.. ._. _... ._._,.._.. . SKID MOUNTED PERFORATED SQUARE STEE� �UBING SIGN SUPPORTS A6 x 98'-lprtn 36 x 3G'-1Uma 6- 5116"6oit x 2 714` grade 5 4olts, exfrttdad 2.5' extruded 6- 7 1/Z" plostic masYier, /� thlrrooll plastic � � ihirraa!{ P{asttc 12 - 5/16' flafi voshers, � � sT9� ` � si�t 6 - nuts per afgn � �o 0 o a O � ,' �JV � - � 1 3/4' x 1 3/!' x 11 foot . 12 90 � ' �� ZW NOT SPLICEY I�rlgNt m.�t tefescope ta � 3/e' x 9 I14' provide 7' heTghfi ` 9rade 5 bolt obove pavemertfi. � :! • vinprnrt and washer 48' � SINGLE LEG BASE qg' Slde Ytet+ +�\�� 2'x2'x Z,.��.,........i �.........i 12 90. uPri9ht �' � 5' 2' x 2' x 12 90• uPriglTl'e t!� ��� �8. o ����- a DUAL LEG BASE ••"• f'ront Viex r .� �+ 34. � ' -1 Prn 2" - � � � keld kolt thru /'/^`' tublt� at t' cif "L......... � r� top of skld � Welds -to stort on :' � oppostte sides golttig y _ ; '18. � in opposite direations. 1 3/A" x t 3/4` X 18 9a � max. geid � '` f µinim�m vaid, do twt arass brQce 5, � back fill puddle. ire I d starts here �� � � d starts here 2' x 2' x ' �eld 12 pe. aktds WEDGE ANCHORS 6cth steei and plastia liedge Arictwr Sysiems as ahom on the �AD Standord Sheeis moy be used os fiertporary s14n suPPori's for siqns up i;o 10 squore feet of si9n face. Shey moy be set In aoncrete or in sturdy soiis lf approved by fihe Enpineer. {See xeb address ior `Traffic Engineerirp St�dard St�eets' on BC(t)7. �. t � �z' / Dia.ttyp) 4' � � 5• � � 78. Q '4w ���`�' " �Direcfiion ofi TrafFio \,,' 1 3/A° x i 3/4" x 11 foot � 5 �2 QQ ¢a6t � / lD0 NDT SPLICE) �Y � 1 3/A' po1v. ro2rxl ; a�lth 5ltb` holes or 7 314' x 1 3/4' � �f . aquore tt�ihQ acope to ',' . 7' heipt�fi - _ . .. ppy8iilBTr} � . . o . . . � 48' � � . tC �� �� 3' .� . . . @ . K Pin at a'�Dle sieeti�d to �� • • � mcrtch sideslope 36' 1N40D POST SYSTEM FOR GROtlND MflISNi'ED SIGN SUPPQRTS Nanitwl� idmsimf.m lRtnlmm Urllled post No. �f Sq. feet af Soll Holels) Size Posi�s SiQn Foce E�rbedmettt Aequired q X q 1 12 35' NO q x q 2 zl 36' � NO 9 X 6 i 41 I 36' YES , 9 X 6 2 35 f 35" � YES GROUND MOUNTED SIGN SUPPORiS Refer io the Ct1ZTCD and tta� ��iurer's in6tol lotion procedure for eech'tYpe ai� euPFa�+. The rtamcimm siqn ac�� ��'lape ahal l adiere -to tt� ma�vfaclurer'c reccrtmendation , Tao post I�stailcfions car�l� used for larger bigns. pER�(�RAiED SQUARE METAL TUHITdG SiQn � Post Sign � Post � Sigi u � P� � �,�lpte ;-; � qd�' s"' : : �g ' � �� � U{ � : G{ ;�/.. q. dg/Gt *; ; !�� ":� deslrabie \ ��.(: . desit-abis � �. ..� \/1., . . a ,. e � �B' : : • . • � a � 39' m(n. in Uptlonal •� � ;; qg• ; e sironp so11s, retnforcinq ; g �� minimm e S 55° min. in sleeve --; ; . , . . . 34' mtn. in . , . + �eok soils. ct/2 larger . � �, Anctmr St� .. ,� S�� strong soils, .� 11/4' tarper � st) x 78' -Y. 55' mtn. in � thon sign .�,; ; p0 � area'c soils, • • post) ; ; � ' � : : : : Atxshor Sivh.. --- .-- � --... _. _.__.. ,- . -. .. . ---• -' '- . . . ._ _; 5 --- - .. .__. _ -•--� - . . ._ _._. ti/4' iorper _..� L -- ' ' - . � � � o : � . .. .3hal1 Si�l � • ' '.I� � , .. �� �.+ a • • e Z `�-s Oi'TIOt�t 1 IDirect EmBec�nerrTl OPTION 2 fAnchor StlJb) OPTION 3 tAnctwr 5tvb ond Reinforctnp Sleeve)) WING CHANNEL Lap-aplice/base bolted �chor j' � Sign 7 � � Post U"' � G<� � +i` InmC�d /�. GENEHAL NOTES 1. Noils moy De used Tn the assembly of vooden siq� supports, bttt 3/8' bolts xlth nits or 3/8' x 3 1/2` 1afl sars�s m�at 6e ueed ns� every joirrt tor ditw! oomecttan. 2. N o re d e ta i ls o f oppro ve d L a n p/ I r r ts r m e d t o te o n d Sfiort 'ierm supports can be foind on ihe CYtLTCO Itst. See BCtt) for website Ixatton. ' 3. No more than 2 siy� posfis shall be p{aaed �I4hin a 7 ft. circie, except for apeciffc materiale �wted on the C�ZTCO List. 4. IYhen pt'oleot is canpteted, ali siqn suppoTts a�d foundations ahall be removed fran ihe proJect aiie. 7fiis vitl be oonsidered st�sSdSory ta Item 502. i ,I D 5ee BCt4) �or deftnttion of 'Work Ow-aiion•� ,� �ood slqn pos#s �l15T be one plece. SpE,ialnp wlll NOT be oliwed. Posts shoii he poirrted xhite. i � See fihe CKZTCp for the type af slqn siibstrate that ocn be nsed for each opgroved sign auppori. „ , ., . i � Base 5ee tfte CNZTCD Posi {oS' eirbetfrrertt, :� _ . . . .. . ..... . , SiAMDAR� PLANS Texas Dsparttrrarrf of Transportt�lon 7raffJc Oparotlons DfvTa)ori BARRICADE AND CONSTRUCTT�N TYPICAL SIGN SUPPtJRT STt�NOARD 5 of 12 BC t5) -07 C 7x±}DT t1-9-02 ��-Tx6D7 (�-SxDOT �p�-7xWT �-1xI1DT °a ( �'�R � mwi �io em�cn sm 9-D7 ( 6 ! 1 � m+m I mrmc ��u. j xe x�amr ti � � 105 o ° TL c a� v> �am D U v� 7 ° am c++ - o _ o�� _ 3 T� o+ z_� ; _'�+ - <c vi 4t a L o L rn ; ic°� a � ,o . a a� , C �L O a�i o + wXi �~+ X L N ~a�io O U --�.��. L �.. ._ � 3 (D 'O�i m o 0 >no m>,i c o �A D 4- �iL v o m � L 4-L ', v° F- o co +�x+° �n r- ,� W T L -� o + m c v a w o � a �-�i N N N a�-- N � �t ❑ FL- Y O 0 U U a �. �m P � �� �� m �m w� J � In N P � � �� _� P�iTABLE CNAN6EA8LE MESSA6E SIGNS i. 7he Enpineer/Irwpector chali apprave ail messo9es used on portable - f�iQ1QBOb�81t12660Q8 S�QI'16 (P�5?. 2. ldesaopes on Pt� should �ontoin no more than 8 vords t�t four to • eiylzt �aracters per �nrdl, noi inciudinp sir�pfe vords suah as 'T0,' 'FOR,' 'AT,' etc. 3. Messages at�uid conslsfi af a sinple phase, or trro phases fihat qlternate. Three-phase messoges ore not aliaaed. Each ptmse of the messaDe stmuld oonvey a sinpie thought, a►d iwat be was�rstood by itae�t. 4. Use the mord 'EXIT' to refer to an exit rarp on o freevay; i.e., 'EXIT ClOSEO. ` Do rsot uee the term 'HA1dP.' I 5. Aidoys use ihe route or irrterstote desiqna}ton {IH, US, SH, fdd) along trith the ram�er when referrinp to a roadvoy. 6. Ghen fi tsse the baticm af a stattor�ctry PCAiS nasscge perael atauld be a minim�m 7 ieet �ove tfie road+aay. �hare possTble. � 7. Tha message term '�EEREND' afiould be used aniy if the oork is to 6tarf on Saturday morninp end end by Stndoy eveninp at midniatfi. Acfual doys and twura of xor'1c afiould be disployed on the PCI�S if dork Is to begtn on fridoy eventr� �d/or cartinue Trtta Mondoy mornir�. B. The Enpirteer/Inspector moy aeleafi one of -tno options vhich ore aveii- � able for dtsployTng a tmo-p�ase mesaoye on a Pt7d5. Each ptwee moy be dlaplayed frn- either tour seconds each � for three ascon�s exh. 9. Uo »ot '�Flosh' r�scagea or tmrds IrwltWed in a m�ssage. The message ahould be steody burn or corrFlnuous dhlle dispiayed. � 10. Do rmt presertt re�d�rt irrEormatton on o ttio-phase messoge; I.e., keepiny fivo lines of the message tAe s�ne md changTRg the third I(Re. 17. �o rsot use the vord 'Danper" in messoye. SZ. Qo rrot dTaplay the massape "tANES SHIF7 LEf7" or 'LANES SHiFT RIGNT° � on o PCMS. Urivers do�nofi w�dersFmd the message. 13. Uo not dlaplay messapes tfivt scroll horizortfiolly or verticairy ocroes '}fire face oi the stgn. 19. The follovit� t�le lis±a abbrey]�}sd_xor.ds.�nd�o-wor�i-phroses-#Twt -- -'-- . -"�'�-"-are aooept�le for use on a PCAtS. Both words in a phrase rro�st be � disployed toge#her. Wxds or phrases nofi on this IisF stbuJd rat be abbreviated. 15. PQdS character heighfi stwufd be vF leost 18 inohes for tr-oller ttrotxrted unifis. Thay ahould be vislbte t'ran at lenst 7/2 S.5) mtle and ti� tex-F � atmfid be tepible i�an at teast 720 feet. Truak motmted units must have a c�haracter heiqht of 10 irx;hes a'�d must be Iegibie iran afi leost 400 feet. 16. Eoch itne of text shouid be oerrtered on the message board raiher than left or riQht justified. 17. If dlaabled, the PCMS should deiault to an iilegibt� dtaplay thot �ril) not almn motorists a�d a�1I I onfy be used ta alerfi �kers ttia�t the � PCMS has malfunetianed. A pa}tern such as a series of horizastal solid bars is nppropriote. � �iYard or Phrase Abb. i�ord or Phrase A6b. � Access Road ACCS RD Wajot� HAJ Atr Guolitv AIR �LTY IAIIes HI I Aiternate AL7 kfiles Per Hattr IIPN AVERUE AVE Mkwr 18�R Best flarte BEST RTE I �a�3oy kON 8oulevard BtYD Hormal kDRN Br1dqE BRDG North H Cam6t CAHT Nortt�ourW {rou}e7 N Cettt6r CNi'R PorkinG PKiHG 1 �����, Ahead CONST AHEAD Parkina Lat . PAK LOT Detou- Rouie �jQUR RiE • Road 8D ' Da Not QONT Ri,�'+� Lane flGT LN East E 1 Satllrtla� SAT Eastbound (routel E 1 Serviae koad SERY pp Emaraencv El�ER I Stpttidar SNLDR Finer ncv Yehicie EMER VEH I S1�p{� SLIP E�rfir� Enter EN7 Soutb ry 5 1 ess �a�es EIfP LANE Souti�bo�nd troute7 5 essX�t EXPNY d SPD 1 Feet XXXX FT �teefi 5f � i For7 l�heod FOG AHD Suxhy SUN I I Frtex FH1A'Y f�'Y 7elenqq�e PHONE � Freet�� Bioflked FtfY �LKD j �ry 7EMP � Fri�y FRI THURS Hozardous Orivi� NAZ ORIYING o osm 7Q D1(NTN � N�arda�s L4ater a HAZAIAT Traffic TRpF HIDn'�Y • Vehiole HDV Travelers TflVLRS NaUrb�� ia, �o �imea 4F jnutes T11� iv1�. f (�b�a � � I It�s ITS GeF�iole EH I' Lefttlane LfT LN � ��mlt �[T�LIISIT Leit LFT Lane C)csed �N CLSO 6 ILover Level L01YR LVL I destbound Iroute) Ot 1 Idoitrtenonce MAINT I t�e"t Pwemetri' IIEif YIIT ! I i�ii 1 I Not NON�i ! Roadwoy desigr+afiion � IH-nunber, US-nurber, SH-nurrber, FM-rnmt>er NHEN NOi IN USE, REM�VE THE PCMS FROf.? THE RIGHT-OF-YiAY OR PLACE THE PCMS EENIND BABRI£R DR GUARDRAIL 1�ITH SIGN PANEL 7URNED PARALLEL TO TRAFFIC _ _._.__. RECOMMENDED PNASES AND FORMATS FOR PCMS MESSAG�S DURING ROADWORK ACTIVITIES tThe Engineer may opprove ofiher �ssages nofi speci�fically covered here.) Phase 1. Condition Lists RoodlLane/Romp Ciosure List FREEWAY FRONTAGE CLOSED ROAD X MILE CLOSED ROAD SNOULD£R CL�SED � CL�SED � A7 SH XXX XXX FT ROAD RIGHT LIJ CLSD AT CLOSED FM XXXX XXX FT RIGHT X I j RIGHT K� LANES I LAN£S CLOSED + OPEN CENTER � DAYiIME � LANE LANE CLOSED CLOSURES NIGHT I-XX SOUTH CLOSURES � CLOSED � VARI�US EXIT XXX LANES CLOSED CL05ED X MILE EXIT RIGHT LN CLOSED i'0 BE CLOSED �tALL X LANES DRIVEWAY CLOSED CLOSED TUE - FRI _. � Phase 2: Possible Camponent Lis-fis Ac-Fion to 7akelEffect on Travel Location Worning �is-t Lis# List � MERGE FORM AT SPEED RIGHT � X LINES � FNI XXXX LIMIT � RIGHT � � I XX MPN ! � DETOUR USE BEFORE WIAXIMUM � NEXT XXXXX j RAILROAD SPEED X EXITS � RD EXIT � CROSSING XX MPH � 9 � � I I USE �{ USE EXIT NEXT �IINfMUM EXIT XXX I I-XX � X SPEED I NORTH ( MILES � I XX MPH ! ,I STAY ON USE I PA57 ADVISORY US XXX � I-XX E � US XXX SPEED SOUTH � TO I-XX N EXIT � I XX MPH ! � TRUCKS WATCN XXXXXXX RI6HT � USE � FOR � Td LANE - --_t.)S-XXK--N-- -- -#-----�'flL�CK3-- -- � ._. . ._�-� 3CXXXXXX. .... . . . - -. _ EXIT _ - . .. . � � � WATCH EXPECT U5 XXX i15E FOR DELAYS � TO CAUTION TRUCKS � ( F!A XXXX a II I � I I EXPECT I PREPARE I DRIVE DELAYS I T� SAFELY � 5T4P � { REDUCE I � END � DRIVE SPEED SHOULOER � WI7H XXX FT U5E . CARE USE WATCN OTHER � FOR � ROUTES WORKERS STAY � � I N #�3F See App)Tcailon Guidelines Note 6. LANE Other Condition Lisfi ROADWORK ROAD XXX F7 REPAIRS XXXX FT �LAGGER LANE XXXX FT NARROWS � XXXX FT RIGH7 LN � TWO-WAY I NARROWS � TRAFFIC XKXX FT XX MILE MERGiNG � I CONST TRAFFIC TRAFFIC � XXXX FT XXX FT L005E UNEVEN GRAVEL LANES XXXX FT __ .. _ _ XXXX_ FT_ _ ._.__ DETOUR ROUGH X MILE ROAO � XXXX FT ROADW�RK ( I ROADWORK � PAST NEXT SH XXXX FRI-SUN BUMP US XXX� XXXX FT � EXIT � X MILES TRAFFIC � I LAFfES � STGNAL SHIFT � XXXX FT XXXXXXXX ' . BLVQ I �f LANES SHIFT in Fimse t misfi be used with STAY IN LANE in Phase 2. CLOSED Applicativn Gttideifnes 1. Only i or 2 Rtroses cre to bs used an.a PqdS. 2. The tst phese lor boihl atwuld be selected firom tfi�e 'Road/Ca�e/Rm�p Closu-e List' a�d the `Other Conditlon Lfat'. 3. A 2rtd phose c� be selecfied franliie "Actlon to TnlcelEffeot on Trave), Looatian, 6eneral Plamtnp, or Advmce Nofiiae Phase Liats°. 4. A loaatton Phose ta rn.wessory oniy i4 a dTstanoe or locai-ion is nofi inalutied tn the firat ptwse selected. 5. It tmra PCMS are used in seq.fenae, they must be separated by a minimm o�F 1000 f}. Euch PtxSS aholl be iimtad to iwo phases, ancl stwutd be tnderat+ondable by it�nselves. 6. For advarpe not Ice, sAten the ourfetrt dQte i s x ith in seven daya of the aatual uorK date, aalendar doys ahould be repiaoed Yith doys of ihe veek. Advmce nofitficafiion ahould -}ypicolly be ior rw more thvn one reek prior to the aork FYordiny Aiternutives 1. ihe evrds RIGHT, LEfT ond ALL o� be tr�erafwnged os �proprtafie. 2. Readuroy desiqnotfons IH, liS, SH, FM and�LP cm be itr}ernhanged as appropriate. 3. EAST. 19EESi', NORTH tuid SDUTN lor abbreviqtions E, It, N and S) oon be irrterohflnped as appropriaie. A. Hiyhvoy nanes and rwrbers reploced as oppropriofie. 5. ROAD, HIGHIIAY and FflEENAY oan be inter�anped os needed 5. AHEAO mvy be used insieod af disfionaes �f t�ecessary. 7. F7 ond N7, tSILE and HILES Irrtercfianped' c;s approprioie. e. AT, BEfORE and PAST itrtercharqed as needed, 9. Disfimces or ANEAD cm De elim3nated firun the m9ssege fi a loaation ptwse is used. PCMS SI6NS WITHIN THE R.O.W. SHALL BE BEHIND GUARDRAIL OR CONCRETE BARRiER OR SHALL HAVE A MINIMUM OF FOUR t4) PLASTIC DRUMS PLACED PERPENDICULAR TO TRAFFIC ON THE UPSTREAM SIDE OF TNE PCMS. fULL MATRIX PCMS SIGNS 1. T�hen FW I►tatrix PC1,15 alqns are used, tf� choracler helght and legJbility/visibility requTrements shali be mairrtained as Itated in Nots 15 imder "PDRTABLE CNANGEABLE 11ESSAGE SIGNS' obave. ' 2. l�hen syrriwi stgns, such os ihe CIt2D-7a Fiapqer Syntoi, are represerrted Orophicaliy on the Full Matrfx PCA!5 st4n and, wlth the approval of the En�ineer, St ahali molrrFaTn the lepibTliiy/vlslbili-ty requiremerrt listed �ove. 3, iYhen syirbol siqns are represerrted 9raphicolly on ifie Fu11 Mvtrlx PCbtS, they shall only supplemerrf #f� use of ttye atatic sipn represer�ed, and sholl nat su6stitute far, or replace that aTqn. 4. A fuil motrTx PCMS rtay be used #o siRula}e a filashlr� arrow p�et Rrovlded it meets fihe viaibttfty, flash rvt� and d)mnfip requirementa on BCf�),:fior ihe Stiik.' &IZE Qrl'OY. � . ., ,; . ,. , ## Advonce NOt t Ce L i 5'F � TUE-FRI i �X AM- � X PM APR XX- XX X PM-X AM � BEGINS � MONDAY � , BEGINS � MAY XX ; 1 MAY X-X �_. ._XXJ'_Nf._-:_ . _�_... __... - -- .. XX AM I NEXT I ; � FRI-SUN I XX AM TO XX PM NEXT TUE AUG XX TONIGHi XX PM- XX AM � _ . . .... .. . . .. . .. . . . . STANDARD PLANS �' Texas D�partinerd' of Transportatlon TrofY'!c Operollau fNvia�on . BARRICADE AND CONSTRUCTION PORTABLE CHA�IGEABLE MESSAGE SIGN (PCMS) STANDARD 6 of 12 BC t6) -0? �TxD6T 71-�-OZ �u�-Tx00T �w-TxDOT �w�-TxD07 a-TxpOT e[rluos nan �sau IF6Jwllnrtwctf g`D, I O1311IR I}tilo[ I 9� ` fi mmr � mnaa ( snta I �a qwxr 1 1 706 BARRIER REFLECTORS �OR CONCRETE TRAFFIC BARR3ER A1�D ATTENUATORS m� m : An alfiernate mxaiting locetion te �iformlY apaced afi one end ot' each �-1 °r �°�' ' C38. Th1s mt t! oi lori ior attacfanenF of a b�rier gropPie without �-3 m o y ; d�nagfng tTre reflector. The 8arrier Reflecfor mo�rfied on ttce side of ` ,- L o� ' the CTB shait be located direatly below the reflector awunted on top oi � w rX-'' : the 6arrier, as ghorm in ttie detati �ove. n. o i 9. �re GT8 seporates tao-tray traifio, three barrier reflectors ahotl be � v L g n�ot�nted on each secfiion of CTB. The refiecter +as(t on top sMail have �- > L � igo yello�r refilecfitve faces !Bi-Directiawl)vhile the refiteciors on eoch = a� o , .. . -� ------- °-° �-- .... _..�tde-o#-#he-banr-tar-sFwdd-hove��e�elior+-rei-iect9ve-f�e;-as afs�n"tn�•- ---- ---� � E7 N C� � L t - ' '�'�l2 (i8'�41 ( OdOV$. • 'F L L ; 5. Yhen C7H asp�crtes traff�c travel(ng in ttse a� dtrection, no berrier T 3 0 : refiectors vtil be reqvired on top of the C'fB. ��� 5. 8arrier Heflectar �1ts shal l be yetlow or vhifie in color to rtxrtcti a.°i o o . iitie edgell[te being supple�rehted. Yel Iw Borrier RefiecFors ahal! be rtoade i a y ' �rith Type E Ftuorescettt Priarwtic Yellaa Refirarefleetive Sheetirq. �hifie refleciors ahall he made uith Type D�hite Priartatic aheefiing. DELINEATION o a E : 7, Nmcimm apaoir�g of Barricr Refiectors ls forfy 4A0) feet. �� 0 8. Pwetnerrt morkers or fie�orary flexible-refieative roadsroy marker tabs `� o'`' shai i idOT be used as CTB dei lheatTen. L L 9. Attaclmeni� oi 8orrter ftefilectors to CTB shoi I be per mocu.rfaqturer's �'� L reaamiendatlons. v� � o � tO.MTssinp or dmnnQed Barrler Reflectors ahofl be repioced os dtrected n o o by i�he Eropineer. N�+ . 11.STrqle slope barrlers atwll be deiineoted as sho+vn on fihe �ove detoil. N TL ' -no + m C : � � � . , �1 � � Rtmc. apoaTnp of surface mount t'lextble delirsaotors ts 20 feet. Afitoch the delineotors os per rtanufacturer's reaam�endafiioru. D o a DELINEATION OF END TREATMENTS `r,�-� i c � v� m �° ^,�-''�'' � � L' 3. Yhere irvfflo Is on one side of the CTB, t�o t2) Borrler Reileciors i� o � ahall be mourted in approxlmately the midsectTcn of each sectton of CTB, y-�-'''� �„� D 4�- O `D o+� = m z_L � ='�-r � a°cv�i . �'J o m a N L : �� Borrier - m v, ' Reflectors � i m a 1. Borrier Refleotars aho�� oe prequc�itted, ond oontorm to ttme oo�or �d L�W PROFILE CONCRETE BARRIER (LPCB) y reftecfilvify requiremerrts oi OtdS-8600. R iist af prequolifiled BarrTer D> Reflectors lType C Deiihectors) ca� be t'ound oi' the #e�lerial Prot�scer Strrfaoe Tdotxit 3° x 3' min. ca �. LIs't e�b odck-ess afiobn on 6C(t). Flextble Deiiraeators � / refleotive '* o m 2, Cotor ai BarrSer Reilectars ahai i be us apeaifiied in the 't1dUTC➢. 7he / 6t�eE'iiTljl T m� - cost of the reflectars sholl be considered at�sidiory to Ifietn 502. �` ° o- {- � ��15` /i' / J � � CONCRETE TRAFFIC BARRIER iCTB} ���� ` t. A'arnir�g 1 i�rts ahai l meet the requiremetr}s M the T4�1TCD. ���.c : ���� 2. �arnitsp lighis sfial I ttOT be insialled on bm-ricacles. w m c+ - \:J 3. Type d-!w Irrtensiiy FloshT�g Narnirq LTghfis ore oa�mqnly used xifih dnms. 7hey are Irrtended ta erarn of or ma-k a potenfiJal ly hoxardous o�� o orea. Their use aFwli be as indiooted on this sheet and/or oitier sheets of the plaru by tMe designation 'FL`. The Type A WarnTnp Lighfis � APPROACHING TflAFFIC BOTH SIDES dNE SIDE OFA-3 or �-� vertico� Panei � , _ _ . __ TYPICAL FLASHING ARROW PANEL Arrow Pcneis mpy pe Ipnp}�ed yehind �elizit�4 devices in gDace for a ehoulder taper ar meryinp taper, otherwise fihey bhail be deli�ated �rith far I4) oh�nelizirt4 devices placed perpandicular fo tralfic on fihe upatrean stde of troffie. 1. 7rie Flaahinp Arro++ Pa�el ahould be used for ai I Ia�e cloate�es on uulti-lane rooduoys,• or slax �novTnfl nairrtenawe or oaastruotion xtivltles cn ti�e travei irnes. 2. Fiashirw Ilrroa Paneis should not be used on ixo-la�, 't�o-aoy roadroys, detaurs, diveraions ar work on aTmtrlders w�l�ss ths 'CAUtION" dispioy isee detoii 6elaul ts used. 3. The Enpineer/Inapec�#ar aholl et�ooee ali a�propriofie aigns, barrioades acid/or a}her traffic control devtees that should be used tn conjuno}ton vlfih ttie fiashinp Arror Pcoei. 4. The Fiashing Arro+� PaEel should De able to diapl� fhe t'oilawinp syit�so I s: Flashfnp RiGHT (LEFT) ARROW � � O � � � 8 � & O e O � O � � e Fiashing QOUBLE ARR09! g $ B O � � � O � � B _4 -------�------- -- - - -�--... .. --� --� -- - . - Instail �-min7hun oi-3-Barrfer Refieciors� � os per nmvfacttrer's recam�endotJons, u END TREATMENTS FOR CTB'S USED IN WORK Z�NES End treatments used on CTB's in xoric zaies sha11 m9et crashworthy standards os defined In the Natiawi Coopervttve Hiqtmay flesearch Repotfi 350. Refer ta the CfYZTCD List for approveti end treafinertts and manufa^fiurers. 8 t� - Floshing CAUTIQN � O O O O O O O'O� O O a � 5. The `CAUTION' dispivy conalats of four corner i�nps filoshtnp sirtuf-}aneais)y. 6. The atraigtrt line cautton d3sploy is NOT ALL091ED. 7. The Flasfi3rp Arraw Panel aha11 be capable of minirtun 5D peroerrt dimninq irom raied lanp voitope. The flash3ng rate oi t;re Imps afial I noi be less tMn 25 nor mxe than 40 ilashes per �nitrc��Fe. 8. Mtniman lmnp "on fiime' ahali be approximQtely 50 percerrt ior it�e flashtng orro� a�d equal (rrterva�a of 25 pet-aertt fbr eaoh seqtrerr}lol phose of �he flashlnp ahevron. 9. Ttre sequerttial orro++ dlaploy ia NDT ALLUWE6. � y� a,° GARNING LIGHTS 1Q• sequentlat Chevron dTsPl� is ti�e Txi)Oi atmdard; t3ove'ver, the m o e�n , p oY m4Y be used dur'Ihg dcryllghF': operations. Type C ►Yarninp LipFrt a- approved aWatitute marrted adJocent to fihs t�avel �ay. v U � � Q m. P � N w ' aQ �� � O J w � J � �� c 17 N N m < �� r----, I 1 � i I I I G O � _� � l �arnir�g reflea#or rrwy be roia�d or sq�cre:i.lust have o refileottve 6urfaae area af at least 30 square irwhes afial i rws be ased vTth signs mWwEc3ctured vTtfi Type E Shee�inp iFiuorescerrt Prismutte) meetinp the requir�rsts nf Depw�i»rertioi blaterial Speoificatiat� �.SS-630D. 4. Type-C and Type D 360 degree Steady Burn Lights a-e irrtended tu � used Tn a series ia- dslineation to supplerterrt other treffic control devloes. Their use ahali be as iodicoted on thts aheet �d/or oiher aneets oi the plans by ihe desi�aiion 'SB°. 5. 7he EripineerlInspecfior or the plans a#ail specify the locatien ond iype of aarninp liqhta fio be itssfalled on iiie traffic corrtrol devices. fi. hTien req�ired by the Engineer, tt�e Cartractar shoi i furnlah a copy of the varnirp Iiqhts certit'icotion. Tt� varning ltqirt rt�awfoc�lurer ++i I i certliy tfie a�ning 119trts msefi {ry� requlrett�attts of ttte Iatest I7E Purchase Spealiications for Flesfiittp and Steedy-8urn T(arninp Liqhts. 7. Tftien used to deli�ate pxves, Type-C �d 7ype 0 Steady 8urn LiQhts ahould only be plaoed on the outside of the ou-ve, nofi the inside. WARNING lI6FfT5 IAOtk+�'EO ON FLASTIC DR�.','"� ±, iype A�fiash7nq wornTnp IiQhia ore irttended to �arn drTvers that they are,approaci,i�w �r are in o pvientlotiy haz�dous area. 2. Type A �mdan ilashinp e�ninp Iigfits �e not irriereied for c�l ineation ond shal l not be used tn a series. 3. A series of sequertYial filash9np �orninfl IiQhts piaoed or� et�naiizTny devices to iorm a mar4lhQ tnper moy be u�ed fior deltneafiion. Ii used, the suaaessive flashir�g of fihe sequerttiai aearning lighfia ahoutd occur fr�n the be4lnning of thE toper to the end af the t�r9Tnp taper in order �to ideni�tiy the dasired vehieie pafih. The rate of fitashinp fior each Ilqhfi ahall 6e 55 flashes psr minute, pluc or minus 10 fiashes. 4. Type C and � steady-burn �arnir�g lighfs ure irrtended to be used in o series to delineevte ihe edpe of it�e firavel lane on detours, on I�se chmyes, an laie clost�-es, and on other slmilar conditions. 5. Type A, Sype C and Type D�rarntnp lights atwli be instailed et looations os detoiled on other �heets ln the plans. 6. MarnTr�Q lights ahal I rwt be inatoi led on a drun ifiat tws o siqn, chevron or ver}ical pmel. 7. The mmcim.m spacing for varninp liyhts on �ums ahould be fderriiaa! ta the cMRuieiTzing device apacit�g. 9'ARHIN6 BEFlECT4R5 11WN7ED ON PLA57IC DRUMS AS A SUBSTITUTE fOR TYPE C lSTEADY BUHNI ►AAHIN6 LIGHTS 1. A murnlnQ reflector or o�roved substliute may be mourrted on o plostic dnm as a aubstitvte for a Type C, steody burn xornlnp Ilflht at tt+e disoretior� of iiie Corttracior uiless atherriae �ofied in the pfans. 2. The darninp reflecior stwfl be ye11o+Y in cotor ax7 shall be nwrxlfuctvred usinp o sign substraie appraved for use xTth piasttc drtms ltsted on the C�ZTCD. 3. The varninp reflector aholl hove a minirtun retrorefieative surfiaoe area {a�e-side) o# 30 sq�are Inohes. 4. Rwnd reflecierb sha►I be iully refleotorized, Snaluding the orea efiere aitached.ta tQe drim 5. Square substrotes uust have a minimim of 3o sq�cre tr�ct�es of reflectorized aheetlr�. They do not hove to be �eflectorized ahere it ���s fo f� �� 6. The side oi the varnlnp reflecfior iaeing approaching �traff3c atwli twve aheeting treetlnp the color ond retroreflectfvifiy req�lre�riercis for E�5 830U-Type 0 INon-flwresaerrt Prismatic). 7. IYhe�n•used neor -txv-xoy trafFic, both sides of the warninp reflector afiall 6e refleciorized. 8. The xarnfng re-Ftecfior shouid be mamied on fhe side oi fihe hondie nearest opproachir�p traffio. 9. 7t� moximsn apaciny For �arnir�g reflectors ahouid be Identical to tt� charaielizinp devlce apacinp requiremerrFs, e o 0 e o O �B o o� Se�ntTal Ci�evron � O O o � o • 8 0 o e o e e o a e O a a � B � o e • e m e a � e � AEQUIREUENTS kfINIk9,�t MINIl�d kINlldtkd N(k�ER VISIBILITY 7YPE SIZE OF PANEL LAi�S DISTANCE B 30 x 60 13 3/4 mTle C 48 x 96 . 15 1 mile ATTENTION: Flashing Arrow,Panel_s.__ .. _._ --- ---�---shall be equipped with automa�-to dimnirtp devices. ttlHHEN H0T IN DSE, flE!@DYE TNE ASRD�t PANEL FR� ?HE RIGHT-OF-qAY OR PLACE THE ARRDiY PANEL BEHIND COPlCHETE TflAFfIC BAfiRIER OR GUARDRAIL. ii. 7he Fioshinp drro+r P�el ehall be motmfied on o vehtcie, tra}ler or afiher suifiobte support. 12. A FiashTfip Arro� Ponel SHALI HOT BE USED to lateraily afiift traffio. 13. A tull matrix PlxtS may be uaed to aimulate o Fiashir�g Arrar Panei provided it meets vfsibilifiy, flash rate m�d dimninp requiremerzts on thts sheet fior the sane size arrw. 1A. 1lIniu�rn nnusting helqht af irailer mourted arra� pmels should be 7 feet fran roadvoy ta bnttom of panel. TRUCK-MOUNTED A?TENUATORS t. Truok-nautted atterY�aiors (TUA1 usQd on T�cDo7 focllttiea mut meet the require�nerrts outiined tn fihe Notfonol Cooperotive Hi9hvoy Reaearoh Repor�} No. 35D tNCHAP 350). 2. Refer to ifie CNZTCD far the req.iirelner�s of Level 2 or Levei 3 TIMs. 3. Aefer to the dates ahonn in fihe C1IZTCD io ens[n-e that ihe ib�A meets the age requ9rem:rcFs and the oroshworthiness orifieria esFcbliahed 6y the Federal Hiqtnroy AdninisFration (fFAIA) ior TMAs. 4. Refer to the C�7ZTCD tor a list af'opproved iidRs. 5. 71lAs cre req�ired on freevays unless aifierxise tw}ed in ihe piau. " 6. /, TMA sYwuld be used arytlme ihat it can be posi#ioned opproxima}ely 30 -to 10D feei in advaice af •the orea of ore� exposu-e orithoui� adversely affeotinp it� vork parfornanee. i. Ti�e orsly reason a TIM should not be required !a tiahen a aork oreo 3s spread dom the roadroy md the aerk are►• Is an extended_ diataice iran ttte 7)M; _ , . .. .. .. - - STAHDARD PLANS �' Tsxas Dsp�rtmerrt of Trans,00rtatlon Trafflc Operatlau DIv1Non BARRICADE AND CONSTRUCTION ARRqW PANEL, REFLECTORS, WARNING LIGHTS & ATTENUAT4R STANDARD % o� �2 Bci7)-o7 C TxDDT 1�1-�1-02 I�-TxDOT Ia'-Tx00T {o�:-7xU0T (�+-TxDOT �� WIIl1R I 1¢t�m� I iIIFrtLL /,101RQ[LT pp,p . 9-07 6 ' � i �T � � ( �,� I ,� ��, to7 � 0 �, i o > L . 4- o m O U N ' aai � c++ a - 3 � i O+� � z_� _ _' � + +.-- - a°cm o m m nL U U3 +im . 0 0 0 L L E a o N L �� ��L L � o a�i o + cF� IDow 41 �X L r- ' D . O v aiii r>L = m o 0 0 m m� - + o� T 3 O � �- m m o 0 � a L L m > av m T i v� v e°- ~ 1 L o�+ t7F O ono + x+ N F- � ��° � t'°v° I +�o � O E �/ ' Y7 N N , Q W - - ' U 7 'O } �a�c O H Y O ii U � � M e � 4 m � - N >= �a �m �m ��m w �o � N N Q� 1''1 � N NID Q _ _ r Hmdle � 18' min I 9/76' dia. t4yPl for rtwurrtTng Top atmuld not signs and al lov col lecfilon srarninp 1 igtrFs oi vm}er or � debrte qs � � . .,., ' i� , t 4' min � Eoeh dnan sMl i have 8� � a minlrtun of 2 aranpe ttyp) . .:::.:.....:....:......::.:.:..:.::...:.:...: and 2 whlte atrtpes '� using Type C refiro- 2, � .....-..� ..............................•-..-.. reilective sheettng �typ.� with ihe top stri� � ' ' + ,, ; • � �� be i r�p orange. I� c � �� �, Q - - � ......._._.... - `:� � , 0. 07' rt�ax x 7oper io alioa� � 4- ior stnoking a Q minim.m� of 5 q L3t'iH716 � I � � �-o Base (36' �' � � dia. mox) GEAIEAAL N4TE5 1. Por long fierm sfivtionary n�ar-k tones on freeeroys, drums shat! be used as the prtm�ry ctwtnellzinp devioe. �. Far infermedtote term statlon�y �rork zones on freemoys, drtans ahouid be used as the primcay ehonneliztnp device bvt may be repiaaed in t�gent cections by vertieal panels, or 42' iroro-ptece c.ones. In tangetrt secfiions ane-pieae aaies moy be used dith the epproval ofi the EnQineer but only If parsanrret are preserifi on the pro)ect ot al i tir�s to maltrtoin the e nones tn proper position and looation. 3. for sYarF tersn stationary work zanes on freeways, dnans are the preferred ch�ase�iZtng devioe bW 'moy be repioced in tagers, transitions �d tanger�i sections by eertical pa�els, tero-piece carsea ar one-p?ece eares as approved by fihe Enyirseer. 4. Oruns ond att related ifiems atwif canply vith ihe reqvirem3rtts o�F fihe otarent version of ti�e 'Texas 1€�woi on Uniform Ti-offic Coniroi Devtoas' {Tt�1,JTCU) �d the `Cwnpl iant Ctork Zme Trafflc Cort,troi 1?evices Lis�" fC�ZTCDS. 5. druns, bases, and related mcf�erials afiol l exhibft!flaod morF�yiiip ax3 shail Ee f�ee irem obJectiaiab[e rtwrks or dafeo�l�s�that srould adveraely vffccfi 9i�eir oppearmce or servicedri I ity. � 5. The CaYtractar aholl hrne a mmcim�n of 24 how�s to replooe eny plastic [�'uns tderrtified fior replao�nerri by the Enyineer/Inapector. The replaca- ment deVTce In.lst be an opp!-oved d2Vloe. i - ' � GENERAL DESIGN R£GUIRE�5ENT5 , Prec�rolified plastic d�ms shail meei tiie follavir►9 requirsmarr}s: t. Piustto druns ahali be a iao-Pieae desTgn; 'lhe `bodY' of iiie dnm shail be ttse top poN ion and the 'basa' a!w l i be the boitan. 2. 7he body and base ahall lock fiopeifier in such a n�ner thot the body separafies trom the iwse Mien impacted by a vehicle firavelir� afi a apeed of 20 idPH or Qr-ecrtar but preverrts acciderttai separation due to nornai t►aKilinp and/or eir �turbulence creatad by passinp vehtaies. 3. Piastlo druns ahali be constructed of IiphtYeight fiexlble, md defornmble materiols. The Curtroctor sholl HDT use metai drtcns or sirple R�ece piastic dnnu as chameltzai5on devices or siQn supports. 4. Dr-wu ahali preseni a proflle thai Js a minimm ofi i8 irx��es, in ridth at the 35 inch heiqht vhen vie.wed fran my direcfiton. The heiqtrt of drun tnit Ibody installed on bosel afiall be a minimm of 3b inches and o mmctmtm af �2 ir�ches. 5. Tt�s top ofi ihe drun aholi Fwve a builfi-Tn handle {or easy piokup and shotl be destgied ta droin vaier a�d rwi witeci� debris. The handie � ahell have a min;aun of firo tridely spoced 9/16 lt�eh dianeter ho)es to ol irnr ofitacfi�nent of o marnir� I fght, vorninp reflector �Tt or �proved aanpllarrt atqn. 6. Tha exteriar of the drun body shoi! hove a mTnim.m af four offernatinp oranqe and vhite retrore#iective'ctrcu�rfererrtial stripes rwt less tt� 4 tncFiea nor yreeter than 8 iticl�es in ridth. Arry nan-refiteciorizad ePace betBeen anY ttio adjacent strtpes ahoil nat exceed 2/nches 'in Y��. 7. Bases ahol l hflve a moxlm.m Vidih af 36 indies, a mmciman taeigtrt of q inches, and a minimm af two footholds of_sufflcTerrF sTze to alio�r iwse io 6s held doWn tA�ife seporattry tt� ckun body 4ram the base. 8. Plostic druns shati be construci�ed of ul#ra-viotet sia6ilized, oranpe, hiph-density polyethylene tHUPE1 or other approved materiol, 9. Dnm body stwl i hove o mTnim�m unbai tasted e�eiyht oi 7.7 Ibs. aid moximan tr�ai ias►ed veipfirt of ti Ibs. The wal l of fihe dram hody ahal 1 be a minim.an oi 0.07 inch in thlclmess. iYelyht of an,y drinn at�plted sholl nvt vory more thm 0.5 Ib. from thvt of the pr�qualTfied ea�le. 10.Dr"ttn and base �hall be morkad alth mcaxrfaattfl-er's ra�ne �d endet rstari��er. RETRCfREFLECTIYE S}1EETING 1. 7he strlpes used on dnans sholi be aonstn�nied of sheeftnp meetl�g ti�e oolar md retrxoflectivity raqulremerrts oi Doparfinerftal 1laterlals SpeoTflootion DMS-g3D0, `Flat Surfooe ReTiective Sheetlnp." Hiph Speolflo Irrtensity lType C) refroreflective shaetinp aho►1 6e aupplted uniess oifienvtso spaott'led in the plms. 2• The aheetir� afioll be sultoble fer use op end sha!! �ere fo -the drtmi surface suot� thot, upon vehicular impoat, ihe aheetinp ahall rema{n adhered ]n-piaae and exhiblt no delantnv}(np, oraaklnp, or ioss of ratroreileotivity ot)xr than thci loss due to abroslon af ihe sheetinQ suriaae. HALLAS7 1. th�ballasted Eases shall be larpe erwt�gh to hold up to 5o Ibs, of sand. 7his base, vhen fliled mith the baliast mQ}eriol, ahoutd met9h beiveen 35 ibs Imintmen) a�d 50 Ibs Imoximim). The ballost mcry be sand in a�e fio three sand�ogs sep�-vte frcm the base, sond Pn o sand-tilled plastic base, or oii�er bailosfiinp devices os Qpproved by tfie En�ineef. Staoking Of SQ1C$6Q6 Wt � 1 bH d� �pited� hpflBVB� hBT�it Of 6WYd�OQ6 ObCVQ ppVBR2flf Surfuce aemJ nat eXceed 12 incheb. 2. 8ases with buiit-fn bailast t�twlJ �ei� betneen 4D lbs. and 50 Ibs. 8ui1t-in bollast oan 6e Qanetructed of ai irrFegral crurb ru6ber bnse or a sol id rt�ber base. .. - _ - ----• - -- - -... -- --- - ---- ------- --- ---...- - - - 3. �The�-baliosi�hatl-rw�t-tie-iien'vy ob7ects, doter, or �y mafiertal that erould bec�ne hczardous to motorists, pedestri�u, or �orkers t+t�en the drun ia siruok by o vehlote. 4. 61hen used tn reptons susceptlble fio ireezing, druns ahall have draitroge hofes in the bottans so tfiat uafier rill rrot eoilecf and treeze becwmTr� a har�-d Mien 6truck by a vehicle. 5. Ballast shnii not be piaaed on top of dnans. 6. A�esives moy 6e used �to secure Dase af c#-�ris fio pavemerrt. �i 24' 1 � � CW7-6..,`_ `� � �.> �Z� 36" �� 8` � � �� ��� � S' �"hite � o 78' x 29` Sign 12` x 29' �Nmciaun S Ign D)rr�ns I on3 deri ical Paze I Chevron Ctli-8, Oppasiflg Trvfiic Lorae pn�} difh dioponois Uivider, f�-ivev� sign D70o, Keep RJght aloping.cle�nn tomards R4 seri�s or other af ��° pns as �praved firovel way by Enpiteeer Plywood, Aluminum or Metal sign 5llbStt"l]f£?5 sha I 1 NOT be used on piastic drums SIGNS, CHEVRONS, APfD VERTICAL PANELS MDUN?ED ON PLASTIC DRUMS 1. Signs used on plostla drt7ns 6hoi1 he marxrfact�p-p�i_usinp.---.-- -- ._ _;_.. - - . .... _ _. _ .._ -subctrates'7'Iafie�Jc oi��he CGZiCU. ---- .._ .. . . . . _ _- - -- - 2. ,Chevrons a�d other vork zarre signs �vith m� or�e bockprotmd bha�� De in�xrfa�iured �rfth Type E(Fluaresoent Pri�r�tic) aheet(ng preetinp the coior �d retrot-eflectivity require- merrts of Dl�S-8300, 'Sipn Faae Woteriol,' �Iess Mtiervise apecifled in itee piens. �� 3. Verticai Poneis shal i be morwPoc}ured trith oi-ange md dhite aheatinp meetfpg the re�iremetrta of UNS-9300 7ype C tHigh SpecTfic Irtfiens]iyl. Dloporwi atripes on Yertfcai P�eis shal I alope dam fax�d the iMended traveled lane, 4. Other sign messoges (fiext or synbaiic) may be used as approved by the Enpit�eer. Stgn dimensions ahai) tsat exceed 78 inohes in width or 29 Tr�ct�es Tn hel�r}, 5. Sfgns ahuil be instalied usinp a 1/2 inoh boit {npn(nal) �d rxrt, tsro woshers, ond one laekir� vastier for eoch caurec�Fion. c. uo�,ttr� noits a,a nu�s anai i n� fui �y �a or,a adequctely torqued. Bolfis ahould not extend pqre than 1/2 irxh beyaxl rvlta. 7. Chevrons moy be plocad on d-tms on tt3e outbide trf cte�ves, on mer9inp t�ers ar on ahTftinp topers. pt�en used in �ttiese locatTons tfireY �Y be placed on every dnm or 6Poced rrot more than on every thtrd drun A minitnsn af tt�-ee t3) should be used afi eoch lacatlon coiled ior tn the pians, 8, fl9-9, fl9-10, R9-11 �ci R9-11a Sidevalk Closed signs ahirfi are 24 Ir�hes aide may be rtpurFed on plas+io drt9ns, vffh approval af fihe EnpSneer. DIRECTION 1NQICAT�t BAHRICADE i. The Directten IndToator Borricade moy be used in tapers, trancifiions, and other oreos where spec)fiTo direetJonal guidanoe to drivera 7s nacessary. 2. If used, the Direaiton Iixllcafiar BorrTeade ahould be used fn aerles io dTreot the drtver +hrou9h the tronsition and tnto the irrFendsd travel lone. 3. The Oireetion lndloator Barrlaode shofl aansiat of One-Dtreation Lat-ge Arrw [CN7-6) slgn tn ihe size shom aith a bixk crrow or� a bxkpround ofi Type E fiuoprescerrt PrTarn�tic Urc�pe above a ratl wiih Type C NTph Speotfic Intenstty reiroreflective sheetlnv in alternatTon 4" +rhT+e and oranqe strTpas $�optnq dofmword vt on anqie of q5 deproes In the directlon road users ci'e to poss. o� 4. Doubie qrrows on the Directlon Indfcotor Borr-Ioade �711 not be atlowed. 5. Approved ma'iufacivrers are 6horrn on the C►JZTCD Ligt. BotJaat ahot l be os approved by the rtqrwfocturers instructlons. ., , , .' __.'._'_' '. . ... . .,, .. _ _, STANDARD PLANS �Texas Departmer�fi of Transportatlon Trolftc DixratTons pJvla/on BARRICADE AND CONSTRUCTION CHANNELIZING DEVICES STANDAR� 8 of 12 BC ( 8)-07 CQixD0711-4-02 ��-Txfl67 (d-7xDOT �n:-7xIX?7 a-7xDG7 anmoa � a `�'n � tuwtamrwcn A-03 � ' 9-07 i 6 I I �l m,"* I amw. 'ssna I pe mar„ � I i08 � c 0 m c ai"i o � v- o m O U ? + L �i O -f- ± La �°r O , 3 T L . z° "� zo - C �' a + - �°a cm a m m nL O � N ; + L w - o a� �L C E a. a N '0 C � L L � O v o+ C ao w W�XL � X L � � > i = m o O U m_y.-c-- . + v� T 3 O .n y- m m o 0 > na rnai m o� ii �wr vi-o co ono +� F + v ��a +�o w o E � � m a m ay-- a=v+ �nmc O H Y O i VP-1R � . . ,. . .. .., _. _ _ .. ,�. . � _ _. . _ . _ . . .... . CHANNELIZING DEVICES ���"`"o�Es: ' VERTICAL PANELS <VPs3 ' to 12" E' fo 12` 8" fio 12° 8' to 12" o-e� �o-e.) }•-►� f'-.i , � F` � I � � � 4` 45� , \9• �qb VP-1L � fixed Base S�O°e w/ Approved �fi Roadeoy Adsesive _ $�e��'faae FIXED lRigid or seli-rlghting) ___ 8' fio 12° ---- . . _ . ... _.. . ,. � - � 4' 29' mtn. 4° ` 4° m > D 2A` -`e- min. � 0 � U � v E ic 18���Self-riphfitng -� h- ��,} �,• 9" -0� q° 4" ��� n E N �v���"'�Y Figid �f��•`Y/.4 Support 12" minimm ert�e�errt depth � y DRIVEABLE V CHEVRONS m� �8" '-� � 29" 36" �_I_ Flxed Bnse m/ Approved A�esfve lDrivecble Base, or Fiexible Support ca7 be usedl . 1. ��'k 2one chorv�elizing devlaes iilusfiroied on this sheet moy be instolled In clase proximifiy to troifla �d �� suit�le for use on Miqh or Ivd 1. ihe chevrcn atwti be u vertical recfia�ple uith a apead rondvoys. The fr�ptneer/inspeciar alaol! ertsure fihat apacit=g a�d minTmm eize af 12 bY 16 fr�ct�es. � plaea�er�fi is �Itorai md in acaordanca with �}Ae 'Texms pkruml on lb�iform � 2• Chevrons are irrtmded to pive mt(ce o{ a ahorp Trafflc Controi �ev3ces' I7l�TC�). ct�pe of oligrrrtent mith the direction of travei Z• Ct�eiizinp devtoes stmsm on thts cheet may have a driveobie, fixed or and provide odditiona� emphpsis and quitbance for por#ahie Dase. Therequir�nerit for selfi-rlphting ct�reelTzir�g devices aus} vefilcfe operctore ri{h reqm-d io �s 1n be epecliied tn ttre Get�erai ttotes ar oifier pian stiaets. hortzontat ali�rrt of the teack�. 3. Ctscav�elTzir�q devlces en asli-riptrFir� svpperia slwuid be used In mork zwie 3. Chevrans, art�en used, atwli be erected on ifie out- areas eiYeere ohvr�telizing devioes"are frequerrtly lmpooted by errcvrt vehioles sida af o sharp cveye or turn, or on {�; f� aIde or vehiole re{ated�rind gusts m�lcir�g attqnmsrrt of ihe ch�uselizir=g dsvioes af an irrieraen}lon. Tt�ey ehai! 6e fn Iine arttfi diificult ta mairrtaln. Looctions of theae d2vlces atmii be detoiled else- cs�d ai riqtrt ar,3lea to approodztr�p iroff(c. Mhsre 1n tfie pt�s. 7hese deviaas shoi l catFam to the 7�IIiCD �d the � Spoaing afsouid De auoh tfiat ifia mofiortafi alemys `Canpitart �ork Zone Tref�Fta Coatrnl Qevioes tiat` tCitlTCDI. tws tlxee in vi�, �rrt11 the ctwr►ge tn a! i�vnerrt 4. 7he Camractor aho! i mairriain deviaes in Q cle� oandifilon azd raploce elimirro�tes 1ts nead. dmnogad, nora-efleative, iaded, or 6roken devlces a�d bases os reqUtred by 4. To be effective, the chevrors at�ld 6e vistble the Enqir�eer/Inspecia-. The Cartracior sholl 6e required to mofmtaln praper ior ct leasfi 500 feet. . device apaatr�q asd allqnoeTrt. 5• (rievr'ons 8tx3�1 be oronpa vith a biack rmrreflec- 5. Portebie hoses sholl be fi�rioated f'ran vlrgin a�dfor reoyal�d r�ber. ihe ttve leparxf. Sheettng for tt�e ctsevron sholl be portable boses sholl veigh opprwcimutely 35 Ibs. retrorefleative Type E tfi�esoent Arienotiol 6, pavemerrfi awYaaes sizatl be prepa-ed in a m�user fhat ensu-es proper bcnding 8S owrFormJr� to Dep�imertfiai Uafierioi Specif►cation be}meen the a�esives, the fixed matm# boses �d the pavetrent sia-icsoe. " D�IS-8300, tmless rwted otherrise. The leQend A�esives sha11 be prepared and oppli�d oacording to ths mawfacturer's stwli be biach vinyi non-reilecttve der,ol sheet- recotmmndotTons. tr�g t�fiing the requTremeRts of' [NAS-830D. 7. The inataliotton asd reroval af dwu�elizing devScea ahall r�oi ewse 6. For Lang Term Stationary use on �apera or deirimettFai effects fio the fIrsal pav�nertt surfaces, inoludlnp pave�et � trassitions on fireevays and divJded higtxrays 6tlr'FOQC C�6QOIOPO}10fI p1' 6Ur'�'OGE irrtagrlty. driveable boaes sfwl l not be seit'-righting chevrons moy bs used to supptemettt parmitted on final pavemerrt suriaces. The EngineerlIhspec�tor sfioll �prove piasfiio drtrns but not to replace pinatio dnans. alt oppiicatton md ret�wvai Frooedres M fixed 6ases. e. Exmples on this ah2et are camnniy used etmmeltzing_dev_i_ae�_in.morkaones, .. ;--.. - - - ----� - - --For-otherzlev(ca6;"teie�o�se Cit[TCD. 1. Yerticai Panels tYP's) are normally used ta chav�lize traF1'io or divide oPA�1.. t�es.4f. t[efila•. --- - . ... _..-- - - -- __ '. ... -..._..._.__.._.. - -- --- -- . . - - - .. 2:-YP'aii�ay tie'�use3ln doytime q- nipMfiime sifivations. They Raoy be used at the edpe of shouider drap-offs and OPPOSING TRAFFIC LANE � oiher a-eos such as tone tres�sitions nhere posittve , • doytime �d niphttime delTnevtSon ts rec�uired. The DIVIDERS (OTLD) ! I (R191d or seif-rightirt97 PORTABLE EnpTneeNInspectar ahail refer to the Boodroy peslgn Idu�wot Apper�d}x E"Treefinerit of Povemeni� �rop-vffs in CHb-A Ciork Zotres' ior addittonal guideliries on tt� use of . 12" VP's for d'ap-ofifs. �_: `�„� 35" 3. VP's ahould be mo�arted back to back Sf used ot tt�e edge ' mTn. ��}s adjacent ia tva-�oy fiao lane roed+vays. Stripes � are to bs reflective ora�pe �d reflective s+hite md �. should alv�oys slope dornaard tomord the irwei iane. �8, 4. VP`s used on expresse�oys and freeaoys or ather hiph � speed roadrays,shol l have a minimm of 270 aquare ir�cF�es � af reirarefiecfitve areo ibcjr� traific. �„ 5. Self-ri�t�iing supperts we wai lable erith portable base. � See 'Cmnplimrt �ioric 2one Troffio Cartrol Devtces L16t' 36" tCbfZ7CD). 6. Sheet3og for the VP's ahaii be retroreflective Type C �_� lHi� Speciilc Irriensliy) cartforminy to Departmental lla�terial Specifiicatian 0615-8300, unleas noied otfieraise. 7. 19here the heiyht of refiective mafierio! on the vertiaol p�ei is �evter than 36 irsches, o pmel atripe ofi 6 Inches shoil be used. . . , HOLL011' OR WATER BALLASTED SYSTEtAS USED AS LONGITUDiNAL CNANNELIZIN6 DEYI�ES OR SARRIERS i U a P �, � N �_ �� m v om �� � w �� m c ro � N m _== LOfdGI711DINAt CHIItdVEi.IZING DEYICES - `" 7. Lanpitudinai ctw�z�ellzinp deviaes are croshvorthy,'lighiweight, deiorrt►�le devlaes thafi are hiyhly visTbte, have good torget value md ea� be corx�ected fiopether. They +Q-e �mF dasi�ad to oontain ar rodirect a v�ehlole on impaat. 2. Langitudtnal chav�sliziny devioes moy be used insfieal,of a Iine of oor�es or dnans. 3. Lonpitudirm) chocxiettzinp deviaes shail be ploced in acaardance fo opplicatton axi insiallotlon requiremertts �pecifio to the device, md used only vhen aho�m on tfie CNZTCD list. 4. Longitudirwi chax�eiizinp devices ahouid not be used to provide posltive profiecilon for obstacles, pedestrtens or erorkers. 5. Lan9ltudinal chorneliztnp devTces sFwll be retrareflective, or at�plemerrfied with retrorefilective delineotion as requ3red for fienporary bacriers on BCt7)-07. tYATEA BALLASTED SYS?EItS ttSEU A5 6ARRIEftS � 7. A(eter bo!losied aystems used as twrriers afiali not be tfsed solely to ct�u�elTze�road users, bu� atso to protect ifie vork apace per the oppraprivte NCHRP 350 crashvorthiness req�iremerrts based on roadroy apeed md barrier appliaafilon. 2. 1Kafier baliasfied systems used -Fo chanelTze vehiwlar firoifiic aholi be sup�lemenfed erith retroreflecfiive deilneation or cf�r�elizing deviaes ta improve dcrytime/ni�rttime visibtiTty. fiey may also he attppiemettted rrith pavetnet�t morkings. 3. ►Yater ballasied ayatems used as barrTers afioll be piaced in occordaxe to opplicafiion and instollotion reqc�trements Spealfic to the deviCe� mt! Used �I11y kfien Shom On fihe CWZTCO list. 9. Water boitasted aysfiems used as horriera stwuid r�ct be used fi� a mergir� taper excepfi ln tov apeed �less than �5 1�H) u-bon areas. ffhen used ori o toper in a lox apeed urban areo, the taper ahall be deitnected ond the taper lenqth ahwld be desigr�ed ta op�timtze raad user operations considering�ft�e ovaliable qeanetr7o candlilans. 5. Tthen wafar boliosted systems used as 6arriera have bltfrrt ends exposed to iroffic, they shcWd be ofitenuofied os per oqnvfocfiurer recam�endations or fiored to poir�t ovtsiGe the ciear Zorre. If used to cha�nelize pedestrians, lor�itudinol chomeiizinp devices or vater bollasfied systems musi have o coriiirwous detactable battam for users of I,onp canes 4nd the top of the ur�it stwil tre nnt less ihon 32 tr+ct�s In height. - • Panels � moiarted back ta baak � Poriabie, Fixed or Driveable 6ase mpy be used. a' maY be m�talted � � dnms. � 7. Oppostnp Traffie Lane Dividers t071D1 are delineafiton devioas desTgned to convert a rwrmnl one-eroy raod,aoy secfiton io tro-noy operatior�. OTLD'a ore used on ten�porary oartterlir�s. The t�mcrd and dasnraard arrars on the siyn's iooe indiarFe the dSreotia� oi a traff(c on eitfier side of ihe divider. The base ls secured to tfie ppvenerst xith an ad- hesive or rub6er xefyht to mintmize movemerr} caued by o vehicle Impact or dind qust. 2. The Oil� raoy be used 3n carbinatlon wifih slrtp3e tubular ma-kers or VPs. 3. Spacinp betxeeti tfie OiID sholl not exrxed 5DU ieet. Tt�wlor m�icers or YPs piaced betweeri wee fihe DTLD's should nat exceed 100 ioot apxing, 9. The OTLO ahoi i be ormpe rtth a black r�en- refileetive lepend. Sheetinp ior ihe OTLD shall be retrol�efleat3Ye Type E(�'luoresoerrt Pri�ratic) conformth9 to Ueporin�srrFal Mcterial Speolfiloation OPlS-83D0, tniess rwied othervise. 7he Isgend ahall be biaok vinyl rwn-reilective decol sheet3rq ereetirq the reqeitrrnnertts af Wis-83oDi Minimm Oeclrabla SZtpaentod !laxlvun Spactnp Taper let�pfhe �# oi CAwr�el iztr� Qevloae Poated Forn�ula 10' 7/' 12' On o q� a Spaed OHui Ofiaet Of?eafi Taper Ta�qettt 30 2 �50' 165' 180' 30' b0'-75` 35 �= b� 205� 225' 255` 35' 70'-90' 90 265' 295' 320' �l0' 80' -100' 45 450� 495' S90' 45' 90' -S 10' 50 500` 550' 6o0f 50' 100' -125' 55 , L6�5 550' 60S' 660' S5' 110'-190' 60 600' 660' 728' S0' 1 20' -150'I 65 650' 715' 780' 65' i 30` -1 fi5'+ 70 700' 770' 840' 70' '1A0'-175' 75 750' 825' 900` 75' 750`-1B5' 8d ' SUO' 880` 950� BO' i 60' -195'+ i�FT�ar lenpihn Apvc peen roun�Sad otf. Ldvnp4h oi 7�er tF1'. ) N•tfTtNh af Ofieet tF7. ) S�Poatod Spead 16PH) VERTICAL PANELS �c OPPOSIN6 TRAFFIC LANE Refer to ec aK!/or TCP DIVIDERS SEPAFiATIt1G TWO-WAY TRAFFIC I �� sheets ta- approach "-� , o ��j��, �' tTyp i ca I app I i oat i on7 \ requiremsmts. �•. � Cerrterllne � \ \ / �__- _- ..`�.___ �\\ \ \ j� '� - _ _..__�_ ``i C= , � ,_ _� I I_ 1 ___ b I � b � [-3� � � � � � ' � � � � � � � � ++ � i � + 5oD' �- i � ! � � - STANDARD PLAPIS . . � m ,: �' Texas Depart�nt of Trans�ottutlon � � Trafftc OperoticY�s tHvlalan �� �� �� BARRICADE AND CONSTRUCTION � CHANNE�IZING �`� �„ ar Opposin0 0,�5�� �P � DEV I CES Divtder Norker �� �°� Tubulpr Norker Divlder D����r STANDARD �SpocinQ befireen the YP's or tubutar aarkers atwli not exoeed 100 feefi. On roadwoys xith apeeds Idss ttm 95 APN, � �f i L 8 C ��� - � 7 spactnp between the tubuivr marhers or VP's ahall be os shoim on the eFwnr�elfzinp apocir�g tab►e at�n on fihis c T�OT 11-�-OZ ��-7xUo7 �a�•TxDDT A=- po9e. Si the toble ahotis apaotnp greater than 100 ieet based on ihe roodwoy speed, then uae a mazim�n ot too ieet I 7u0DT w-ixDOT lu6 oR1�4A � IS�uI i¢EALLLOR1Ect ygj spaoinD betneen the tubular markers or VP's., Every fl4th channelSzing device shatl be ar� OTLD, eroept vhen the g_p� OLTU must be apaced cioser to accanadvte an irrtersecfilon. Spacinp betrreen the OTLD shoii not exceed 500,feet. � s i�;' � �r � � � �� 1 � � i 'oo u■ ?YPE III BARRICADES 7YPE III BARRICADE iP05T AND SKTD1 TYPICAL APPLiCATION c 1. Refer fin tttie Car�l(arrt Nork Zorie 7rofifiic Corriral Uevices Llat 1CRRTCD) ° fior details of ihe 7ype IIi Barrtoades and o list of ail �teriais a L used in the Consttucfilon of Type III Boricadae. �' T��Oy °f ° o c 2. Type III B�ricades anul i be used ot eoch end of cons-tructton di�ided t�iqTmay shal 1 be ROAD � pro)ectb olosed to oii traffic. barricaded In tt�e s� morner. R11-2 E1TY G20-6 o �? 3. B�ricades extending xrose a roodvray Nzou � d tiove s tr ipes i h o t c lope CL05ED a�xe dovr►�ard In the direction tea�ard which 'h'af'Ftc m�st tu'ri in detouring. �'�� �, m 6i9-tOL �hen boih riqht ond left turns �e Qro�ldad, the chevron striP��9 �Y � o+} aicpe dman�ard in 6cth diroc+tons fran the cerrter of �fitae barricade. � '1-- `" D° o Hhere rw iwns �e qrovidad at a utosed �aad stripinp akwuld slopa }� �, „ �� . doimntord in bo�l�h direcfiions tamard the cerrter oi roodrroy. 3�+� 4. Strtptng of rci{s� tor the rSght side of the roaduay, shauld slope ��''� �-- � ' � z° ±� . dannord tn the left. for fihe left side oi the roadaay. strtpinq � �� =..-` �.i -� ahoutd einpe do�rrae-d ta the r3ght. .- - _- �y "3/'% M1 .-� '�� �. 5. Iderrttfication rnarkir�s may be stso�n only on fi�e baak aF the ��y } �- 5 / bu�'inade Tai1s. ihe e3mtimm riaiqht of letters �d/or car,p�y togos d o m used for.idetttTfiiootlon sho11 be 1'. • a� a L : -.� ,�-y- ,� ,! � 30 feet o a b. 8orrtcades ahal! not be placed paral}ei to troifTc unless a� �c�a�te �,., + i m ciear za=e is provided. � '`� -".� � � v o a 7, iYarnTnp lights shoii tI�T be tns'tailed on barricodes. ''` s- c� g, Ythere barricades requtre the use ofi �etghta ta kaep fran turninp ever, Detour \� °" �n v the use of aa-�ogs difih dry, cot�esionless s�d 3s reaarmended. The PERSPECTIVE VIEW Roadwa �� o ' aar�ags wt I 1 be iled shut ta Keep the s�d iran spi 1 I inq and to Y maTrrtoin a casstartt�reight. Sand bags ahall mt be stecked 1n a nronner that covers my portton of n bctrriQade ratls reilecttve sheeting. A�.Ij, .II�A. �°} Hock, aoncrefie, Iran, sfieel or other soitd eb�ea#s m�tll NOT be U�`Q ���� II,o � permii'ied. Sa�afls sttiotfid delqh o minitfra� o�F 35 lbs and a mmttmsn of The three talts on Type IlI barrSaades 50 lbs. Sandbags aholl be mode of a d�seble moterial that fieor's t�son ahatl bs refie.ctorized or�pe �d �p� W � � vehicular ( mpont. Aubber tsuch os tire inner �tuCes) ahafi not be used reftective efiite strlpes on one side o. � fior senc�ops. San�ags aholl only be plooed'along or Wwn the base tacing orie-�ay traffic cnd both sldes h> i supports af ifie device and shal i r+at be suspended �ove qramd level fu�- �-�rpy trafflc. 1 m o - or hvng with rape, erire, chains or other iosteriers. '"'�--�._. - -. ---- - a o 9. Sheeii far barrl s�17oiL.be_r�#r_nr�#.lecfi�ive Type-G-IHi9�- ---- -•�-- -- -�--�orrlcrs3e..strlpir�g;shauld�icvrY-_._.._. ..._.__� �- -- - r--��-�`�'--. Spealfla Irrter+sTtY���in9 '�a �P��+�1 klateriai Speofinvtion ��TM�"d in filte direction of defiour. + z L D4d5-8300 tmiess ofihero'ise tmi�ed. p� 4°- 7. Signs shoutd �e tcnterted on lndepettiderrt suppor#s ai- n 7 font e' max. lenpth Type IIl Barricodes c a° $arr i Cades sha 1 I NOT ��i� h�i�trt tn cxnter of rood,vay. 7t�e slpns shaild De n � minixun aF ]0 feet behind Type III Borrinodes. ; a o be used as a s i gn support. 2. Advance signing shoi l ba os specifted else�liere in the plans. PLAN V IE�N �a� '�a"�- TYPICAL STRIPING DETAIL FOR 6ARRICAD£ RAIL CULVERT WIDENING 0� OTHER ISOLATED WORK WI7HIN THE PROJECT LIMITS � These drtans are rwt requ9red on a�e-doy roodr+oy .� �ll/ � � Increose r��er af p 1 ost i c t1��ans on the sSde of �prooahSnp irat'fia tt �the croam � E-�"' width makes It neaessay. (mfnimcn of 2 �ru1 mwcirt�um oT 4 dr�er�s) L _�_� �` � m L � �_._. . .- -.. � _ _.._.. _ .---..._ _ . - W _ .- -.--- � PLAN VIEW �o' mox. ta ,rs�c. � to' max.�.� `e mtnt�n4ot t+ro cirvns sna�� ' be u6ed �ross the ror'k area. 1 L i - CQhES „_ , , gM_y� � 2^ ►nflx.-' '� 4°. t' ., ��, ,,�� �,�,. p; �. %'idth of 3 9� µ 3° mSn. q � $� �' �9�� � Refilecttve 4' min. oronge 6 min. co °' naminal, � Sheetir� �•. � „ 2" to 6" o n o 0 2" ►nin• 2 min. Nrx-� 45 6. 6, 7 i�s. � �2u min. whtte q° min. 3" min. 3�-4 q' min. oranpe ��v° TYPICAL PANEL DETAIL •�5" min. ='�'�� 28" 28` �� c s 2' mTn. min. min. � o �OR SKiO OR P45T TYPE BARRICA{2E5 2' min. , �v- o+ �9" mTn. �' m)n. �rhite � o s a A' min., 8' max. qZw � � H Q7 N N . U?�} � 28„ min. pne-P i eae cones Tubu i ar Marker v, m c mTn. .-� c - v- o 6i-Y O N � ' V � "�'' 5tiffner � r� � Fict roil . Stifiner may be lnside or outside af support, 6ut rro more then 2 atiffenars ahai! be ollowrad on one brn'rioade. U U a W� �- P M � N �o �� Q om �r J �� tn N v m" ` �. Alternate � Apprax. 50' � Min. 2 drtans or 7 Type III � barricode � � On or�e-raY roods do�anstrean drums or barricade m�y be omitted here � Two-Pisae oones TRAFFIC CONTROL FOft MAiERIAL STflCKF'ILES Alternate � Druns, vertloal paxeis or 42` oones Approx. � ot 50` Sn7X3itAsit spooin4 ��� 50' I `�I� I fi Min. 2 drur�s or 1 7ype I7I 570CKPILE � /�/�i�� G o ❑ �' n ❑ . ❑ Desirable stookpite locvtion Chare�elizir� daviaes paralisi fio troffic Ts.oufiside should be used wi�en staalcplte is cleor zone. _ within 30' fran t�we! lme. � - .� _ _...� � _ � � �_ � _ � b 28" Cones sha I 1 t►ave a m i n i muzn we i ght of 9 1/2 I bs. 42" 2-piece cones sholl have a minimum weight of 30 Ibs. including base. ; � iypiool Plosiic Ortan 1. p'here pasitive redTrectiorwl copabiiSty ls provided, drtitr� moy be anit#ed. 2. Ptasf10 cans#ructton feralrsg moy be uaed aitii c#-tms for sofety as required in ihe plons. 3. Verticaf Paeeis an ilexible supporfi tnoy 6e subEtituted for druas +�han the ahoulder rfdfih !s less than 9 feet, 4. C�hen the shculder r�idth is greater #han 12 feet, steady-Durn lights moy 6e omi�-ted if drur�s a'e used. 5. Dnms rteist extet�d ttae IenQ�th af the culverfi crideninp. PERSPECiIVE VIEYI Legend .. . . _. _. .. . . .._ .. . _ - � Plasfic dnPn - .. (ITl Plasfifc dnon erith staody Durn ti�ht , V�� or yeliov rarntnp refteotor $a� Sfieady DUrn �ning llgh# or yeilar rrarntng reflector 3' t0 A" � qn 2' 3 q; 42• EDGELINE CHANNELIZER �- 7. This device ia lnterrded only ior use in plaoe of o vertical paeel to ch�nelize traEfita 6y indioating ii�e edge oi the trovel lane. It is reot frttended to be used in transitions a- topers. 2. This devloe shail not be used to seporate Imies of irvific topyosfng or othervtse) or Warn of objeats. 3. Shia device ia based on o 82 irinh, fivo-ptece ca�e xith en aliernais afiripinp pattern: four 4 Tnoh retroreflective bar+ds, xifih an opprox)mate 2 Inoh gop bet�veen bmds. The oolor of the band should 7. 7roffic cones and i�tlar markers shall Ge a minim.m of 28 tnches in hei9ht vhen correapond to the color of the edpeline tyeliow for lef� edpel}ne, used either on free�rnYs ar at niphfitime. whTte for ripht edpelirnel ior +rhich the device is wibstittrted or for 2. Cones or tu�ller markers shali be preddntncxr}ly ormpe, fluorescettt red-oranpe, or rA'+ioh i-t supplemettfis. 7he rafleatorized Ca�ds ahall be retra-eftective fluorescent yellox-oran9e. They ahould be Kept ciem ond brigtrt iar mauimsn Type C eraopsulvtad 6ead tHTqh Specific IrrFenstty) aonformir� to �visibiitty. Oepa'tmerckal idaierial Speatt'lcation U►d5-8340, un{ess o�ihervise rwfied. 3. Cones used on►y far doytitt� operc�tJons sb na} require the reileotorized brnds. 9. She base rtust aeiyh a mfnim[m of 30 ibs. 4. Cones ond tubular morkers used for nS�httime operctSons sholf be•reileciorized. Re4lectarized material atwl! hwe a�noth, sealed ouier surfaoe itwt displays the sana approximote colar durinq the day axi niqht. 7he reflecfiorized bmds shall be retroreflective Sype C tHtqh Speofiio ItstensTty) oorrfarmlr� to Departmetttal 14oterial Specffilcaiton QUS-830D, uniess otherxlse noted. 5. �hen used ufi ntqhfi, aFProprtafie parsornel aholl ensu-e that ca�es and tu�ular � mrkera r�nain in thelr proper ioaatton aid fn an upripht position. 6. NafleatorSzatian of 28"aanes shQit aos►sist of a mini�xm 6 inoh bend p{aned at Ieast 3 incfres but nofi more thon 4 Invhes fran the fop, suppfem�nted by a minimm � Inch ba�d apxed a mtntmm of 2 tnches belo� the 6 inch b�d. 7. ReilecfioriZotian oF q2' cones aho) i be provided by oltertwtic�p A to 6' or�pe ax! vhite stripes alth ormDe on top. � 8. Refiectorizotion aF ivbtfiar rrarkers sholl be o minimm of twa 3 lnoh bands plaaed a maxiirAtn of 2 Irrohes fran the top wtth a maxtmm of 6 inches befireen bonds. 9. One-Ptece aor+es or tt�ular mnrkers are qenaratly sut#abie iar i�aqorary usape (up to 9 haui-s) wlih ofiher char�nelizotion devices auch as verttcoi pmels, druns or ivo-pSece cones fcr 1on9 ferm usape. Care sYroU1d be token ta ensure ihey rematn 1n ihetr proper Ixotlon and in m uprlOM poslttor+. ' tO.Cones or iubular morkers used on eoch project ahali be of fihe same sSze ond ahope. . ft,The handle moy be deslqned as o twoh or ofher ahape, fabricoied fran non-riqid mQterlols slmi lar -to ihe cor+e, materTal, ¢�d may extend up -to o mo�cimm of 8 ir�F�s ' above the top o# aone. Lenpih of the handle ahati rwfi be aonsidered vtih rep�d t� ' fhe Overali helylrl- of the cane. � . . . i _ ..... . .. .. . . . .. . _ _. ... . . .._ .. STANDARD PLAFlS �Texas A�sportmerd of Transportailon Trafflc Dperatlaas alvlaton BARRICADE AND G�NSTRUCTTON CHANNELIZING DEVICES STANDARD 14 of 12 BC (10) -07 QC 7XD0T 11'A-02 ��-TxD{)7 �a�-TxDOT IR�'TxWT a•77m9i ��o'� ���ia � IIlflut�tnwin Sal 9-07 s - 16 mrm � mmc � �a I � nvcut I 109A - �---- : _ WORDC zOME PAVEME9dT @AARKIiJGS c 0 w c a'�i 6f9iER0.t. v � 1. The Corrtractor sholl ba raspaisible 7or mo)rrtainlnfl �rK zone and a �� - exi6tlnp pavemerrF m�'Kirtqs, tn accordance dith the stantfa-d specifi- + c m ootior►s and speoia! provisions, on all rood+rays open to tra�P'fic o'� ± ri�thin the CSJ 1lmits unless atherwise stated in �the pl�s. o�,°- o- 2. Color, patterns mid dl�nsions shall be 1n contunnanae rith the 3 i 'Texas i�anual cn Unlicrm Traffiic Carirol Devices' t7MUTCD�. Z,� �, 3. Add3timal supplemerttat povemerri tnarking detalls moy be fiound in fihe _ L ptans ar speotfiamtions. :•� }; 9. Pavainerrt morkinps stwll be lnstalted tn ciccordance mlth the TAAJTCD +-- and as shrnm on the pl�s. a c m 5. ti�en stwr�t term markings �e required on the plons, ahort term m a i ' markings shali confarm r+ith tfte TMUfCD, the plans and detoils as ctwsm on ifie Siandard Plan Sheet �iZ45Tf'�A). n L m ; 6. �n stand�d pavement markings cre not in ploce ond the roedwoy is opanad to traffic, UO N�T PA55 signs shail be erected -ko smrk n�'. �� : the bepinnlf�g oi tt� sectlons vhere passinp Ts prohlbited and a, m PA55 �IITH CAfiE signv vt the be4lnnST�R of seettons vhere possing _ � o ; is permifited. �� N ; 7. Al1 vork zone pavemert� aark)ngs ahflil be insioiled in eccardance � a f' ertth Item 6i2, °��k Zaie PwemerrY Aiarkir�gs. ° F � ; � a i '. RAlSED PAYEf�NT ltARItEAS � o. o ; 1. Ratsed povemerrt mxkars are to be placed according #o ihe patterns F > � . on BC t121. . ,� a . 2. hll roised pavemarrt t�rkers used fior �ork zone �rkinps sYpil mset 0 0 : ..�he-r'eqtl7remerrts,-nf ]iem-672;--"flA35E[l-PAYEi,�NT-MARKERS"'arid�Dep�fifi= _. _. �' �' �' metrtal lAaierlol Spectficvtton DMS-9200 or DddS-93DD. } o^ . L L .a 3 �r°- : PflEFABRICATE� PAVEeffM FlAflKINGS � �°� °' 7. Rernovable prefad�ricated povement markirrgs aholi a�et fihe requtremerrts > n a ; of OA45-8241. 2. Non-ren�vobie prefiabricaied pov�nerrt marhings tfoll backl �Mail e�efi a°� �� � the tequSrar�rtts of t3�15-824D. N D +F - -' L i RtAINTAlNIflG ttDRK ZOPiE PkYEUEltT !lkRBIWG5 b�� _ .°9 �, o t. The Controcior mi 11 be responsible for motrrtaining aa-k zone pavert�errt + a+ _ marktnqs vttfitn the v�k t imtts. 2, �ork zone pavemerrt markings sholi be inspec�ted tn accord�ce a�Tfih �' �'� : �the irequency end repos-ilnq requiremess#s o�F work zw�e trafffc controf `�.n o device inspections as required by Farm 599. +� 0 3. ihe morkings shouid provlde o vtsible reference for a minlmun r� �+- o+ . distonce oi 3DD feafi da^tr�g normol doYi t9trt trotn's and 160 feet �iten � o�� iliuntrwfied by cartamoblle Im�-6eam head)tghia at night, untess alQfrt ¢ N a a = distaice is resfiricted by roadrrroy Qeaoetrics. ��,�+ ' q: L1�ktrips {aillrip to meet this crifieria pTthin the itrst 30 days offier v, n� L Rlaca�erh ahatl Ge rePtaced o�t tha enPer+se of the Caztrneta- as per o r�- i o Speatfiaoi�ton Item 662. �---� . � U Q - �o �M< Q. Q m � g� �� 0 �� om J W � �w J N N v � � N � �� HEA90YAL Df PAYE.A�HT faAAK7WG5 1. Povemerrt morkir�s tlwt ore no lonqer opplicabie, could oreate confu- sion or direct a motorist fiobrca'd or irrto tha ciosed portton of ttr� roadday, aholl De removed or oblitarated befiore ti�e roadxay is open- ed io traffio. 2. The obove ahal! rwi apply fia detours in place ior less than i�o vreeks, nhere tlapqers md/or sufficiert? channet{zirq devices are used in Iieu of marklnps to outlirse the detou�- routQ. 3. Pov�r�frF ina�'kings afio11 be retrrovad to the fullasF extettfi possible, so os not to lewe a dtacerr�able marktnp. ThTs ahal I be by any me�ttwd approved by TxDOT 5pectfioa#ion I�tem 677 ior 'EI(mirat)np ExisFinB Pavemerrt 6�arktngs axi Markers". 9. The rerrovat of pavemerrt marktngs moy requTr� resurfaatng or seat caaitnp portta�s of the rondaay. • 5. SubJect t� the opproval af the Enpineer, ar+y method thai proves to be successt'ut on o Qtsrticutar tYpe pove+nerrt ss�ay be used. 6. Biosfi cieanfnQ moy be used lxrt wiil rtot be requlred unless speoTt3aal- !y atwvn in tha ptans. • 7. Over-pairrtinp of fit� markings SHALL NOT 6E permitted. 8. Removot of ratsed pavement markers shall De as dlreoted by the Engit�eer. 9. Rertavol of existing povemettt markTngs and morfcers �ill be pald ior dtrect(y in acaortlar�ce eeith Item fi77, 'ELIMINATIK6 EXiSTING QAVFS.IENT tdAAK2NGS AND IdARKERS,' ts�fess aiher'�riae stafied in tiie pians. 10.BIx4c-aui marking iape may be osed to eover corrFticttng ex{sting marktngs for perlads lass thon trro e�eeks ahen approved by tF� Engirseer. ier►�orary Fiex)bte-R�flective Rofld�ray FAark�r Tabs TDP VIEW FBONT YIE& SIDE VIEIX -____-__-� �' �� � � � q''_ �/t` _"j � , Adhesive pod Heiqhfi oi sheetinp is usuotly more itwn 1/4" �d less ttwn 1'. STAPLES OR NAILS SHA�L NOT BE US�� TO SECURE TEMPORARY FLEXIBLE-R�FLECiIVE ROADWAY MARKER TABS TO THE PAVEMEt1T SURFACE DEPAflTuENTAL �IATERI&l 54ECIFICATIONS PAYElI�MT l�ARK£RS IREFLfCTORI2ED) DMS-9200 TflAF�IC BUTTONS DMS-930D EPO%Y A?iD ADHESIVES D6d5-biOU BITUMINOUS AOHESI�'E FOfi PAVEbfftTf dAftKERS �,t5-6130 PAEFABRICx7iD PAYEl�CNT iWRKINGS-PEtiHANENT Uf15-82A0 PAEFABRICATED PAYEt�NT NAflKINGS-AEISDVA9LE md5-829i TEA9�ORARY FLEXIBLE-REFLECYJYE ROAOWAY lA�1RKEfl 7dBS DNS-82q2 A IisF of prequolified r�flective raised pavmr�errF.morkera, non-refiective �firafiio bufitons, raadr�ay marker t�s aid other ad povemsnt ma-kings oan be iaaed Qt the ►4vterlai Pradi.roer Ltst xeb address sha,m a� BCt1). 1. Tenporcry fiexibie-re{lective roodmay morker tobs used os guldema'ks � shali mee4 the requirements oi O�AS-8292. . 2. Tobs detalled on this sheet ore to be lnspec}ed and occepted by the. Er�gineer ar desiprmtad represetttative. S�npiing and testing ls �t nannally required, ho++ever at the optTnn of the Enpirreer, ei#her °R' � - - ._or `8"-beaowmoy-be-Tm,posed fo�assere Quati'ty"tefore Plcceri�rtt on tiae '--- - roacf�ay. A. Select five t5) or more iabs at rmdom fran encY� lot or ahip- r�m� and suhmTt io the Constructtan Divtslon, l�krteriala ar�d Povsmerct Sectton fio defiermTne apealtioation oanplla�ae. 8. Sslset �Eive (51 tobs cnd per'iarm 'the foi lmvinp -�eat. Aifix fitve (5) tQbs at 29 ]r�eh lrrtervals an m asphalttc pavement in a straSyfit fine. Us(np o medfum si2e passanper vehiale or pick�, r� cver the morkers xith the irart and rear tires at o speed of 35 to fi0 miles per haur, four (9) tiaies in eoch direciion. No rtrore tMn one It3 oui� aF tt�e five i5) refiective surfaces aMi.l be lost or displaced os a resuft of thia test. 3. Srmll desTpn voriasees may De noted 6eixeen tab ma�ufaoturers. A. See Standord Sheefi �iZI5TPM1 for tab placemenfi on new pdver�rrts. See ' SfiarWard Sheet 7CP17-11 for tab planemetst a� seaf aoot vork. �Qi&8t1 P{3VESii8T1't' MOt'iLl'S used as Guid�narks 1. Rotsed pavement ma-kers used os fluSdsnarhs ahall be from fihe opproved produai tist, and meefi fihe requil'�nerrts af �!S-A2U0, 2. All temporary aonsttuai�ion rataed pavametrt markers pravlded cn a pro- �ect ehotl hE of the scsns mdrwfacturer. 3, I,d�esive tor puidenwrks sha{1 be bitunispus m�ierial hai appiied or bufiyl �ub4er pod for al l awfoces, or ihet�plastia fot� aoncrete strFaoas. Guidetnorks sha)1 be desiqrw�}ed as: YfLLOYf - ttro mber reflecfiive surfaces xi�h yeliow bodyl. WHITE - lone si Wer reflec-tive surface wiih rfiite body). 0 .„,. r _, _, .. . . .. _..,.._,......_ _,.. STANDARD PLA115 �Texas Departmenf af Transportatlon TrOffic Dperollons Dlvl�la� BARRICADE AND CONSTRUCi'ION PAVEMENT MARKINGS STANDARD 11 of 12 BC t 11) -07 �c ixDOT february 1998 {�-'fx04T {m-ixD6S ��-Txli6f a-ixDOi AVI5IP6 ' OISiNcf I� I RhELL A7D Ri1JECJ ffii . 2-98 i-U2 � i 6! � 7 11'02 m�m � m�wx I eanw 4 �s tuas.r 9-07 j � . i09B � O ' N T L O C O U ? _ TN �+± o v°- o 3 T� z± m - c . _' a + = c c a cl a L U � � a = o �n v � � o ma+ -`�-� C O m ', wF� o . o x i m h�- > L = w ❑ t� r - + L L � 3 � � u�iL = oa o L L �l > noE maL u� o �°r ' vom o�+ vro +°O+ w�� W T 1- L � 'O + � o w o E m � .�maa a�-- U = � t �nmc OFL-Y O r--, U U Q - ;� � � e m � N Y ^' J � � �, am � �� W 1p Jm� P M in N m � �_z PAVEMEN� MARKING PATTERNS CENTER LINE & NO-PASSIN� ZON£ BARRIER LINES FOR TWO-LANE, TWO-WAY HIGHYJAYS t0 to 12" ./L, TYPe Y but-fions 10 to 12" Type II-A-A \T' \�j �,g � � ' � 0000 � 9000 D 0000 D � O D D O O D�� O O O O �Yellow � � Q O O 00 O OOL70 D DO00 �CO�0000000 00 D �' Yellow �' Type II-A-A Type Y butfions REFLECTORIZED PAVEMENT MARKIT7G5 - PATTERN A RAISE� PAVEMENT MARKERS - PA7TERN A � Type II-A-A 7Ype Y bufitons a '�' 000�ooa000n�oo 00 oaoonc000n � �� ��T �� Y���.s �s o 0 0 0 0 0�0 0 0 0 � o 0000 ❑ o'000 n a000 � 9 to 8" •� Type Y bufiions 6 to 8" \ Type II-A-A REFLECTORIZEQ PAVEMENT MARKINGS = PATTERN B RAISED PAVEMENT MARKERS - PATTERN B Paifiern A is 4he TXDOT Sfi�dard, tw�ever Poi-Yern B moy be used if approved by the Engineer. Pref�ricoted markings rtiay be substitut�d for refleotorfzed povement nwrktngs. . -, ---.._._ _..._ .. __ ... ... ---' . .._ . . . .. _ .-'--.... EDGE & LANE LINES FOR DIVIDED HIGNWAY 7y� I_� �. . _ _ - - - -- -. ,.--- --�'"'��-^^— -- --- /-�, Wh i te � �T' � � Yellow � � � - - � �.� Yeilow�� � � Wh i te �� � �� REFLECTORIZEO PAdEASENT MARKIN6S Pref�ricvted markings moy be substituted ior reflsctorized pavement rtwrkings. G o a o 0 0 0 0 0 0 0 0 0 0❑ o 0 o n o 0 o a o 0 o n o 0 o n o 0 0 0 0 0 o n o 0 o n Type l� buttons � � 7ype I-C or 3I-C-R '� ❑ o00o n o00o a a000 0 oaoa o oaoa a TYpe I-A� Type Y btrttons� �7 0 0 0 0 0 0 0 0 o n o 0 0 0 0 o n o 0 0 o a o.o o n o 0 o n o 0 o n o 0 o n o a o 0 �o 0 0 0 0 0 0 0 0 0 o a o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o n o 0 o n Type I-A� Type Y bufitons /� 0 000o a o000 0 0000 0��000o p o000 0 � Type w buttons � Type I-C or II-C-R onn000a0000000000aooa000000000000a000n000a RAISE� PAYEIAENT ►MRKERS � 7ype I-C LANE & CENTER LItdES FOR MULTILANE UNDIVIDEO HIGHWAYS \t' � Wh i te A� � `� /1., - .. .,.p. ,_ �y� � �. � � Yellow � ,..t� Wh i te � ''7/ REFLECTORIZED PAVEMENT MARKIN65 Prefabrioated markings may be substTtuted for refilectorized povemerrt tnarkings. STA�DARD WaRK Z�NE PAVEMENT MARKiNGS DETAILS 60" ± 3" 7ype II-A-A TYPe Y buttons DOUBLE °i�'�° „�� �o n o 0 o�'a o o�o 0 0 PAVd�r 4 'I'O � Z oua�s '�-n o 0 o p o 0 0❑ o 0 0❑ o NO-PASSING q° a,���9 _ LINE �K�s 4 to 72" D o Yeiiow 7ype I-C , I-A or II-A-A Type �1 or Y butfions SOL I D EDGE �INE p�"„'� n o� �n o o �o 0 0 0 0 0 OR SINGLE �� 60n + 3�� L I NES NO-PASSING LINE `�`��0�'� _�� .� __,. v�vm�tr r- - - - - ___ �- - ""�K��� 4" kYh ite ar Ye I i ow �YPe I-C TYPe �' buttflns 60" ± 3" WIDE �+��o �o�o� �o 0 0 o n o�o o❑ o LINE °^� �-2u '�n o 0 0❑ o 0 0 0 0 0 0❑ o � 8e iFOA LEF7 ithttl C}UIHEI.IZING 171� R�lEC70A72ED . Oft ClU��WIEL727N6 L]NE IlSED TO PAVFlc1Tf . - wax�xcs D73GOiAlAGE Lld� qVNG7HG.1 -------......__ _-7lMlte....__.._. _...__----- --. f—+10� ± 1�—'�'i A0h + 3�� M7s� O 0 O O O O 0 0 O p gggO O O O BROKEN P� ��0'-�--30'�Type I-€ or II-A-A /� � / L I N E 7y� � or Y buttons �c'toatzeo �-�- 9Q' � 1 ` - � �ron etr�r¢a urc� eav�etr � � v- � lr oa u� u,g. � w+a�I�cs � 10� -�i.�— 30' —� Wh i te or Ye I I ow T Type ?-C or II-A-A (when required) i �Type W buttons � ype I-C /i, �.T' a o00o n o000 0 000o n o000 0 0000 ❑ ,�� TyRe II-A-A Type Y btrttons a o n o 0 0 o�d o o a o 0 o n o 0 o a o 0 o O o�o n o 0 0 0 0 0 o n o 0 0 0 0 0 0 0 0 0 0 0 o ii O D O O O O O C! O O O D O O o p O O O L O o O O O O O D O O O O O o O O � o000 0 0000 0 oaoo n o000 0 000o n '� Type N buttons R Type 1-C RAISED PAVEMENT MARKERS TWO-WAY LEFT iURN LANE . � � r��Whtte�'� ��.a � � � � Yellow � � � � . ___._ _ __ --- -- � � � � i�6s � �1Yhifie�' a a o000 o a000 0 0000 0 0000 0 000o n �Type w but�tons �Ty� �_� a 0000000 00000n00000000000 00000aoa00000000 0 000 0 0000 0 0000 0 000o a o000 0 Type Y butfions TyPe I3-A-A n o0o a. o000 0 000o a o000 0 000o a o D o 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 o D a o 0 0 � D 000� O 0000 D 0000 DR 0000 D 0000 O L� Type W bui�tons \Type I-C ftEFLECTORIZED PAVEMENT MARKiN65 , RAISED PAVEMENT MARKERS Prefiai�ricated marklnps moy be s�sti-tuied for refTectat-i2sd povemerrt morkinps. REMOVABLE MARKING5 WITN RAISED PAVEMENT MARKERS I�f raised pavemarrt morkers ore used to suppl�nerrt RE�40VABLE markirps, the morkers ahall be appiied to the top nf the t�e at the app�-oximote mid lenqth of tape used for broken f iries or at 2o foot spaclriq ior co11d Iines. Thts oilows an eoster rem�val oi raised pavertv�trt tmrkers and tape. 5' ± 6" � i�-1 �' -�e�---- gp• --+.� Rotsed Pavement �iorhers - ! ---- - � .�.� ----- - � �0. + �. Cettteriine only - not to be 4sed on edpe lines Ra3sed poverrerrF inarkers used os stundord pove�nenfi markings shaii be frem fhe opprovad prockscts Ilst a�d meet ihe requirements of Item 672 'RRISED PAYE1dENT �iARKERS.` .., .. ., ..,. , ...---. S7AND14RD PLANS � Texas Deportment af Ttansportatlon Traffla Dparativru Dtvla/on BARRICADE AND C�NSTRUC7ION PAVEMEf�T MARKING PATTERNS STANDARD � 12 of 12 BC�92)-07 OO T�cWT Febttiary 1998 �ou-TxWT ��-T�DT �a�-Tx04T �•TxDDT Im7f7ac ' n�rz ma+t ffA'Att �10 TIRiII g¢( i�97 05111uf iitlu 2'98 � 6 1 � 11-OP i marzr . I mmn I mnm i �m navn 9-07 i09C 0 w T 1 C m O > 4- o ai _ O U N T a1 7 C++ � 0 3 � i �, v- o+ Z _ C : _��+ _ a�� ' � n L = U N N W . t L N . O O O • L C E a N ,00 = O� m C E Q _ L N d w h ' � o+ - O� O N ' w �x i ' m~+ i O U = X L U7 ' 97 01 i F > L = 0l O O U _ _.. ��.� =-- - � L +— + o >, 3 a ` .� � w = O N L a� oo = m �+ o n� rnTL �n o a°- - � 1 L � y�0 j . v°ro C O O � O = + x+ , ��� . N � L� i +� o . w O E y � � N N N �7�L ' u v+ � ¢I C L •- 4- ot-so •--�---� U � � Q � � N �_ � J p �rn < o� J w r' � � � N eA� N N CHANNELIZING DEViCES �OR URBAN ROADWAY TYPE PROJECT MULTI-DIRECTI�NAL BARRICADE : � P1ostTc Dr�m � L\ R)t-2 ' - a� VertJcol Ponei U� I� • I - . �e {\��'f � � � � � � � � / � \\ � ,WOR/� C� //, � I�/`�/ OR� PACE // / � � � � � � � eY �''" � j i . � � i � � � t� / � � � � � Tya� i>> � � .� � . - . - : -. : � � (D � Borricade �� � , �� Multi-Directiona� Borricatle I II with doubte Aeoded arrow I - ���� I Multi-Directionol Barricode with �� � � � For spocinq 6etween tlevices, see BC187. single headed arrow or CWi-6. � ' llse 5eif-riqhtinq supPorts in areos where ' ihere is o high poten?io! ior channelizing devices to be sfiruck. BARRIER DELINEATION WITH SAFETY GLARE FENCE a — � — \\\\\�\\\\ \ \\ \ � � � \ \ \ \ �\ � � � � Concrete Borrier �� � � � � � � � � � � � � � � \ \ � \ �� __`� ' � � � � � \`` � � � (t 4' j1�, y_i � � �\` \ � � NDTES: 1. Length of Sofety Glore Fence will Ge specified elsewhere in the plans. 2. The cumulotive nominol lengfifi of fihe rtadulnr units shall equol the lenqth of the intlividuol sections of temporory conorete troffic barrier an ►+hich they are installed so the joinfi between 6orrier seotions viii aat be sponned by any ocm unit. 3. Panel/blodes will be designed suoh thot refilec+ive sheeting coniorming with Departmerriai Materio! Specification I1M5-83D0, Flot Surioce Refiective Sheetinq, Type C(Nigh Specific intensity), minimm si2e of 2 inches by 12 inches con be ai�fioched io the edge of the panet/biade. The sheeting sholi be atta�hed to one panel/biade per section nf cancrete borrier not to exceed n spaci�g of 30 feet. Borrier reflecfiars are not necessary when ponel/blades are instolled. 4. Moduler Ginre Screens for head light borrier shail meet the requirements of Dl.15-86I0. Oniy pre-�uolifietl promcacf5 t,hall be usetl. d capY of 1he `CompliOnt IYo�rk Yor� Traiiic Gonfroi Derices LiaY IC�ZiCDI deSCri6e5 pre'Q.IGlifiiW pPOduCfS CSW thEir SOurC2s On0 uqy be obtoinetl by ConiOCtitq: Ston�CrOs EnQinetr Traffic OpCrotions Oiv;sion - 7E iexos Qtparfarent oi Transpertation 125 fOSi liih SNlet lu�atin, Texos 78701-2�83 Fhone i5127 Ai6-3120 Fax 1512i 416-3299 instructionE to lacote the 'C�ZiCD' oc+ 7x001 veDsiic a¢: StCr1 Ot YCbSit! - vrtt.dOt.EtCib.tx.u5 CI idt On 'AbOtt! TxUOT'� c�icK on -orqs,;zariaw, cnn-r, C1iCk on Troflic OperDYions 8ox, Click on 'C�nplfont Mork�ZQne Troffic Cor+trol UevPcea`, CIiCk On 'ViEr' P6F' �€ �\ � \ , �' LEGEND � � Borricade � � Channelizinp devices r'j� Troiler rtaunted L'�!/ floshinp orrow ponel � � � � Soiety glare ience PRE�UALiFICAT]ON PROCEDURES ARE OB7AINEp FROM: C�NSTRUCTION DIV15lON-MATERIALS AND TE5T5 SECTION TEXAS DEPARTMENT Of TRANSPORTATION ITxDDTI 125 EAST 11th STflEET AUSTIN, 7X 78741-2483 DEPAR7MENTAL MATERIAL SPECIFICATIUNS FLAT SUHfACE 9EFLECTIVE SHEETING �MS-8300 - OEIINEATORS ANO OBJECT MARKERS DMS-8600 MOOULER GLARE SCREENS DMS-8610 COLOR USAGE S1GN SHEETING ORANGE HACKGROUN� TYPF E[FLUORESCENT PRISMATIC) WHiTE BACKG80UND TYPE C tHIGH SFECIFIC JNTENSITYI BIACK IEGEND &$OADERS VINYL NON-REFLECTIVE 5HEE71NG REFER 70 THE BC SHEETS fDR SHEETING REttU1REMENT ThiE site iS pc'intoblt. ON CHANNEUZ]NG DEV]CES. I � Sinple Heodetl ArroW Dcuble Heoded Arrow I 1. Muit.i-directional borricade sholl not be used for ione closures. 2. Moy be used for sharp chonpes in oliqrment, or acros5 rcotlway from stem of 'T" intersection. 3. 7yDicolty used for Intermediate Term Stotionary, Short Term Stotionary or Short purotion work Zone oDerotions. 4. See Yhe CWZTCD LSst ior opprovetl tlesipns. ' _ ' _" _ ' ...._.. "' _" "'_" """_'_. .. ._ "" ' ' _ ' "'_" ". ... _ .._ ... '"' _"_"' _" " ' . --._......_ . ._ . . ._ -.-- .--- - .. - - -- �- U5AGE OF CW1 -G, ECW1 -Go AND CWi -8 SIGP�S C1R1-8 cwi -e The CHEVppN siqn lClY1-B) /� _��,�_B . moy be used to reploce �� � / � � d roodside delineotion on / . : curves or used in trnn- � / ���[jjj � sitipns or tapers. � . ? �� � `��� / PmemeM Surfxe � TYp iGL � �L1UStRASIOH OF SIGPtING f�i A • � ECWI -60 c�ve irptcnt j ltiLU57RA7��7 � An UPWARD SLOPING AqRUR I Of SIGH11� � sipn tECPf1-6o) is intendetl F� A to be used to indicate �-+� TIAiH the bepirninq of a curve .� � C� or transition. It shoultl � �F.� be preceded kith a� appro- � — oriate curve siqn vhen � CW7-6 I � r+eedeC, and should rsot be a used tNougtiout the curve � or transitian. Advisory , 4� � apeetl plaque is optional. p� . t //.�\ �`V� Povemen4 Surface , NDSES: I /] .. I Cw� � 6 1. CN1-6, ECRt-6a & CWl-6 siqns sholl pe mounted on fTzed supports. � A LARGE ARRDYf siqn 2. CM1evrons, rhen used, shqli De erecfied on the outside of a sharp ttNi-6) is intended to curve or turn, or on the ior side of on intersection. ihey shoit be ' be used to qive notice in line vith ond ot riqht ongies to approoching Yrnific. Spncinp � � oi o sharp chm�ge ln shauid be sucA thnt the moturist olxays Aos ihree in viev, until � � aliqrxnent lturn) in the the ehanq= in aliqmient eliminofes ;ts need. w direction of travei. lt 3, for txo-voy irnffic, use sarre orrargernent of siqns on outside oi � chould be preceded Kith curve for each direction of trovet. . an aDPropriate odv�ce 4. Apprapriote advonce xorninq CURVE or TURN siqn with AGvisory Speed ? /,���'\%c constnution worning pioque shoutd be used wM1en needetl. � t1Jrn ai�i. Pmement Surface _ The five cotegories of work duration ond their time ot o tocation shofl be: A. Long-term stotionory is work that xcuptes o Ionation more thon 3 days. 8. Intermediote-term sto+ionory is wo�k thot accupies a focofiion more than one daylight period up to 3 doys, or nighftime work lasting more thon 7 hour, C. Sh�rt-fierm stotionory is doytime work thot occupies a locotion for more than 1 hour, but fess than I2 hours. D. Shorfi duration is work thot occupies o looation up to t hour, E. Mobile is work fihot moves intermitfientty or continuousty. _ ,....,..., ,.,� .,,,_. _ . .7- --...,_ ._..__... _....,.__ ___ -�---... ,.. ... _, ...... ,_ Stl�tiURRD PLJtNS �tEXdS DEPARTI�NT (3� TRAHSPpRiATI0r1 Trofflc Operalions Dtv/slan TRAF�IC CONi'ROL PLAN 3YPICAL DEi'AILS � wZ cTO� -03 - CQTxtiDT FEbruory 1998 �c��-LR �a�-pTN (w-pN �a�-GB ccw� ur�sias nn r'ttui cist�¢t I atcia l t[RNt a!a nOkc7 y�( 4-99 3-�3 6 � q aunr I wma I trtttm I af nwu ...: _.. , ' I .. �.._ ...-- -„ . ,,. .. . .. ..,.,_ . � .,_,. ._ ._. .... _ . '!70 � _. _ ..�.. . _ _ __ =m= �SIGN SUPPORT DESCRIPTIVE CODES REQUIRED CLEARANCE oo± (Uescriptive Codes co,rrespond to pToject est��e and q�arttities b�tsa " FOR BREAKAWAY SUPPORT ��� SM RO SGN ASSM TY XXXr X, (X) XX tX—XXXX) ���°, � ' eost iype 2 j fRP � Fiberqioss ReirrForoed Plastic Pipe lsee SM4tFRP)) � � _m T�T = fiin-�oi led T�irig (see SWDITitTI) •a i 1flB'�G � 70 BdG Ttlbirtp isea � tSLIP-1) to lSLIP-3) ) � m a 580 = Schedule 80 Pipe (see StdDtSLIP-i) to iSLIP-3]l m� g ` i�knter of Poats {1 or 2) +iv � TYRe Non-Ereakawml i°co UA � tlr+iversai AnGsor - Corxxeted (see SiRDIFRP� csxi IT11T)) portlon of a� n tt9 = t3niversat Anchor - Eotted dorm [see SIA4(FRPI and fTN'I11 support ��� HS = WedOe Anchor Steel -(aee rfdI3iTGtil) (i.e., stub}. qn �,�I '- _ N,P. = 4(edpe Anahor P i os# i e tsee SL1A t1Ni) 5 m D i SA = Siipbase - Cancreted faee 9AAt5LIP-il to (SLIP-3)) 60�� Ground � 0 58 = Siipbase - Hnited Drnvn (aee SA�SSLIP-77 fio ISLIP-3)) 5�� co m �'r � 51gn fiaunting t?etignotton . x i c P- Prefab. 'Plain' �see SMOlSLIP-1) to iSLIP-31, ITWT), fFRP)) �>'- T= Prefob. 'T' isee SMD{SLIP-1l fio tSLIP-3), ('ilYT)l � To avoid vehiole taidercarrioge 6napyinp, anY 0 o U= Pref�. °U` tsee SMS1t5LiP-tl ta iSLIP-37) l aubstarrtiol reawins of o breakaetay support, m°'�` IF REt1UIRED when it is broicen vdoy, ahouid not projeot ��o tEXT oi' 2EXT = Nisrber of Extensions tsee SMDtSLIP-1) to SSLIP-31, (i�T)) more than 4 inches aDnve o 60-Sncfi chor'd �,0 8N � Extruded N1nd 8ean (eee StmtSLIP-f) 'ta (SLiP-3)) 1 li.e., typicai apooe between vheel paths). �o� y�� a},�2 aJ{t (tinfl Ctwnr�ei tsee SMDtSLIP-1) to iSLIP'3)) i �2 t�t HIGHWAY � � m�n � I�ERSECTION AHEAD � - - Otobtt 6 ft mTn--=-----j NIGHWAY \ INTERSECTYON AflEAD i Grecter tt� 6 ft ?.'�5 ft m4X � 7.0 f+ min � 7.5 ft rtomc �ravel ?.0 it min � Travel Lm7e i � Lane w Poved Paved Stwulder Shouider LESS TNAN 6 FT. VlIDE 1Yhen fhe shouider is 6 it. or less in �idfih, the sign m.�st be piaced ot ieost 72 fit. from the- edge af tfie trove i I me. GREATER THAN 6 FT. WIDE �'if�en the ahoulder is grenter than 6 ft in width, fihe sign must be pioaed ot least 6 fit, fran the edqe of ihe shdutder. ��� EXAL = Exfiruded A i um n�mi 5 � gn P�e 1 s (see �AA iSLIP-3 ) BENIND BARRIER v,>,m : � - ---�� -- ----- ....-- --.. ._......__... __..... .. ..-----_ __.__..._..... ... - ` -• ---...._ .... . ... . . .. . . ._..__. . _ . __.. . _ ._. _ ..._,..._ ... ... . � - .�.� a_ .� _ _ _ _ . _ _. .__.. . .. __ / � � - - ,. ` � � � \ �; � No more -f-han 2 s i gn ' \ 1 Acce tab 1 e �� �� 5 fit min�� -�—�i NIGHWAY 2 fi min�� i � P � INTERSECTION € X� ' posts shou I d be ! oca-f-ed �• ti � „ � �AHEAD m�� within o 7 ft. circle. ,� „ �--� �� �� • ma �� t � .�t..,�°w �� j _ �� 7 i'#. / ---� T-INTERSECi' ION �� 12 ffi min -- s ft min � 7.5 ft m�cc i.0 �Pt m3n � 7ravel � Lane Poved � shoulder Plhen this slgn 1s needed afi the end of a tbro-lane, two woy roadday, the right edge oi ihe algn ahould De in ilne with the cartterline of the rooda�oy. Piace as ciose to RO'K as proctloal. TtEST EAS7 ; 259 259 - ---, . .. ... � _._... _ / HIGH�'AY � IN7fRSECTION � ANE�D � �1� �''' `� RO�l ------- �---------- ,o A � Pavad Stwlilder Et1ge of Travel Lane o E+ � .� - - � � \ 7 it. % � ,� � ` � d ( aneter ♦ Gtmid ?. 5 it mox 7. 5 f't IRQx � � �,m m �� / � \ � � dci oler � � � � � � �Srcle � � Roil # Ca�crate �' � � ?ravel 7.0 ft min Trave) Borrler �:�•a f+min �v e � .� _ _. � � \ ' ~ Lane � Lane �s � � �� / � Not Accepfiab 1 e � � � � 1 n n � PaY2d � 1�� � �` f � �� 7 ft. / � 7 it. / di�netel^ Q � . ,d^�%r� . �hlot Acceptab l e � � � ^iro i` � � � Not Acceptab i e Q M o� SIGN�ATTA�HMENT DETAIL 5ign Cimp Nufi, loch washer ��_^-Nytor� r+osher, ffat wosher, Iook washer, rKrt Bolfis used to naunt si� paiels to the clrnp are 5/tfi-18 UNC pnlvcnized squase head with tx�t, nylon xasher, filaF vosher and iock �asher. The bott Senpih is 1 inoh for otuninun. When tuo si4n olanps are used t� mount si4ns baoklto-bxh, use a 5/16-18 UMC palvanized hex head per AS'tM A30? viifi txrt ond heiioal-spring took wasFier. The approxima#e bolt lenpths For var(ous post sizes a�d siqn cirnp types are given tn the tabfe at righfi. The bolt ler�qth rtwy need to be adjusfied dependinp upon field condlfiions. 5iqn olmips may be elther ihe specTfic eiza clamp ar the u�itiarsal atat�p. TYPICAL Single Signs U-bolt-� eack-to-Back Signs NYlan vasher, flat �-� washer, f och erosher, �� 51 qn Pane I nvt Stg� Cla � Clanp Bolt NYlon aasher, fiat --�' �rosher, )ock washer, nufi Pipe Dim�eter 2" nominal 2 t/2' nomtnal 3' twntitta( Nut, Ixk dasher �Sipn Panet Approxtmaie 8oft length 5pecifio Ctanp tfr+iversai Clanp 3" 3 or 3 1/2" 3 nr 3 112' 3 1/2 or 4` i 3 112 or 4' A t/2` r 7.5 ft mrnc— 't. o ft mfn � � Trnvet Lane r- � Poved Shouider Pnved Shoulder Stmuider BEHINO GUARDRAIL BEHIND COIdCRETE 6ARRIER u�SiQn clearance pased on dist�ce required fcr praper guard rail, or c�tmrete barTier i rfoT�nonce. SIGNS Y1ITH PLAQUES RES7RICTEO RIGHT-OF-iNAY (When 6 ffi min. 1$ r�o-t po'ssibie. ) EAST rks+ '> 3713 EAST � FIlr! � 3793 � 3 5 _ � r ,�,° � When a supPlettierrtal plaque � or secoRdorY siQn is used, 6 the 7 it slgn het9hfi is meastsred to the 6ottan of �}he sut�Plemetrtai Plaque � or secandary siyn. GURB & GUTTER OR RAISEa ISLAND y 2 ft 2 ft „_ mtn.� �jGHWAY � min � INTERSECTION A}iEAD � � Fa�bf� � 7.0 f�min * �Face of Curb �� �-`-�''� S I G�! LOCAT I ON PAVEQ SH�ULDERS Mox]msn �sstci� HIGHY{El`l INTERSEC`(ION AHEAa � 7.5 ft max U �" 7,oitmin��( Sravel Paved Shoulder RSqhfi-of-aoy restricfiions may be creoted by rooks, r�ater, veqetotion, iprest, bujidings, a narrorr islond, or�other fiactors. In situafiions vher� o tateral restrtafilon prevercts the mintmm horizorcta� olearcnce fran the edge of the trnvel It�e, siqns should be placed as fiar from the trovei ione os praatioal. ;' i ��■ Post moy be shorter if pro}ected by quardrail o� if Enpinaer deter�nttces the posfi couid noi be hit due -}o extrett�e 6 � O}12. � i r � � , � � � STOP � Signs sholl be rtaunted usinp the follarirt9 oonditton thvf Tesulfis 9n ttte 9r'eutest si9n etevot7on: 117 a minimm of 7 io a mmcimsn of i.b ieei obova ihe edpe of the 'travei i�e or (2) a minlmim of 7 to a rtwx3rt�m of 7.5 feefi above fihe grade at the base of the support rfien sfpn is instalted on the paoksiope. 7he rtwximtn values moy be increased Mien dSrected by the Enotneer. � See the Traffic Operations Division vebsite ior detaited ' dra�ir�ys of siqn clvr�ps, Triongulor Stipbese Sysfiem carq�crrersts and lYedpe Anchor system componertts. The vebsije nddPess ise http: //�x. txdoi. 9ov/pt�T iaot tor�s/traff ta htm �Texos Departmerrt of Transportatlon � Trafflc Operailons Divlalan SIGN MOUNTING DETAILS SMaI.L ROADSIDE SIGNS GENERAL NOTES & DETAILS 5MD tGEN� -08 oC 7xDD7 JuIY ZODZ "��'+� ��� T� ����'T�T �a�'�' 9_08 PfYI530N5 � fjh,T ScCTI Ju9 I WGNnAI � essi Nu.n � s� w. 2, D 26A Si9n Par�el� �- Siqn Bolt � �m �m� �tm w a.i- 0 0-E �L A Ct+ gT C � �� Z 7 �m +� �' o ��t �o� � �� igo amm + g�� mci TRIANGU�AR SLIPBASE INSTALLATION GENERAL REQUiREMENTS Bolt Kaeper Plate �I =r-�- 5!9' structural � L bolts l3), rv�te � rt �� Post t0 BNG Tubin9 or "- Schedule 80 Pipe t5ee Genei-aI Note 3) Siip Bose � � ii ii � r � t3), and washers Washers v a (6) per ASTiA A325 �� if requlred by F� � or A449 artd _ mvnvfaaturer galvanlzed per mmy°- Item445 Gaivanizing." o 0 0� +� i 8olt Iength is a's� m 2 1 /2". 0 �aa 4' Max. �,�� m�� u>,= W7.: u�i.vilv.WT./Y'Y -. .- � , - - - - •. - . - .� � ' - - - -.. . - ----- ---- ---- � - �- -n ti-...�_ -. . .. ....__. . . -- � - -- - � - �-�---. ..--- - = `.-. .-c• _ -�...-- - c • vir. �i i4°-.0 ' �io v Stt� : ,•. . -''; - - e}o F � � ��� . f0� 3/4 " di�neter hole. � ,'�-mm Provide a ,•�,� "�•• .;'.-.',•, 36" `o�+ ? x tf2" dianeter � `: •. •. . rod or sc4 rebar. � - - - - � ^� T m=o ` T ' ;' I m c o Class A cancrete • . . 92` rYm �,1� 12' min. . 2�4` mmc. � �. � ,"'�, Non-tetitforced � '� ; � %� � cencrete footin0 - N (ahail be used o uniess rmted -� .• etse�tiere in the �•� . . plansl. Foundotian should take approx. ' 2.5 ci of concrete. - • • - . „ . . ., . ' ; � � 12" D3a . SM RD SGN ASSM TY XXXXX(X)SAtX-XXXXI NOTE There are various devices approved for fihe-Triangular Siipbas� System. Please reference fihe Materiai Produaer List for approved slip base sysfiems. � http://www.txdot.goy/business/producer list.htm The devices shall be inst�lted per rr�nufac-turers' reconanehdofi i ons. Installafiion procedures shail be provided fio the Engineer by Contrac-For. CONCRETE ANCHOR -- 6" min --�-� to ed9e ' , , , , � or jolrrt �l�1�, .1. . _ -, - .; ''. • ::: : . . . • •., ,:' •., . � : . �•�•. . . • . . - ' . 5/8' dim�eter Concrete Anohor - 8 plaaes (embed a minimm oi 5 1/2" and torque to min. oi 50 ft-Iba1. Anchor moy be expansian or adhesive type. SM RD SGN ASSµ 3'Y XXXXXtX)59(X-XXXX} fW- J G ti. Conorete enohor consists of 5/8" dlaneter atud bolt wifih UNC series bolt threods on the upper end. Heavy hex nut per A57i! ASfi3, and hardened washer per ASTM F435. The stud boii atwll fwve a minimm yield and ultimoie tensSle sirenpth o�F 50 ansl 75 KSI, respectively. Nuts, bolts and rashers shall be qalvanized per Itan 495, 'Galvar�iz- ing.' Adhesive type ar�Chors 6haii haye siud bolts installed arith Type II1 epox� per UMS-6100, 'Epoxtes vnd Adhesives." Adhesive anchors may be looded after adeguote epoxy cure fiime per #he manuiaotarer's recartnendotions. Top of bolt ahall extend at IeosF flush with iop of the nvfi tihen tnsfialled. 7he anchor, r;hen instolied in 9D90 psi normoi- weigtrt oatiorefe with a 5 1/2' mTnitrun errbedmerct, shail have a mtnimm atlowabie tension ond shear of 3900 and 310o psi, respectSvely. � 6ENERAL HDTES: , 1. Sltp base shoil 6e pernianeMfy Qxsriced to indiaofie m�ufact�xer. ldettwd, design, w�d ixotlon af merkinp a�e subject to appr'ovaB o}' the TxDDT T�oific Stantlards Erpir�eer. 2. Mvterioi used os posfi erlth this�aystem aholi conform to the fofioarin9 apeoifiootiau: 10 8WG TubinQ (2.875' otrtsfde�aneter} D,139' nantnol mal I thicWiees SeQnleas or electric-rosist peicled steel tubir� or plpe Steel stwl) be HSLAS Gr 55 �r A.ST1t A1011 or ASTM A]008 Otl�er ateets may be used ifi #Irey meet the foliaroring: 55,400 PSI miniro.m Yield st�ertQth 7D,ODD PSI minim�an iensile �firenqth 20� minim�m elongation in 2s �ail thickness tuncoofisd) atw�l be uithin #he r�pe of 0.122" -to 0.138' Ovtside di8aeter kaicooted) �a11 be witfiln the ronge of 2.867" to 2.883' Galvanizoiion per ASTI.t A123 or pSTp{ A553 G210. For precoated steel tt�ing tASi?A A6533, recaa} tt# qufiside di�neter e+eld senn by I�fiai i izing evith zinc wire per A57iA 8833. Sc�iedute 80 P3pe t2.875' outside dimreter) 0.276` nominol troll ihinkness Steel tubir� per ASTM A5�0 Gr C Ofiher seamtess or electrPc-resiatatme veided steel tt�ing or pipe difih equivalerrt otrtside dtnreter �d +ra11 fhibivtess moy De used it they meet trye follcring: 46,UOa p5I mihlm�m yield atrenqth 62,OD0 PSI minim�an tensile strengfih 21X mfnirtun elongofiian in 2' .. . _ . �---�'ald�iflkness-{vncoated)-stwl�-bE wl;hinifie""ranpe'bf-0.2tie" to 0.309'� � � � Outside dlaneter ttrncoatedl Sha11 be.within the rarzge crf 2.855" fo 2.895' Galvonization per ASTM A123 � 3. See the 7rafflc Operatiau Divtsion aebsite for defailed drvxings o{ algn olenps and 7exos Universal 7r►�pular 5! Ipbose Sqatem cmiponet�ts. The aebsite address Is: hfifip://�.txdot.gov/p�licotinns/�h-ofifo.htm " 4. STqn supports aholl not be apliced exoept eit�ere atmwn. Sign support Dosts shall no} be spilced, ASSF�LY PRDCEOUflE FocmdvFion ' t. Prepare 12-fnch dianeter by 42-tnch deep hole. li solid rock is encourtered, the depfih of ihe foundafiion moy be reduced such fihat it is entedded n mintmm of 18 tnches irrto ihe solid rock. 2. The Enptneer moy permit 6ctc�ees of cazorete less th� 2 cubic ynrds to be mixed xTth a portable, motor-drfven cancrete mixer. For amoll p►acernertts �ess than 0.5 cubic yords, hand mixlnD in a suttahle container may be olloWed by Erqineer. Concrete shali be Ciass A. 3. Push itie pipe end of tfie slip tiase stub irrto �the center of fii�e concrete. Rotate ihe stub book aid forth Miil le pushinp it domi irrto ifie concrete to assure yood cwrfact beitreen the concrete and sfiub. Cartinue to vork the sfi� itrto the co�rete untii Jt is betveen 2 to q inohes above the pra.nd. 4. Pi�mb the stu0. Allorr a mSnim.m of q days to set, unless othenrise directed by the Enptneer. 5. The triangular sitpbase syatem,is multidfrectionol ond is designed to relense tfien struck firan ony direotion. Supporfi 1. Cut support so thvt fihe bot{un'of fihe sign vill 6e � to 7,5 feet �ove ,the edye of the trwelray (i.e., edpe af the closest latz) when siip plafie is below the edpe of pavetnetrt'or 7 ia 7.5 feet obove slip plate e�tien ii�e slip plate is above the edge of -ihe travelxay. 3he aufi shall be pltanb and stral9trt• 2. Atfiaoh aTyn to support usir� cs�viecttons ahot�m, IXhen mulfi3ple signs ore installed txr the sane support, ensure the miniman nleormtce bet�reen each sign is tnoirrtained. See SMAISLTP-2l ior alearonces bosed on sifln iypes: i ; �Texas L3epartmerri of Traiasportotlon � Trafflc O�rvlfons DIv/slon • SIGN MOUNTIi�G DETATLS SMAI.L ROADS I DE S I GNS TRIANGULAR SLIPBASE SYSTEM SMD (SLIP-1) -08 pc Txoor �u�y zo�2 9-OB atv�s�oxs I�n,lxncr �u� nmm �a+�,xnm �a�,xovr Cu.T SiC7� ,1u5 I HICN+L.) ' nlST {W1.71 SN-,iT AU. � � 2i 2fi8 � �____ ��, � �.__� � .. � > a f- - -� 0 0a = � � � ` �,r.,� �, J '}'L � - I � ��Y h � 1 �+� t i t.� �.i a�� �'i i` �� �i � � � 1 L � c' �_ _,� 2°'�� ��� ��� ' ._m t x �- ;---�- ,ni �. .� Otlfa � _ j 1 I o�� �''��}� �; �-•� �_-�_>J qtt �� =,= �� �_._ o L� _ �r „ 1 i�2 I 1 lt i�o � � � � p„} � � /2 � � �`, .`� = L=`--� �- ��==--� mna � goi �o SM RD SGN A55!!. TY XXXXXl1)XX(P) W X 1- ro /� i � � � i-^---� =r__r �=='i=-y � \r'u� "---��� 1/ Y Y ,'I� - �I`. / ti�� �'� \ �` � � i � �/ \ I . � , i �� � � � i . � � � i �� . . � � � +. � r J � �. .., � � �JJ � � � " ��- � .� I� i i � it��z i i t- - - -� SM RD SGN ASSM 'fY X%XXX11)XXtT) ONE-WAY Gap be�tveen tRb-ll or� _--- P 1 oques Street N�ne r - -^� shail be 519n L___1 � ` 4 f � lif required) --. ---- � _� i- y - �c — � �� ���� / SSOP tRi-1) or YIEtD`lfit-2) i � i, ' � . ` r � \ � � � � � See � �� �� \ � - Extruded Alun. 4�'indherin Detaii 0 (See Si{�(2-17a 4LADUE = 1 - variobte lenqih STUP � 2- 32 lnch pieces YIEL➢ = 1- 8 inch pieae &_.1 - 32 lnch piece SM RD SGN ASSA! lY XXXXX(i)XXIP-B�i) �>g �------� �------� . i t i i -�--------------- t+•° . � - = J -�- - - a : � � = 1 e toi - y + � t� � �l I 1 �,�� , ��iz � j � � mo+ t� �i ` �i � 'Xirtqx)-6FT � H �i� � �� � �� � � � ' � � � �_� �_�_ �__J L�_ _ J � ' oTm � - _ - � 5�,_. r _ - _ .._�.. _ _ ..__; _. ... ._ _ -- -- - -_. _ _. ..... .. _� _.. �-_�+- ----��-- ,- � , _ _ o � t t t t �_ % 8 ��o.o L_- - �- --1 --- ----- ----' CO � i' "� 6Y-39 m � 39 �—~ 2 aw ��L SM EiD SGN ASSM TY XXXXX(1)XX(U) ~— � o�+ n= o �=o �---- � 1=-Y W 1 1 L= =_=; � ti� �_,,;r-- °U' Extender r � a � � . �' I i � L `�' ' J se� ee r-,.�=� Detail f i i 1tFT 9IN L-� J tmax] r- _ � r--V-�� � � i � �_ � °-� .�__� _ � �� � `, r � v , � I i t� ii �' � � � � � � � i ` � i �___c� Lr_"__�J i i i i t � i i L_� _J L._ _J , SM RD SGN ASSM TY 58D(tIXX(U-tEXT) a� � 1.12 �slft Wirtg Chma�el ( �t � I F i �I -i f� V ^`___ __'^ r"=_ __'^ V V Y Y t � � t t 1 d 1 A � n �s_ 1�..- --- -�a- - -, ,-�-- ,, � � �, , , -� � - �__, c J L_� _�J L` f_ __l (- ��-1 i - � , � l_ _J � L_ �J � L_ �z Nylon vasf�r: �� _ _ � - _ GEN�}tAL 9dOTE5: AluniNan 5/16° x 7 3!9' -- Si� �x ��'� �+i'� �I �� ' j �• SIGN SLfPPOR7 tt OF PD5T5 6SAX. S1GN AREA P�� � nvfi, Iook c+osher, �[ �_ 1 �� >-�---�— ta 81fG 1 16 SF = a� 2 ilat �eosTsers �, � per AST)A A307 � !0 BWG 2 32 SF tt{�9 // � w� 1\ Soh 8� 7 32 SF � It,erVn445�d �r Ctwrr�el 11 It � Sch 8D 2 64 Sf � 'Ga)vanizinp." 15peotfi�or�� tt� ��, � 2. ThQ Erqina�r moy require that o Saheduie eD post be , ttntversal) �� _�� used In piaae af a 70 B'tIG ahere o sign heiph# Is 5f16" x 3 3/A' ` 3. 51� p�upports�Twil tnvtQDejapli �except vhere aFwem. ���� hex boit w1#h Sign aupport posts ahoil r�ot be sDiiasd. Ch�tie 1 rart, icek rasher � 7np VTew 4• Alianirxm aiqn blanks sTwll canform to Oepartmerrtal aui fiat vesher Dtoterial Speciiicaiians �dt5-7710 or+d ahal I have the 7op View per AS't6l A307 foilowinp minirtun thiciv�essess 0,080 far signs less aoivantzed �er aeta i 1 B ttmn Z5 aq. ft., 0.100 for siqns 7.3 to �3 sq. t�t., Item �195, •Goivontzinp.• �d 0.125 far slflns 9reoter tt� 15 sq. it. ��fia � � A 5 Signs ttiflt require apecifia supports due te reasons ! � ��� o � Detail A . �---See--•—_ __ ._ .... � � Detail B ), . � �+., r � � tn addiilon to aindloodinp are indtcvted on fihe Drfli 7/16° hole 'RE�UIRED SUPPORT' t�le on this ahEet. ` tthrouph) afiter 3�8� X 3 ��2� he°�'y 1�x 6. For hori2orrta! reotanpulor sTflns fabricated fran i)at assemhly ond insfioil fl°�t °'�th �xri'. �°�K botsher olunintm, T-brackets are used for siBns 2q Innhes or ��f� n�� p f�� and 2 fiat vasTiers per ASTA7 less in heiqht. U-Drockets ore used for sig»s of mashers �d i 712' �% A307 gatv�lzed per {tr�afier heipht. lock dasher. _� 1�'� 9q5 "GalvonizinD.` �• �n i�o firiongular alipbose atrpports nre used to , .1 2 support a sinple sign, ifieY ahali not be 'ri9idty" ---� cor�necied to eoch aiiier euoept filuouGh the si qn par�e I. Extender--.- I 1 � This aTll ailar eaah support to act Independsrrtly + � � e+tien tmpooied Dy an errastt vehicle. � 4 4 8. �'inp charnei aholl meet AS'M A 1011 55 Gr 50 ond be ; i 4alvanized per ASTtri A 123, - -' . -- - ---- - - - - 9_Excess P�,�ti.n0.-ffia�eJ,.�r.-arirt�eam�hoi-l-De-0at---=---- _. - - �--�y ----- ._.- --- -- - ' off so �ttwY 3fi does noi extend beYond the si9n ponel � (S.e., excess support shall rwi be vlsible vhen the -.--.__.__....— -- -De-tai t F ,�„ � sipn is vieved -Fran the frait.) Repair goTvanized ! � U-Bracket coating ot aut sttpport ends par It�n 445, 'GalYmlizing." Sp�ices sholl only he allrnred behTnd the siqn s�strvFe. 10.Addit3onal roufie marl�rs moy be atided verfiloolly, provlded the to-tai slgn area does no�t exoeed the maximm atlo�rable a�mmt per Nofie 1. t1.Additlonol aiqn ol�np required on tFre 'T-brx3cet" post Nyton erasher, ior 2A inch helgtrF s�gns. Piaae fihe oTanp 3 inet�es �ove ; T&U Bracket 5/16' x 1 3/4" ,/- bci�}om of sign tihen posstble. ` A���n� � hax boit aSih �• 12.Post•open ends shoii be iltied Kiih �ricfilon Caps, � S�� 1 nut, ►ock rosher, - i/2' x 9` heavy 13.Siqn bianks sfiall be the sizes and shvpes shown on ttw Pmel i 2 fiat voshers � � hex 6o{t, iwt, loak pl¢�s.. : 38 II I 38 SM R� SGN A55M TY 7U(XXXft)XXIU) �------i f �' -� � t � ti �._- -J �-- --� Y1i� M Ir� "� � t I A 1 r� ,� i � ` ' � ��� i�l �����__J L`_'_'J r- -� r- , � i � � i � i i � l_ _J l_ � _J r_ __� r_ � t i t i � = ''==�^v (; =�==J t � A A �� � n �� �i �� �� �� ,� L�, _`J L`��'J ('� -1 f '" : -1 i i i i � � I � �._ _J l_� �_J f � / � See Detaif E sM ao scN assat'tY senct�xxcu-z�a 0.25 H -------wt,M,x�'sFs � --- ---------^'� - .. �o � H � � I-----------* ------------- t 0. 2K � 0. fiW --�---�- 0. 2Y,' � �, ! SM RD SGN ASSM TY XXXXXf1)XX(U-WC) tsee Nate ttl !�-___-_.-_^_--•i � .��. •n i � � i � � � � � i i t � i i , , , � i i i i t � � �! k'(Ino%)FSFT . ^} i �� �n i i i � qi - ' i i � �'� --+- [ � 8 � i .�, �.s i 1-- -------- •._� SM RD SGN ASSYM TY XXXXX(2)XX(P) Ail dimensions are in err�lish unless defiailed atherwise. SM RD SGN ASSM TY XXXXX(1)XX(Tl (� - See Mo-Fe 72) � per AST►A A387 9olvanized per Item A�S, itfC�net ' � i�iU�YOf'liZiflQ. � � �'' 5/16' x 3/4" � hex bat# xfth rart, Inok wosher I �� a�d 2 flat voshers per ASTM A30T Side Visw � qoivonized per 1 Item �l45, `Gaivan3zinp." � Detail C sioE vzEw I I r vasher and 2 tlat q �,,,,,�,,d. rastiers per AS'tM t���� r----r; A3D7 qo�v�3zed per I I Item 995, : ! � 'Galvonizi�,' I I 1 1 ' ' REQUIRED SUPPOftT P�� SIGN DESCRIPTION 4B-inch STOP s1Qn (R7-)7 Deta i I � � 60-imh YIEiD sipn (Ri-2) - i0P YlERC �\ S i gn C Im� Exfiruded t5peaiifc�,or Aluninum IJn'versol) ----'-'-----' --- �indbeom (see SASD t2-U ) 3!8" x 3 1/2" sGum-e head bolt, rwt, fiiat ' O washer nnd loak vasher per ASTN A307 Qalvaniied 31qn Clanp per Item 4A5 "'-" l5pecifiia or 'GalvanizinD•" fBolt UnTversai) post�+� lenpth maY vory dePendinp on siyn ��ar� type ana " Defia7 ) D pipe dia�ter.] FRI�•CTION CAP DETAIL :.OS' ................ � Skirt � Variation �� t _ Pipe O.D. �� 1�'15mitinax Depth � D25'1 010" Rolled Crimp #o ( )� enpope pipe O.D. p►Qe O.D. +. oz5^±. o� o• 0 $ 9Bx16-iiwh ONE-i7AY sipn tR6-i) � 36x98, 48x36, and 98xAe-ir�ch sigRs 48x6D-inah sSqns 98x48-inch sipns tdiamnd or square) � 4Bx60-inoh sTqns � f �B-inch Advrnwe Schoo! X-!nB S19n t51^7) $ 48-inch Sahaol X-inp siqn {52-1) l.arqe Arrow siqn lNi-6 & IK7-?) ��iation cops m�y be tmrwfactured irom�4�at rolled or cold roiled steel sheeis. The minim�n Ctieet metoi thiohness shall be 24 qauge for all oop s�zes. The rim edpes sho11 be reasoncbly atra�qht and srnoath. Cops shall be sized and forn�:d in;such o monner ns ta praduce e drive-on firiction 'tifi and hove no tendenay to rxk vhen seated on tlie pipe. The depth shall be sttfilaient to give pos�tive proteciton aqoinsk enfrcmes af rainrater.�TF�eY shoil be iree of sharp oreqses or Inderrtati�ns �d aho�r no evidence af inetoi fraeture, Cnps shali have an electCodegosi-ted co�sttn4 af zina in acoordance with �the requirenerrts hf pnM B633 Cl4ss FE/ZN B. � SUPpDRT 7Y 10BNGt1)XX(T) TY tOBNGt1)XX(P-BM1 TY 108NG11)X%(T) TY 10BNG(1)XXtP-BM) 7Y 10BWG(1)XX(TT TY tOBWG(1)XX(P-6M) TY 1DBNGt1)XX(TI TY 580l1)XX6T) TY 7DBW&(1)XXtT) TY SBD(1)XXtTI ?Y tOB{YG{1)XXtT) 7Y tOBHG(7?Rx(T) 7Y 198HG(7)XX(T) �Texas Deportmerrt of Transportatlon TrofYlv Operuticru Dlvlsion SIGN MOUNTTNG DETAILS SMALL ROADSIDE SIGNS TRIANGULAR SLIP6ASE SYSTEM QC 7xODT July 20�2 9-D8 xEws�nxs 26C SMD tSLIP-2) —08 I�.� lxnm �u� txwT �m�� nmm �u� txmr W.T �SECTI Ju9 f H1G1mh1 � nisr wu�.t, ` s �, uu. 1 I 22 �m �,� m €>_ m oo'* Q_� N Ytimin)>BFT TL � - � Mi (Ii1�X) �i fi}� �+i �i'_ r-------- -- ,^------------------ � Loa _ 4 1 p� � ' '� 1 °s�= H 1 � i z� ��----- See Deiai l C � � i -� -------- --- -------------------� 'i� � ¢�m �0.15W ' - � 0.7tY 0.15N� `m� i � ol'�O SM RU SGN ASSIA TY XXXXX(1)XXIT-2EXTl a g o I� - See Note 12) Dnt C mmm m o i Exfiruded Aluo. Wirtdbean (See Detai l D nn SA1D (SLIP-2) ) mo 0 or 1.12 �/ft tYin4 Charmei t5ee Detoii A and Defiaii B) �r,om m~� � Nylon aaeher, 5/16' X 2 1/2' hex bolfi vith nut, Ixk �rosher, 2 flat washera � per ASTM A307 golvantzed per Item 445, "Ga 1 vm i z3ng. • o .o mm= eOL �._ � � _.-'___` _�. _ _��� ^ 00 p . m�o�r � F _....nn>.:.m-sc-------- ` E �.����,,.�... ,.. . �,.. .._..._ __:r.�..,�.-.- -. .�,..a..............,..--. +� a � . -c.;ri"�'�"�'� � T � � ( a 0� � ��e �etn i I A t m a � Yf (maX) =1 SFT i H t�-- . 2a'--., �Ti i � See Detai I B ,. � ! � o ; --- � — -------------- -- - �, ---- -._ . -.. - - --� - ,� ---:__. � —...--- - � ---- .::.. . . . -- - - - . . .. .. voo �_ * � 1 8� - �_9 �t-+ - ------• -------------- � � _ �o� --� 8 1l2"` _ 8 1/2" y- xa n � 1i-39' . 39" )Y-39' Da . 2 2 .=,mo_ - �' . - i o�t ` - n=° o . Sl�l RD SGN ASSM TY XXXXX 111 XX (U-XX) bCO _� . 1—Y M � ' � � � • . I 1 1 I � ,¢ ' i i t � \ N 1 1 I i o. Si9nClmip- ---------- -• Sign � (Specifio or ^� Panel Universai) � �i� � � Chame i Nylon vazher, 5/16" X 4 1/Z" hex bolt with nut, loak vasher, 2 filot xashers per ASt6t A307 �t Balvmlzed per / � Tnp View Item 495, � 'Gaivanizing." -� Detai 1 A �� Nyton Nasher, 5/i6" x A t/2° hex boit with nut, iwk rrasher, 2 fiai� �rashers per pSTM A307 galvonized per Item 445, 'Galvan9zinp." Extruded Alunin�an Panel Detail D ww EX3RUDED ALUMINUM SIGN WITH T BRACKET t- J Q H OLL '•�• .� •• aquare fi and txrt varioble � � Hirtp Ct�ame i � Side Yie� � �,_ Sign pane t Drlli 7/16' hote 3/8' x 4' heovy hex (throuph) mFter bolt viih nut, lock �'as�r ossemCly and instoil und 2 ilat anahers Per ASi11 bott, twt, 2 fioi A3D7 Oalvonized par evshers and Item 945 'Gatv�izin9.° lock +vasher. 1 1I2' � Extender _.._ � � Il � il � ii � r—�-���J � Detail C �, \ � 7-Brackefi Splices sholl oniy Ge ollowed behind the stqn substrate. Detail 6 tr variable r �t I ----- - --�-----�� �_......---._ _... �,---I� � 11 I� 1 �� � 1 � �' _- - - . � � Slg I �'. 6� 2 �/8" O.D.� �r- 51ip base Sch. 80 ateel pipe t - Typicui Sign lbtmt SM R� SGN ASSM 7Y SHO{2)xX(P-EXAL) # Additiorwl sti-Ffener plaoed afi approximate cerster of siprrs ahen sipn width is qreoter than t0'. 6' pane 1 stlou I d De plaoed ot the top uf � siqn for proper masting. 1� �� S I Qn —�- 2 1/8" O.D. %� Sch. 80 or 108W6-� 5lip bose steel pTpe �� � 53x5.7 st ift'eners ai-tached wtth post clanps tSee SMDt2-1) ior addifia-wl defioilal S � See peto]I E fior clanp insial la-tia� Sipn Clanp 5ee Deta31 D s` 6° �� 12' �. � 1 E�ctruded Alunitxm T Brocket Extruded Alumirium Sign With T Bracket Sipn C I �nps ISpeciftc or . .. . _ _ Universol) - - --�--•-- - J � - - -• �Ilr_-- � -- 3/8' x A 1/2' squore hecd bolt, nvt, flat rrasher md Iook nasher per ASTMI A307 polva�ized per Item 445, 'ca�vontzino.• Detail E 6" j� �, . � � _........_.._. _ _ _ $ 24" or greater ..........�.,, ' � � Use Fxtruded Ai�an. 9Jlndbean as stiffeners See Sl,� (2-t) for additional detoils See Detali E for clamp instoilafilon � GEHERAL kO7E5: i� SIGN SUPPORT = OF P0575 lAAX. SIGN AREA � 70 6i(6 1 16 SF � 10 8�6 2 32 SF J Sch BD 1 32 SF � Sch 8D 2 69 SF � � 2. The Enpineer ►r� require thut a SaAeduie 8D post be used 1n pinoe q�f o 10 66G ahere a sign helgt7} Is abnormoily h3� dus to a fiil stope. 3. SfQn bupporfs Sho! I trot be bplicad excepi �fiere stwwn, Sf�t StlppoTt posts 6hol i nat be sp! iced. 4. Altanitum siqn bianks ahol l cqlform to peporhtierr}al )daierioi SpecSflcations DIdS-7110 and.aiwll have -ihe to►la,ring mTnSmm thtc[mesaes: �,080 for slgns less ihan Z 5 sq, f�t., 0.10D for signs 7.5 fio 15 sq. fit., ond 0.125 for aigns greofier thai 15 sq. ft. 5. Signs tJwt require speoifio aupports due to reasons in addSfiion to vindieadinp are indioated on fihe `flEQUIRED SUPPBRT` ioble an this sheef, b. For horizorrtal rectanpular signs t�ricafied iran ildfi i alunTram, T-braokets a3-e used for signs 24 inohes or � less in heiptrt. U-brackefis are usetl for signs of � greoter halght, 7. I�hen teo trionpulor alip6ose supports are used to ` support a str�ple sign, they ahali not be 'rigidly` i comected to eoch other except throuph ihe stgn ponel. ! ThTs wiil olloar each support fio oct Tndependerrtiy vhen impacted by an errmrt vehiole. B. �inp chamel shali meet ASi►1 A 1011 55 Gr 50 ond ke qalvantzed per ASTN A i23. 9. Excess pipe3 trinq channel. or ti�Wn shol��e�ut ...___ +..— . - --- -ofii' so-}1'm� �ff ioes not +extend Deyond ihe sIS� P�� ` (l.e., excess stipport shol l not be visTble sit�en the � sign is vie�ed ircan fihe irorrt. ) Repair golvanized � cooting at oufi support ends per Item 945, 'Galvanizir�.' ' t0.51qn bianks shail be the sizes and st�opes aho�m on the Plarss. o 11.Additional sign olanp reqa;red on the `T-brooket" post far 29 irtch high siflns. Plaae fihe oienp 3 Inches above batfian af si� rhen possible. 12.Post open ends shall be iitted �ith Friction Caps. REQUIRED SUPPOR7 SIGN DESCRIPTIC3N 98-inch STdP aSpn (R1-1) i 60-inoh YIEL� Stgn tRl-2) � qBx16-inch ONE-NAY sipn IR6-t} Q36x48, qBx36, vnd q8x48-inoh sipns 48x60-irwh sipns �Bx98-inoh sipns (diarpnd or square) a �Bx60-ir�oh siqns c � �8-itwh Advancs Sohoo{ X-ing siyn I51-1) � 98-inch School X-Tnp siqn (52-i) large Arrcx siyn iFl1-s & W1-7] SUPPORi TY 109NGf1)XXiT) TY 10BWGI1)XXtP-8M) TY 108WG(1)XX(T7 TY 10BWG It ) X7( tP-BiA) 7Y 108WG(7)XXIT) TY tOHWGIt)XX(P-B#A) TY 1DB97Gi1)XX(T) TY 580t1)XXST) TY tOBWGtt)XX(T) TY SBOS1)XX(T7 nr iosxccuxxc-t� TY toBxcclaxxsT) 7Y iOBVJG(t)XX(T) �Texas Departmerrt af Transportatlon Trm"flc Operatfau Dlvls)an SIGN MOUNTING DETAILS �SMALL ROADSIDE SIGNS TRIANGULAR SLIPBASE �YSTEM SMDtSLIP-3)-08 QC 7x➢OT JuiY 2UD2 �M.�'rxarr (cx.7xuo�r �on.7xam (cc�i�mar moT 9_08 PEY251W5 M.1 SiCiI Jv9 � H16Mn1 � ' n1Si Ccih.Tl I 5�T 1�v. � „ ( � Z3 26D Sign Cienp (Specifio or ifiiversall J . _. _.. .. __ _. __ . . � Universal Anchor System _ _ � a�=,. ,. s�au rm�s�s: � �m Wedg� Anchor �, The �ed6t� Anchor Systrnn �d �the Universal Arxlmr Systan wiifi thTn �ol l t�inp post °°'� Stee 1 Sys-fiem w i th Th i n-Wa ! i ed Tub i ng Post a�oY ��d to a�port u� to l0 ac�e feet aF slqn orea. >,n � Pos-t 2. 7t� �lor sao►cet, reclQe o�d prei�rlcated 1-brmket stwl i t>e pern�terttlY �'ked to irjdiocte �p�wfaaturer. Ufe.thod, daslgr+, m�tl locotian oi marking are suh3ect fio the '�+s.. tSee General opprovai of f{ie 7�d10? 7raffic StarodarGs Engineer• o*� 3. ExcePt �'or posts S13 BWG T�InBI, claups, mrta arid bolts, a► t c�oner�ts aha! i be a ps �+°.c �(See General 5l8' di�ter Ca�crete N�� A� preq�mlified. A ItsF of prequallTled verubrs tray be obtolned tran the Nvterial QM^ Tubular socket Noie 4) Prosfix�r List ro2b page. Tt� hebsife aSdr'ess is: Anchor � 4 ylaaes 6` min �R� �_� should be / 97edge lerrbed a min. oi to edge htfiPs//'^�,txdot.qov/busir�ess/prot3ucer ITsi.Mtn fiush to 1� � 3 3/8' and torque � � � �� or Joirrt 9. �oterialjused as pos# rith ihis system stwll oarrFcrm to the foffo+ring apeclitoafitons; ��� , � � I I i � � 13 B�IG�1�Iny (2.375` outside dla�ter) ff�il o tlm 1/4 obove - � .�,� I 1 to min. of 50 it-Ibsl. p A � �d 3" � 1. � O.D95' nanTnal xoll thlola�ess o�� or optimal _�tAPPr'ax. ) A I� �i A expa�sion or� ��� �. +� �� � , Seaniess or elea}ric-resistance tirelded steel tubtng +i� reusffii{ity , � j . I � .� Steel shail be NSLAS Gr 55 per A5T41 Ai011 or ASSM A7009 o . ' t/4 x 2 7/8' �� y� ad�esive type. y ico ��:�r.w�o� J� • -� iy�+"�r• - 1!2' x? 1f2° '. .. '.. , .... . •. Dfitre,r ateels tuay be used ii the meet'!i� fol loxing: a ' .•�: � ��: Pasi Siots (A Equoily 1 I stesl rod acts ''�::-• •`•�:,-' :'. ,•' .a.:, b5,ODD PSi minim�m Yisld strengih om+ Closs A • `,, Spaaed) � � • iU,U00 PSI minteuniesisi{e strenqYh c5ee Ges�eral i� � ' Conc�ete •.-'; _'. �;� li it os o"stop` for �rete onchor consists ofi 5l8' dianeter stud bolt aith 4fo4tythlrychnesset�coatt d)jsholl be �rithin the rms9e of OB3' to 099° , Note 4) � � 4he siqn post � �2', � ';„ � �1 cxl prevertfis 11NC series DoSi fihreods on tAe upper end. A fieavy hex tw} m o i �} Wfiside dim�eter tunoaated) atwil be nithfn the ran�e of 2.3fi9' to 2.387' � , �� �i ---- sfi�, fran per A5T4t A563 and hordened vosher per ASTM F936. The " „ turn3n9 in fihe ���'� afiail hove minitnm yieid �rG ul#3aqte fiensile Gaivonlzofiion per AS'ili 723 or ASTM A653 G210. For precoated steel fiubing tASTN � X i 7 t� u l a r . ': `" 3 1I2' J {�� i�. sirer�gths of 5U aid T5 ksi, respectively. Nots, bolts �d A653), reaoQt tt�he outside diameter meld seen by mefialltzit�g nith zir�c gire c �. �fl Q u. •yi � . D� o ��t • •' 2i' Diar,e fier / �-� dashers s h a l l b e 8a lvanize d per I t e m � 4 5, " Ga i vaniz ing.' p Q r A 5 7 4 S 8 8 3 3. XLC �� � ±� Schedule 40 Top of Dolt shoil extend at least flush viih tap af rnri mhen 5. Siqn b i m ks s h a l l b e t h e si ze s a n d s h o p e s s t w v m o n t h e p i a n s. �ID� • � � �� ---���� � 51Y� PI . 3D° Pe instolled. 7he onctwr, e+hen instalied in 40oD psi normal-rreipht 6. Addifiia�ai eign clmip required on the 'T-Dracke#° Post fior 2A° hiph sipns. Ploce m�„o �- Non-r�inforced '. .' '•, �►� f3' Naninol) concrete with a 3 3/8' minim.m� enhedreRt, shalt Aove o minimun cimnp a� leust 3' obove botfian oi sign a+hen possible. t� Corwreie oa ,° ' �'� ,' . �I i�: , �� allowoble tenston arxi sheor ot' 2A50 �d 7525 Dst, respeotivelY• 7. Si� euAPa"Fa shail not be apliced exoept shere ahovn. Sign suppart posts shall aL-a o • . � . x%d'i:�s%. ��. , [»t be SQliaed, T� Foot irig � • : ; . ' Ciass A . • . : 41 !� : •- . • AdhesivE iype mxcRors shal ! Aave stlsd 4aits instal {ed mlth �» .a o+ �' (shoil he usetl _. �-� ..•,,••� Concrete ,' �i 1�-,'�•� ��' � Cor�ressian 2.3�5" Uianeter 7ype III epoxy per UMS-bfDD, 'Epoxies md AdiesTves.' e. See the;Trafilc Operatiotu Alviston �ebsSte ior detoiled drrn+ings oi si4n claqss u�less nated ;; .. .- �� :`• : 1 1 �, •. Ring 0.095 Thin Aahesive anchors may t>e looded ofter adeq�mi-e epoxy cure Atw�wr Sy cqnpones�i' s+e site mddr ss i =a� � , ` _ ` . I I %. -t�t#�/l4avir.#xdo#.-gov/�I Icotions/iro�FFicirtm_-'_ e s: - a eisewhere . - � • > , . Stub PiPe '.'�-- �.. Waii Tube _ _tTme Der ttie_ m7nufarturer's re�ofi39ns. ---------. ..._-- - r- - � PR EDiffiE . .-----.'--- - -- ' > n in ttte Qlort&). ' .'>'.�.: �: . : ; _ __ - � - -- - - --- -- - . _12 ?icmmal7 "----- - - ---- 1 . �r,� _ Foundvtion __, . . • , ' . - -• -- --�-- -- ... .,_ � `.:.._.` ..qE�GE ANClt9H SYSiflt INSTALLATI OC --"��'=-._-�------'" ' �Pon-reinforced . Dig far�dotton Fpfe Nhere so![d rock is erscountered ot qrwnd tevel, the '��.� stwutd taise "-. �... •' , ��-ete . .'' t�. 3/4' dio. t--� � iaia�fation stwll De a miniman depfifi afi 18'. ilhen solid ronk Is encosaTfiered '-� o � approx. 2.0 of =- ..-`' '. -_ ..'' • " O �O _ � 6eiarr ground ie�el, itie famdatton stwi l wcterid (n the sotid raak a miniman �++ � of canerete. footin9 •. :.� 14 depih Of 18' or provide a mtntmm iumdat{on �epth of 3D'. If acild rock is ---- 12" Uia -+�i (shall be used '•; •. - �Q a u n l e s s n o fi e d ' p l o s t t o I n s e r t encoimfiered, the socket/stub tnvy be reduoed in lenpth as requtred to a minim�sn �o o SM RD SGN A55�4 7Y 7t�'ElX)'xStXl >•.. . ' 30. Coup ler le r � p t h a f 7 8". A n y rt a t e r i a i r a � m v e d i r a n t h e s o a k e t/ a t u b b h a l! D e f r o m t fi e �F� elsewhere � , �~ b a t f t x n o n d { h e a l e a r a n a e r e q. � I r e m z rt t s q i v e n an S t�tGEN) must 6e fotlovred. The in i�i�e Ptansl, �. .�. `.. .`.� 3 1/2' to` 3 1/2° Ptpe Sfiub jmer surfaoes of t1�e sxhetlstub m�st remaSA free of car�rete or other debris. mp � F���� ,�� . -, D i m i e t e r 2. T h e � n git�eer moy 4ermi t b o tc t�s a f aorare te t e s s t h a n 2 t x� b i a y a r d s t o b e m i X e d s h o u l d t a t c e `, :• .'�"-'- V iew A-A sohedo{e 40 :••; " � e o s e � r f t h; o p o r}� l e m o t o r c. Y i v e n o o r � c r e t e m i� r. F o r s m a i i p l a o e m e r r t s l e s s t h a- 3 ��t approX. 2.0 ci " • ., • . • Stt� Pipe ` o�� of cmcrete. y., :•,•, �:' l3• Npninoi} Plate 0.5 otd�iu yards, hnnd mixing in o suitrbfe ncrrtoSner may be ofloxed by ET�4ineer. mow Urledge Anehor ..•+� : ��p• � Piooe concrete irrto hoie isrtil it is appr�ximotely flush uith the gro�asd. , m_ o .� : •. . ' . . ". ; . Cqn`Yete aha11 be Closs A, �,� � • ,� � •'., � Plosfiia insert mut 6e used rtien usin9 the 'iWi aith efther � Q _ � e f �co H i gh Dens i ty Friation.Cop ..�'.^. ..� .� the Universa] Anchor Sysfiem or tt�e Boit Do+m Universol ` �, �� �,� 3, Insei-t t�ular aooket irrto conarete urtil top of sxket is oppraxfmoely 114 ' ,t-�cm or Plup..5ee ' Anchor Syatem. The lnsect aFauld be opprox. 10" long and �p• � aboYe ihe concreie foatir�g. Po I ye1'hy I ene defioi� on SIAD cover tiie tubTtq frao jvsfi above the top af tiie � pipe fio 9. Plurb the sxhet. Ailov: o mfnimitn 9 days for conorete to set, unless ofif�envtse � l51 iP-2) � �---12' �la �J the bottom of the stgn post Mien usinp ifie Universal Anctwr di1'eated bY EnpSrreer.. � ( H D P E) S y s t em System. 7he i nse['t Qhou t d be out to approx. 4 1/2' M'�en SM RD SGfJ A55M TY TWT (X) t!H iP) 5. Afitc�oh the s i gn to the s i gn posfi. 4 . SM RD SGN ASSM TY 7qT(X)UAiP) used witM the 6oit Daan U[tTversa) Anohor System. 6. Inseit the siyn post irrto sochet cmd aliQn slQn fiaoe vith roodetty. � . 7. Drtva the xedpe ittto ttie socket -to secure past. This tri►! teave approxim�taiy �, Pos�t o (See Generai ..,e. ��� , 3 irjohes of the bedpe exposed. Nat� A) . T-Brxkei UHIVERSAI. Ai{C84R SYSSEM INSTALtAi'ION PflOCEUUflE 3" S i gn Ins-Fa 1 1 at i on Us i ng a Prefabr i cated T-6racket for Th i n-Wo I I Tub i ng Post �. Diq faaldcfiion tnle, AYiere so1 id rock 3s erscamtered ot ground level� tr� �SApprex.) fourido�ion stm11 be a minitndn depth �i 18'. Nhen solid rooh is encountered belyw qround levei, the foundvtlon aha►I extend in ifie solid roak a minTmm �"�' 0.25 N r--"� depifi of 1B" or provide a mtnirtun toundotlon depih of 30'. Ii solid rook ls ;_ C".�i.�'ivi � n' : : • ^.�'�'eYr4''ir ---"---------------^---- ���x��8� 1/2' A' encuuntered, ttie sookst/stub moy be red�xxd in lenpth es required ta a mmim�en , •.�": --------------------------� ° enqth of IB y muter,a! r ve ir tfie I I X L^_ _1 he vy hex i M smo d om sooket/atub shall be ircm the Class A � � '' �--- - i � ���� _^ __� b�lfi, nvt, 2 boljan ond the cleara�ae requTre�trts p(ven on 51�DIGEN) rtust be foifared. 7he Conorete ,••. f�. ,A � ^� �t � - �• � i I flofiwashers imer surfoaes af the soaket/stub rtust ramin fYee af conorete or other debris, � j5'. " . � `-- - - - ` - - - - - - - - -� - - - - - - - - - - - - - - -J � � � = i I I _ rt base post in twie to deQfihs shorn ond backfill Mle vith ca�crete. ��'+' '�' � i urtd ixk 2. Inse .. \'; ., i � � washer Pe� 3. Level md pitarb the base post usinq a iorpedo level and allar aoncrete adequate '. e•, 'i" �- � # i � � A57#1 A3D7 tim: to set. '[he bottan of the slots provlded (n the atub pipe ah41 ! ressatn A�- ..'', 4'" �"` See Detail A --- -- --- 9aivanized ebo4e the tap af tMe cor+crate �andcYlon. � • • . � � 7 � - - - - � - - - - - - - - - - - - Post Per Item A45, 4. Ativch ihe siyn to ifie si�in p�si. �'' �'•; 0.6w "Golvanizinp•" 5. ]nsfail piastio tnsert aratr:d trottan of pos�t. ��.� �". 30' ' p,2y� o.2W 6. Insert sign post infio bose posfi. Loxer urtii #tw post aanes ta rest on sfieel rod. Non-reirrforaed���'� iw, �„ �', r� � � �� � -_ 7, Seat canpression ring usinp a hartner. Typioaliy, the top of canpression ring Conarete � 1 . � Footir'tg SM RD SGN ASSM TY TifT(X)XX1T) B/16` hole moy need De-Fa i i A wil! be opproximately level w(th iop of atub pos-} alxn optimally instoiled. �`� '.,- 4• • to be dr1lted through N• Check sipn.post by hand to ensure it is unable to iurn. If loose, tncrease tise (ahall be used .,;, � .� y t� - See General Naie 6) fifgj7fiening of the ccmpressian ring. unless noted ; ; . +�-r ".; .;, post to ac�dofie _ . elseWhere . . i.'� • , . bolt. � in the plansi. �.. ;, ,..: Foimdatim • , . . • ` should take � ' • ,A•� •� A aAPrmc. 2. 0 cf • ' ' ' t � ' ---- _ af concrete. �..-- �p• Oto-�^�i � SMD RD SGN ASSM TY TNT(X�WP(X) )W- J c i�,. NOTE The deviaes shatl be installed per marxrfocturer's recatmendaiions. lnstallafiion prooedures ahaU de provided to tY�e En9lneer by Contrnator. � Texas Departmerr� af Transportatlon Trofflc pperatlau Dlv/alon STGN MOUNTING DETAILS SMALL ROADSI DE S I G�lS 6�EDGE & UNIVERSAL ANCNOR WITH THIN WALL TUBING POST SMD {TWT) -08 QC 7xD0T JuIY 2002 �M,� ixem Iec.'n�oai �a�=�� �eK�'rxnoT 9�08 AEV790N5 �uT SiCt( .W4 � NSCM}l , n75i I CutA.Tl I SN'c Ts w. ( �� 26E ��_ _�__ , �� `ov= �� � 8�L >ai- a+�- a� � ',a i o�b a�m m��°o - .}- L'U pOL LCO n.m� c�} mmm mci `u~o 0 Co m „'r i �o 0 XLC m�- Fmi I . 3" 4.0. Fiberylass • Relnt'oraed Plastio tFflP) Pipe � � o a ��. m+y- tOi � .� o T i' m+ �°a� ��� �; ,I J d. p L � � , - - --�� - ..- - - --- -�.vrnv>Rv� ._ �•---� � . ' ; -vr..w,..o � winv,,.. ( - o � Class R ` .:� �� _{ 7D` r �o ��'°-1°- Car�'ete �.' � �� { 4 t ` - �.• , - vr-�o � � . � l. . �tx-� - ,"s � �_ �"`' ^.• . � . d �+- Stt� p}Pe --� ' 1. o�� � . ��';: Non-reittfar�d . ' :. � a�= Concrete Footin0 ---�i,.�'',': . 7-0' 30' mco ishol 1 be used ,� � � �Y;� unless rated ' e I eevt�ere 1 n the . � plms). Eoundation • �= � Mahould take approx. ;:� •�A , a 2.0 ef oi �twrete, � � : ' ; � � , J' ' " - �. U-,. Vl •��� • " - .a . .`• c . _.' .. Friotion Cap ,4• • �• �A• . or P4u9. See '.;,.;'.:L:''_:-'•�.� , detoi 1 nn S�1D � ' � t5 f i p-2) -o--- 12 D i o -�—� . _ , -.- - ,��.....�--- � ___._ _ . _,. . . _ .� . _ GEHEtLtt _ _ _. ., _ . � _ _ _ . _ � Un i versa ! Anchor System ,�.rEs: W i 1'h F i berg 4 ass Re i nforced P i ast i c ( FRP > PoSt �. FRP siQn euppw'ta ior a sinple type sipn sugport may be used for 63� ua +o \ iy � �I� ;l� � � i A i i A 3 � � 1/4 x 2 7/e" � s slots (4 i i eq�� �Y i � epaoed) i i � i i i � �----� '��/ - - -- . __ ._._._.. __. _ - - - -- 3 1/2" Schedul€ 4D'-- - - 5tt� Pipe e (3" Nominotl 1/2 x i 1/2' S#eei Rod ' Acts as a"afioD" for fihe sign posfi und preverrts stt#� from turning in -rt� fo�d�tion. Canpression Ring � t�cfuditW 15 sq�e feet. Uaal posi irisiallatia� s�oy be used ior eigns up 6' min to;oncl Inclttdinp 92 square feet. to edge 3. Se� fheSTroiFic OperuilonssDi�vlsion batetfor dEtailad 6rpri��tvonizing.` �0� IOIttS � Of S��'1 Ci�6, 7iiE !I@bS1�B Oddr86b �S: � http://muw.ixdot.gov/D�llcotionslfiroffto.hfm A��, �� I � � ��� A FiiP P05T REpDIREIlEA7i5 _ "/ �.•" • - 11 , " �� �, MOf8r�C16 6hG11 CG[IfWI(t 1'� '}hC i84UI�Ci1CTY:'S QF I}EP�(Ital !AQ'tE�IaI ����' =;-,�- Speclfioation DMS-4910 and v(I1 be itrnished in a yellow or gray cala- as .=,�_ • specti(ed etserhera in tt�e p►ans. '.`•:: :`-� "e ,'-.` ',- ::. a 2. Thtolmess of fHP si9n support ls 0. f25' i 0.031', - 0.0". 5/8' dianeter Cascrete Arrchor - 4 pluces 3. FflP siqn svpports are yreq�w{{fied by the �roffic Opervtions Division. Preq�wliiicution pro�edures are obtained Dy wrlt►r�y: <ert�ed a mtp, af 3 3!8" astd torque to iexas Deporlt+�irY aF Transportat'lon min, ofi 5o ft-Ibs), driclwr may be exp�uion � Troffic Operofiior�s Division ' or a�esSve type. 125 East ftth Sireet Austin, Texas 787fl1-2483 � Cottcrete ormltor consists of 5/B' dtvr�ter stud bo)i vith tkiIYERSRL ANCHDii SYS?OA IN57ALLATIQN PRQCEOUflES tRIC series bolt threads on the t�per end. A hea+ry hax nvt per A� A563 �d lwrdened vastmr {ser A57M F938. the 1. Dig founda#1ostSsole. Ythere so{id rook is es�countered ot psound leve4, the siud bolf sho{1 have mtnlmum yield m�d ultlmate tensile facsdatian ahall be a mfnfm�an depth oi 18'. 9ben anlid rack is ertoountered ; �i strengthc fft 50 aid ?5 ksF, respectively, Nuts, bolis �d beEow gramd {eve1, the iwmdatSon aho11 extend In the solld rootc o minim.mt ; washers aholl tre qolvanized per 7tem 4A5, "Golvmizing.' deptl7 of 18" or provide a miniRun foundafifon depth of 30'. If solid rook is ' Tnp of bolt shotl exfiefod ai feast t'Sush �'ith top ai nUt wh9n elpourrtered, it;e sxkefilst+� moy be reduced in lenqth as reguirad to a.__, _____._._:_..._ Tnstalled. The m�chor,�vt�en instglled, (p.90U0�si�tor�al-vei�t- ----- -- ---.. _-minimm-1ertQth-of-18'.-7lnY"mQte'rTa7 �Hno6e��'ran ilie sockef/stitb ahalt be " ..-- oonorete er"itfi a 3 3TB' minisam e�rbed�rtt, ahoi 1 hove o minlm�n irom the boitom and #i�e cleartQice requFremerrts yiven on SMDtGEN) must be allarable tension tsW ahear of 295D and ]525 psi, respectively, fallaaed. The itmer surfaces aF tt�e sooket/stvb ttust remain free oi corwrete pdhesive type anchors shall hwe stud bolfis installed aTth or othar debris. Type III epoxy per DIAS^610D, 'Epoxles and AdiesTves.' 2. Tt�e Enplr�eer moy parmtt botohes of oonareteaiess tha� 2 ct�ia y�ds fio be Adiesive �chors may he louded after odeyunte epo�ry cure m(xed viih a portable, motor driven conore-te mixer. For �nall plvoernerrFs time per the rtpnufacturer's recartnendations. Iess than 0.5 a�bic yards, ha�d�mtxing in a suit�te cartatner rtpy be ol,loaed by Englneer. Conorete atwll be Class A. 3. Itjsert base post in t'oundetion ho{e to dep�ttts sSiown nr�d fl I � fiale xith BOLT- DOWN DETA T LS «�r�re. c�r n�e post fran botfan ond ensure a miniman of 76' �u�m ;f . i�tOtted in solid rock. 4. L;vel and plutb the 6dse post �rith ooupler ucinp a torpedo level and let . _ � o�nncrete sei a minim.m of -0 dc�s, tailess aTherwlse directed by Enptneer. c � Botfian of base post slots shall be above fihe cancre�e footinp. 5. Attaah sign to FRP past. p Q • 6. Inserfi siQn post irrto base post. Larer urtll the post canes to res-t on the . Caupler steel rod. 7. Use ttatm:r ta ensure the coetpter is firmly seated, '[op of aoupler ahotttd Ce i� 10' Pipe Stub leuel aith top ot' bose post i� mos't Inst�ces.� 3!9' dia. / B. Gie�k at9n to epsure tT�re Ss na iwisi. 3i toase, lncrease the tfflfrieninp of �e ` - / cQupler. \ f� 6ase i �10 p - 3 1/2• � Plote gptT�Ud1NN SIGH SIIPPOAT � �� � �' � t. P4sition base plate wlth coupler on existirio ooncrete. ��, �/p• � ?. Ur,ill holes irtto ooncrete ond insert the 5/8" dia�ter bolts trith wedge an�twra, arid tiqhfien nuts. 3. kttoch si�n to FFiP posi�. - 4. Ir'wert bottam of siq�, aos�t irno ptt� stub. SM R� SGN ASSM 7Y fiiPlX)UB(P) 5. Use hmmer to ensure �ihe coupler is firmly aevied. Top oi ooupler ahould be ieve! Xtifi top af base post in m�st Ins#mices. ' 6. LYmck slgn to ensure fihere is no twisF. If loase, increase the tiqhtehir� of !e Flbergtass Re i rtforced Plastic (FRP) Pipe 3 1/2' Schedule q0 Stvb Pipe t3" Naninal) View A-A SM RD SGN A55#! TY FRP(X)UASPI Typ i ca�l S i gn Moun-fi i ng Deta i I for FRP Support with Sing(e Sign plosttc or rprlon Masher, and flat washer � Siqn Clamp � � tspecifio or � Universal) � FRP Post " , Y J o� �� r� Flot washer, � taak washer and Rtrt � I si4n Foce / �� � i Drill 3/8" i#Smc. ) hote Tn ERP sttpport and sipn #ace .D80" AtanitKm Sign - 5/16 x 9' Hex Bolt Typ i ca 1 5 i gn Mount i ng Deta i 1 °�'p `. for FRP Suppart w i th Bcack--Fo-Back S i gns Plastta or nylon aasher, and flat aasher ` I SiOn Faae �t� fG � Siqn Clmp t� � {. SSpecifiic or I �/� � � llniversall A �/����,CU/X�—_ FRP Post 1 '�..�\�� - SI{�n face/ �� �� Plastic ar � Nylon 1Vasher � Flafi washer, � lock rosher and nvt �rill 3/8' IMax.) twle in fRP aupport and stgn face ,OBD' Alunirxm Si9n - �t16 x A 1/2° Hex 8olt I . ., .. . . .. �Texas Deportmenf af Transportatlon Trafflc Opsrotlau Dlv/stotr SIGN MOUNTING DETAILS SMALL ROADSiDE SIGNS UNIVERSAL ANCHOR SYSTEM WITH FRP POST SMD(FRP)-OS OTxDDT JuIY 2D02 ���.�'+xmT �cK� TxpoT ��^�'ixccr �a�'rmdT S—D8 FlEYIS7W6 Cub'i 5'cCM1'� .1u9 4 WICHRht i�,n �, �, I � � hu. ) 2S 26F _.. _.___ __� __ . ... _. _ . ._ _.___ . _ _� _ _._.__. ._ .._._ _.--- - -.. .. �.,,� . . - _.._...._. .. ... _ . .. _.. ..... -- - 5 _ . ..... __-- ----._. - � TYPE %� 5'dewo� _ µ�� � 2' sirip ii cut throuph k 5� 4� g is qreater +han 4' �n lenqth. Otherwise ploce tleteetuble 3� S, vrorning on the entire surfoce �or ' � �D- Mjn of cut through. r�Fi,� Ramp L imits L°ndin � p'yo�. vDe � TYPE 1� TOro�d, of Poyment 9 O L��aryD �� �. imit O withncrosswo�k Ilel J Te Qe+c 2� Mo � 3, Rarw L s 4;. ` S,4�ov ik ` '�.� x ofi PoY�nt u'u;��,a,. h 4i� ° °*n Q� ,�t. S�onQln4 - - R�np Limits R� _ � �f' �+' ' ,"�''�''= oi Poyment cy s;`�` �,�3�� � Mjn - �,�p - ��;� ' �-�.';z2;ck. IOFre � �� ►�' o Crass slope nofi to r 5� M�n � Ramp Limits Curb detoiis ore e3� exceed 2X on any O of Payment shown etsewhere � port�o� of rmnp or � TYPE 2i � �n the plons. s; t.Y�'� � transition to street. � TYPE 20 � � S��'�r� F� , Q� R�,,,,��,"� CURB RAi�PS A3 MEDIAN ISLANDS � at�'O -; � — - _._.....__ , r DIREC?IONAL RAMP WITHIN RADIUS : � (5idewalk set back from curb) Planting or other ; ; .� _.........,_.__. _.. �. - non-wotx�n9 surfoce ; �TYPE l0) 5• ; i# tlropoff is not ; Sfde�iQ�h � �jrPE 8 1 protected 1 X � PERPEND I CULAR CURB RAAAP : � � Shore� S•3� ° LoT�d�p9 RamP � Ramp Limits � : Ranp Limits 5�x 5 8.3% of Payment '= .' Q�d'n9 , � Landing Ranp .y. , __ � __ _._ __.�.. __._ ' oi Poyment '� , , �. . , . � --- - - - - ---_ . . . . --- --- •- - •-- ---- --- -... ---- - --- -. ... ._._...--�- - -�--. . ._. . _..----------- — - - --�---......._ ---- - -- - - - - ------- - - - -- •-•---. ...- --- -- - -- -• --- --- - --- -- - — �""'-� ._. . . -' ---. . --... . _ . , • y. � R� ry ,c . �- �7 "f ��X Planting or other non- Width �f F ;��• :�•�.=� - �o�, �� wo I k i ng surface i f dropoff 4� _ F d�g` �� Maneuverin9 �o� � 6 is not protected • � y e � TYPE 2� ; '� � �/ Space 4'x 4' ' 5� �6Up1 ./ ����`� Cross slope not to �. � � Curb R�np Ranp Limits / 2i � exceed 2% on on $. � E � � 2' min. run at 8.3% oi Poyment y � B 3;c �� ,i Dort i on of ranp or � 5�.n R� n Sidewolk tronsition 'to street, � TYPE 3 I '�� + aii oi 8.3ti 5na�eti R q• oa'�o�' ..`- La+CSna �' � �'d�hO : „ . , R°�v ' - y' .� ` . � .._..,.,.. _ _ .. _ �.....__ �a: a+9� Plonting or ather non- DIRECTIONAL RAMP WITHIN RADIUS ao�- ' , ,.� �pr.i-. l� c�. ...� wo I k; n9 surtace i t' dropoti ' ( 5 i dewa 1 k ad j acent to curb) �oN.i ; ,,"�. : DIAGONAL CllRB RAMP {FLARED STDES) �s not oroteoted �___�LL� �__ i _ o�i�c RomP Limits " -��,..._,.._. _ , �-----_ :....._. ` a,�,nt�. . of Payment ,f,_ i Min. 2' toper to existing ma, �: Ramp: 5' Min Side I TYFE 6� or proposed sidewalk� � v o L ' ` Shared " p � ore ' '--ooa Ramp Limits a. '== w� Lontling i_ 5' 1Ain_ . �,"-aa PARALLEL CURB RAMP , °{ PO�"� ~' ���r " " � Runp Limits i��� � +o ��. ( Use on I y where water w i I I not pond i n the t and i ng. ) ' �s� �� � of Poyment , T X C'O ' � ' -'�';` - - .OF-O - ....�.�._....,.._.._...__...,.._,.... �n;s,a ........,_.__........�,.� - __ _ "�. v L � � �,TYPE 5 � .:�= =3�. Shared vo . � � ` ` _` - S a�°i� m°- `2•• s,�.� Londinq ^, ` I. \ Curb ° a�ia""+' . _ . s>�Y . ,PS � � .,4_.3� �N ` Sitlewalk >�L� �.x�� ,� � Walk�np Ram : °�, „°. d' -��� ^7 Surface 5 i dewo i k �O � � ID 1: N L`�'.-�.s +��� I¢ O C ��� pl �._,F �'� ry�,tC': - ,-..�. y,.,- F� n J v o � . ..i :s:.�5..'.>ie� . a 8.3:C • , m � ' :'..'''�h+r, .iiiiiiiiiiiiiii �^'V� a c- � I TYPE 4 a,rH:��'�s°' ,,, .,. _. � p� y;�"^,.�i � �Y� L v o ( � , 4' RaoP , y A FK. � • T tlJ U +� o o �' Witlth Ramp Limits ' �n o� o- 'S�J' Q � of poyment � TYPE 1 1' i�- amnp �tmi ts �� 4� ' FLUSH LANDING COM$INATION CURB RAMPS 4- o � ° oi Payment � a ot� .. .,...... . . , . � __ ,. ... ... .. . . ... ... . . ..- -- - � . ...._ ., _._._, _.,._... ._ _ .. . � ,_ , „ _ .. , ...,_ , .... . _ . . ..__.,,,. . . .. . �odo ,�+o�ac`� ��` z' min, run OFFSET PARALLEL CURB RAI�1P r - �, � o� o. `�,°c �-,� n � TYPE 9� 5' x 5' F I are No7�5= ' �,zO,� . �,• �c�,� CROSSt%AlK Landing `� �. �TYPE 22) �� .r � 3r1,'/_ ��> � c� �� Ranp L im;ts �� B• 3� See Generai Notes � �+at �� �`4 �JJ�GQ'P i of Payment Ramp oni sheet 2 ofi 4 for c a� o n`' \p{ey i�ey4°.j. � / mare ��fo��o+;o�. .� Texas Uep�c�rtment of Tronsportaflon , Sidewalk \�: 4 �� p � ` 1 ` � q• R�p / Romp L imfts ti Denotes p I ont i r�q � �sign Divlslon lRuadwoyl of Pa nt 1 � i width Flare _ � � or; non-waiking � stirfoce. k Maneuverin �" 5-x �• �M;n, PEDESTR I�t� FAG I L I T I ES � ~ ��� �, �' � SPoce 4' x 4' _ � � 8.3%�\ � Shored Londing o O � C � � Romp � � CURS RAMPS - - g _ �+'� 'E S i dewo i k �.� t � . � 'vr � . w � � - „ ''�yy� • Fiore � ' , `�Flore p�t'1�f1C • yy'_..-�- a 2' min, curb � � �J �J SHEET 1 OF 4 -' a 1 i gned w i th g, 3/ StOp BOr i�te� pedOS.tlpn n++. EH ca� um BGp cn crosswolk � ( � D 1 AGONAL COMB I NAT I 0�1 CURB RAMP Romp Qfx�D7 Narch 2002 msr I FEpERAL AiD PAW[p sxccr Perpend i cu I or to the Tangen# of the Curb D I AGONAI. CURB RAAtIP (RETURNED CUR$ } COMB I NAT I ON I SLAND RAMPS AEYI570N5 2� __ Rad i us and Conto i ned i n Crosswo 1 k • co�,"„ ( n,�e p�GQAT . ..,.. _ . . ._..,._ _ . ... . .. .. ... ... ..... . . .... . . ' I OL SF DETECTABLE �IARP�Ii�GS G�n�ra l Pdo�t�5 for Dei�ecfiab i e�torn i nc�s 1. Curb rmnps must contain o detecfiable worning surfoce'thot consists of roised truncated domes complying with Section 9.29 of the Texas Accessibiiity Stondords tTAS). The surfoce must controst visuotiy with odjoining surfooes, including side fiores. furnish dork brown or dark red defectoble worning surfioce adjocent to uncolored concrete, ` unless specified elsewhere in the plans. i 2. Detectabie w�rn;ng surfoces musfi be siip resis-tant ond not allow woter to occumulote. 3, Align truncofied danes in the direction of pedes-trion firovei when entering the street, 4, Shoded areos on Shaet i of 4 indicate the approximate location for the detectoble warning surface for eoch curb ramp type. 5. Detectoble warning surfaces sholl be a minimum of 24" in depth in the direction of pedestrion travel, ond exi-end the fuli width of ths curb ramp or londing where fihe pedestrian access route enters tne street. �------•----------•-- -�-------- - �--� ------'-'-"'-"'6:"'DEfieci�5ble�"wa�ning �surfioces shol I be located so thafi the edge neorest the curb Iine is o minimum of 6" and o moximum of 10" from the exfiension of fihe foce of curb. Detectoble warning surfooes mby be curved olong the i corner radius. . 7, 7xD0T mointoins o list ofi Quotified Detsctoble Warning �, Moteriols. �etoits are provided herein -For fihe plocement � i ; of Iandscope pavers, For other materials, refer to the monufacturer's product manual for proper installotion. owo� LO+ C�D+ : a a�iao�t cam� �- n o� O�1 N C 1aCt nL+ N9v+7 O CY-N xaod ra'- i c � = O O N " �-- �, =�io .-od� T X C O D� UL a�iam° c tm . Lat+ v b — rnEw W - N h TL tt ° � a— v , vc—a L-- 1 : 'COYA D O C C C y � n � _ aomo' L+ • ��oi" 4-oco O L d N im�+ w73u�itE.: � d2 ow - �� .f- L u +OL o a�o_ � s W � � / W J o � � N �E ;;�: 4" Max 3. Landings sha11 Ce 5 x 5 m�nimum with a mox�mum 2/. slope m any direction. t•��r' ond Usuo I �;�_ 4. Moneuvering space at the bottom of curb ramps sholi be o minim�un of 4'x 9' f:A•; vrho 1 1 y conta i neti w i th i n ttte crosswa I k ond who I I y outs i de the poro I 1 e 1 r'a. vehicutar travel p9th. 5. Moximum oliowoble cross slope on sidewalk and curb romp surfioces is 2'l., � 6" min � Foce of ` 6. Curb romps with returned curbs may be used only where pedestrians would � , 70" max curb � not normaliy walk ocrnss the ramp, either because the odjocent surface is ptanting or other non-walking surface or because the sitle opproach is Z jr(� 1 GO � p 1 oeem�ni� O'� ��'�'�C'�' Ob �@ W8i`Tl 1 Tig substanfi i o I i y obstructed. Otherw i se, prov i de -F I ared s i des. SUi'�QC� i�i1 landing �"�' stre�i� �(j�Q, 7, Addifiionol information on curb ramp locaiion, design, light reileetive value . . and textura may be found in the aurrent edifiian ofi the Texas Accessibiiity Sfiondards (7A51 ond ib TAC �68.142. ' 8. To serve as a Pedestrion refuge orea, the medion should be a minimum � of 5' wi de. Med i ans shau t d be. des..igqe.d �o �r-0ui.de- occess-ib-I e--passoge---- - ----�- •- - -- - ---., ... _ - v �--e-- ---. .. ..---- -._ . ...-- - - . _ .. .. -•--- - ---� - -- --- -'--�----over or thi-ough them. : -- ----_ . o N� U Landing 3. Smoli chonnelizotion islonds, which do not provide o minimum 5'x 5' innding " ��� at the top of curb romps, shall be cut through level with the surfoce o{ 'o o L the street. a� L�- �� „e °'+ � De-tecfioble warning surfiace �p, �rosswoik dimensions, crosswoik markings and stop bar looations shali ba (QOmes to r'un ppraliel to os shown e{sewhere in the pla�s. At intersections where crosswolk morhings pedestrian trovel) ore not required, curb ramps sholl be oligned with theoreticol crosswolhs, �4" Mox or os di�ected by fihe En9ineer. and Usual � 77. Exis-iing features thot comply with TAS m�y remoin in ploce unless otherwise ti:cS:ii;�i;p:i�:c�;o:A: shown on the pions. �� o` � p;o:a:o;p;�:v;6:c5: 5 i de f 1 ore � ;R'ti;flYrz�:4.o;D;iT - N E ;��:a�Q:�:�-:�:�?-�•4� �Typ' CO �� 12. Hondro i I s ore not requ i red on curb rrnnps. Prov i de curb romps wherever on ;p.:�:v �7:;d,.o;:S�ii:�r• occessible route crosses tpenefirotes) o curb. I 13. Curb ramps ond landings sholi be constructed and poid for in accortlonce with Item 531 "Sideviolhs", 6" min Fooe of 10" mox ourb 19. Seporate curb ramp and landings from odjocent sidewalk ond any other elements with premold Dr, board joint of �'q" unless otherwise directed by the En9ineer. Typ i co 1 p I ocemQnf O� d�#�C�ob 1� ts. Provide o smootn transition wnere the ourb rrnnps connect to tne street. wQrning surfvice on siop;ng romp run, 76. Curbs shown on!sheet t within the limits ofi payment are cons'idered part of the curb ramp ior poyment, whether it is concrete curb, qutter, or combined curb ond gutfer. 17, flore slope shail not exceed 70% meosured niong curb line. ' - No. 3 rebar around pover inset Ex ansion oint Detectable warning pover with o � P 7 truncofied dome surfioce - o as required i �- 1" mortar �ed - Sholi conform to � w u Lantlinq Side flore� - _ voi �TyP� appiicoble specifications a,i - Control joint permissible a}�O Detectoble worning ' a damersurfoceruncated � a . � ,� _ - - 4 " MoX � 1� _ F�� � f/ and Usuo I� �/ � 2" Sond Cushion f Min. 9" o c Q, ���' � �,,•:- Side flore No. 3.rebor ot —j /N '� t7yptcoi) 18" fmax.) on-centQr both ways ' Closs A Concrete - Sholf conform to � oppiicable specifications Sec-t i on A-A Genero i Nofies (Pov�rs�� Furnish detectabte worning paver unifis meeting ali requiremen-ts o{ ASTM C-936, C-33. Lay in o#wo by two unit basket weove pottern or as directed. Loy ful�-s3ze units firsfi followed by ciosure units consisfiino of at least 25 percent of o fuii untt. Cut detectoble worning pover unifs using o p�wer saw. F oce of curb Trunc�ted Dome Pafitern Curb Ramp DETECiABLE IKARidING PAVER t�PT ION) C . __._.� ' P�deS'tr i on Fac i 1 i t i�S G�r�ero i Notes 1. AIl sIQ �s are tnpximum oliowable. The least possible siope fihot wilt Oetectable St_;�� �oin properly shoultl be usetl. Adjust curb romp length or grade worning surface of approoch sidewolks as directed. � c 2. The minimum sidewoik width is 5'. Where the sidewalk is odjocent to +_+ the bock of curb, 0 6' sidewolk width is encouroged. Where o 5' sidewalk y d �� Lontling can not be provided due to 5ite constroints, o minimum 3' sidewaik with v o i � 5'x 5' passing oreas at intervols not to exceed 200' is required. a+v -� ' � • I ,�H �� 3 ,��i../�j/,�� � � Z�e� %/��- i%/ � � � � � q .� 2 �� � � � � ��� I 8.� 1 Deteci-able Warning Pover �' Texos Deportment of Transportation � Deslgn Dlvlslon fRoadwayl PEDESTR�AN FACILIT�ES G�NERANDNOTES DETECTA.BLE WARNINGS P E D" O� SHEE7 2 OF A i�LE� pedDS.dgn na� EH � cx� � oe+ BCD � n� QC T%��( 410fCt1 IOO�. D15T I iEUEflAi. A70 PpO,}g�7 �'S�{[p7 NCVlSIDNS . - ,.. . .. � I CWtR7 �Cp(TFGLISEC7I JD8 NIGNRAY I � _... _. __ Concrefie Drivewoy Payment ,., ..__ . . _...+�--------- .._. - ----- -_=-- - � --= _ --= � AO ���.r : __ � _- : - < , � 5 �a�� - - SD�� � � Concrefie Driveway Poyment � , v U ' t W m : Cc7i O� L9+ a�v+°. �� o� aE a1'imoi . m a+M- : C O N - n P . O� i �O C C 7-^ {a7 nL M- ' +- X O O m m i r9Oa : m"-mo� �Om� : ao 09 ' 9 T u O � im�+ � >oL�' oEom : v� a- m ; y N TL . ^,O� U _ 9 C- � ' O Y L 1 � O T C C . m�a . �omo 4 V- 4-OG� �iN} w7��i � m z v y°- a.c c'�,� ~ ' o ali w �a} o aro= � �' _ a s Concrete �riveway Poyment � Concrete Driveway Payment � z 0 _ G) M W tn � U w t-- 0 � a G�nerol Notes �6 . � - � ��' 1. AI1 blopes a�e mpxinun altowable. TS�e {eost possi�le s{ape thoi wiil still o d droin properly 6�puld Ce used. a A A A A A 1 Z. Ploce traffic bignal or illunination Doles, qrounC Coxes, controller boxes, � t f bstr ct the - '; 27 "-�-a � � /j �//� , _ . _ ---- - -- - •-- - •-- - ---="' . / ��� � CA.F'E' j � ...� .�.,.- '.s-�rsffi-�,eea ._..... .�_.., ....._ �...... . PROTECTED � ZONE 19" �1AX. POST � . � PROJECTION 4" MAX. WALL PROJECTION !///i:fi��%i!�l�JJi CANE DETECTABLE s�pns, tlroinupe foc���i�es and otAer �tems so os no 0 o u occessible rpute or f(ear qroimd sDoce. - 3. Usuot sisfewe�k tress stope eqUots 1.5'l.. The moxlm�m oVtov�oble sidewotk _ cross slope ecryols 22. _ 4. Sireet 9radee pnd cross sto0es bholl De as shown elsewtiere in ihe pians. - 5. Existlnp feofures thot comply with TAS moy remoin in ptace unless otherwise - shown on the�plans. - 6. Chanqee in level yreater �hon �/�inch are not permitted. - 7. 1he teost possible qrode should Ae used to rrbximize ocCeasibility. The running � � stpPe of sitlewalks and crosswalKs, withln the puhlic riQh4 oi way, may {o{tow the _ qrode of the"Aarallet roadwny. Yt�ere a contTnupus gratle greflter t�an 5% m�st be � provided, hontlroTts may be desirable on one or 6otn sides of the sfdewoik to impro4e - acCessibility. Hondrails moy also be needetl to pretect Fedes�trions iran patentiaily naZardous cantlitians. If provitled, hondrails must comply eith 7A5 A.8.5. 8. Hantlrail ex#ensions s�alt not protrude into the usaDle tanCinp oreo or into � intersectin0�petlestrian routes. ! 9. Driveways and ttrcnauts shnl! be aonstructed ood poid ior in oocordance with ltem, 'O�ivevays ond Turnouts'. Sidewoiks shol�l De consiructetl antl poid tor ; in accordane� With Iiem, 'Sitlevrolks'. � - 10. Sidewolk detQils ore sho�un elsewhere in the plans. i .._ ' PROTECTED ZONE In pedes-trion circulotion orea, maximum 9" projecfiion for post o� watl mounted objecfis befiween 2'1"and 8�" above the surfoce. � � p�'o �o,� Q�rToti . �x ` � � ry q�Yy�`� 2� ` � . D�RF�Tl �'OF / i �j CLEAR GROUND SPACE CEN7ERED AT PEDESTRIAN PUSH BUTTON MAX. IENGTH OF OBSTRUCTION � MiN. DISTANCE 2�_p�� BETWEEN OBSTRUCTIONS 5'-0" "% �if curb heighfi is qreater than "=" y s, 6 inches, use grade less than „ or equo t to 5'!.. Hondra i t ond detectable warning no-t required. Rtmp sidewoik SIDEWALK TREATMENT A7 DRIVEWAYS = ' Plar+ting or other ;�:___� non-wolking surface Setbock Sidewolh CURB • - • 065TRUCTION � � lPOLE, HYDRANT, E'iC. ) �—� i, j ---�— . 2 x 4 � �� � � Z� Q� � �y5 � � � O Q . m 2� � V1 QD �F „ �, � � .m Qo _ � ` �� OBSTRUCTION (CONTftOLLER CABINET, PLAN VIEW MAILBOX, ETC. ) PLACEMENT OF STREEi FIXTUFtES (ITEMS NOT INTENDE� FOFt PUBLIC U5E. MINIMUM 9' x 4' CLEAR GROUND SPACE REQUTRE� AT PIJBIIC USE FIXTURES.} I � 1SJ z O S p- � I q �� , MAX ' x �- a n�, � j N When an obstruction of a height qreater Protruding objects ofi a than 27" f�om the surfnce wovtd create height <_ 27" ara dete�tobie o protrusion ofi more thon 4" infio the by cone ond do not require pedestrion circuVotion oreo, cons#ruct addifiional treatmen#. additionoi curb or foundotion ot the bofifiom to provide o rnaximum 4" overhong. �ETECTION BARRIER FOR VERTICAL CLEARANCE < 80" i � Texos Dep�ortment of Trvns,v�rtotlon � Deslgn Dtvlslon (RoadwoyJ PEDESTRI�N FACI�ITIES SiDEiKA�KS PED�05 SHEEI' 3 OF 4 Ft�e� pedD5.dqn a+� EN ��x+ �D*� BGO � tR� QQ TxDDT Aforch Z0�2 I msi ( iEOEAAL �lb PitOJ(C7 SNLET fl£VSS7GN5 ` 2 g . .. . � cwNtr Itavttta�sen I me nicxur Apron ofiset siclewoik W i t}e S i t1ewD i k 5' x 5' (MIN) LAM6ING5 � . SPLIT RADIAL RAMP PLACEMENT SIDEWALK SIDEWALK ADJACEN7 / TO CURB � �STOP HAR � � / � ��� �' SiNGIE RADIAL ' ' RAMP PLACEMENT � � .I CROSSWALK I , d J� � s � , /� � � , --- ---��-�------------ /-- 51DEWALK ,• \�/ —�� -: �` --------------- ---- --- , � 4'x 4'iMIM � SIDEWALK ADJACENT MANEUVERING SPACES TO CURH t 5' x 5' tMIN) '� LANDINGS t�. � STOP SAR � t � , I � •y / t � �� � . `�� '-�'-'--P�—� , d SIDEWALK '� ' CR055WALK ' <, , tt y t � f �� � � ,� ! ---� � , f �� � �' SIDEWALK --- -----'� ---------� SIDEWALK REMOTE 4�x 9�{MIN� � SIDEWALK ADJACENT MANEUVERING FROM CURB I SPACES � TO CURB N�RMAL INTERSECTION WITH "LARGE" RADIUS 5KEINED INTERSEGTION WITH "LARGE" RADIUS b' x 5' fMIN) LANDINGS-� m Ui Oa�tO� . aa vi+ a � �ao— —'� v ��€� u m+n- C D N G�am C W 6Lt ,-- OCY-N �°Oi: m�`wa +oaLi� �, x cv .o�- a 9 T V O L pltt a�.° d N � �L _ .- ++ vc=a�i 9Yao CTdO o« ma Y� �a L W O C1 O - L. �+a.. - w€�o otam tmE+p ¢u�f37E �6t20W CL �~=�O aLi �, +or c c�o, 0 N J W r �STOP BAR { _ ..--- -- ----�--�— / '{' / * r-- - .. ....�- { --__ ,...----- �-- . . _ � _.------------- ; -, �-- CR05SWALK �.�.. �/ � _x____.._____--- � SIDEWALK i SIDEWALK ���� I/ t� i- �+{ t 4'tl' r'� —tic— --------------/'-- (—,�- �`'1 SIDEWALK ADJACENT � ` !�� � � `� SiDEWALK REMOTE 4'x 4'(MIN) TO CURB MANEWERING FRDM CURB SPACES SK£WED INTERSECTI4N WITH "SMALL" RADIUS + � STOP BAR 5`x 5' tMIN7 ; LANDINGS } - � ;�\ �___..., ., . .. _._._� 1' � CR055WALK �� � SIDEWALK \ -'.;� ' '. . -� =�- � t � 'j, .� 'i �r i `�� ` \ , � � � ..,, -,-- �-----------,�— , , �-� , � SIDEN'ALK REMOTE ( I / 4' x 4' tMIN) FROM CURB MANEUVERING � SPACES i i / '�!� SIDEWALK SIDEWALK ADJACtrv� TO CURB NORMAL I�vTERSECTION !4'ITH "SMALL'� HADIUS �s CROSSWALK ---�� �t i i � I � 0 N I N � D r x / STOP HAR � ; 5' x 5' (MINI � LANDTNGS 5`x 5' lMIN) -- - -....— ----� ---------- --- — -- - �- ------- ---- --- ---- ----•- --- ------ - •�--�--L'AiVD1i�1G------- --- �---- I I SIDEWALK I5'MIN SIDEWALK j 5'MIN '� t �' ,� '�,' ,� � '� �,�' ,y w i 4 t t ��SjoF !�, � I�i .��' �, �'q(k SIDEWALK ADJACENT� SIDEWALK REMOTE � TO CURB FROM CURH � y t y 5'x 5' (MIN) ' �' SHARED LANDINGS AT INTERSECTION W/FREE RiGNT TURN & ISLAND T�r'N I CAL CROSS I NG LAYOUTS SEE SHEET 1 OF 4 FOR DETAILS AND DIMENSIONS �eneros No$es L Strcet qrades and crnss slopes ahotl be os shorm - eisewl�ere in ihe pians. ` 2. Ranps ore anown here w3ttwut detectoble warninps � tor sirtpitcity. DeiecioDle morninys ore requiretl = ot tAe Iccaiions atwan on tt�e PEO Siantlard l5treets 7 cM 2 oi 4) �d in accordonce afth - 7hC tlEtailb ShOwtl DG101v. _ 3. Smolf ct�onnelizotion islonas, wt�ich can not provide - a minimm 5' x 5' londinp ot ihe top of ranps, aholl = be cut through level with ihe surfoce of the street. MID-BL4CK PLACEMENT PERPENDICULAR RAMPS . _..... , .._..._ , .....,.._. .__ ....,., , .-...._.."' _ ��. � Texos Deporlment of Tronsportotlon � Daslqn Divlslon fRoodlvayJ PEDESTR I�4N F�C I L 1 T I€S , .. . _,.,,,, .,, .,,..,..,,, - .,,._,_,.. , . ,. - ..... .. _ , . .. _. : I t \ . � \t t\ t �r INTERSECTI4N LAYOU'f5 PED°-05 5HEE7 4 OF A F11E+ yed05.dqn ne� EH �cR� �u.� BC6 � ic� CQTxODT ►lorch 2002 nis� I �ueru� �io rnwccr s�r.fl flEV151UN5 � q I. CDMRT CONiflq. 5£C7 .IOB X1GNt1Y . , ' , . I.,. . .\,.. . I, . , 1 0 ^ Y CLA.—► � � ' � r� P, ' J2 �.'. �. r • _ w t � � � ���o � 1f1 Q N 9 ��'� 2 Min. � r 8� - a - 3•1 �`�� I �� 0 O b ' � �oa� � - a$'�' p= TYPE `E' FILTEft MAT' L � � �� IFULL LENG7H OF WALL) � � ��� � g§^ g O� :���o - �ra� a$� 0 LT ��€� + __.. _. . --o --e�----•---._ ___ - �,��� �Z o.� Jt- .1- L v�i �g� o ar C � � 4- . 'O 3 N O ' � L ' 'L • � : c� 0 + � � �. o ; n � • 3 +�r ' 1 7� X t m �- O + m + 9 � � a + � .L o�= � _ PERMISSIBLE CONST. JDINT-�� / � r} � >� �� 2" 6 WEEP HDLES a 75'-0" C-C IeAX.� a��-a = SLOPE %2` PER FOOT 'f0 DRAIN. ���� � 1'-D" SQUAPE HAROWARE CL07H 9 c= o_ (114" MESH) CEN7ERE0 BEHIND OPENING. tiY^ �� � SLOPE TO DRpIN AND CONNECT TO STORM URAIN. 1F� IN THE OPINION OF THE ENGINEER, �� ng - USE OF UNDERORAIN IS IMPRACTIAL, NEEP 0 o a�fi HOLES MAY BE USED. � � 0 �� � VARIES - 6' U511A1 L2MIT5 OF PAY FOFi SPECIAI 52DEsvALK 2-=4 HARS •4 BAAS R 12' C-C %2` EXP. JT. f 4" DIA. PIPE UNDER�RAIN tTYPE 5, 6i 7� OR 87 MONO CURB � OR CURB AND CUTTER " MIN. seq BpRS � 18' C-C L 50% i+ .:P'. -. ?�.•• ��.�' �:. Ll � : ;6..' '.0. . ..•,Cs.. : .' . . .1 '� •_d�:-•L.T•'-•na-"�,p:•/�G1• � � p. 3� �.o . . -a CLEAR � �2" MIN� 7' SAND CUSHION NOTE: CHAMFER ALL EXPOSED CDflNERS �'� ". 2" lAIN. REdl1IRED FOR LATERAL SUPPORT 8' VARIES - fi' USUAL VAp75i, 3•�_ � � 2. LIMITS OF PqY FOR SPECIAL SIDERALK -�..• - - : . 2-=4 BARS TYPE `E' FILTfR ►tA7'L �a' (FUI.L LENG7H OF AAIU Rq BAAS m 92' C-C " 2" CLR.—� -+= Q *'� ,i�', J F 4� I I \' � Z� � s u m x J a . �� r � SIDEWALK NID7H + 4" � RFiNFORCING S7EEL DETAIL HOLES MAY 8E USED. - - " ' �4" �lA. PIPE tNJ�ERDRAIN M e a '��• (7ypE 5, 6, 7, Oft bI ��� o � �,� ' MIN. 4 BAAS P in Q vi , 18' C-C t. p% •iIAND ClI;iB 9 �Iz � 2 . • . :n' �. � , ' 4�': : . : a: . '.. �1Y..! y{� DR CURB AND GUTTER Min� �` • .►-- \:�.:.1..`-.::'•.-� ' � , • /3-::. ' . � .. 4."• .:L> : . :Ga' ♦ A p p � PERM1551BLE CONST. JOIN'f� " 9� CLEAR .�y'/.t\1�'/.C� ' v'"" La•- � Z" 0 YlEEP HOLES 0 15'�0" C-C MAX. � SLOPE %z" PER FOOT 70 DRAIN. '-' 2' SAN� Lt15HI0N BACKFILL 1'-0" StIUARE NAflDWARE CLOTH ti/4 ` k£SH� NOTE: CHA�iFER ALL EXPOSED CENTERED BEHINO OPENING. CORNERS �'�". +�SLOPE ?D DRAIN AND C6NNEC7 TO STOAM PLACE CURB AND COF4'ACT PAVEMENT PRAIN. 1F� IN THE UPINION OF THE ENGINEER, BACKFSCL HEFORE BACKFILLSNG BEHIN� USE OF UNDERDAA7H IS IMPRAC7IAL, WEEP WALL SIDEtYALK ADJACENT TO CURB SPECIA� CONCRETE SIDEWALK w/ RETAINING WALL 5-D" USUAL _ 70' MIN."Yr ^ ROA➢WAY __ - ' � I SyOULDEfl a3 BAflS a76" C-C EDGE OF _ EACH WAY Z�f, DRIYING LANE �r Idr 1.502 _ MIN. � o:�: -:c •. : -a". : �,�::..i � _T p _P. :,�;�, ._�,!� .:�; .. �. 1 � � 1" SAND CUSHIOPV . �SIDEWALK TO BE 10' MIN. fROM EDGE OF SHOULOER • OR 2' MIN. FROM TDP OF DITCH BACK SLOPE, � NHICyEVER IS GREATER 110' MIN. FRDM EDGE OP CONCRETE SIDEIYALK SHOULDER 2F NO DIitH. ) tRDADiYAY 1N10 CURB) SIDENAIK 15'-D" MIN. ANIi i��t1AL7 _ (B'-4" IF AOJACENT �v NAILIN6 OR WAILJ �— BACK OF CIJRB A3 BARS �16° C-C EACH WAII q � %Z° EXPANSION JOINT 1.50% �- - - � -� � • � � �' � �- • .• �- • �• '• � CONCRETE CUPB OR Q' ' - - : f . � � -' - ' ' �. " ' ' � " CURB AND GllTTEfl I.' . -_p. . � ; . p . . . p ., . . �. . . �, • i � - 7° ShNO CUSHION � CONCRETE SIDEYtALK IADJAC�F�T ZO C�R83 � SIDEWALK REFA�TE_FROM.CUBb.-.-- ------.. . -. . . ..- -- - - -- - - -• JDINT SEALING COAiPOUN� SCL. 3� 4� 5, OR 7l � � GONCRETE SIpEWALK 1 ° .SAND GlJ5H10N � �/2" PREli01lIE� ASPHALT BDARD 5-D° USUAL I 5',USUAL _� �--FACE OF CURH =3 BARS @16" C-C 3' MIN. EACH WAY (- , � 1.502 � J, o: : : ::4'• :. 'G>':.i. �t�:_ ' j CONCRETE CURB OR ^• ` �• ; ; - •" , p�-; ; Q. , 9" CURH AND GUTTER .o._._.v... _.�....1 I� '-- 7" SANO CUSHI�� CONCR£iE SIDEWALK {REM�7E FROM CURH) C4NCRETE SIDEWALK DETAILS 0 SEE PLAN SHEE75 F�R LOCA7ION5 OF SSDEWALKS pND RETAINING YlALLS. LONGI7UDINAL SLOPE OF SIDEIYALKS SHALL N�7 EXCEED 5� EXCEPT 7N CASES NNERE THE ADJACENT ROADWAY SLOPE E%CEEDS S;C. IF ROADWAY SIOPE EXCEEDS 5'L, LONGI7UDINAL SLOPE OF SIDENALK MA7 MATCH THAT OF RDADWAY. If SIUENALK WIDTH 15 LE55 THAN 5', PROVIDE 5' x 5' PASSING AAEAS AT INTERYALS NOT 70 EXCEED 20D' SPACING. WHERE SIDEWALK 1NITH RETAINING WALL IS SPECIFIED, RETAINING WALL WIIL BE SUBSIDIARY TO THE ITEM� "CONCRETE S7DEWALK ISPECIAL> tRETAINING WALL)"� riSTH LIMI75 OF PAY AS SHOWN HERE�N. SURFACE TREATMENT OF RETAINING WALL FACE DE7A]LED ELSEWHEiiE IN THE PLANS. 71msa Doprrr4rsnt DPYrmawr,toa�t7otf FORT WORTH RISTRICT CONCRETE SIDEWALK DETAILS CSWD-08 (FW) OA7GINAL ORAWING ��y.NO� PR�JECT N0. �51� ET JUHE 2008 6 D � REVISIONSx STAT O35T. CWHfY TEXAS �20p8 D7 T��a �Pm-MsM ot Troniportatian� COHL SEti, dOH I HIGHHAY N0. oll rtpr}s re�ervea • �" '� ��s "f �� " CONCRETE CUR6 OR � ' CURB AND GUT7ER r� . Q L.> . � � L> a � �'' � � �/2 " EXPANS I ON JOI NT (SIDEWALK ADJACENT TO CURB) 3" MIN. 6" MAX. � 18' MIN. 2A" MAX. �{TYP. ) - R3 X 24" _ DDWE� � �" 3" MIN, 6" MAX. Yz" PPiE1A0LDED ASPHALT BOAAD TRANSVERSE EXPANSION dpINT - 7/2' EXPaN51ON 30ItrT wHEN - �RIVEWAY ABUTS CONCRETE 1 1 - DRIVEWAY NI�TH MATCH EXIST. DRIVEWAY o _ �� AS SHOWN ON PLANS � `i � (L1MTT OF PAY "14"7 � }}p0 0 1' USIIAL � _� ft.0. Yt, iq�O _ ' � � ����� ����� �� ���� ��� � � � i ���� ����� g�vt � YARIES� ���������������\��\�� �➢0 NDi PAYE AAEA BE'I'PlEEN 7� SIDE�'lALK AN4 Ofl1VEWAY Ct3R8. SEEU,500, OR LANDSCAPE AS DIRECTED. �L - SEEDING OR OTHEfl SURFACE HOT SUITABLE AS PEDESTRIAN WpLKNAY. � � _ �� • � � � � �.� �� �� � � �. m� � _ � � JQ 1 c q� w � r g i� \ LIMI7 Of PAY "L" FOR DRIYEWAY ogkog � � / ��-�� wS�t - �� L' �511AL_ UIJAIMY JOINT'� � �n� � t o � ��4 BAAS i � Z Z� ,y o��� - i-�- i �,2• o-� � y 5• fl WSIJAU � ��o - 5' R (USUAll fEACH NAY) 0 0 /, y � � _ ,L y y tr-L }g � CUAB�1- � m� y - - _. _. _. -- - - - -� � � -0" - �� q 7I �—CONSTRUC710N JDINT MONO ClIRB �� o� GUTTEPT -��� } y/� DR LIP OF GUTTER —�, ~-FACE OF CUft9 ��fZ• EXP. J7. (TYP.) �,$�± � / %z" EXPANSION dOINT -'� � LAID DOWN MONO CI1RB OR CURB ANO GUTTER j p�}i . ��P"� DRIVEWAY WIDTH PLUS 8'-B" =,o�� IADJUST FOR RADI[75 DTHER 7HAN 5'] SHOWING SIDEWALK ac-o _ SHOWING SIDEWALK �x`o ADJACENT TO CURB PLAN VIEW REMOTE FROM CURH PAY AREA FOA ORIVENAY SHALL BE THE PRO�UCT OF 'L' x'Y!' ( 5.7. HON-PAY GONCflETE IH OAI Y RAD7115 I 2-90• RA07I (��S.Y. NON-PAY CONC. 5 0.A2 10 3.04 7CH EXI T NA S . ��,.t..... _ � R. A_ W. � _ � �. .. .. 1�USUAL � � � � ' �. .. � � VAR1E5 �_ � � ! � LSMIT OF PAYMENT "L` � FOR �RIVEWAYS � C � ^ � � / / z > /� /� i � y — --�/ �z z �HIYF.aAY n1�TH ���SHOWt! ON PLANS � 1LEMIT DF PAY 'N'l� _ _ �Y Q � y u g o � J i)i N D _.f NA,1Y JDINT � 7/2" EXPANSION JOItt7 WHEN � �flIVEHAY ABUTS CONCRETE _ _ — � � � � � 5' USUAL � � - f \ � ----,, �`---- � y y `\ 1 � �� � y �----- � ZO 15.36 . � � 30 37.79 10' R NSUALI 10' R il}SUALI �' `� j y e„ ��n� mom� - ,.,- ��g� ---.... _ ��.,, ._ . _._.._ 3_"... "'_' ...._ _ . -- ---.-.-. . . . -------- .. . --� ----- - ----- , fl-troR�-lo ' . _ . ..._ . . _. ... .._..__.. � 2'�4" � � ��� n� - 5' USUAL � _. FACE OfF C11R8 �ZDti= � �r L: oi i' VpRIES LIMI75 OF PAY►1EN7 "L" FOR ORIVEWAY 1`-�` N at ��USUAL LDCA7ION FOA - 8� _ ��'4" o��� � SIOEYlALK � 4" � Q Q I '4 � ' a � U � t : 9 V � c + O r � m n � 3 � \ �� X ' � t } � a � � 1 � L � _ 0 �� � MATCH EXISTING � bRIVEWAY = — _ t5' USUAL7 � i" RISE AT GUTTER _ —. 1�50% — - ,%� DIHdMY J�SNT ' ._.. . �� • CON57. JT. OR ^ • • - •f—�, 7r'-� FRONT OF GUT7EA . . ���\y ^I" . . • � . . - . • FLILL 6EPTH SAW CUT 1 � _ _ . _ !� ...�..-- �� - = - --- .- , ' �' . �" • • • • ' �i.: l _� . ' / ,�' — �T,�:..: IF CONCRETE 7" SANU C�SHION� J �.:= =''�� �' T � �a4 BARS e 12" C-C EACH WAY � 3"� � �,, �� tEKfEND TO FACE OF CURB) '' if�E PAVEMEN7 BEN� AS AEG1'D TO TIE TO PAVING UNUERLAYMENT OR BASE COIlRS£ � ,� y —�— ---_��_--- -- T y i�------ --------- -- Q ' ' - - - - - -" '- - - - � - 4�N0 CURB & GUTTER sq BARS 972' C-C_(EI,CH NAY) J I Z /y' EXPANSION JOINT-� ' � CONST. JOINT OA LIP OF GUT7EA� � %z' EXPANS]ON JO7NT tTYR ) � _ 17YP. ) 6RIVEWAY WIDTH PLUS 1B'- 8" (AOJlJ57 FOp RADIUS OTHER TNAN 10') -. - - •.-.--- -- . -----SHOWING-Of-'TIOkAL---GL�R�- — � -- ---- --- ---- - ---� - ----- - - � ---�-- -SHOWTNG'S�IUEWAIK-�----.. '� � �- AND SIDEINALK ADJACENT PLar� vZEw REMOTE FROM CURB TO CURB 2,_y. Q 1 ,�� �S�A� . ( i � � �a e 3 N W L7MIT5 OP PAYMENT `L' FOR DRIV�WpY l'-0` FACE OF CURB • ��� ¢ LOCATIDN FOR . . a FULL DEP7H SAW CU7 ��= >_ SIDEWALK I q�- 8� ��-4� IF C�NCRETE I (5' USUAL) BO �O O � MATCN E7(ISTING i DUAMY JOINT 1" RISE AT GLtiTER DAIYEWAY x /- OPTIDNAL CURB - — — \a � I '1.50% I— �3��- - Lr _ - - �- - - - - .�2�CON5T. J7. OR , �� -�„_, FRONT OF GUT7ER . . � .. /. . �. "T� � - � '�' ' ' ' �-�� � . 1�61 ... , _ . _, "._'-- ... . ✓.. ..�`. ' `L� ` , --.r T. � -. i / �7� '�","'�%r! �. '� � Kq BARS e 12° C-C EACH WAY •--� �^ SAN➢ COSHIDN J J �- PAYEMENT IEXTENO TO FACE OF ClfH6) 6EN0 AS AEQ'D 70 TIE TO PAYING ' �� IJNDERLAYMENf OA BASE COtlflSE STEEL OR SIE BARS. iFif 36' -�'4 TIE BAA, 72". FMBEGNENT INTO PAVEIiENT STEEL OR T1E BARS, �E�E 36' -�q TIE BAR, 72" EtABEDMENT INTO PAYEMEN7 NOTE: AEPLACE EXISTING URSYEWAY W7TH (CqSS=IN-PLACE OR DRILLED AN� GROUTED). SPACING IF ADJACENT TD CONCRE7E PAVEMENT: EGUAL OR BETTER MATERIAL� T� MATCH TRANSYERSE STEEL IN CONCRETE PAVEMENT. �pA10 FOR AS CONCRETE PAVEMENT, IF CONCRETE, PAY FOR AS CONCRETE PAID FOR A5 MONO CURB. MUL7IPLE-PIECE T7E BARS OR 24' EXTENSION OF DRIVEWAY. TAANSVERSE PAVING STEEL MAY BE L15E� 1N LIEU IF ADJACEN7 TO HDT MIX OR FLEXIBLE PAVEMENT� OF TIE 8AR5. Q PA1D FOR AS CONCAETE CURB AND GU71ER IF HDT MIX OR OTHER NATERIAL, PAY FOR IN ACCOR�ANCE NITH APPROPRIA7E SPACE P 24° C-C IF ADdACENT TO NOT MIX OR T• THSCRNE55 4F CONCRETE PAVE6SENT OR BI� ITEMS. FLDfIHLE PAVEMENT. CONCRETE CURB AND GUT7ER LONGITUDINAL STEEL IN GUTTER PORTION TO MATCH CONCAE7E PAVEMENT OR CONCRETE CURB AND GUTTER OETAILS. SECTION ViEW CONCRETE RESIDENTJQ! �;',IVEWAY 1 VARIFS i. , i � RESIDENTIAL- 5'•USUAL 5' ' VARIES � � CDFRdEflCIAI- � 0' USUAL `� LOCATION FOR � �� 1 + � SIDEWALK � / � 3� � 1' RISE e GUTTER �I _ _ ._ _ ¢ �iOP OF CUitB a — 1. g0% 57REET X-SLOpE ' 3`� 5. OX A�qx -' -" � — � — . MATCH EXI57 '` RESIOENTIA�' 73.2% MAX jE ORIVEWAY �pµMERCIAL- 7•33� MAX � 18Y. MAX CHANGE IN GRADE ISAG PI1 w� 12% MAX CHANGE IN GRAOE (CREST P7) a URIVEWAY GRdDE MU57 HSSE T1T .TiOP OF CURS ELEVA7ION TO CONTAOL DRAINAGE 1N S7REE7 Gi1TTEd�. SAG GOND3��.ON (CAST-IN-PLACE OR DNILIED AND GROl1iED). SPACING NOTE: 7D A7ATCH TRANSYERSE�57EEL IN CDNCFlE7E PAYEAEENT. IF ADJACENT TO CONCRE7E PAVEMENTe REPLACE EXISTING DRIVEM/AY WI?H MULTIPLE-PIECE TIE �ARS OR 24" EXTENSION OF 0 paID FOR AS CONCR£TE PAVEMENT, � EQUAL OA BE77ER MA7ER7AL: TRANSYERSE PAVING S'jEEL MAY BE USEE1 IN LiEU � ADJACENT TO HOi MIXROR � OF TIE HARS. FLEXIBLE PAVEMENT: If CONCRETE, PAY FDA AS CONCflETE � �pAID FOR AS CONCRETE CURB AN� GUT7ER. �RIVEWAY. SPACE � 24" C-C IF ADJACENT TO HOT MI% OR T• TH2CKNE55 OF CONCRETE PAYEMENT OR FLE%IBLE PAYEMENT. CONCREfE CUR9 ANO GUT7ER IF HOT MIX OA OTHER ►70.7ERIAL� PAY FOR IN ACCQRDANCE WITN APPROPRIATE LONGIIUDINAL 57EE1 �N GU'fTER PORTiON TO MATCH LOCATION FDR SIDEl4ALK TD BE PROVI6ED .. BID 7TEM5. CONCflETE PAVEMENT Op CONCRETE Cl1RB ANO GUT7ER DETAILS. ON ALL �RIVEWAYS S ECT T ON V I EW FOfl SI�EWALK ➢ETAILS, SEE CSWO ffW) CONCRETE COMMER�TAL DRiVEWAY - YARIES �-a � I R£SSDENTIAL- 5' USUAL � 5' _ YAR1E5 ,� ` COF2AERCIAI- 10' USUAL �' LOCATION fOR ` SSDEWALR s� ' o� 18'/. MAX CHANGE 1" RISE e GUTTER �� �1N=RADE tSAG PT) �TOP OF Ct�iB � � — ' r t. =o�C S�1EET X-SLOPE — — — � s. oz r�u,X -- — -' �. ,_,_ � � ' fiESI�ENT1Al' 13.2% MAX '- �,33/ MAX MA7CH EXIST �p}AAERCIAL' DflIVENAY 12% MAX CHANGE 1N GRADE tCRE57 PI) A DftIVEWAY GAA➢E Mi15T RISE TO TOP OF CLlfl6 EL£VA710N 70 CONTROI ORAINAGE 1N STREE7 GUTTER. CREST COND I T I ON � AL�OWABLE DRIVEWAY GRADES �FiPCQB bY T�xn� D�Dar1�rN ci 7rcnt0oriotian7 a11 rltM� ns�rvae 7bnaa Dop�ramns oPfl� FOR'f WORTH DISTRICT CONCRETE DRIYEINAY DETAILS .CDD-08 (FW) OAIGiNAL QRANSNG pi 6N� PAOJECT N�. ��� J11NE 2U08 REVISIOHSc SLRE D15T. COUNi7 TEXAS LO175. SECT. JOB I N1CHxAY N0. e�� , . s,� , � • $R -: . Ganeral Nofies 0 2„ 6„ # I��� 6�� �. _ fi° " 3E Moxtmum height for Type I curp or curb ond `1 _ . . _ a I I gufiter shall be 5��'. �o+m ' l . � A i l ex i st i ng curbs and dr i veways ta be removed sha f I 9+ , 2�_ be srnved or removed ot ex 1 st i nfl j o i nts. g��� ° � 2" fi0 9" � t 2'� 'Fo 9" �- r L�� Permissible ' � � t 3° `� 5" -}Q g�� Usual Where conore#e curb is piaced on existinp concrete g°o+` _ Construcfiicn ��� g�� ' ga� 8_ Pay�nt pav�ment, the povement shall be drTiled (5/8" dia.) Jo i nt7"r 3� �—� 8ar C �^�-., . � ,� Stee 1�t and the re i nfarc i ng bars grauted i n p 1 aoe or g�= -------. T , seoured with Epoxy conforming to Departmental W,-± ° ' � _ Moterial 5peaificotion DMS 6100, "Epoxies and o � Usual ��f27 Permissibie -y. � Adhesives" Class III. m�� � Pavemen , i � Construction ---��'''' � : o�a _ Steel�'i Joint7$ 3� " �ZT ' Expflnsion and contraction joints sh�it be canstructed � ��� f to matoh pnvemenfi joinfis in alt curbs and aurb ond �o� qufifier adjacent fio jointed concrete pavemenfi. Where o�€� . TYPE I CURB (MONOLITHIC) TYPE I CUR$ ptacemem of curb or curb on� outter is not adjacent �''�� 2" —��i" NEIGHT 2" — 4" HEIGH? TYPE I I CURB (MON�LITHIC� ' *o �oncrete �ovement, expansion �oints Sho� � be "��m pr�vided afi structures, curb returns at streefis, and Ei' '� 5" — 8" H E I G HT at � ocat i ons d i rected by 7he �n9 i neer. o��� °`a�"i = AII reinforcing bars shoil be No.4 unless otherwise o�` m _ 24" , . g�� , sho�vn. �'�ca i �� � 2� � g° � Verticol and horizontoi dowel 6ars and transverse �'Too � � �� � fi�� 2�� - � reinforcing bars shali be piaoed at fiour faet C�C. �� a� I_2.�� s�� :� � 3" 7" for curb he i ht= � � °°o�� 2"✓ 6" � for curb he�ght= An ��� Dimension 'T' shown above is the thiokness of conerefie +��o _ I � � i " - - - -- - . -- . ,- ---.---- - .... _._. _..__ .Payement or f lexible base vl]d. surfnce�b-moximur�)•,�--� -- -----.. :�� -"-�----- �-�-%z" ---�--- -•-- - 2"-fio-q,�- -- ---..._. .---- -- •-3�,._ ._.... - ---- ------ -- ----- ....._ ._.__.. -- -- -•- ........ ._ � ��� 5" to 8° #Usuai profiile grode Iine. Refer to typical sea-ttons � 2.. '�� �� � � �y ond p l an-prof i l e sheets for exact l ocat i �ns. ; �'Z �� ' 3„ � �@ �� 5" to 5�4 " 3° ° One-ho I fi i nch ex ans i on j o i nt matero I sho 1' 1 be rov' ded ��; �� : � ° � where curb or curb and gutterr is odJacent ta sidewolh ., '�x,- T � 2" „ ' o <ro �%z� 3" _ . - .�....��. - �Sor c or riprap. T : - . ... . � T � �i�2T � �tNhen vertical permissible oonstructton joTnts are used 3„ . resultinp in a lonpitudinat construotion joint in the � � ��fz 7 �.--o- pavert�ent, the I ong i tud i na I pavement stee I sha i I be �� TYPE I CURB AND GUTTER --- �- _'- . TYPE I I CURB Plaoed in accorda�ce with paverrient detai Is st�own a° e{sewhers in the plons fi'or longitudinal aonstruotion 3: 2" —�i" HEIGHT 5" — 8" i-IEIGHT Iotnts. Reinforcing steel t'or curb section sho1l then a° TYPE 1 CURB AND GUTTER confiorm to thot required for concrete curb, SHOWING DOWELED VERTICAL JOINT ° 8�� , : �. 5° ' 53%q " HEIGHT �_ 24" _, . � $„ �: 2" 6° _ for curb hei �t= 5" ' ' _ 6�� 2°, # . � t"I 7„ for curb heig�t= 59'Q" 6° _ 2" _ aF � o � I 1 c . h` _ - 2 �2 ,� � 0 3° m e � 5° to 5��" 12° - 2� ' e�i 5° fio 8�� � � � Vories � � � 2" I. � 3° `� 5" to 8" Usuoi 3�� ; o . ; _ 8ar B Pnvement ' y . � �� • �-Bar C T -- BAR � i..; � Steel , n � Permissible � Embed 6" Into � T s ,+�� Construction— � ��2T , BAR B exis�rng concra�� _ _,_ _ _ _ _ _ T ��ZT 3" = Joint i� L� cT/27 + tH- i%2") pavement 3i „ � + TY!'� I CURB �� �" — 5%q" HEIGHT TYPE II CURB TYPE II CURH AND GUTTER � ' - 5" — 8" HEIGHT 5" _ 8" HEIGNT . II SNOWING DOWELED HORIZONTAL JOINT - �� 10'-0" Curb 7ransitTon (0" to 2") j2" Wide Expansion „.,. 20'-O" Curb Transition (0" to 5") Joint Materal-� �Top Of Gurb � � p�,� �p� a34' -0" Curb Trans i fi i on tover 5" ) i azauo bY T«� n���r a �ra„����„ LTop of Curb ( � O �n �iq�ta reaarva0 „� Ch�nge in Top of Pavemerit I Use 2 �ayers of roofiing felfi , � Height 2 ea ��/8"x 24" I -to wrop bars ond plug end TYPE I-A � 2" HEIGHT TYPE II-A =�° - 5�,y" HEIGHT CONCRETE CURB �Top of.flavement Smooth Doweis i ______ TYPE I-B = 3" HEIGHT TYPE II-B = 6" - 6�q" HEIGHT --------- — --�---- --------- AND . TYPE I-C � 4" HEIGHT TYPE II-C = 7" - 7�/q" HEIGH7 CUR� AND GUTiER N I7 '/27 �....._........,..._.....,t�,.......,,...,...,_......... ._N....... �� ? TYPE I-D � 5" HEIGHT TYPE 1I-D => 7�9" HEIGHT DETAILS o , � � ' TYPE I-E = 5�q" NEiGHT CC-CG �FW) � j� ' O�� I � 4�� ���2 „ ( 5ee Genera i NoteS) °�� �'x �� 2D00 ';�iv:e"+o� PNOJEC7 N0. I31 CURB TRANS IT I ON . � R�357�' 6 �m�.�n�i�':n°n°� ' STATE nisi�iio. �oWiY - erce�..�a n.ma.. Note: To be paid f�r os Highest Curb EXPANSION JI�INT DETAIL `� �'"��''""" T� �`"' scw k.e )xwr o�Qirl.a ,— rar1w11m e.th�m.. COM. SECT. .10H I HIGM0.T N0. �J fw� . (pcq trv� d U . �L + v d '_ ��'�� c �'D� u��� _ �nww a �'�* � N�tj = NLaL � . o�da toua a���: vL caia L 0 t4 d� � o�+° m ; hrTL . _ .— } y. _ �C—y aYao : ���_ ; ��� � ao�tio _ rr ♦-+OL = �cv � _ � L � N _ . . .. . . . ��x�; . mz°oa°. , Jf- .F 1 `. 1ui) +�t , o ar'o - �' b : � � o- N E r - t L . O ro 0 � . m 0 � �. U n m 3 + � . j X } : N + 0 + a + -o° 3 � � � n + � w � 0 .�_ '�era�... ,.. 1/4" M! N. , 3/8" bIAX� + i •�--- � t /8": C. R. C. P. .; � FULL DEPiH ACP y// j � S�"�QU�.��{� z �r T � � CLASS 5 JOINT SEALING COMPOUND ^ � SAY�ED LONGITUDINAL JOINT v ' \ BACKER R0� !1/2" D1A. MINIMUM) EDGE Of CONCRE7�� PdVEMENT --,,.,,...,. �: _ _.._ __�... � LONGITUDINAL SHOULDER JOINT SEAL � ... 3/8".MIN�:..� ._ � ... . � .. iie,�:. i . N N � � _ j � � OINT SEALING � : COM?OUN� <CL. 3l � _ � z ,, � 1 Q Q _ � � M � • '' � SPACE FILLEA `� ( ` 1,� /75" MIlJIMUM OPTIONAL � SAW CUT (SEE NOTE 4) -- .� \�/ JQINT SEALING CQMPOt1ND (CLA55 4,5, 7 OR 81 2-1/4" D BACKER ROD 2 PREMOLDED ASPHALT BOARQS 3l9" 7HICK OA AN EDUIVALEN7 COMBINATION SA�YED CONTRACTION .iOINT FORMED EXPAtd510N JOINi TRANSVERSE JOINT SEALS METHOD Ba 1/4" MIN. 7/8"3 3�g�� MAX. - ----� . .. . . _. .. ----- ."'_" - � ' °' � JOINT SEALING � COMPDUNDtCLASS 3) � m � z v+ � F � � SPACE FILLEq YSEE NOT� q) � I%76" MINIMUM OPTIONAI -�•. SAW CUT (SEE NOTE 4) �� i ,...�_ JOI�IT SE�LIi�G ��NERAL N4TES: SkFfED tOfi1GITUQIN$� JOIN7 'i � LONG I;TUD i NAL COMPCI'UND 1. METHOD "A" - PREFORMED COMPRESSION SEALS (CLA55 6 JDIN'f SEALAN7) WILL NOT $E PERMITTED. 2. LOMGITUDINAL JOINTS SHALL $E SAWED AS DE7AILED IN THE STANdAR� SPECIFICATIONS OR AS SHOWN IN THE PLANS, 3. TRANSVERSE JOIN75 SHAL'L BE SAWED ANO SHALL BE PLACED RS SHOWN ELESEWHEflE IN'THE PLkNS. 4. k SUITABLE SPACE F1LlER SHA.LL BE USED WHERE SHOWN ANO THE JO1NT SEqL CO�tPOt1ND POURED TO THE DEPTH INDICA7ED, EXCEPT THA7 IF THE MINIMl1M SAW CUT IS USED, THE SPACE FILLER MAY BE DN.7TTED, � 5. A7 THE CONTRACTOR'S OPTION, THE SPACE FILLER MAY BE OMITTED IN ' LONGITUDINAL JOINTS ONLY, AND THE JOINT SEALING CONP�UND POURED FULL DEP7H. � 6. BACtCER RODS SHkl,L 8E COMPATIBLE WITH THE CLASS OF SEALAN7 USED. - 7. CLASS 4 OR 5 JOINT SEALER, OR AS SHOWN IN ?HE PLANS, MAY BE USED IN SAWED JOINTS IN LIEU Of CLkSS 3. , 8. 80TH FACES OF ALL JOIN75 SHAL� SE THOROUGHLY CLEANED BY SAN�BLASiING AND AIRBLASTING, LEAVING A CLEAN, NEWLY EXPOSED CONCRETE SURFACE. 9. IF CONCRE7E PAVEMENT CON7AIN5 SILICEOUS RIVER GAAVEL, SASVED DEPTk .' SHALL BE T/3. ; . . ., _ .._.,..._ _ ...._. . .. , .,,,_... ,. ..,, .. ,..., .,.., _ _.,....,,.... _,...� OZ00] p y Tnxos U��port�M ot j'ronyporlatim� , ,,,.,,,,., „all r;qMa r�aerved i�. ,,,,, ,,,,,,,,,,, , ' . .. _ . _. . . . .. - - . . .. . _ . ._ . - .- • •-- -' 1/q" M1N. 1/8"'_ 3/8" MAX. � Z�� i�O1NT SEALING � j COMPOUND (CLASS 37 � � � �_ %� LDNGITUDINAL � CONSTRUCTION JOINT SAWED LONGITUDINAL CON57RUC7lON JOINT JOiNT SEALS 1l�uea Dv�e�trr� o?fi�mm�Jpn FORT WORTH DISTRICT CONCRETE PAI/ING OETAILS JOINT SEALS JS-03 �FW� pJfi1C 011[ �t0. �0. qI471Y1 J�I> T00] 1- .�. �liC �Rp�[C1 !p, f IIIGVAT imti[o � 6 EXAS' 11d1SiD Si�ti REYISEO o� �� �. z[[x. � �T � f7W ..i-iiz^._ . . �� � �_ F1lter faDria 3' min. witlih Bockfiil & hantl tanp. Embed posts 18" mtn. Flow 90' or anchor tf in rock, _ � 6" VY //� /r tJ�V'I' V'l �, /� �Vy�/'���v�//A���}; 1/�dnS�v'h1\�d�\V'v��v'h��' SECTION A-A m U tYLi m ' owo.�7' io+ n'+v+: � ° o'- �� mmo�: C O N � P 1 N C c �•- W att •-- XOONI f�-1Ci i O O /0 a"-am �d�� Tx�b ar�� C�LN i m+�- dv — °���i w•- �, �- ++ : 9c�i . oYaL t TNU . accc Nafl� ��14� : V-OCO Oi1DN � w'3NL �mz°ow U~e�0 N � VX� p a t- o , W � J a N W W 1 90• PLAP1 SHEET IEGEND 5ediment Control Fence �� GENERAL N07E5 t. The guitlelines shown hereon are suggestions only and may be modifiec �� the Engineer. 3: i Mox. 3: t Mox. -- - -3a .3- ,_ _ — � 1�verlop tops of t Hoy Boles An9�e stckes OWOI'tf 40jOCEl'7i GaJe Ditch Flowiine PLAN VIEW Angie s�taices taward odjacent bate 4' min, to Iz fie i ght of �ole PROFILE .VIEW PLANS SHEET LEGEND Boled Hoy — o� BALEQ HAY USAGE 6UIDELINES Connect the ends of successive reinforcement sheefis or rofis a min, of 6 times with hog rings. ��~�F, Ga I v. Yi. W. M, ! 12. 5 Go, m i n. ) mox. opening size shoii be 2" X 4". 4' min. steet or wood posts spoced ot 6' to 8', Softwooa posts sholl be 3" min, dia, or nominoi 2"x4". Hordwoad posts shail hove o min. cross section of 7.5" x 1.5". Woven iiiter f obf i c Fosten fabric to top strand of weltlecl wire mesh IW.W.M.) by hog rings or oord at a mox, sppcing of 75". � Attoch the W.W.M. & fobric on end posts using 4 evenly spoced staples for waaden posts tor 4 T-Clips or sewn 2'�p�' verticoi pockets for steel posts). r +l�A l� �iii{ .��� � Place 4" to 6" af fabric ogni�st the trench side and approx. 2" ocross trenoh bottan in upstreom directian. Minimian trenah si2e shail be 6" squore. $ockiiil ond ho�d tamp, 7EMPORARY SEDIME�T C{?Ni'ROL FENCE SCF SEDIMENT CONTROL FENCE USAGE GUIDELINESa A sed3ment control fenee moy De canstrueied near t�e dovmstream perimete� of a disturbed oreo olong a contour tq intercept sediment firom overlond runoffi. A 2 year storm frequency moy be used fio aoiculoie the ilow rate to be f i I tered. Setliment control -fence should be siZed fio fiiter o max. fiow through rote of 1D0 GPM/FT�. Sediment contral fence is not reaomr�ended to.controJ erasion frtm o droinage area lorger thon Z acres. A Bn1ed Hoy insfiatlation moy De construeted �ear the dovmsfireom perimeter of a disturbed orea aiong_a contour #o intercept sediment from overlond runoif. A two yeor storm firequency moy be used to colculate the itow rote to be iiifiered. The instoilotion shoutd be sized to fiilter c moximum ftow thru rote of 5 GPM/FTZ of cross sec�tionol areo. HoleG hoy moy be used at the fotlowing loeotions: t. Where the runoff approaching the boled hay fiows over disturbed soii for iess thon 140'. If�ihe slope of i-he disturbed soii exceeds l0%, the length oi stope upstrean the boied hoy s�ouid be less fihan 5D', 2. Where the instailation wii3 De required for less than 3 monfihs. 3. Where the contriDuting drainage orea is less thon %Z oc�e. For Bafed Hoy instoliations in smoti ditches, the odtlitionfll following consiUerations oppty: i, The ditch sideslopes shouitl be grodetl as flat as possiGle to moximize the droinaqe flovrrote thru the hpy, 2. The ditch shouid te groded large enough to contoin the overtopping droinape when sediment has filled to the tap of the baled hoy. Boles shouid be repioced usuaity every 2 mont�s or more often during wet weother when loss ofi structural integrity i5 occeleroted. = %�i��'%� �n n� vn��y �4" min. to %Z he i ght � ofi bole, An�)� iirs� stoke towprd previously ioid b018 � i CENERAL NOTES i, Hoy boles sholl be o minIm�m of 30" in length ond weigh o minimum of 50 Lbs. 2, Hoy Doles sholi be bound by either wire or nylon or polypropyiene string. The bafes shatt be co�osed enfiire(y of vegetative matter. 3, Hoy boles shoil be embedtled in the soil o minimum of 4" ontl where possible %Z the heiQ�i of t�e bote. A� Nay boles sholi be plbcetl in a row witn enGs fiightly abutting the adjacent bales. 7he boles shall be pfaced with bindings poraltel to the ground. 5, Hoy boles sho11 De securely onchored in piace with 3/e" Dio. rebor or 2" x 2" wood stakes, driven thraugh ttse boles. 7he iirsfi stohe sholi be angted towords the previously loid bole to force the bales tagether. 6, The guitlelines shown hereon ore suQgestions only and moy be modifietl by the Engtneer. �°' ..... ........... ..... _....,.....,..__.,..., .. ..,.__ , ..,.._ ........,,_..� �" Texas Departmenf af Trorrsportatlon � peslga D/vlslon lRcbdwoyl v��PORa�Y ER�SIO�t, SEDIMENT AND l�AiER POLLU'f �4P� C�3�TR�DL Nl��45URE5 FENC£ � BALED HAY ECii��93 F«� EC793.DGH ox� HEJ �cx� HEJ �nn� gG0 �u+ CQTxDDT JIA�E 1993 O151qItT I (EpEp1L A)D ➢ADJECT SHFFT PEYZSICNS � 3 H COUNT7 ICONTpOC�SECTI i0H INIGM,�Y ...._ _ I � �Nire, nylon ar ` j AolyDropylerte � binding ��. � Flow � .,. �-.. .. . . ��� SECTION B-B Fili voids between � Dates with hoy 3/e" Dia. rebar % � or 2" x 2' �, wood stakes � l"l� BALED HAY �OR EROSION CONTROL. BH � ___. _.... . . _ .... _ _ .. < __... ,.. ... _.._ _ __ _ - --- . . _—.=- � � 0 U + `m a; _ io+O7 a+v+- c°� �'�C � ` N I�q } 4L- � O�LN C w at+ - �_ oca-w = xooa+ Y7 L ~oom: ' y-._ m = m w� +om� a�a� UL- � T O = c°ta � m.-rt- _ av 0��4°. � : a L - N.- T - �- 't+ vc=aa, �.i[.a i ' vC —o O C C C - �on_ . �Y- �o L momo' LTL� . ++DL` y-vc° - OLH�t - ����o W2DM- - at cJj ~ -�O a1i : �' u x+ c ar- o = � � Q � N � m � ut m �]+ N 1 n ui . 4' Min. � � 8" Min. Q � Drain to sedimenfi ' trapping tlevice 50' IAin. � � � PLAN � \'I,.-�i:'�'I �r:�'I ��:�'I,.;��:�'_I,.-��:�'I *! �:I.���r;:�%�i;�.I.�:i.t:I.���.��:�.,.r: . .. • . . . . . �•:•..:: •.. .. ;•r•-. � ,��. ;:�+'.: ':�� ����'� �..�� t�� �:�� ��� .��,.�� ; �:,��y'-:� �� ..��,�� '-!�.'�� !i ,�,� 1,.! ;rL;='.-'%r r.;.,�+r.�+�r ;;:�i� r.;:.�=�'r.;;'.'-7.�:f.::,�r_rJ:�it.`,r.;:�i`r�;:�r.•r ::�r:�:�ir1:�r r;:��'i:r!•i . `. � -• • • ' 4' Min. GENERAL NOTES 1. Tne length of fi;,e type 1 consfiruct��n exit s;ioil be as indicated �;� the ptans, but not less than 50'. 2. T�e �oarse aqqregate shauld be open groded with o size of 4" to 9". ;,. The opproach tronsifiions shouid be no steeper than 6:1 ond cansfiructed as directed by the Enqineer, 4. 7he consfiruction exit fpundation aourse sholl be ilexible base, bituminous concrete, portland cement concrete or other moterial os approved by fihe Enqineer. 5. The construction exif shaii be groded to aitow drainoge to 0 sQdimeni tropping device. 6. Tne guidetines shown hereon ore suqqesfiions only and moy be modified by the Engineer. � � , Droin to sedimetit I troppinp device � � 50` Min. _„ � �. � _ 7�" Min. 2• X 5• II �' TreoteG tirrt�er plonk "^7" . . � tY�. .�� + • • � � • . � �. . � � [ ��J � , � ' � �� �� ' � ���� � ; �- . � � � � C _ '� L.� � � i �� .�. - . 1 L..�1 4 -1 4�"�I L..�l L�.�i L�� � , ��j 1• •l t '1 1' 'I /' '1 1' 'I 1• ' �% I !� � � � � , � I � � ' . �� � � � ° � ,� � I� � �, � � � . � _ � . 1 �_ f _�___�TFl�• -� �• � �____' ___1•.�_ •___�� � 2" X 70" Roiiroad ties Treated timber plank 7yP�cai dimensions 8" X 7D" X 8' PLAN 4'�M i n., ` '_����..r, s�......'.4:.,.-, 50n' M i n, - V dnnrnnrh trans i'F i DT1 ' f VU111.Ju1 � vu� vr 6" min. PR�FILE COIVSTRUCTION EX1T tTYPE 2) i � StobiliZeO Driveway _ _ R.O.W._ _ � 1 �See note 2 2" X H" treated timbers a�.�..s��noi letl onta aDutted ends DisturDed ofi wood sheets Soli Areo "Y f�J 1 � � i A . � 4' Min. GENERAL I�!�T"tS 1. The length of the type 2 construction exit shall be os indicoted on the pluns, but not less fihon 50'. Z. The treated timber pianks shail be ottoched to the railrood ties with %Z"x 6" min. lag botts. Dther fas-teners moy be used os opproved by the Enqineer. 3. The treoted timber pionks shoil be R2 grode min., ond should be firee from iarge and taose Knots. 4. The approach transitions shall be no steeper thon 6:1 ond' constructed os directed by the En9ineer. 5. ?he construetion exit foundotion course shali be flexibie bose, �bituminous concrete, portland cement concrete or other materfol .as approved by the Engineer. 6. The construction exit shouid be graded to ollow droinege to 0 sediment trapping device. 7. The quidelines shown hereon are sug8estions only Qnd may be rmdified by the Enflineer. �%2" Min, thick plywood or pressed wafer boord sheets �_----=�- p-- Paved Roodwoy PLAN __. _ _ -- -�— - ---.._..------ ----�._r _.. 2" X 8" Timbers Noiled onta ends of woad sheets ' ' ' ` � � � . � 1 �/Z" Min, thick treoted piywood or pressetl wafer board sheets SECTION A-A �bed soil 16 Penny Noils � 11' on centers. CONSTRUCTION EXIT (TYPE 3) GENERAL NQTES � 1. The length of the type 3 consfruction exit sholl be as shown on the plons, or as directed by the Engineer. 2. The type 3 cons#rucfiion exit moy be nonstructed from open groded crushed sfone wi-th a size oi trro to four inches spreod o min, of 4': thick to the limits shown on the plons. 3. The treoted timber pionks sholi be x2 grode min., and shoutd be free fram large ond loose k�ots. A. The guidetines sh�wn hereon Qre suggestions oniy and may be modiiied by the Enqineer. � Texos Deporiment vf Tronsportatlon O�slgn Dlv)slan tRoodwoy) T E�9PORARY EROS � Ot1, SEDit�EhtT AND INATER . �a►.�.uTtor� ca��Roi ���suR€s CONSTRUCTION EXITS ECt3��93 vuc� EC393.OGH ox� NEJ � cF: HEJ � on� BGD � cx+ QC T%DOT JI1NE 1893 Dl57RICT I FEDE(UL qD PPDJECT SNEET REY���� 3 5 [ouim (currno�lssttj,Ae x7cNe'+T� ... .......,.a. ....,_._, .._.,..,.... .._.,.. . .... ........._. �....., , ....,. . .,., .. ,., ,... . .. , � i _�.......... - - - - s Bi�l �F F�EiffPC(2CiNG` �YEEL � � 5 FOA �ISEET�llETS � � 't � ODening Lenqth "L"• 5 it tOpeninp LenOth 'L"� 10 ft Openinq Len9th "I."- I5 ft ' OOeninq �enqtn "L'� 2O it 5"-0" Openfng "�^ 10 -O" pp�Rn90FLUUA T�T1E ` 75 ,� �penit7 "L" 2D`-0" ODeninq 'L" i �jiepthl and Lenpths 3ft 4ft Sft _f 4ft 5it �� 3 �Xf� I p Wtdth 3'-0"Width 5'-0- � � • N ' �3'-p^ Witlth 4'-0"IWiGth 5'-D" Width 3'-0" Widtn 4�-0' Width 5'-0" � Ail Widtt�s Wiaths W" f rti tns "w' idths "W' widths De th W'tlth 5'-0" WiOth 3'-O" W'ath 4'-0" Witlth 5'-0' W�tlth � y "p" 9ar�or:3ar 8ars�ors9ar qr;3ars�Bor 8ar ars ars8or ar Bor BarsBa sBar Bo �orsBarsBarsBar 8ars6ar�ors8or BorsBor Bor�ors8ar D Conc. Steel Canc Steell ona 5 eet Canc. tee4 Conc. teel Conc. tee onc.� teel Canc. Sieet Conc. Stee1 Conc, teel Conc. S7eei Conc. Stee7 � o. � C D E J f F F A I 8 G F P� F A B G I F F F A B G M N F F F A B G M N�tep5 g• _6" C 62 306 2•95 335� c 28 3 73 • 4.�12 4b9 • 4.64 5215 5.2Q L 64 5.69 �`667 6.4D � L72 � 7 � p Lbs. C. Y. Lbjs(.� G Y, L9 g C�. Y�3' Lbs6. ; �-a�i ci: j;_ " 17 3 Z 4 20 24�28 10 � 10 ZD �8 32 I36 18 18�28 136 40 44 26 26 I36 ( 2� 2 44 9fi ? 34 J4�44 Z 2 1 ��.'.-9_".. �2.70 309 3.04 347 3.39 373 9.25 499 4.78 53fi 5.34 579 5.87� 687 6.58 741 7.30 r96 '. � �1a 8.�� 937 9.27IID70 � u� 1O = S 18 20 •�. 28 I' 36 � ' ` � ' ' 44 ' • I y'� c•78 328 3.14 364 3.49 399 4.39 518 4.92 565 5.99 610 6.05� 718 6.77 776 '7.49 8 5 . 4 909 B,SB 976 9.51 iD46 o a o 7= �„ � . _ , , , , . . . . - . q• -3" .(17 394 3.23 3'!O 3 59 q06 4.5t 526 5.06 573 5.64 619 6.2Z ' 7 Iy p 19 '•) ' 1' 24 ' I' 1' 1 32 . I 40 ' I' 48 1 � 29 6.95 7B7 7_ 69 897 .8 922 8. H7 990 9. 75 )067 a+ v+� 4•-3" 79 • . • • . • 24 • • • • 32 ' • • 40 • • • • • • • 48 • 1 4'-6" 2.95 356 3.32 394 3.69 437 4.64 . 558 5.20 6D7 5.79 656 6.40� 770 7.14 83� 7-88 897 . 9 973 9.04 1043 9.99 lll 5 � °'a �"= 3q • • • • qp • 1- - • • 5p • • � y 4'-9` 3.D3 36l 3.47 410 3.74 438 4.77 566 61 .99 665 6. � 780 . 2 B4] B.D7 0 . 1 986 9.27 1056 1. 77 tL o 4''S" 21 • • • , , . � � � , � • 26 I ' I ' i ' 1 ' ' I 34 i 3 c�:�14._9" 21 • . • f • • • 142 I' ' 1' ' ' ' S0 ' 2 5'-�" 3.12 367 3.51 416 3.90 q-05 4.90 574 .4 624 6.09 574 6.75� T91 7.57 B53 8.27 915 8. 999 9.50 1070 10.4 1194 � y y�� '` 5.. _- .1 21 � : : : I' I'���' 1 26 I' I' 1' I' ' 1 34 (��: �' ' I' 1 42 I' 1, �. I' ' ' ' S2 ' '� 2 5�'6"�.28 3 9 3.69 430 4.1�0 472 5.1�6 606 5. 5 66l 6.98 71�3 7. 17 , 82 .69 H90 8_96 . t044 9. 1118 1. i 17 �� _� 1 23 ' I' I ' I 20 I ' I" I' I' I 36 I I' ' 1 f44 I J B37 7.88 901 8.66 967 8.98 105'7 9.97 1131 70.95 1208 onw c-i " 23 ' ' ' I'��� ��� I' I 28 1��' 1�'' I' � 36 I' I' 4' I" I' I 44 I' 1'�• I• • • • 52 ' 1' 1 2 5�'9"�3.37 405 3.i8 451 4.20 495 5.29 635 5.89 690 6. 794 .2B : 979 8.07 94D 8.85 700 9. it02 10.20 7178 11.19 1258 � 6'-D" .45 415 3.88 460 4.30 SOq 5.42 646 6.0 02 6. 8 157 �4 ' 88B 8.25 954 9.05 70 2 tll9 10.49 1196 71.4 1 6 w ntr _I � -9" 25 - ' t ' I � i ' I 30 ( ' I ' � ' I 38 ' I ' I ' ' ' I 45 I ' I ' • • • . • I 54 ' I ' 1 Z - N T+ ]= S'-0' 25 ' ' ' ' • ' ' 30 • • • ' 38 ' ' . 96 ' • • • • • • 54 • • 3 i'-0" 3.78 460 4.25 570 4.71 560 5.99 716 6.59 777 7.27 837 8.16 981 8.99 1053 9.82 1I26 f0. 7 1237 11.35 1319 12.40 1404 ? o cv-w 7'-0" 29 ' ' ' ' • • ' • 34 ' • ' • 4p • ' ' 50 ' ' •!' I' ' 58 ' • 3 B'-0" 4.12 996 4,62 55D 5.72 fiO4 6.46 7T0 .74 8 .B B99 8. 105} g, 3 1129 10.60 7 0 it. 7325 12.28 1412 1. 1 1 3 u°� � 8''0" 31 ' • . • . , • • 6 • • • • q4 • • • 5Z • • • • • • • 60 .• • q 9•_0•' 4.45 545 4.99 605 5.53 fi64 6.97 842 . 0 91 0.46 982 9. 1148 70.47 1235 17.38 1 1 1. 9 t947 13.21 1539 t4. 2 1637 � + o o m_ 9�'d' 35 • • • • • • • • 40 ' • • • 48 • • • • 56 ' • • " • • • 64 • • 5 0'-0" 4.78 582 5.36 645 5_93 788 7.49 90O B.Ti 9 4 9.05 1048 0.2 122? 7L 21 7312 t2.16 1399 12. B 7546 14.13 1642 15.29 1739 � m� w oi = U. _Q�� 38 . . . . . . . . 42 ' . . . . 50 . . . . . 5B . . . . . . . 66 . . 5 ' � tOW � �_ _ __� .._ _(.� ' 6'-0" Corruqations to o>�- ' a� o a� ;rcnsition {rom normoi ` . Openinq or Car�einotion Thereot ` 6'-0" � �e���^ W x�s• N '� • � vL - Expon. Jt,%z" " ' � _ �a=°� ; Premold Exp. CurC Heiqht to inlet � � T� Y � � m++ - J+. Mater i a l gutter e l evat i on 6" 6" 2' - 0" tD i i > o L�- �- �- Synmetricol about � 8�. I�.a � ofi Gutte� p _ oEoa_ � my'* � ? � ( ExPonsion Joint-�i . . . � �x^ - >' -�----t�l-----------------� � _ �--- LiftinG e•:��/ 2'Rad. _ ` -- -- '-- �' -------- vc}m- � �'� 1� � � �c� ', _` � _{ - � Ltp of Gutter I ' i ` �� ., Rinq , v m 2,� _ ��" L: ' l u/ - Bars M oxn i - Gutter L ine 1 � �-- - - - - - - - - - - - - - - - - r `-� - - - - - - - -� � r - CTmU: 1 ' , � ' _ _, . . _ _ _ ' 1 . . , y •- _ N � o c c c° � Canstructian Joint �, � 7ransverse Beam 4 -9 Bars "M" � ar�N'_ _ + o o - � I t5ee Elev. "A"_•A•, & "B"_"B"> � I � I I - - - ' Bors „N" R'6''7ti/�, " �oa��i�o � � � � � i I �Ylidth of Iniet "W"j I� 4 0 ._ y� _ ++o� - 1 � ( � � _2„� , c c o , .._ ._....._ .. . v-o __ . .. _. ....-- -� - -- - - ----------- -. ._ . , �do�o' _� - - - -� ---- �---- -- �--- • �- - --.. . .. _..----...-- ------ __ _...- - ------•---------� - - - -�-� --- SIOf SECTICk 6v" - - -- -�- -� �- - -� ��I �` E�L�-�/-�, � -I-0�--�! I� �s ----_ . �.,��'��---._.. .---------------_. ... ...--.,-----2._0• • _,.... � EkD IE� Qrz°a+°- _ � A I � �4-p4 Bors "J" ... .. . �� B aq Bors "C"-ToP � Bottan Slab _ . �� .�L : z�� TR�4NS�ERSE � �� -- �..or _ _ � zo BEAt� DETA I L .. j . -a- - c arX-o ' t0$ Y( � - �- - - nq Bors F ot �� �Cover I,%a^ (For Use With 15' & 20' Inlets) - � '1-- - - �_-� --�- - --- � �� r/z" cirs. �r-- �� � _ , ,�- ,- � - -ODemng aT '�` '(' ' 6" �/fl =► j/e" z �!e' u6 Defarmed 6ar ' Note : ti �� � \��pinotion Thereof ��� I I f ( I I / ttq BorsX"H"-Tap Slob at 7�/y" ctrs. � � - ? location oi rinq and cove� to be at � /� n4 Bors "G"-Bot. Siab at r/z" ctrs. : outiol l end, uniess otharwise I / � I� I � I � �� I` I- I-- :J R�n9 -- i,� - -- 2" �_ C- directed by the Engineer. _ O _.}. .}� -{- 1 -- v= � O � 1 I I � 1 � � C I C �� � , J � Fieitl cut Bvrs "B' &"C" r�; O � Z-�fi Bors "E" - ToP Stob ��� �/�« t�/�" 7�'�" °' d, \ � Face of I � I I � I I � �+4 Bors "A" ot 7%=" ctrs. �e ( 7, � 5%z' � 7" _� N � c o � c � e t e � ;' to cleor Monhale. � I \ � 1 I � �4 Bars "D" ! t � '� a ,� `� L"__ _LJ_ _ - - '.o �' -- - � ��-Y�------- L1 � j._ v'� _ V _ �/z" Premold - " , x - � _� �_ � �� _� _ _I_ J � • /� ,_ �I - Exp. Jt, Material � 6'-0" J o Length / 2 "---� I I_ I' �. �_ I. � � �^�� I RON R� G� CAVER V U y a. o� E. ; _ 1 J } � �-�-� -� �-�-�--t------ 10 � 5�� q�� _ DE IL I„ I _ � - - - - . .. .. .. _ .. . . . . ---.. . � -p : 1 � Symmetrieol obcut� ^ „ S� � ��a Z� � L, . , . _ _.__�� � �,� A Contro i Po i nt �,,, B I GONCRETE �UANTiTr I ' � � ��.5 + REDUCTION TABLE ^ GENERAL NOTES PLAtd d I EW Pipe Reduction 7� 3��• �� I � 'W" • 0'-8". j DiometerI One PiDe ' �- , I THROAT DIMENSION I• '' , {-�� � , I I C.U. Yd. ^1 ; 5" rad.� �• All concrete shaU 6e Class "A". C, '�-��,.,,.� .-1? ✓+ I 15" � 0. 04 I � 2. Chomfer a I I exposed corners 3'� ' except where I 78" I 0.05 •I othemise noted. 'U _ I CUR6 i- �� �= 3. Uimensions relatetl io reinforcin steel ore ta the HEIGHT "X" ,^�I 1 7" I D.OB cente�s of bars. 9 N, 1 5" - 5" ��4" D.09 �- 4. Field cuT ontl bentl Dars as necessary to occorm�o[lote � �„ Tronsverse Bean 1 7" � 0_77 �� storm droin i 3: � 6�� 5 115' ontl 20' Inlets Onl ) Back ot CurD a4 Bors `B" �. P Qe' y I�D" I 0.14 � 5. Cas t iro n ri n 0 on tl cover sho t! confor m t o It e m 4 7 7. a- : Y-9" Die. Recess � 8.. � ��• � Top Slnpe 1.5% f�fi"/it•7 I Z-Q� � 33° � �-�7 6" 6. Depths other thon ?hose shown moy 6e usetl w�enever �� I For Rlnp & Cover `5• " I I 3 I 0. 0 � � neeessary, up ta o moximtm of 10'. �uantities for vther �- ! 10'_ 1'-7�/�" Dla. � I Toward CurD . 6ars B e ���,, � �� depths limlts moy De found by interpo�ation. 7 I � I Pormed Hole � I 8" Gutter Line , Z' 7%2" ct�s. _ Z�� tYP• 7. Durfn Sto e 1 construciion, inlets wiii not be Bars C 2' Rotl. To Elevation ot -�' -� � 4 ^4 Bars "a" 9 fl X ' � � Bars C 8ars D 3' P ��, ' 6: �j constructed above subqratle eievation unless + r" /�-Control Point I I 1 � Note: Dlmension shown permission is qranted by tAe Enqineer. �� ,_ I 48" I 0. � ior 5" curb: Sncrease 8. A temporory wood cover shail be in6talletl after Sto e 7 �� -�____ �'• Bars 8 -.` 6�_ '���.'ir""v ,, Curb Heiqht .p�_ . len9th by i" for each �s corrip�etetl, ontl wtl l remotn in ploce unti I Stope 2 0 1 � _ 2.0'A. Usuol �� e 7%=" e-c ,J . e 4" Gutter tl b ef curb * 1 ,�"'^ D 6 BarS E-� � p a diti nal i" bepins. � � L4ve� , , � Oe ressian heiqht. y I _____ L ____„� .r ` _ -►� v, --�,, : p � e p � 9. The location of inlei os sfiown in the plans reiers to the Z� D p D I _. controt point at the faee oi curb and mid-point of the inlet. p - � � ^ '1L � 1 " � I 6� ) , '� 'r ��� o `,io" p 'e - - 16.A seoled % " exponsien joint shall be lacetl alon oIl verticol �p � f Q � � " o / , \ ° m x +a .X� . � D . ' � � - � fnces a0uttinq concrete pavement. Closs 3,4,5 or 7 joint , : • _ ' m - � '�' / o � � �. 6 ^ • seolant sholi be used to eeal jviPt, i �� 8„;' Q Bors C `� � 8- - N -�m- Bors M /• Bars D 8�� Bars f D o• - o .. � 6 E,. �+..0;.'8...3s 3 I ' n e r/�" �-c � -= 2' Rad ��.' �' o �•c =. j, Le. „ ....8,�5,. ..w .� P .. .�.. �r.� _ ngth of 0 ening � p � � - � • q o . . _ • ' �, . Ir n' } -- J --_ - _--- � TorCurbAHelqhtn9� y Bors F ts" . Witlih •W^ LBars N��p^ Joi�ts(rbme of Bors G a . p vs� Bars "C' (�h..oa...P,�n.in9.�� �.�.���'.8���..�� '�"'�" " Y�ane Q�nironerR oPNaammfeLbn - e' construction � o e • fORT NORTH DI5TRICT � �� � P r/2" c-c � I• f3'-0" Min., 5'-0" Max.) •" 'I� Stope iLConstJ r/i` ctrs. "'I�� � Bors "D" ���Lengthpf Openinp +� 17''8'' O TYPE 1 � �r '�� � q- CURB INLET p a4 Bors „F" 4 Bors "C" & "D" � � ' •'� t steps a t2~ c-c -�►-��:+- �- Bars A .• v * FOR 5'$E 0'/ 15r' &� 20' OPENING$ URB � � � ' tstaqqered� �o Bors C � i%z" c-c Bars G b ' 3'�-6" �TO 10' -Q" DEPTHS & 1 � 8ors C "j� �.,.u. � -- - � n - Permissible Const�uetion e T/=' c-� ��, j'6" Min. �'\' •� �• @�%" c-c � 3'-0" ' aoint I � •• � � � 3' � 4' & 5' WIDTHS D �� W - • - � - - - - - - - - - - - - � - - ' :� J 12' Mox. � �� PermisstDie � �4 Bars "J" � a3yBors "H" *-. � C I (1 ) - 0 2 ( F W ) � 1 �''� �a - �o I ' o• ' .D� �po c �p•;6p7t� ,�fl •D. Bars C Canstruction I' �, pROJECT W0. �E7 � =m - , R-. �D� o i--�o'�D, Jo1nt �D� ' �, (�� OI�.NO. �NO. - r' \D I I ( � �_ eors G � ( ���� 5%z° l.� 6 �j �j " _ 8ors C A r/¢" c-c "W" + 0' -8" �' �� � SEC7' I ON ���4 Bars "C" ' ��W� ' 0��5-,,.I� STATE DfST, COUN7Y . W� SIDE ELEv�TIQ�t °'�.-�" SECTION "B-8" ���-��� °48ars'M" g 9. 2002 TEXAS F-rwI Ori inQl Au iv - ... , ,„ � O 200Z by Texos Department of Tronsportot i om, �oNi, SEci. � daB HIGHYIaY No. � - _ .._.....,_,_....,........,.���� all rights reservetl 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 GEOTECHNICAL ENGINEERING REPORT MISCELLANEOUS PAVING IMPROVEMENTS . COUNCIL DISTRICT 5 FORT WORTH, TEXAS Prepared For: . DANNENBAUM ENGINEERING CORPORATION 6421 CAMP BOWIE BOULEVARD, SUITE 400 FORT WORTH, TEXAS 76116 ATTN: MR. BRIAND. O'NEILL, P.E. MAY 2009 PROJECT NO. 09-1402 ~' y;- g ... i T t ENGl NE :ERS May 8, 2009 Mr. Brian D. O'Neill, P.E. Dannenbaum Engineering Corporation 6421 Camp Bowie Boulevard, Suite 400 Fort Worth, Texas 76116 Re: GEOTECHNICAL ENGINEERING REPORT MISCELLANEOUS PAVING IMPROVEMENTS COUNCIL DISTRICT 5 FORT WORTH, TEXAS Dear Mr. O'Neill : Submitted herewith are the results of a geotechnical investigation conducted for the referenced project. This investigation was performed in accordance with the scope outlined in our revised proposal No. 08- 1497 dated May 28, 2008 and was authorized by you on March 3 , 2009. Engineering analyses and recommendations are contained in the narrative section of the report. Results of our field and laboratory investigation are submitted in detail in the Appendix section of the report. We appreciate the opportunity to be of service to you on this project. Please contact us if you have any questions or need any additional se~i.&_~~'lll.tttzt r/1- #~~OF T12_ fl;I/ S°, 01 Respectfully Submitted, ff~:.···*······ ··~u> ~11'?. f ST S*/ . ···* ~ Copies Submitted: 3 :::J *: ·. *~ ~····························~ S, ELIE A. GHANNOUM ~ ,a ............................. ::; \~\~81400 /If§ ~~ ··"ftG1sr£<?-f·,ffes <"11.~&···, .. ··&-S ~lt11 StONAL "<.,.\~ ~ f ftll\\\\'\1.'-'-"'-~ Geotechnica/ Engineering • Environmental Consulting • Construction Materials Testing 8908 Ambassador Row• Dallas, Texas 75247 • Tel: 214-630-3800 • Fax : 214-630-3898 www.stlenginee rs .com MIWBc. DBc. HUB • HUBZone . TABLE OF CONTENTS INTRODUCTION ........................................................................................................................ 1 PURPOSES AND SCOPE OF STUDY ...................................................................................... 2 FIELD OPERATIONS AND LABORATORY TESTING ............................................................. 2 GENERAL SITE CONDITIONS ................................................................................................. 4 ANALYSIS AND RECOMMENDATIONS ........................................................................ ; ......... 5 RECOMMENDATIONS FOR THE PLACEMENT OF CONTROLLED EARTH FILL. ............. 13 CONSTRUcr10N OBSERVATIONS ...................................................................................... 14 REPORT CLOSURE ......................... · ....................................................................................... 14 APPENDIX A VICINITY MAP .......................................................................................................... A .1A -A.1 B BORING LOCATION DIAGRAM ................................................................................ A2A -A.2J LOGS OF BORING ........................................................................................................ A.3-A .35 KEY TO CLASSIFICATIONS AND SYMBOLS .................................................................... A.36 UNIFIED SOIL CLASSIFICATION SYSTEM ................................................ ~ ...................... A.37 SWELL TEST RES UL TS ..................................................................................................... A.38 LIME SERIES ....................................................................................................................... A .39 APPENDIX B FIELD OPERATIONS ............................................................................................................. B-1 LABORATORY TESTING ...................................................................................................... B-3 APPENDIXC PAVEMENT DESIGN SOLUBLE SULFATES TEST RESULTS GEOTECHNICAL ENGINEERING REPORT MISCELLANEOUS PAVING IMPROVEMENTS COUNCIL DISTRICT 5 FORT WORTH, TEXAS INTRODUCTION STL Engineers understands the proposed project will consist of repaving portions of10 street alignments, located within Council District 5, in Fort Worth, Texas. A total of approximately 13,000 linear feet of pavement will be reconstructed. The general location and orientation of the streets is presented on Plates A.1 through A.2J in Appendix A of the report. This study was performed in support of the design of the following streets. Contract Street Name A~proximate No.of Linear Feet Borings -5A Bideker Avenue (between MLK Freeway 3,350 7 and East Dead End) Bright Street (between East Berry Street 1,330 3 and Reed Street} Burton Avenue (between Vaughn 2,140 5 Boulevard and Campbell Street) 58 Avenue M (between Miller Avenue and 1,440 4 South Hughes Avenue) Edgewood Terrace Street (between Judy 760 2 Lahe and Hameshire Boulevard) -Plants Avenue (between Craig Street and 1,420 4 Cravens Road (East Loop 820)) 5C Capers Avenue (between Stalcup Road 710 2 and Farrell Lane} Osborne Lane (between South Hampshire Boulevard and Old Handley 1,060 3 Road) Ransom Terrace (between Maceo Lane 700 2 and Truman Drive) Valley Vista Drive (from State Highway 1 O(East Hurst Boulevard) to south of 100 1 State Hii:ihwav 10 Project No. 09-1402 Page1 This· report was prepared in accordance with the City of Fort Worth Pavement Design Standards Manual (the manual), and the pavement desig n was performed using the AASHTO Guide for the Design of Pavement Structures guidelines (current edition). PURPOSES AND SCOPE OF STUDY The principal purposes of this investigation were to evaluate the general subsurface cond itions at the various streets, and to develop geotechnical recommendations for the design and construction of new · pavements. To accomplish its intended purposes, the study was conducted in the following phases: (1) locate drill sample borings and clear utilities; (2) drill sample borings to evaluate the soil conditions at the boring locations and to obtain soil samples ; (3) conduct laboratory tests on selected samples recovered from the borings to establish the pertinent engineering characterist ics of the subgrade materials; and (4) perform engineering analyses, using field and laboratory data, to develop pavement design criteria. FIELD OPERATIONS AND LABORATORY TESTING Subsurface conditions were evaluated by advancing a total of 33 sample borings, drilled to depths of about 10 feet below existing grades. The distribution of borings at each street is presented in the table below, and the aP,proximate locations of the borings are presented in Appendix A of the report. Project No. 09-1402 Page2 Boring Summary Street Name No. of Borings Boring Labels Plate Location Bideker Avenue 7 B-1 through B-7 A2A Bright Street 3 B-8 through B-10 A.2B Burton Avenue 5 8 -11 through B-15 A.2C Avenue M 4 8-16 through 8-19 A.2D Edgewood Terrace B-20 and B-21 A.2E Street 2 Plants Avenue 4 B-22 through s ~2s A.2F Capers Avenue 2 8-26 and 8-27 A.2G Osborne Lane 3 B-28 through B-30 A.2H Ransom Terrace 2 8-31 and 8-32 A.21 --Valley Vista Drive 1 8-33 A.J The borings were drilled on March 16 and March 17, 2009 . Sample depths, descriptions of soils/rock, and classifications (based on the Unified Soil Classification System) are presented on the Logs of Borings, Plates A.3 through A.35. Keys to terms and symbols used on the logs are shown on Plates A.36 and A.37 . Laboratory tests were performed on selected samples recovered from the borings to verify visual classification and determine the pertinent engineering properties of the soils encountered . Unconsolidated- Undrained (UU) triaxial shear tests were performed on selected clay samples to determine the strength of the subgrade soils to be used in the estimation of the California Bearing Ratio (CBR). Classification and strength test results are presented on the Logs .of Borings. Swell tests were performed on selected clay samples to evaluate the swell potential of the subgrade soils. The samples were incrementally air dried prior to testing in order to bring their moisture contents to at or below the Plastic Limit, in order to simulate swelling from a dry condition . Many of the soils sampled during this study contained limestone fragments and/or sand which affected the test results . Swell test results are Project No. 09-1402 Page 3 presented on Plate A.38. Descriptions of the procedures used in the field and laboratory phases of this study are presented in Appendix B of this report. GENERAL SITE CONDITIONS Surface Conditions The various project sites consist of.existing streets, which are currently paved with either asphaltic concrete (AC), or AC over:lying Portland cement concrete (PCC) pavement. Geology Generally, the sites are located in the following geological formations : Kgm : Grayson Marl and Main StrE:le~ ,.Limestone undivided. The Grayson Marl consists mostly of calcareous clay and marl.. The clay and marl are blocky, yellowish gray to medium gray with thin to thick limestone beds. The formation is about 60 to 100 feet thick and thins northward. tr The Main Street Limestone consists mostly of chalk and calcareous shale . The formation is approximately 20 to 35 thick and thins northward. Kpd: Denton Clay formation . The formation consists of alternating clay, marl and limestone. The clay is calcareous. The formation is approximately 6 to 25 feet and thins southward. Kwb: Woodbine formation . The formation consists of sandstone with some clay and shale. The clay is sandy gray to brown . The formation is approximately 175 to 250 feet thick and thickens northward . Qt: Fluviatile terrace depos.its that mostly consists of gravel, sand, silt, and clay. Kfd: Fort Worth Limestone that mostly consist of limestone and clay. The clays are calcareous. The limestone consists of 0.2 to 2 feet thick beds i3nd becomes thicker an _d more m.assive southward . Project No. 09-1402 Page4 Subsurface Soil Conditions Descriptions of the various strata and their approximate depths and thicknesses are shown on the boring logs. A brief summary of the stratigraphy encountered at the borings is given below. Given the various locations of the streets to be repaved, and the close proximity of the above mentioned geological formations in the general area of the project; conditions at different streets, and sometimes within the same street, are highly variable . In general, the borings encountered clay, silty clay, and sandy clay, followed by tan and gray limestone at approximately one third of the borings. At the remainder of . . the borings, clay, silty clay and sandy clay were present to boring termination depths. Poorly graded . ' sands were. present below the clay soils in few of the borings , and extended to a depth of about 10 feet. All borings were drilled through existing AC pavement with the exception of Boring 8-33. Boring 8-33 ·•· was drilled through · a concrete pavement. In most of the borings the AC pavement was followed by gravelly sand and gravelly clay base ·course. The borings were typically advanced to a depth of about 10 feet below existing grades. The Plasticity Index (Pl) of the samples tested ranged from 9 to 4 7, indicating low to 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 variability of the subsurface soils encountered; please refer to the attached Boring Logs for a more detailed description of the subsurface soils at specific locations. The boring iogs are attached in Appendix A of this report . ANALYSIS AND RECOMMENDATIONS Pavement Design Recommendations STL understands that Portland cement concrete (PCC) pavement is being considered for the new improvements. As described earlier, our design was performed using the AASHTO Guide for the Design of Pavement Structures in accordance with the City of Fort Worth Pavement Design Standard Manual. Project No. 09-1402 Pages As a first step in the design process, the swell potential of the subgrade soils was evaluated . Swell ratios were calculated, based upon the free swell test results, and the thicknesses of the potentially active clay soil strata. The calculated swell ratios are tabulated on Plate A.38 . Tests taken in all of the 1 O street alignments resulted in swell ratios of 1.0 or greater. In these locations, lime treatment of the subgrade soils will be required in accordance with the requirements of the mam:1al. Based on the streets classifications provided by Dannenbaum Engin~ering Corporation, all of the streets with the exception of Valley Vista Drive, are classified as residential-rural (low-volume) with annual . . ' . . . Equivalent 18 kip Single Axle Load (ESALS) of 25,000 in one direction. A 25 year design life was used as in~_icated in the manual. . At Valley Vista Drive, and at the request of Dannenbaum Engineering Corporation, STL has performed traffic analyses for two different traffic classifications. Valley Vista Drive was classified as either residentia l-urban (high-volume) with annual Equivalent 18 kip ESALS of 35,000 in one direction, or a Collector for using annual Equivalent 18 kip ESALS of 100,000 in one direction. A 25 year design life and a growth rate of 1.5 percent were used in our analysis as required in the manual. The results of our analyses and assumptions are tabulated below. Unconsolidateq_-undrained triaxial tests were performed on selected clay samples recovered. Shear strength values from the tests were correlated with California Bearing Ratio (CBR) values , and residual modulus values as _presente9 in Pl_ate B .1 of the City of Fort Worth Pavement Design Standards Manual. The CBR values were estimated_ to be approximately 0.62 times the undrained shear strength (in pounds per square inch (psi)) of the soils tested . Based on that relationship, and using the averaged soil strength for each group of borings, the CBR value estimated for the various streets ranged from 5 to 40 for the natural subgrade . None of the 10 street alignments had estimated CBR values of 3 or less. For the streets which will requir~-:>ubgrade stabilization, the composite CBR values w~re l3stimated using a laboratory determined CBR v~lue of 20 for the lime treated subgrade (adjusted CBR of 14), and a thickness of 6 inches for the treated layer, The calculated composite CBR values ranged from 12 to 47 Project No. 09-1402 Page 6 for the 6 inch thick lime stabilized subgrade. CBR values with corresponding Resilient Modulus values for each street are presented in the table below. 6" Thick Lime Stabi'lized Natural SiJbgrade Stabilized Subgrade Street Subgrade over Natural Soil Name Estimated Estimated Estimated Estimated Resilient Composite Resilient Required? CBR Modulus CBR Modulus (psi) . (psi) Bideker Yes 9 8874 16 13014 Avenue -Bright Yes 9 8857 16 . 13000 Street Burton Yes 7 7299 14 11720 Avenue Avenue M Yes 14 , 12038 21 15744 . '· Edgewood Yes 12 10743 19 14610 Terrace Street Plants Yes 24 16968 31 20207 Avenue Capers Yes 9 8743 16 12904 Avenue Osborne Yes 14 11975 21 15688 Lane Ransom Yes 5 6142 12 10808 Terrace Valley 40 24120 47 26919 Vista Yes Drive Project No. 09-1402 Page7 A rigid design for each street was performed using 1993 AASHTO design equations and the DARWin Pavement Design and Analysis System . The results are presented in Appendix C of th is report. For the PCC pavement designs, the following 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-volume) 18-kip ESALs over .Initial Performance Period (25 years) vyith 1.5% growth rate -3,051 ,500 (Collector) In itial Serviceab ility -4 .5 Terminal Serviceability -:-2.0 28-day Mean PCC Modulus of Rupture -650 psi 28-day mean elastic modulus of Slab -4,400,000 psi Reliability Level -80% Loss of Support -2 .0 Overall Standard Deviation - 0 .35 Load Transfer Coefficient, J -3 .0 Overall Drainage Coefficient, Cd -0 .7 (see note below) Mean Effective k-value -estimated by the program based upon the input Resilient Modulus Note: For PCC pavements constructed directly on clay subgrade or stabilized clay subgrade, the quality of drainage was assumed to be "very poor", resulting in the overall drainage coefficient of 0.7 shown above. Our recommended pavement sections are presented in the following table: Project No. 09-1402 Page8 Street Subgrade Thickness of Preparation Pavement (in) Bideker Avenue 6" Lime Stabilized 7.5 8% lime (361b./s.y.) Bright Street 611 Lime Stabilized 7.5 6% lime (27 lb./s.y.) Burton Avenue 6" Lime Stabilized .7.5 6% lime (27 lb./s.v.) Avenue M 6" Lime Stabilized 7.5 6% lime (27 lb./s.v.) Edgewood 6" Lime Stabilized 7.5 Terrace Street 8% lime (36 lb./s.y.) Plants Avenue 611 Lime Stabilized 7 .5 6% lime (27 lb./s.v.) .. Capers Avenµe 6" Lime Stabilized 7.5 6% lime (27 lb./s.y.) - Osborne Lane 6" Lime Stabilized 7.5 6% lime (27 lb./s.y.) Ransom Terrace 6" Ume Stabilized · 7 .5 6% lime (271b./s .v.} Valley Vista Drive ; 6" Lime Stabilized (Residential-high 6% lime (271b./s.y .) 8.0 volume) Valley Vista Drive 6" Lime Stabilized 9 .5 (Collector} 6% lime (271b./s .v.) Jointed Reinforced Concrete Construction Recommendations The pavements should be adequately reinforced, with expansion, contraction, dummy saw and construction joints as required in Section 4 of the City of Fort Worth Manual. The spacing of the joints will depend primarily on the type of steel reinforcement used. STL recommends, for the 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. It is our experience that dummy saw joints of 12 to 15'-foot spacing, saw cut to a depth of at least one- quarter of the pavement thickness, in both the longitudinal and transverse directions, have generally exhibited less uncontrolled post-construction cracking than pavements with wider spacing . Frequent use of expansion and contraction joints will improve pavement performance. Project No. 09-1402 Page 9 For Portland cement concrete (PCC) pavement, concrete with a minimum 28 day compressive strength of 3,500 pounds per square inch or more should be used . The coarse aggregate in the concrete should consist of crushed limestone rather than rounded gravel. We recommend lime stabilization of the subgrade on the indicated stree.ts using a minimum of either 6 or 8 percent lime, as shown, {by dry soil weight) to a depth of 6 inches (27 ·or 36 pounds per square yard, respectively). Lime stabilization should be performed in accordance with Item STS 024 of the City of Fort Worth Pavement Specification . . Pavement Subgrade Preparation All existing pavement, base, topsoil, vegetation, and any other unsuitable materials should be removed. The pavement subgrade should be proofrolled with a fully loaded tandem axle dump truck (or similar .-, - pneumatic-tire equipment). In areas to be cut: the proofroll should be performed after the final grade is established ... In areas to be filled, the proofroll should .pa performed prior to placement of engineered fill. Areas of loose or soft subgrade encountered in the· proofroll should be removed and replaced with engineered fill, or moisture conditioned (dried or wetted, as needed) and compacted in place. Depending on the final grade of pavement, limestone could be encountered near pavement subgrade elevation at some locations. Where bedrock is present at cut subgrade, the limestone should be undercut to a min imum depth of 8 inches and replaced With crushed limestone flexibleibase, which Conforms to Type A, Grade 1, Item No. 249, of SDHPT. The base should be compacted to 98 percent of the maximum dry density determined using SDHPT Test Meth9d TEX-113-E. In addition allowance should be made at the interface of the rock with the subgrade soils; to control differential settlement and pavement ,cracking between the different subgrade materials. Grading and compaction of pavement subgrade should follow the. procedures outlined in the section entitled "Recommendations for the Placement of Controlled Earth Fill". The final grades must be such that drainage is facilitated, and access of surface water to the subgrade materials is prevented . Project No. 09-1402 · Page 10 .. Soluble Sulfates in .Pavement Subgrade From our experience , relatively high concentrations of soluble sulfates can be encountered randomly · throughout the Dallas-Fort Worth Metroplex. Soluble sulfates can react with lime or cement , water, and clay minerals to create a ·new mineral called ettringite. Ettringite expands in volume upon formation, wh ich can create heaving in the chemically-treated portion of the pavement subgrade. This sulfate- i~duced heave of the chemically-treated subgrade can manifest itself as slightly elevated and elongated · mounds (commonly called "gopher trails ") or b locks of clay subgrade thrust up and over adjacent subgrade . If present, soluble sulfates can occur in relatively small and randomly spaced locations . Analytical testing was performed to .a id iri risk assessment of sulfate-induced heave occurring . Analytical test results showing soluble sulfate concentrations greater than about 2,000 to 3,000 ppm are indicative of elevated risk of heave occurring . The majority of the sulfate tests performed from samples recovered from this site resulted in non-"detectable (ND) levels of soluble sulfates (less than 250 ppm). It should be noted that a ND test result does not necessarily ind icate heaving will not occur. This is becaus13 sulfate- laden zones in the subgrade may be m issed in the sampling process. However, in the residual soils of the previously listed geologica l fo rmation, sulfate induced heaving is typically not a concern.. A copy of the analytical test results is attached in Appendix C of this report. ' Project No. 09-1402 Page 11 General As previously discusse<;I, limestone.was encountered near the existing pavement grade at some boring locations, and we expect limestone to be encounten:id at pavement level grade at some locations during site grading, utility installation and other general excavations. The limestone can be hard to difficult to excavate and the contractor selected should have experience with excavation in hard limestone. All excavations should be shored, sloped and shielded in accordanc,e with OSHA requirements . Groundwater seepage can occur at the ground surface where limestone is at or near the surface. Subsurface drains should be provided in areas where seasonal seepage may be objectionable . The drains should consist of 6 inch diameter slotted drain pipe embedded in a free-draining wavel medium. The gravel should be surrounded by a geo-textile filter fabric to prevent the ·intrusion of fines, and the drains should be sloped down to drain to storm sewers or nearby drainage features. Subsurface drainage system should comply ~ith specifications outlined in Section STS-021 of the Fort Worth Pavement Design Manual. Every attempt should be made to limit the extreme wetting or drying of the subsurf.ace soils bE;)cause some swelling and shrinkage of these soils will result. Standard construction practices of providing good surface water drainage should be used. A positive slope of the ground away from the pavement edges should be provided . Also, ditches or swales should be provided to carry the run-off water both during and after construction. Root systems from trees and shrubs can draw a substantial amount of water from the clay soils at this site , causing the clays to dry and shrink. This could cause settlement beneath grade-supported paving. Newly planted trees and large bushes should be located a distance equal to at least one-half their anticipated mature height away from the pavement edges. Project No. 09-1402 Page 12 Fill and Backfill Materials RECOMMENDATIONS FOR THE PLACEMENT OF CONTROLLED EARTH FILL General site fill in the construction area should consist of on-site material approved by the Soils Engineer. Imported fill should comply with specifications requirements descried in Appendix C of the Fort Worth Pavement Design Standard Manual, and should be approved by the Soils Engineer. The fill material should be placed in level, uniform layers, which, when compacted, should have moisture content and density conforming to the stipulations called for herein. Each layer should be thoroughly mixed during spreading to provide uniformity of the layer. The fill thickness should · not exceed 8-inch loose lifts. Prior to and in conjunction with the compacting operation , each layer should be brought to the proper moisture content as determined by ASTM D 698. The clay soils should be moisture conditioned to a moisture content that is between 2 percentage points below optimum and 4 percentage points above optimum . After each layer has been properly placed , mixed and spread, it should be thoroughly compacted to between 95 and 100 percent of Standard Proctor Density as determined by ASTM D 698 . Density Tests Field Density tests should be made by the Soils Engineer or his representative . Density tests should be taken in each layer of the compacted material below the disturbed surface. If the materials fail to meet the density specified, the course should be reworked as necessary to obtain the specified compaction. Utility Line Backfill Backfill for utility lines should be properly compacted to reduce the risk of pavement cracking . Bedding around utility lines should conform to the manual and the City of Fort Worth specifications. The upper 24 Project No. 09-1402 Page 13 inches of backfill consist of lime stabiliz~d soils to reduce the risk of surface water percolating down into the granular bedding layer. Water collecting in sand backfill can cause differential movement near utility lines. Water jetting of utility backfill is not· recommended. Project No. 09-1402 Page 14 , CONSTRUCTION OBSERVATIONS In any geotechnical investigation , the design recommendations are based on a limited amount of information about the subsurface conditions. In the analysis, the geotechnical engineer must assume the subsurface conditions are similar to the conditions encountered in the borings. However, during construction quite often anomalies in the subsurface conditions are revealed. Therefore, it is recommended that a qualified firm be retained to observe earthwork and pavement construction and perform materials evaluation and testing during the construction phase of the project. This enables the geotechn ical engineer to stay abreast of the project and to be readily available to evaluate unanticipated conditions , to conduct additional tests if required and, when necessary, to recommend alternative solutions to unanticipated conditions. REPORT CLOSURE The analyses, conc lusions and recommendations contained in this report are based on site conditions as they existed at the time of the fie ld investigation and further on the assumption that the exploratory borings are representative of the subsurface conditions throughout the sites ; that is , the subsurface conditions everywhere are not significantly different from those disclosed by the borings at the time they were completed . If during construction, different subsurface conditions from those encountered in our borings are observed, or appear to be present in excavations, we must be advised promptly so that we can review these conditions and reconsider our recommendat ions where necessary. If there is a substantial lapse of time between submission of this report and the start of the work at the site, if conditions have changed due either to natural causes or to construction operations at or adjacent to the site , or if structure locations, structural loads or finish grades are changed, we urge that we be promptly informed and retained to review our report to determine the appl icabi lity of the conclusions and recommendations, considering the changed conditions and/or time lapse. Project No. 09-1402 Page 15 This report has been prepared for the exclusive use of Dannenbaum Engineering Corporation and their designated agents for specific application to design of this project. We have used that degree of care and skill ordinarily exercised under similar conditions by reputable members of our profession practicing in the same or similar locality. No warranty, expressed or implied, is made or intended . Project No. 09-1402 Page16 ....... ,1 nr·~.,, -·i ,L,., ~' ~ ~~~ 1f! ~· ~~ ;L.,· )f: .J': 1Ef·~GH~JEERS APPENDIX A STL ENGINEERS VICINITY MAP INDICATING DIFFERENT STUDY AREAS PLATEA.IA STUDY AREA PLAN CONTRACT5ATHROUGH5C MISCELLANEOUS PAVING IMPROVEMENTS WITHIN COUNCIL DISTRICT 5 FORT WORTH, TEXAS PROJECT NO: FILE NAME: DRAWN BY: REVISED BY: REVISED BY: APPROVED BY: ~ SCALE:NTS 09-1402 091402.dwg HR DATE: 04-30-09 DATE: DATE: EG DATE: ret::CJE! frail I T L ENGINEERS ,:·,· . ~: Mosier V<;1Uey Ref ··M··· •M ·-·r.··-. ." .• ' · Trammel Pa vis .fid U.iuer LegacyP:ark VICINITY MAP INDICATING DIFFERENT STUDY AREAS ~ SCALE:NTS PLATE A.1B STUDY AREA PLAN CONTRACT5C PROJECT NO: 09-1402 FILE NAME : 091402.dwg DRAWN BY: HR DATE : 04-30-09 REVISED BY: DATE: MISCELLANEOUS PAVING IMPROVEMENTS t-R-EV_I_S_E_D_B_Y-·. -----+------------1 WITHIN COUNCIL DISTRICT 5 DA TE : FORT WORTH , TEXAS APPROVED BY: EG DATE: / rlB1 ·KEY; ~ STUDY AREA BOUNDARY TL ENGINEERS 8-7 0 z w PLATEA.2A BORING LOCATION DIAGRAM PROPOSED ROAD IMPROVEMENTS BIDEKER AVENUE .(BElWEEN MLK FREEWAY AND EAST DEAD END) FORT WORTH, TEXAS 100 0 50 100 SCALE: 1" = 100' PROJECT NO: 09-1402 FILENAME: 091402.dwg DRAWN BY: HR DATE: 04-30-09 REVISED BY: DATE: REVISED BY: DATE: APPROVED BY: EG DATE: ~ ~i STUDY AREA BOUNDARY STL ENGINEERS !B-10l I ti , w l a:::, 1-, u,I >-l PLATEA.2B BORING LOCATION DIAGRAM PROPOSED ROAD IMPROVEMENTS BRIGHT STREET (B ETWEEN EAST BERRY STREET ANO REED STREET) FORT WORTH. TEXAS V ICINITY MAP £CALE.:JC'S iO O 0 50 TOO SCALE: 1" = 100' . PROJECT NO: 09-1402 FILENAME: 091402.dwg DRAWN BY: HR DATE; 04-30-09 REVISED BY: DATE: REVISED BY: DATE: APPROVED BY: EG DATE: 8-15 W: ~/~ STUDY AREA BOUNDARY TL ENGINEERS VICINITY MAP PLATEA.2C BORING LOCATION DIAGRAM PROPOSED ROAD IMPROVEMENTS BURTON AVENUE (BEiWEEN VAUGHN BOULEVARD AND CAMPBELL STREET) FORTWORTH, TEXAS SCAtli.:,r.s js-121 100 PROJECT NO: FILENAME: DRAWN BY: REVISED BY: REVISED BY: APPROVED BY: 8-14 0 50 100 SCALE: 1" = 100' 09-1402 091402.dwg HR DATE: 04-30-09 DATE: DATE: EG DATE: KEY; w :::, z w I ~ ! 'a::: 'w I _J ,~ I 8-16 . ~ STUDY ARl:A BOUNDARY. . TL ENGINEERS !B-19! PLATEA.20 BORING LOCATION DIAGRAM PROPOSED ROAD IMPROVEMENTS AVENUEM (BETiNEEN MILLER AVENUE AND SOUTH HUGHES AVENUE) FORT WORTH . TEXAS i· I VICINITY MAP 100 0 5 0 100 SCALE: 1" = 100' PROJECT NO: 09-1402 FILENAME: 091402.dwg DRAWN BY: HR DA TE: 04-30-09 REVISED BY : DATE: REVISED BY: DATE: APPROVED BY: EG DATE: m: ~///-1 STUDY AREA BOUNDARY TL ENGINEERS /~B-21! Pano la Av e .I g ~~ I u 1 I Judy a:; .... SITE -! Ln. 1m t I'-. -~ o V nson St. 'Jj ~ WORTH . · f o, FORT ~ . i~ :;.. "' <c > ' <t . . "' t/) "' -g I -g 0 Ha m p shire B lvd. £ :::; vi VICINITY MAP SCALE:NTS I I PLATEA.2E BORING LOCATION DIAGRAM PROPOSED ROAD IMPROVEMENTS EDGEWOOD TERRACE STREET (BEiWEEN JUDY LANE AND HAMPSHIRE BOULEVARD) FORT WORTH, TEXAS 8-20 ~ ---- 100 0 50 100 SCALE : 1" = 100' PROJECT NO: 09-1402 FILE NAME: 091402.dwg DRAWN BY: HR DATE: 04-30--09 REVISED BY: DATE: REVISED BY: DATE: APPROVED BY : EG DATE: KEY: ~~,:/,:.%] STUDY AREA BOUNDARY I I TL ·ENGINEERS PLANTS AVENUE ~ PLANTS AVENUE VICINITY MAP . SCALE:NTS PLATEA.2F BORING LOCATION DIAGRAM PROPOSED ROAD IMPROVEMENTS PLANTS AVENUE ((BETWEEN CRAIG STREET AND CRAVENS ROAD (EAST LOOP 820)) FORT WORTH, TEXAS 0 iOO 0 50 i OO SCALE: 1" = 100' PROJECT NO: 09-1402 FILENAME: 091402.dwg DRAWNBY:. HR DATE: 04-30-09 REVISED BY: DATE: REVISED BY: DATE: APPROVED BY: EG DATE: VICINITY MAP SCALE: NTS 100 0 50 10 0 KEY; ~//;i STUDY AREA BO~NDARY SCALE : 1" = 100' TL PLATEA.2G PROJECT NO : 09-1402 BORING LOCATION DIAGRAM FILE NAME: 091402.dwg DRAWN BY: HR DATE : 04-30--09 PROPOSED ROAD IMPROVEMENTS REVISED BY : DATE: CAPERS AVENUE ENGINEERS (BETWEEN STALCUP ROAD AND FARRELL LANE) REVISED BY : DATE : FORT WORTH, TEXAS APPROVED BY: EG DATE: ,.,i . Im; W// J STUDY AREA BOUNDARY I ' TL ENGINEERS Cl ::i ID w oc :c en 0... :::!E <{ I en OSBORNE LANE ;10-291 · I 100 . 0 50 VICINITY MAP SCALE:NTS PLATEA.2H BORING LOCATION DIAGRAM PROPOSED ROAD IMPROVEMENTS OSBORNE LANE (BETWEEN SOUTH HAMPSHIRE BOULEVARD AND OLD HANDLEY ROAD) FORTWORTH, TEXAS PROJECT NO: FILE NAME: DRAWN BY : REVISED BY: REVISED BY: . APPROVED BY: SCALE: 1" = 100' 09-1402 091402.dwg HR DATE: 04-30-09 DATE: DATE: EG DATE: iOO W: ~ '. • STU ' ' DY AREA BOU NDAR'f .. TL ENGINEERS VICINITY MAP SCALE: tlTS BORING L;rTEA.21 ATION DIAGRAM PROPOSED ROAD IMP {BETWEEN MA RANSOM TERRRA~~EMENTS CEOLANEAND FORT WORTH T TRUMAN DRIVE) • EXAS ~ ~;.;:-·:.;;A STUDY AREA BOUNDARY . I TL PLATEA.2J BORING LOCATION DIAGRAM PROPOSED ROAD IMPROVEMENTS VALLEY VISTA DRIVE ((FROM STATE HIGHWAY 10 (EAST EASTHURST BOULEV~D) ENGINEERS TO SOUTH OF STATE HIGHWAY 10)) FORT WORTH, TEXAS VICINITY MAP SCALE:NTS 100 PROJECT NO: FILENAME: DRAWN BY: REVISED BY: REVISED BY: APPROVED BY: 0 50 100 SCALE: 1" = 100' 09-1402 091402.dwg HR DATE: 04 -30-09 DATE: DATE: EG DATE: £.:< rir·1r Pr~iecl No . Boring No. Projccl Paving lmprovements Within Council District 5, Ft Worth, TV . .:1 .!.L.J 09-1402 B-1 ENCINElmS Driller Ground Elev111ion Locnlion Bidel{er Avenue Complelion Complelion Water Observations Depth 10.0' Dale 3-J 6-09 Groundwater was not encountered during drilling or upon completion Type of drilling. Auger 1:-a. 0 -0 a.o 0 ~ (/)I:-N .... Ill 0 .... -0 .... . . z ~ u .J!l =aiR .: C Q. :ii di Stratum Description <I:: ti) c,~ '$. tJ~ ~ QI • .... ~ IL-·u ....... ·c ...,-a. C: U) I:..: 0 QI ~ --r:: ::, C: C: ·-nl ~ a. 0 ;; -Cl) -0 • ':P ....r ~ )( .... QI ::> 'Si -oS 0 nl ·-.0 ii E ·O 0 U) > ·s ~ ti)"-<I) QI U) .... 0 'O ~ E ·-C: 5~ I: cu w 0 00 U) (I) a E ni E 111-0 oo QI Ill Ill--nl QI C: C: ·->, 0 (/) 0:: 0:: in iii a.(/) '.J :J ii: :J -C: ~o J: 0:: :,:,,= (/) a._ ASPHALT, 2 inches f-64 44 18 26 14 115 4.5 + r..: BASE, 6 inches -,- CLAY, silty, hard , dark brown to bro\\11 , wilh limeslone fragments (CH) .... • light brown below 2' 17 109 7476 -85 15 111 4.5+ -5 ~ -13 4.5+ .... IL LIMESTONE, weathered, 111oder.1lcly lu1rd, light brown, b2 with occasional cloy seams - 10 10014:s· --_ ...... 130'1TOM OF BORING -- Ol !2 i?, I- 0 (!) ui z 0 0: .., a. (!) 8 " '7 g: "" u 0 o:, LOG OF BORING NO. B-1 Plate A.3 ,= ti) ,0rir1, P~ject No. Doring No ; Project Paving Improvements Within Coimcil District 5, Ft Worth, TXJJ ~.!:l .. D 09-1402 B-2 ENGINElms Driller Ground Elevntion Location Bideker Avenue Co111plction Completion Woter Observnlions Depth 10.0' Dote 3-16-09 Groundwater was not encountered during drilling or upon completion Type of drilling. Augc1· I-a. 0 "O a.(.) 0 !l Cl) I-N ... ~ _ ... ' ' 0 ~ ... • J!! z 0 ·--c "' Stratum Description ..J • ~ 0 C. C: • 0 QI C. ¢: II) u. .!: O)~ ;:~ ~ Q) • :!:! • QI . 0, ·o ... -"' C:..: 0 (l) ~ ~ ii C: :2...; (.) 0 :, C: C: -o. .E C: ·-Ill .c ci. 0 -ai ti.:!:! ~)( .... QI ::> °51 0 111·-.0 a. E 0 0 "'> :,·-"'(l) "'-"C"O u-S ~ E 00 <I) (l) c-E 111 E ·-C: cs'! ~m (l) Ill w a Ill "C oo C C •i: ~ iii iii 111--:J:J a: :J -C: 0 en er: er: 0. Cl) fl._ ~(.) :c~ ::,::,1- ~ ASPHALT, I inch . r 52 19 33 13 4.5 r\ BASE, 8 inches ·r_ CLAY, hard, brown to light brown, with limestone ~ fragments (CH) -- LIMESTONE, wenlhcred, moderotely hard, light brown, -00/1.25 with occnsionol clny senms - -- -5 IV I00/1" ,-- -- n: I--r .r - --00/0 .75 ' BO"ITOM OF BORING 10 . "' ~ .,, .... 0 Cl w z 0 a: -, C. Cl rJ 0 :'. 0, 0 ~ u 0 a: B-2 Plate A.4 .} LOG OF BORING NO. ,- II) C'I llfll( Project No . Boring No . Project Paving Improvements Within Council District 5, Ft Worth, TV .\1 !LJ 09-1402 B-3 E>JCJNEERS Driller Ground Elevation Locution Bidekcr Avenue Co111pletio11 Completion Water Observntions ·-- Depth 10.0' Date 3-16-09 Groundwater was not encountered during drilling or 111>00 completion Type ofdrilling. Auger .... 0. 0 "O a.u 0 2 "' Ull-0 .... . 11 ~ -. . z ~ u :g-g [ ..: C: ~ 0 C. C: • Stratum Description ¢i II) C)~ ~ ~ Q) • ~...; Q) Cl u._ ...... (/) C: _.. 0 Q) ~ ";!. 11 C: uo u :::, C: a. C: C: -CV ~ a. ·-<Ii :2...; :::. ..s !.w X ..., Q) :) "Si "O '6 o E·-..c a. E <..) 0 lJl ai ::,·-u,·-U) Q) II)+' u "O 1;j E 00 o-E ro E ·-C: 1:-"iii C: C'O Q) <11 w 0 <11 "O oo C'O Q) Cc ·~ >, a:i iii CV .-:::;:::; ii::::; -c 0~ {/) 0 II) n:: n:: a.(/) a._ ::E <..) J: 0:: :) :) .... r-'\. ASPHALT, 3 inches ,r 46 37 17 20 II 111 4425 CLAY , silty, very stiff to hard , brown to light brown, .... with trace ofgmvelly sand seams and limcslone fragrncnls (CL) -16 4.5 --84 16 Ill 4362 ..... 5 - -16 3.0 • VCI)' SI i IT at 7 feet - -~ CLAY, very stiff. light brown ond grn y, shnlcy (CH) 91 70 26 44 25 98 4.0 I-- ~ ----BOHOM OF BORING 10 .. -.. -~ ~--- t1I g :!. "' b C> uJ z 0 0: .., a. C> El :! d, 0 "' u 0 n: B-3 Plate A.5 .., LOG OF BORING NO . ... II) .. -Pn~jcct No . Boring No. Prqjecl Paving Jmprovemenfs Within Council District 5, Ft Worth, TX, ! 09-1402 B-4 ENGINEKHS Driller Ground Elevation Locution Bideker Avenue Completion Completion Wntcr Observmions Depth 10.0' Dale 3-16-09 Groundwater was not encountered during drilling or upon completion Type of drilling. Auger 1-0.. 0 "O 0.. l) 0 2 N UH-0 --.ig ..... . . z ~ 0 .J!! ·-"O (/) Stratum Description .; C: o,;;t .i::' ~i 0. C • 0 Q) 0. ¢: Cl) u._ ~ :,l! ::: -C1I Cl II> C..: 0 Q) ~ ~ ii C 1J oo ·o ::, Q) c .... O..c c-ro -5 0. 0 0 ·-or ;; ....; ~ )( :::> '5i -0'5 0 ~--.lJ ·5~ ~c E a. ~ 0 0 (/) > u,·-(/) Q) 5~ C IO 01J !ii a 00 (/) C1I c-E ro E ro 1J >, Q) w in ii'i "'·-::; ::; a:::; -c Oo IU Gl C: C: ·c: en 0 . en 0:: 0:: Q.U) 0.-:a:o :c 0:: :::>:::>I- ."\. ASPHALT, I inches / 58 42 19 23 18 94 4.5+ CLAY , silty, hnrd, brown to lighl brown , with limestone fragnients (CL) ... LL. LIMESTONE, weathered, moderately hard. light brown. - ~ with occnsional clny seams ... IW 00/0.25' I-- II IV 00/0.25' i ,__ 5 I-- ... - ~ -~ ,_ - f--10 1'3!!1F 00/0 .75 ' BOTl'OM OF BORING ------·-·--- a, 12 l!. "' ... 0 (!) ui z 0 a: a'. (!) $ :! gi -~ 0 0 a: I B-4 Plate A.6 g LOG OF BORING NO . 011r·1f I!:~. I I Project No. 13oring No . P~jc:cl Paving Improvements Within Council District 5, Ft Worth, T°KY .!l JL.J 09-1402 B-5 ENCJNEEns Driller Ground Elevation Location Billeker Avenue Complelion Complc1ion Water Observations Depth 10.0' Dn1e 3-16-09 Gronnclwater was not encountered during drilling or upon completion Type of drilling. Auger 1-Q. 0 'tl Q. (.) 0 .l!! Cl) I-"' .... (IJ . . 0 .f. 'ti . !I 'tl -...; C: z 0. C: -~ -g-[q_ Stratum Description ~ (/) 01~ 't!, :,11 8' QI • ..... QI 0, U.-...... ·c ..:-(/) c...: 0 Q) 't!, :,11 ll C: • 'tl oo 0 ::, C 0. C a~-~ .c 0. 0 ·-QI :::; ..s z )( .... Cl) => "6i 1::1'6 .0 ·5 ±! (I) .... .E a. E 0 0 (/) > Ul ·-(/) QI ·-C: c;-·ai C: (IJ 0 'tl ~ ti) co w 0 00 (/) a, c-E ro E n, 'tl Oo Ill a, :5:5~ >, in iii ni._ :J:::; ii: :J -C: o::;: Cl) 0 Cl) 0: a: a. Cl) a._ :ao :co:: ~ ASPHALT, 2.5 inches r 44 19 25 15 I 12 950 J'"'\ BASE, 10 inches r ,_ ·CLAY, silty, soli, brown to lighl brown, with limestone ~ fragments (CL) --' CLAY, fim1 lo hard, light brown and gray, shalcy (CH) 29 94 1689 ~ i- i--73 26 41 26 97 2639 ·~ -5 ~ I- 26 ,1.s+ ~ ,_ - ,---25 4.5 I- __ ....... M ---10 ,__ --------BO 'JTOM OF BORING 0, e l! "' ... 0 (!) uJ 2 0 0: ~ ~ N 0 :! ii "' u 0 ;, LOG OF BORING NO. B-5 Plate A.7 (/) '• -Project No . Boring No . Project Paving Improvements Within Council District 5, Ft Worth, T i r 09-1402 B-6 E'.'ICJNE1,:RS Driller Ground Elevation Location S'fL Bidcker Avenue Completion Completion Water Observations Depth 10.0' Dnte 3-16-09 Groundwater was not encountered during drilling or upon completion Type of drilling. Auger 1-(1. 0 'O 11.(.) 0 .l!l "I (/)I-. '§ ru ' ' 0 ~ .... 'O .... z 0 ·-,:j (/) . Stratum Description ii.E 0 C. C • 0 Q) 0. 11:: "' O)~ ~ 0~ .iE f.: ~ .. GI Cl en C..: 0 Q) ';;'!. ~ ll C 'O O. 0 :::i C: C: .... O..c c:·-ru :5 C. 0 ·-0) p...; :w )( .... Q) ::> 'El 'O;; O ru ·-.0 ·-.... E u a U) > :::i·-en·-en <2) en.., o-0 ~ E 0. 00 "' II> C'·E ru E ·-C !5~ C IU >, Q) ru w 0 iii iii n,,_ ru 'O oo RI Q) CC •;:: (/) 0 (/) a: a: 0.. (/) ::J ::J ii::J -C: 2:U :ca: :::J :::JI-D._ "' ASPHALT, 2 inches · r 49 .32 17 15 12 112 3255 CLAY, sandy, stiff, light brown , with limestone frogments (CL) - LL LIMESTONE, weatherei:I, moderately hard , light brown , - with occasional clay scams -00/0,25 ' ,_ ,_ - . >-5 l'!l!lll' 00/0 .25 ' .. ,_ -) ,_ - ._ - ,_ -,~ 00/075 ' BCJJTOM OF BORING JO -- 0, 52 " iii ... 0 (!) ui z ~ a'. (!) C'i ~ ~ ' ~ c.> 0 a: B-6 ,! LOG OF BOR.lNG NO. Plate A.8 "' 011r1lf ~-... I I Prqject No . Boring No !, l'rojccl Paving Improvements Within Council District 5, Ft Worth, Tk.Jf 11 1-J 09-1402 B-7 ENCJNEERS Driller Gromid Elcvnlion Location Bidcker Avenue Completion Completion Waler Observations Depth JO.O' Dote 3-16-09 Groundwater was not eucountered during drilling or upon completion Type of drilling. Auger I-a. 0 "O a.u C .l!l en I-N -<II 0 -"O -I I :,!! 0 .J!I ·-'ti <II ...i • z .i::' 0 C. C -0 QI C. Stratum Description ii:! <II LLE en~ ~ ~-QI - ~+J" QI Cl ..... (/) c..: 0 Q) :,!! ~ ii C 0 oo ·o :, C 0. C c·-"' .c ii 0 ·-ti "O -ii.=!' ... Q) ::::> '5, -o:S 0 <11-.D ·--~ )( <II ... a. E (.) a <II> ::,·-<II a, o-6 ~ E 00 <II Q) aE "'E -c &'~ C 1G a, ro w 0 Ill.-Ill 'O Oo ro a, Cc •->, 0 II) Q'. a:: iii iii a. en :J :J ii: :J -C: 2: (.) ::i::a:: ::::>::, .= (/) a__ " ASPHALT, 4 inches ,r 60 44 19 25 15 115 2.0 CLAY, silty, slifflo hard, brown to light bro,\11. with t--limestone fragments (CL) t- 21 I 15 3198 - -43 20 23 12 4.5+ ,_ 5 t- 11 3.5 - ~ LIMESTONE, weathered, moderately hnrd , light brnwn. with occasional clay scnins t-- 10 IW 1 )0/0 .2 " ,__.._ 130'ITOM OF BORING ~ ~ ... C C> uJ z 0 a: ~ C> s ;! © " 0 0 a: B-7 Plate A.9 -' LOG OF BORING NO. In .. ~'lfilf Prqject No. Boring No. Project Paving Improvements Within Council District S, Ft Worth, Tl.J' . .:I. . .!L.J 09-1402 B-8 E:'lCJNEEHS Driller Ground Elevation Locution Bright Street Completion Completion Water Observations Depth 10.0' Dale 3-16-09 Groundwater was not encountered during drilling or upon completion Type of drilling. Auger !i:?.;. 0 'tl 0 .2l (/)f-N ... ~ _ ... 0 -, . z ~ (,) • J9 ·-"ti VI Stratum Description <I:: ...JC C>~ .?,;, 2:! i! ... ll. C • ~ 2! .'.; fil u._ ~ o'*-GI CII ~ :,!! 11 C: 0 ·o ·-..r 0.. C 0 "ti -3 Q) C .C c-<II .s= C. 0 ·-(D :;::...r !.::. X "ti '6 0 <11-.0 a. E u Cl VI > ·5~ VI•-VI a, VI...., :, CII (,) {5 ~ E VI a, CT E .!!!.§ ·-C: 5j C n, Q) a, w 0 <II "ti oo ·rv a, C C: 'C: >, ii'iiii <II ·-:.J ::i -c (I) Cl (/) 0:: 0:: a. (I) a._, a._ zu ::c:o:: ::, ::i I- 8B r\. ASPHALT, 3 inches j ,_ 27 93 3607 BASE, 3 inches CLAY, silly, stiff to hard , brown to light brown, with tmce gravelly snnd scams mid limcslone fragmenls (CL) ,_ 38 42 20 22 15 109 4.5 .... -21 110 4872 -s •VCI)' st ifT at 6' -13 3.0 ,_ .... 19 4.0 -: t----··--. 801TOM OF BORING -10 --,_ a, ~ "' ,-. 0 ~ w z 0 I[ ~ l!) N 0 :! cl. 0 lo< u 0 a: I B.-8 Plate A.10 .., LOG OF BORING NO . t- VJ - CTlfllf Project No . Boring No. Project Paving Imp1:ovcmcnts Within Council District 5, Ft Worfh, TV . .ti .. 1:L.J 09-1402 B-9 F..'lCJNF:Ens Driller Ground Elevation L11cation Bright Street -Completion Complc1ion Wnh!r Ohscrvntions Depth 10.0' Date 3-16-09 Gro_undwatcr was not encountered during drilling or upon completion Type of drilling. Auger 1--ll. 0 'O ll.U 0 .& N (/) I-.g ro 0 -'O -. z ..t. 0 =aiR Stratum Description ...; C: ~ C. C -~ (I) O)~ ~ o"#. Ql -~ . Q) Cl u.._ ...... UI C..: 0 Ql ~ ~ 11 C 0 'i3 ::, C C: ... ll. C C ·-ro L a. ·-oi ]:t! ;; ...: ; )( ... Q) ::, 'El 'O 'o o ro,-.0 0. E u Cl U) > 111 ·-U) Q) II)+' 0 -5 ~ E ·-C: ~ai C <11 Ql <ll w 0 00 U) Q) C"E ro E ro 'ti Oo ro c, C: C ·~ >, iii iii n,,_ :.J :J ii: :J -C: :a:u 0~ (/) 0 (/) 0: 0:: a.(/) Q._ :i::o:: ::, ::> I- I r,. ASPHALT, 3 inches r I BASE, 8 inches -~ CLAY, stiff to hard, light brown , with limestone fragments (Cl·)) .... rw 7 98 22 ,- -~ 50 22 28 22 102 3842 -5 ~ -23 4.5+ ~ ,._ .... I\ 92 53 21 32 19 4.5+ ,_ r\-,...._ ,-130'JTOM OF BORING 10 a, l2 ~ "' ... 0 (!) ui z 0 er .., "-(!) "' 0 " d, 0 lt 0 0 a: B-9 Plate A.11 _} LOG OF BORING NO . ... (I) .. c~r1, Projec1 No . Boring No . Project Paving Improvements Within Council District S, Ft Worth, Tx::'.J . .!l . 1--1 09-1402 B-10 E°:'!CJNEERS Driller Ground Elevntion Location Bright Street Complclion Completion Water Observations Depth 10.0' D11te 3-16-09 Groundwater was not encountered <lurir1g drilling or upon completion Type of drilling. Auger . ' I-Q. 0 'O a.u 0 g U>I-N -Ill I . 0 ~ -• .l!) 'O -z 0 :gaf [ Stratum Oescription +l C .?:-a. C: • ¢! en C)~ ~ ~ Ql • .t! .. Cl) Cl u._ ...... en c:..: 0 Ql ~ ~ j] C: :5L..r oo ·o ::, C: C: .... a. C: C: ·-cu .c a. .. 0 ·-ar ~..r +:: )( .... g ::> -g, 'O'ti 0 f-.c E a. E 0 0 1/1 > ::,·-1/1 '-en Q> ~ C: C: Ill O'O ~ 00 en G> o-E 111 E t';'"lii >, Cl) Ill w 0 iii iii CU.-111 '0 Oo Ill Cl) :5:St:; :.J :.J 0::J -C: Cl) 0 C/) 0:: 0:: a.(/) a__ zu Cl~ :x:o:: ~ ::'.:\. ASPHALT, 3 inches /:::. 23 IOI 4744 ~ \' BASE, 2 inches . -; - · CLAY, very stilT lo hard, brown to light brown, wilh limestone fragments (CH} -~ 84 60 25 35 18 108 4.5 ... ·"-.. CLAY, silty, hnrd, light brown , with limestone fragments BR 3.5 17 18 14 117 4.5+ (CL} ..:... 5 .:.; I-f 17 118 10025 ... I- 18 4.5+ - 130"ITOM OF BORING 10 ---- "' 12 l!. "' ... a C, w z 0 a: ;;: C, N 0 ., i§ "" u 0 o:'. ~ ' LOG OF BORING NO . B-10 . Plate A.12 (/) 0 llf'1l:( Projecl No.· Boring No. Projccl Paving Improvements Within Council District 5, Ft Worth, T~ . .11.. -~ 09-1402 B-11 J•:'.'/Cl~lmRS Driller Ground Elevalion Loca1ion BurCon Avenue Completion Complc1ion Wuter Obsen•aiions Depth 10.0' Dille 3-16-09 Groundwater was not encountered during drilling or upon completion Type of drilling. Auger 1-0. 0 'C a.(.) 0 .l!! N (I) I-0 -. £i m .,_ . . z ~ 0 :!:? 'ti U) Stratum Description ...: C ~ a. C -o a, a. ¢! ::! ~~ O)~ ~ ~· l!!i ... Gl Ol 1/lC..: 0 ~ ii ~ ~ C :2 :r uo ·c:; ~2 ·c...: 0. C c ·-ra .0 0 == == ·-ai !.:lJ :c )( ::> '6i 't) '6 o l'!!·x E 0 0 U) > :, ·-Cl)'-1/) Gl E 0 00 1/) Gl O' E ro E •-C '5~ CCU 0 't) I'll Gl ro w mi:, Oo I'll Gl C C •;:: >, iii ai IO·-::; ::; a:::; -c (I) 0 (I) 0:: 0:: a. (I) 0.-2(.) ::i:o:: ::::>:>I- ASPHALT, 1.5 inches r 60 41 r\' BASE , 6 inches f_ 19 22 18 106 3.0 CLAY, silly, stiff to very stiff, light brown , with limestone fragments (CL) -14 115 2843 I- I--hard wilh 1111cc snnd seoms below 4 feel .. 59 28 16 12 14 113 4.5+ ~ 5 ..:. u.. LIMESTONE, weathered , modemtely hard, lighl brown , - tr: with occasional clay seams I-- g§ ._ - ::t I-- 1301TOM OF BORING 10 'U I )0/1.2 " ~ !!. "' ... C ~ z a er 2 Cl s :! .;. 0 ~ u 0 ·-·· er _,, LOG OF BORING NO . B-11 Plate A.13 ... U) Ci'lf'i'Jf l'rojecl No . Boring ·No. l'r(!jccl Paving lmp1;overi1ents Within Council District 5, Ft Worth, TO .. JI JC] 09-1402 B-12 E:"lCJNEEns Driller Ground Elevat ion Loc ation ; Burton A venue Compl etion Completion Water Obscrvntions Dep th 10.0' Dntc 3-16-09 Groundwater was not encountered during drilling or upon completion Type of drilling. Auger -· I-0.. 0 'O ll. () 0 Ql N ... Cl) I-.... 111 . I 0 -t?. --~ 'O -ih 0 S_tratum Description ...i • z .?;-.... C. C ·· • =-o 0. ~ 1/) u.. E: tn~ ~ 0~ f! ...r Ql ·OJ g ~ -· 0 Ql ::,l! .!!-ii r: • ·u ::s r: ·c....;-ll. r: .c a. 0 :!:?...r ::> 'Si c ·-111 :0 ·-Ql :PJ +l )( t; .2J ,, '6 0 111 ·-:a. E 0 C V, > ::s-u,•-V, Ql u-6 ~ E 00 V, Ql o-E 111 E ·- C 5~ r: Ill >. Cl) 111 w 0 iii iii "'-111 "O oo OJ Ql C C •c; Cl) 0 Cl) 0:: 0:: 0..·(/) :J:J 0:: :J -c ao :co:: ::>::>I-o.._ " ASPHALT, 0.5 inches r 53 28 15 13 II 123 4159 -.... BASE, IO inches r,_ -CLAY , sandy, very sfilT, light brown , with limestone frngments (CL) ,_ -lirrn nt 2' 15 112 1483 ,_ -t :LL LIMESTONE , weathered , moderately ha rd, light brown, - ·tI with occ asion al clay seams ,-. 5 IW 00/0 .75 ' 'IT: ,_ -... ,tr tr -- Jr:'. ,_ - tr ,_ - ~ ' .. -JOO/I" BO'JTOM OF 130RING ---10 --- en !2 :! "' b Cl ui 2 0 "' .., a. Cl ; ,.; 0 ;! .;, 0 "' <.J ... 0 "', LOG OF BORING NO. B-12 Plate A.14 i:! Ill £'i 0f11f ...... .. r Projcc1 No . Boring No. Project P~ving Improvements Within Council District 5, Ft Worth, TD JI JLJ 09-1402 B-13 ENGINEERS Driller Ground Elevation Location Burton Avenue Completion Comple1 _ion Water Observations Depth 10.0' Dote 3-16-09 Grou11dwater was not encountered during drilling or upon completion Type of drilling. · Auger 1-ll. 0 'C ll.(.) 0 .l!l N (/) I-0 -... ~ .... I . z :::!1 0 .J!l ·-'C 1/) ..J • 0 .... C. C • 0 Q) C. Stratum Description ~ II) ~~ tn* :::!1 u~ ~ Q) • Q) Cl ...... ·-~ II) C..: 0 .. Q) :::!1 *' C • 0 0 :::JC ll. C i a. l~ 'C C.s:: 5~·~ ~ 0 ·-Q) ·s~ ;;...; z )( -Q) :, Cl 'C '5 E 0 0 gi i!i 111-1/) Q) II) .... ' ·-C: 5~ C: cu 0 'C cu Q) ro LU a CT E cu E C'O 'C oo C'O Q) C: C: ·;: >, iii iii ro ·-:.J :J ii: :.J -C: (/) 0 (/J 0:: 0:: ll.(I) ll.-!2:o :c 0:: ::::, ::, I- ~ CLAY, stiff to hard, dark brown to brown, with limestone 19 108 3248 fragmenls (CH) - ~ '-62 54 19 35 18 105 4.5+ .... ·light brown below 3' ~ .... 26 4.5+ -5 I\:.. -~ LIMESTONE, weathered, moderately hard , light brown , with occnsional clay scams .... - -- tr -- IV/JI 00/0 .75' BO'ITOM OF BORING IO ! b C! UJ z 0 a: ~ t!l ~ ,;. 0 ~ (.l a a: B-13 . Plate A.15 _,, LOG OF BORJNG NO. Ii; Boring No . Project Paving Improvements Within Council District 5, Ft Worth, rd i I -Project No. 09-1402 B-14 ENGINEERS Driller Ground Elevation Location Burton Avenue Completion Completion Wntcr Observations Depth 10.0' Date 3-16-09 Groundwater was not encountered during drilJing 01· upon completion Type of drilling. Auger I-Q. 0 'tl a.o 0 J!l N UH-0 .... .... II) . . 'if!. • j!l 'tl -z 0 :g,g'~ Stratum Description ,.J • ~ ~ ': C • ¢: Ill u..!: t,)~ ~ u~ e...: GI en Ill C..: 0 QI ';I!. ~ ll C 0 ·o :,C c ... Q. C ~ a. 0 -ai :2...: ~~ ::, "§, c·-Ill .0 Zd :J:i )( 'tl '6 o E·>e E 0 0 Cl) > :,•-Cl)·-Ill QI E w 0 Cl) QI er E Ill E II) -0 oo ~'ai C II) 0 -0 <O >, QI {1) iii iii <11,-:::i:::i ii:::; -c II) QI cc~ (/) 0 Cl) er: 0:: a. Cl) a._ ~o o;?: :co: ::, :::11-- M>=-ASPHALT, 4 inches = 70 32 17 15 16 114 3606 \ BASE, 2 inches -; .... CLAY, sandy, stiff to hard, light brown , with .limestone fragments (CL) ... 17 4.5+ ,_ LIMESTONE , weathered, modcrntely lmrd, light brown, -·- with occasional clay seams -5 l'U 100/1.5' -- - - .... - '-- 10 · I~ 00/0 .75 ' ----· BOTTOM Of BORING !1J :! "' b (!) ui ;z. 0 0:: ~ (!) .-1 0 :! a, 0 " 0 0 0:: I B-14 _, LOG OF BORJNG NO. Plate A.16 ... V, 07lf11f P~jectNo. Boring No . l'r~jecl Paving Improvements Within Council District 5, Ft Worth , TXY .. ll .!L.J 09-1402 B-15 E:-.ICINEims Driller Ground Elevation Location llurton Avenue Completion Completion Wnter Ohservntions Depth 10.0' Date 3-I 6-09 G,·oundwatcr was not encountered during drilling or upon completion Type of drilling. Auger I-a. 0 't:l a.(.) 0 $ N (/) I-0 -. )a .f!! ..... . . z ~ <J 'a-g R ~ :§ &:' 0 P. C • Stratum Description ;:: <I> C)~ ~ ~ ~+J' .... Q) 01 Ill c..: 'i3 ·-..r 0 Ql ";f!. ~ C 0 <J 0 ::, C C.c: ll. C c~.!!! £ a. 0 ~~ ·-Q) :g +: !;;:. .J .:.x .... Q) 't:l '6 .0 E u 0 Ill> ::,•-111·-Ill CII 1/) .... ::::, Cl g't:l ~ E 0. a 00 Ill Q) c-E C'D E ·-C ~·cii C C'D Q) c,J w C'D't:l oo C'D Q) C C •.:; >, iii iii (11 ._ :::;:::; a::::; -c ~(.) 0~ CJ) 0 Cl) er er a.(/) !l.-:i:: er ::::, ::::, I- IRlfll ASPHALT, 6 inches 69 47 19 28 26 97 1753 CLAY, silty, lim1 to stifl: dark brown lo brown , with ,_ -limes1011e frngments (CL) ,_ 66 46 19 27 26 93 2115 - --vet)' stiff to hnrd below 4' 14 117 6519 -5 t-16 4.5+ ,_ ~ LIMESTONE.weathered, moderately hard , light brown, with occasional clay senms ,_ -- 10 l'Qf' JOO/I" t----· BO'ffOM OF BORING ~ ~ <I) b C) w z 0 a: -, a. C) ,-; 0 .. ~ 13 .o a:, LOG OF BOR1NG NO . B-15 Plate A.17 ..J I-"' Cr-tf'lf Project No. Boring No . l'rQject Paving hnprovements Within Council District 5, Ft Worth, Tk' . .!l .. lL..J 09-1402 B-16 E""ICJNEERS Driller Ground Elevation Locntion Avenue M Completion Completion Water Obsc1,1ntions Depth 10.0' Dntc 3-16-09 Groundwater was not encountered during drilling or upon completion . Type of drilling . Auger 1-Q. 0 'O a. CJ 0 J!l N (/)I-0 .... • ]9 .jg • 'ti ' ' :,I!' z 0 0 =a -g Cl. it .E ~ Cl. C: • Stratum Description .:::! (/) tn~ . ';fl. 0~ ~.: .... Q) Cl 0 Q) ~ 'if!. ii C: ·o ::, C: ·c....r Q. C en c: -: :E ...;' C: •-CV .s::, ~ C. 0 ·-0) ~~ +l )( -Q) :::, '6J 'O i5 o E·-a. E CJ 0 en > ::,•-en Ill en .... 0 'O ~ E 00 en Q> C' E CV E ·-C: &l C: CV Q) CV UJ 0 CV 'ti oo CV Q) C C 'i: >, in iii RI ,-:J ::::i a: :J -C: (/) 0 (/) a: 0:: 0. (/) a._ ~CJ :r 0:: :::, :::, I- ASPHALT, 2 inches I 12 I JI 1665 I""'\. BASE, 7 inches -r,__ CLAY, silty, fim1 10 very stiff, dark brown lo brown , with limestone fragments (CL) · ,__ 65 45 21 24 24 97 3.0 '- .. -21 109 3350 -5 --61 45 20 25 19 104 3.5 - ; -16 4.5 - 10 --· --1301TOM OF BORING ffl e ~ "' b I (!) ui z 0 rr -, Q. Cl f'l 0 ;!: gJ " u 0 rr I B-16 Plate A.18 .., LOG OF BORING NO . .. "' crir·tr Projec1 No. Boring No. Project Paving lmprovements Within Council District 5, Ft Worth, TV .!l. JJ._.J 09;.1402 B-17 ENCJNEERS Driller Ground Elevnlion Localion Avenue M Completion Complerion Waler Observations Depth 10.0' Date 3-16-09 Groundwater was not encountered during drilling or upon completion Type of drilling. Auger I-0.. 0 i:, o..o 0 J!l N (I) I-0 't3 . 11 ~ .. 't-. . ~ Stratum Description it.E z ~ a. C • ~-g ! ¢: -91 CJ~ ~ ~ (I) • ;t: ..r -~ gi ·o ... -Ul C..: 0 .c ~ '#. 11 C :2 ..r uo :::JC C .C c·-"' a. ·-<Ii ~.r z >< ... (I) ::, 0, '0'5 0 ['!·-.0 U) .... E a. E 0 0 U) > :,·-U)'-U) (I) ·-C ~al C nJ u 'O )( w 0 00 U) a, CT E "' E "''O Oo cc.!!! >, (I) "' iii iii lit,-:.:;:.:; a::.:; -c o:l: "' (I) ::> ::> i= (/) 0 . (I) a:: a:: o.. en o.._ 20 :ca:: r\. ASPHALT, 2 inches r 36 49 21 28 14 114 rs. BASE, 8 inches /",- CLAY, silty, ho.rd, brown to light brown, with interbedded clayey sand seams {CL) ,- 9 119 9393 - -. -30 31 18 13 6 115 4.5+ ,-.... 5 ,- 7 4.5+ - I- 14 4.5+ I- BO'ITOM OF BORING 10 - .. ; 0, 12 ~ ... 0 ~ z 0 0: ~ Cl "' 0 .... ~ ~ 0 0 0: 1 B-17 Plate A.19 ... LOG OF BORING NO . t; c. ri.ri-rr Project No . Boring No. Project Paving hilprovemcnts Within Council District 5, Ft Worth, TV . .ii . 1L..J 09-1402 B-18 . J~N(;JNEEns Driller Ground Elevntio·n Locotion Avenue M Cornpl~tion Completion Water Observations - Depth 10.0' Date 3-16-09 Groundwater was not encountered during driJling 01· upo1i coinJ>letion Type of drilling. Auger I-c.. 0 'O c..u 0 J!l N (/) I-0 .... Ill ' . :,,e .... . ~ "O -0 z 0 u s:: -= 'O 0. Stratum Description ¢:: -it .E en* ~ Q) -.... 0. g ~-: U) *' o'* ..... Q) 0) 0 a, :,,e :,,e 11 s:: :E~ ·u :::is:: ·2...r 0.. C: s:: ·-Ill £ a. .. 0 ·-<D ~..: :.:; >< .., a, :) -g, ,:,'5 0 111·-.0 E u 0 Ill> :::i·-1n ·-Ill a, .(l)c u 'O ~ E 0. w a 00 1/) a, t:r E Ill E Ill 'O ·o o &~ s:: Ill >, .. a, Ill 1oiii Ill,-:::i :i 0: :::i -C: Ill Q) s:: C: ·c: II) 0 (/) 0:: 0:: c.. (I) o.._ ~u :co:: ::, ::, I- ~ \ ASPHALT, 2 inches . r 22 112 2914 ~ BASE, 8 inches r,_ CLAY, stifTto very still', brown to light brown, with limestone fragments (CH) · ,-. .. . 70 75 28 47 22 92 4.0 ·i' ... . l' ,-'r\ 21 104 7720 -~ >--5 ,--·-• light brown nnd grny below 6' 14 4.5+ ·f\ -very hnrd helow 6' -f\ --I\ 19 4.5+ [\ ...,. -~------130'JTOM OF BORING JO "' e ~ I-0 Cl u.i z 0 a: .., a. Cl ,..; 0 ;!. d, 0 " u 0 -- ~I LOG OF BORING NO . B-18 Plate A.20 In ' ', -Projecl No . Boring No .. Pr(\jecl Paving Improvements Within Council District 5, Ft Worth, T i i 09-1402 B-19 ENCJNE1rns Driller Ground Elevation Locntion Avenue M Completion Completion Wate r Observo·tions Depth 10.0' Date 3-16-09 Groundwater was not encountered during drilling or upon completion Type of drilling. Anger I-Q. 0 "O a..u 0 Q) N .... (/) I-.$ <II . ' 0 ;fl -'O .... z 0 ·-"CU) Stratum Description ...; s: .i::' cu -... C. C • 0 QI C. ¢! U) u__ O>~ ;fl ..,~. ...... Q) Cl U) r:..: 0 Cl> ~ ~ ll r: "O 'i3 . ::IC ··c.: a.. C: c·-"' .c 0. 0 0 ·-cii :w.; .:; )( -Q) => 'Si 'O '6 0 f!·-..c a. E 0 Cl U) > ·s~ ~·E U) Q) 11'1""' O'O ~ E U) Q) CT E ·-C ~-<ii C cu Q) <II w a <U 'O Oo (11 QI Cc•->, iii in (II -:i:J ci::J -C: os: =>::, i= Cl) 0 (/) ex: ex: 0.. (I) a.._ :!E (.) :r er: \ ASPHALT, 2 inches 20 107 8333 r\ BASE, 7 inches r ,_ -CLAY, silty, hnrd, brown to light brown, wi1h limes1onc fn1g111ents (CL) I-56 44 20 24 II 107 4.5+. ,- ,- 14 117 13378 ...... 5 ,--13 4.5+ ,- I- 13 4.5+ .I- ----·-----·-BOTTOM OF BORING ------·-----JO --------------·-1-. O> Q :;: "' ... 0 Cl ui z 0 a: ... i 0. Cl rJ 0 ;!: a, 0 "' 0 0 a: B-19 Plate A.21 ...,, LOG OF BORING NO. ti ~ I j -Pr(lject No. Boring No . Project Paving lm1>rovements Within Council District 5, Ft Worth, Tl . 09-1402 B-20 .. E>ICJNEERS Driller Ground Elevation Location Edgewood Terrace Street Completion Completion Water Obscrvutions ' Depth 10.0' Date 3-17-09 Groundwafor was not encountered during drilling or ·upon completion Type of drilling. Auger 1-a. 0 "O ll.U 0 .! N cn1-0 -.s ~ .,'6-. . z ~ (.I ·--o <I) _Stratum Description ..; . ~ 0 Q. C: • 0 QI 0. ~ <I) u.. .!: O)* ~ ~ QI..; ~ .. QI C) 0 ~ ~ .f!. l~ C: 0 uo (.I ._ C C: ... ll. C <I) C _,. £ -a • .a Q) c-ra 0 ·-QI. ~±f ~x ::> '6, -cs 0 I'll ·-.0 E u 0 <I) > ·3~ <I) QI <I)+' O'C ~ E a. 00 1/) Q) er E ro E •-C g~ C CV >-QI n, llJ 0 iii ai CV,-n, "O oo ro a, CC·-0 (/) 0:: 0:: a.(/) :J :::i ii::.J -c :l!: t) :c Q:; ::>::ii= (/) -0.- ASPHALT, 2 inches I 14 114 5805 \. BASE, 6 inches ·r .... CLAY, sandy, very stiff lo hard, bro1;Yn lo light brown, with interbeclded sandstone seams (CL) .... 33 41 19 22 18 I JO 5423 - .. I- 13 4.0 -5 I- 28 4.0 - .... 22 4.5+ .... BO'ITOM OF BORING 10- "' E! :!. "' ... 0 CJ w z 0 0: -, Q. C) El " ii :,,: u 0 0: I B-20 ..J LOG OF BORING NO . Plate A.22 t; 0. 'lf1lf Pr~jecl No. Boring No . Pr~jccl Paving Improvements Within Council District S, Ft WOJ·th, Tx:::? 1f i!....J 09-1402 B-21 E"NCJNEEHS Driller Ground Elcvnt ion Location Edgewood Terrace Street Completion Comple1ion Woter Observations Depth 10.0' Dale 3-17-09 Groundwater was not encountered during drilling or upon completion Type of drilling. Auger I-a. 0 "tl a. u 0 .2l N Cl) I-0 't3 . Jg ~ .. ~ . . ~ z 0 ·-"tl (/) ...; C: ~~ c:: • 0 Cl) 0. Stratum Description ¢! (/) O>~ ';fl 0~ Ci' CII • Cl) Cl U.-......... (/) c..: 0 Cl) ~ ';fl fl c:: • i3 :, C C-' 0. C c ·-n, .0 .r= a. 0 ·-Q) ~...r +:: +J' ;. )( ..., Cl) ::, -§, "tl '5 0 nl-a. E 0 0 (/) > ::,-(/)"-(/) Cl) (/) ...... o-5 ~ E .2.2 (/) Q) c-E "' E ·-C c:,"ii C ffl >, Cl) (I) lU 0 n, ·-n, "tl Oo (I) Q) CC•;:: a (/) a: 0:: IDID a. Cl) :J :::i a: :J -i: 20 0~ J:O: =>=>r (/) a._ , ASPHALT, 3 inches r 41 32 16 16 12 116 5739 ~ BASE, 6 mches ·.r - CLAY , sandy, ve ry sliff lo hurd , brown lo light brown, wilh intcrhedded sandstone scams (CL) '-45 35 17 18 14 104 4.5+ ,_ ,_ <) 120 13099 .._ 5 -13 2.0 ,_ -16 4.5+ - 130'1TOM OF BORING JO ~ ~ II) b C) uJ z 0 0: -, a. C) ... 0 .. ~ "' u 0 --· ~· LOG OF BORING NO . B--21 Plate A.23 I- "' .c: rir·lr Pr~jccl No . Boring No . Project Paving Jmprovemcnts Within Council District 5, Ft Worth, TX:, . .!.l .11-.J 09-1402 B-22 J,::\lc ;JNEJ<:R S Driller Ground Elevation Loealion Plants Avenue Completion Completion Water Observations Depth 10.0' Date 3..:17-09 Groundwater was not encountered during drilling or upon com1>lefion Type of drilling. Auger I-a. 0 'O a.(.) 0 .s N Cl) I-.lii 111 I ' 0 ';/!. -'O -z <) ·-,:i.,, Stratum Description ..s • ~ a. C: -0 Q) C. ¢:! "' !!: ,§ C)~ ";!!. (,)~ 12.!...r ~ .. Q) Cl (/1 C:...: 0 Q) ~· ~ C: ·.; ::, C C: .... a. C: £ ii 0 . ~~ ·-(D 'O • -Q) ::, "61 C: ·-111 .0 ·5~ :a...r ~ >< 'O 'ti 0 !11 ·-E (.) 0 .,, > .,,.-U) Q) U) -() 'O t;j E a. ·-C: 5~ C: "' w 0 00 U) Q) CT E .!!!.§ l'll 'O Oo >, Q) (1) in iii I'll ,-"' Q) :5:5~ Cl) 0 Cl) o::. 0:: a. en :J ::J a. ..J 0: ..!: :!EU ::co:: " ASPHALT, 2.5 inches r 36 I? 19 II 113 14914 CLAY, sandy, very stiff to hard, redd ish brown to light brown, wilh interbedded snndstonc scams (CL) - ... 28 33 16 17 II 95 4.5+ ' ... ... ... 4 4.5+ ..... 5 ·-· ... 53 24 15 9 9 97 3.5 ~ - -• . SAND , very dense , light bro,~11 (SP) .. ·.·. - -; 50/4.5" - -10 X BO'ITOM OF BORING . Cl Q ~ b (!) ui z 0 a: a'. (!) N 0 ;! d, 0 " t) 0 a: B-22 Plate A.24 _,, LOG OF BORING NO . ... .,, crir1r Project No . Boring No. Pr~ject Paving Improvements Within Council District 5, J;t Worth, T.>C' .!.l .!.LJ 09-1402 B-23 E'."l(;J;\lEERS Driller Ground Elc\'at ion Loc.,tion Planes Avenue Comple tion Complet ion Wnter Observat ions Depth 10.0' Date 3-17-09 Groundwater was not encountered during drilling o,· upon completion Type of drilling. Auger 1-ll. 0 "O ll.t) 0 .l!! (/)I-N ... {5 .... . . 0 ~ 't; .n _.jc z 0 Q. C • 'a 1l :g_ Stratum Description ¢:! 1/) C)~ :,e ~ .i::' ~...; .... Ql Ol (I) :,e :,e !:!::::::: 0 IJ 0 ·;:; ::, C: ·-..; 0. C Cl) C..: 15 C C: .c: c ·-IO :5 a. 0 0 ~~ ·-<Ji "O • i~ ;. )( ... (I) 'O '5 0 <11 ·-.a ·5~ I/) .... ::> Ol E a. E u 0 1/) > U) (I) ·-C ~<ii C: IO IJ -6 ~ w 0 00 U) ti> C' E IO E co "O Oo >-·~ IO iii iii .,,,_ '.J'.J a: '.J -c o:: IO Ql C C 'C: U) (/) 0:: 0:: ll.(I) ll.-:a:o ::co:: ::, ::, I- r--..,. ASPHALT, 3 inches r 39 18 21 10 116 16068 r,._ BASE, 5 inches r._ CLAY , sandy, hnrd , light brown, with sand seams (CL) .... -9 4.5+ .... ----SAND, ve1y dense, light brown . with sa ndstone senms .. (SP) -5 lX 50/3 .5" .. • --.. --.. . . .. ,-- .. • --• .. .. ,----.:...:. 130'JTOt.1°0F BOfiNG ·-------·--JO-2S ----50/3" ~--·----------· o, Q ~ b Cl ui 2 0 er .., a. Cl f'i ~ d, 0 "' 0 0 . n: B-23 P.late A.25 .., LOG OF BORING NO . Iii ~0.f'l1f Pr~jcc1No. Bori ng No . Pr~jccl Paving Improvements Within Co1111cil Distrkt 5, Ft w .orth, TU JI . . 1.LJ 09-1402 B-24 E:'ICJNl~ERS Driller Ground El evation Localion Plants Avenue Completion Completion Waler Observations Dcplh 10.0' Date 3-17-09 Groundwater was not encountered during drilling or upon completion Type of drilling. Auger 1-11. 0 "Cl 0..(.) 0 s (/) I-<'I ... l'I) . . 0 ,I!. 't; .!!J "Cl ... Stratum Description ~-:§ z ~ Cl. C: • '5 -g-jg_ it: f/1 tD~ ;;!! c:,~ QI • -Q) Cl Jl :,!! ·o 13~ -...; 0.. C: Cl) C:..: 0 :s ;;!! " !11 '1/l C: "C C: .t: C: ·-l'I) .0 a. 3: 3: ·-4i ·5::!" ~..; :.:; X ::, C) "Cl 'ti 0 I!!·-E (.) CJ Cl)> f/1 '-f/1 QI Cll-0"0 ~ E 0. 0 00 f/1 Q) c-E l'I) E ro "O -C: !5~ C: l'I) >, Q) l'I) w ai iii ro ·-:.J :.J ii: :J -c Oo ro a, c: c: ·c (/) CJ _ I/) 0:: 0:: a. 1/) a. _ 2: (.) :c 0::: ::, ::, I- I ASPHALT, I inch 45 50 21 29 15 109 4.5+ CLAY, srindy , hard , reddish brow n, with occnsional t-clayey se ams (CL) t- II 115 15664 ~ t-- "' ,_ 23 28 16 12 9 .r, •grades with sand sc ams below 4' 96 4.5+ ' ,-. 5 - ,_ -6 4.5+ t- ... SAND, dense to ve ry den se, light brown , wi th sandstone ,• .. scams (SP) . ,_ - ',r 50/0 .5" -- BO'ITOM OF BORING -··--·M -·-~10 '" Q ~ ,o 6 (!) ui z 0 a: ~ a. Cl c,; 0 ~ o, 0 >! u ii!, LOG OF BORJNG NO . B--24 Plate A.26 ~ ·-.. 0rir·1r Prqject No . Boring No . Project Paving hnprovements Within Council District 5, Ft Worth, TV !.I . .11...J 09-1402 B-25 E:'JGJNEEHS Driller Ground Elevntion Location Plants Avenue Completion Completion Water Observations Depth 10.0' Date 3-17-09 Groundwater was not encountc1·cd during drilling or upon completion Type of drilling. Auger ..... Q. 0 'C Q. u 0 !1:l N (/)I- 0 ... . li {l • 't; . . :::!! u Stratum Description ...; C: z z, 0 ~~ C • =is al C. ;i:i "' O)~ :::!! C)~ (II • (I) Cl !!:::: ....... Ill r:...: 0 Q) ~ :::!! C • 0 ·o ::, C: r: .t: a. r: r: ·-ro ~ a. 0 ~~ ·-Ill :E .... z....: :;; >< ... Ill -o'o o ro ·-.D E t) Cl Ill > ::,•-V)'-Ill Q) V) .... ::> 0) u "O ~ E ' Ill Q) o-E co E ·-C: ~·ai C·ro Q) "' w 0 ro 'O oo ro · GI C C 4 i: >, .iii iii "'·-:::;:::; ii:::; -r: Cl s: (/) Cl (/) 0::: 0::: Q..(/) a._ 20 J; 0::: ::> ::> ..... ["""\. ASPHALT, 3 inches r 17 112 5786 CLAY, sandy, very stiff to hard , reddish brown, with r-sand scams (CL) -with clayey scams nl 2' ,- 42 53 22 31 16 108 4.5 - -stiff at 4' -13 114 2707 -5 --20 4.5+ -- .. SAND. medium dense , light brown (SP) .. .. [X 18 ,-- .. BO"ITOM OF BORING 10----·-------------·--·--- I a, e ~ 5 (!J uj z 0 a: ""> o. (!J N 0 ... d, 0 ~ u 0 a: B-25 Plate A.2'7 .., LOG OF BORING NO . I Iii - C'i r-ir·tr ~,. I I PrQjecl No . Boring No . Project Paving Improvements Within Council District 5, Ft Worth, Tx..Y Jl. .L.J 09-1402 B-26 ENCJNEims Driller Ground Elcvntion Location Capers Avenue Complelion Completion Waler Observa1ions Depth 10.0' Onie 3-17-09 Groundwater ·was not encomitcrcd during drilling or upon completion Type of drilling. Auger 1-Q. 0 't) a.o 0 2J cni-N ... ~ -I I 0 ~ 't; . .fl z ·-'ti"(/) ..J • ~ 0 ... C. C: • gg~ Stratum Description = m u.E O)~ '#. ~ f...,; Q) C) 0 -5 ~ '#. ii C: -"C - uo u :, C '2..; Q. C C ·-CV a. 0 ·-Cl) .; ...s ~ >< .... Q) ::, '6, -o'o 0 1.1!·-.D E 0 0 (/) > ·s~ Cl)·-(/) Q) (/) ... (.) "O ~ E 0. 0 00 VI Q) c-E cv E ·-C: 5~ C: "' Q) <II w <II "O oo <II Q) Cc ·->, iii iii CV•-:J:J ii: :J -c ::, ::, i= en ' 0 en 0:: a:: a.en Q._ 20 J:D:: CLAY, silty, stiff to hard, brown lo light brown, with 19 109 3310 limestone fragments (CL) ,- -70 39 18 21 19 106 4.5 - -16 119 5161 -5 ... 19 4.5+ ... ,- 21 4 . .5+ ,- BO'ITOM OF BORING 10 ----· ---·· ...;..,._ ---·--·--'---1-----·- .• ~ ~ ... 0 C) ui z 0 a: ... 0. C) N 0 " .-; "' 0 "' u 0 a: B-26 ,J LOG OF BORING NO. Plate A.28 ... " Cl) Q1lfl1f ProjeclNo .. Boring No. l'r(ljecl Paving Improvements Within Council. District 5, Ft Worth, TV .ll. .iLJ 09-1402 B-27 E'.'-!CINEli:RS Driller Ground Elevn1ion Location Capers Avenue Completion Complclion Wn1er Observations Depth 10.0' Date 3-17-09 Groundwater was noC encountered during drilling or upon completion Type of drilling. Auger 1-0. 0 "CJ o.o 0 2 II) I-N .... i .. .-0 .... ' . z ";f!. u • :'I ~:g & ..JC a. C: • . Stratum Description ¢: 1/) CJ)~ ~ 0~ ~ Cl) • ~ ... Q) Cl !!::::: ....... (I) C..: 0 j,! ~ ";f!. C :E :r ·a ::l C c ... a. C: .c ~l :::i "6i C: ·-Ill .0 a. ·-~ ~~ '.;:IX 1n .m ·-o:s 0 !<I,-a. E 0 0 1/) > ::,•-II) Ql u-5 ~ E II) Q) o-E C1I E ·-C c:,'ai C: Ill Q) (11 w 0 11J"CI 0 O C1I Ql C C •t: >,. iii a:i Ill--::; ::; a::::; -C: OS: II) 0 r.n 0:: 0:: a. U) a._ 2:0 ::i:o:: :::> ::::i 1- ASPHALT, I inch r 59 41 18 23 21 107 3962 r\ BASE, 6 inches r ... CLAY, silty, very stiff, dark brown lo brown, with limestone fragments (CL) >-18 107 4312 -- -55 19 104 3.0 I-5 -18 3.0 - ---hnrd below 8' 22 4.5+ ... BO'JTOM OF BORING 10 ---------- "' Q iii >-0 Cl uJ z 0 a'. .., a. Cl "' 0 ... d, 0 "' 0 0 a I B-27 Plate A.29 ~ LOG OF BORING NO. £::l'ir1"l( Project No. Boring No . Project Paving lmJ>r<>vcinents Within Council DisO·ict 5, Ft Worth, TX::, .1. . .!LJ 09-1402" B-28 EN(;JNEERS Driller Ground Elevntion Location Osborne Lane · Completion Completion Wnter Obser vnlions .·• Depth 10.0' Onte 3-17-09 Gi·oundwater was not encountered during drilling or nJ>on completion Type of drilling. Auger I-0.. 0 'O a.(.) 0 .l!l U)f-N .... l'O . ' 0 ~ .... ,J!l 'O ... z 0 'a af ! ii.5 ~ 0 a. C: -Stratum Description ¢: U) ·CD~ ~ (..)~ 2:!+r .... a, Cl U) C: ..: :g Q) ';f!. ~ l~ C 0 i3 :, C ·c...; 0.. C c-C'O £ a. " -cu :E ...s ;:l .....r .:; )( t,5 :::, "5i '0'5 0 [!·-E u 0 (/) > :, ·-u,•-(/) a, O'O ~ E a. 00 (/) a, c; E ro E •-C ~~ r:: ro Q) l'O w 0 C'O 'O Oo C'O Q) c: c ·c >, io in l'O ,-:::i:::i a: :::i -c Cl) 0 U) 0:: 0:: a. U) 0.-2:0 :co: ::, :::, t- ASPHALT, I inch r 32 16 16 18 Ill 531 I ~ I\ BASE, 6 inches r- CLAY, sandy, stiff to very s1iff, brown to light brown, with sand senms (CL} -59 36 17 19 18 115 3438 - --18 113 3610 -hnrcl below 5' ~5 -16 ,1.5 - ,_ 22 4.5 ... 10-~--·--··--------BCJlTOM OF BORING " m !2 ~ ' ... 0 I!> ui z 0 a: .., Q, " "' 0 ;!. d, 0 :,t u 0 a: I B-28 Plate A.30 .., LOG OF BORING NO . ,_ "' ~~r1lf Project No . Bo ring No . Project Paving Improvements Within Coimcil District 5, Ft Wo,·lh, TV .!J.. J1.._J 09-1402 B-29 E:'ICINElmS Driller Ground Elevation Location Osborne Lane Completion Completion Water Observations Depth 10.0' Dote 3-17-09 G1·oundwater was not encountered during drilling or upon completion Type of drilling. Auger I-0... 0 -c a.u 0 2 Cl) I-N .... .g • 'I-' . 0 ~ 0 -.l:'.l z ·--c en ,..; C: 0 ~ ': C • 0 QI a. Stratum Description ~ (/) O>~ ~ u~ ~ QI • QI Cl IL-.... en C..: 0 QI ~ ~ 11 C • -c 0 ·o ::SC c .... a. C i::-(II .c a. 0 0 ·-Ql ·5~ :p..; :p )( .. QI :::J "5i -c:S 0 <11-.£l Ill ... E a. E (.) 0 Ill> en ·-en QI •-C c=-"iii C ro u-5 ~ w 0 Ill QI CT E ro E ~-g 0 O QI (II <II--ro a, :5:5~ >, 0 en a: 0:: iii iii a.en ::i::i 0: ::i :aE (j o3: :i::o:: (/) a._ f"'\ ASPHALT, 3 inches r JO 4.5+ r\ BASE, 6 inches r,_ CLAY , silty, hard , dark bro,\11 , with limestone frngmc nls (CL) r-58 40 18 22 11 117 4.5+ 10496 ,- -11 121 4.5+ 15585 -5 -15 4.5 ·' ,.. -~ CLAY , hnrd , grny and light bmwn , sh nlcy (CH), 22 ,1.5 ,- '" 10 ------BO'ITOM OF BORING ~ :i: "' b CJ ui z 0 a: ~ CJ s ~ 0, 0 ~ u 0 a: B-29 Plate A.31 .) LOG OF BORING NO. ti Prqject No . Boring No : Projccl Paving Improvements Within Coui1cil District 5, Ft Worth, T~ t } - 09-1402 B-30 E'.'JC!>IEERS Driller Ground Elevation Location Osborne Lane Completion Complclion Water Obscrvntions ·- Depth 10.0' Date 3-17-09 Groundwater was not encountered during drilling or UJ>on completion Type of cl rilling. Auger .. I-tl. 0 'O tl.U 0 Gl N .... (/) I-0 .... ... ~ ·'lii ' ' ~ -.'!I Stratum Description z 0 u 'a a: C. .,.J • ~ .... C. C • ~ 1/) u..!: C>~ ~ 0~ Gl -Gl Cl ...... ·c.....-1/) c..: 0 _gi ~ ~ 11 C 0 u :::l C 0.. C: ·.s::. ,:, . c·-<11 .0 C. ·-Qi ·s~ z...r :p )( .... Gl ::, 'Si 'O '6 0 ~·-ii E (.) 0 1/) > (/)"-(/) Gl 1/) ... u,:, ~ E UJ a 00 1/) Gl o-E 111 E <11 '0 ·o g 5~ C: <II >. Gl co iii iii CO ,-::i:J a: :J -C: <II Gl §§~ U) .0 U) 0:: 0:: 0.. U) tl.-:au :co:: i'"'\_ ASPHALT,, 2 inches r ' 18 112 4178 r'\. BASE, 6 inches /1- CLAY, silty, stifl: gray nnd light brown (CL) -67 '15 19 26 15 116 3778 I- -hard below 4' ,_ 13 4.5+ ' .... r I- ' 17 4.5 f- ~ CLAY, hard. brown to light brown, shnley (CM) - -21 4.5+ - BfflTOM OF BORING ---10-·-·----·----------- o, !2 ... ,i) I- 0 <., ui z 0 a: ... "' <., 8 ~ t )< u 0 a: ' B-30 Plate A.32 .., LOG OF BORING NO . ,-... . .. ······ V, Q'lf'11f Pr~ject No. Boring No. Project Paving Improvements Within Council District 5, Ft Worth, TX::, . .ll .!.LJ 09-1402 B-31 E'.\ICINEJ<:RS Driller Ground Elevation Location Ransom Terrace Completion Comp let ion Water Observations Depth 10.0' Date 3-17-09 Groundwater was not encountered during drilling or upon com1>letion Type of drilling. Auger I-a. 0 ,::, a.o 0 s N Cl) I-0 .... . ii ru .... . . :.e :E ,:j II) z 0 0 ...i • ~ ': C • 0 CV 12. Stratum Description ¢:i II) u. .!: m* :.e 0 ~ e! ...r CV O> Ul C..: E CV ~ ::e 11 C 0 ~~ ·.; :IC c-ll.c c·-ru £ C. 0 -<i ,::, . ~ >< ti)!! :::::, -§, ,::, '6 o e·-·--a. E (,) 0 U) > ::i·-,n ·-Ul CV o,::, ~ E 0 00 Ul CV crE ro E (II 'C •-C 1=-·iii C ru >, (I) ro w iii iii ra ·-:J :J a: :J -c Oo 0~ ru w C C't: (/) 0 Cl) a: a: a.en !l.-::lEO :i::~ :::::J:::>f- ~ ASPHALT, 4 inches ~ 48 19 · 29 24 102 3130 \ BASE, 3 inches -; I- CLAY, silty. stiff, brown to light brown {CL) ... 46 19 27 12 I 17 4.0 ,_ ,_ 18 Ill 2046 ,__ 5 ~ CLAY , hnrd , grny and light brown . shnley (CH) 22 4.5+ ,_ - ~ -25 4.5+ I- ~ 10 --~---·-~··-· ---n BO'ITOM OF BORING a, E! iii b Cl uJ z 0 0: -, Q. Cl i:i ... ~ 0 "' u 0 o:, LOG OF BORING NO . · B-31 Plate A.33 ..r Iii Ci rirc1r ~,, !, I Pr~jectNo. Boring No . Project Paving Improvements Within Council District 5, Ft Worth, TV .!!. 1LJ 09-.1402 B-32 ENCJNE!i:RS Driller Ground Elevation Location Ransom Terrace Completion Completion Wnter Observations Depth 10.0' Dnte 3-17-09 Groundwater was not encountered during drilling or upon completion Type of drilling. Auger I-a. 0 ,:, a.u 0 <I> N ni (I'.) I-.... . . 0 ~ -• £1 ,:, -z u ·--o"' Stratum Description ~:§ ~ .... C. C: • 0 Q) C. ¢:: ,,, C)~ ~ 0~ Q) • ~g> ....... ·-..r ,,, C: ..:' 0 Q) ~ ~ C: " u ::, C: C .C c·-ns .c C. 0 0 ~~ ·-O> :E...,. :;;; ..r :;:; )( ti> .a ::, Cl -0'6 o ns-.D ii E u 0 "'> ::,·-,,,.- "' Q) u-5 ~ E 0 0 "' <I> crE ns E -C: 5i C n1 Q) ns UJ 0 ns ,:, Oo nl <I> :55~ >, iii iii nl ·-:J:::i a: :J -c (I'.) 0 VJ ~ ll:'. a.. U) a._ :E (.) :c~ :,;,. " ASPHALT, 3 inches r 27 93 1347 I\ CONCRETE, 5 inches T ... CLAY , silty, firm lo stiff, brown lo light brown , shaley (CH) ... 24 104 3472 -- --hord below 4' 76 45 20 25 19 112 4.5 -5 ,.., ; I ~ CLAY , hard, gray ond light brown , shaley (Cl·!} 21 4.5+ ... ,- 21 4.5+ ~ ,-- 10 BOlTOM OF BORING I "' 12 ~ .. 0 C> uj :z 0 0: -, n. C> l'i 0 .. ~ i,: 0 0 0: B-·32 Plate A.34 ..,, LOG OF BORING NO. ,-,,, ! 5 Cl u.i z 0 er § s ... '; s "' .rtnr ·L ~ •.• 1 ! .... J""'r-OJ,..C...,.Ct:""lN:'l'o-.---.-;13,;-:o=ri"=n7g'-N;::o:--. ---rn"rr=~~jc=c7t --=1::->a_v_i:-11-g-=-1 ,-n-p-1-·o_v_e_m_c_n_f s-::W:-::-it7h-:-i-n-c=-o-u_n_c::il:-:D::-:-is-· t-r7i c-t-s=-,:-:F::-t -=-w::-:-o-r"'."t :-h-, =T~ ' I - 09-1402 B-33 E:-.:c,~EE Rs Dl'iller Ground Elcvn1ion Locntion Valley Vista Drive Water Obscrvntions Comple<ion Depth 10.0' Completion Date 3-17-09 Groundwater was not encountered during drilling or upon com1>letion 1-T-)-'p_e ____ _._ _____ --1 of drilling. a .0 E >-(/) Auger Stratum Description CONCRETE, 7 inches CLAY , sandy. hard , reddish brown to lighl brown .• with sand seams (CL) :. ·: SAND, light brown. ve ry dense , cemented (SP) ···. ·.· ... ,- - ,- ,... ... - - .;..... '--------.B"'O""'"J...,'l:;;.0:.-M.:O"'I"'' 1~30"'J"U"N,.G------~,.. - 5 - - - - )()-- 1/) t ~ E u (11 w (/) 0:: X ~ - ';f!. 0 0 0:: I-a. a.(.) Cl) I- 50/4 " 50/4" 0 0 N 0 z C)~ C • 'iii g! :€ .!!! a.(/) 34 ~ ~x II) Q) nl 'O -i: a._ 15 15 29 17 12 :,!! Cl).; ._ C .a Cl) Ill""' ·-C oo :;Eu JO 4 'O .l!l '6,-... .g _4-(,) .,B ._'011) ;t:~5ioi°gl!!.'.; C ll.Cc •-n, :::i-§, -c'ij O ~-- 0 ,.,·~--C n1 O "C 1,1 "-..... roa> cc ·c :c 0:: :::i :::i 1- 116 18436 UJ-....!..--------------------...J_--J....-1---'---'---.1---'---'---'---'--_.__....._ _ _._ __ ""j ~ 1 LOG OF BORING NO . B-33 Plate A.35 ln1-..::..::...::.....::.:-.=...:::..:....:.:..:......:_.:..:.... __ .:..:.... _____________ .,.-_____ -:-______ -:-__ -:-_-:-____ ___, SOIL OR ROCK TYPES --=-GRAVEL -... •• •• C. 0 SAND •••• SILT HIGHLY PLASTIC CLAY 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 lhan 50% Retained on No. 200 Sieve) Penetration Resistance Descriptive Item (blows/foot) Oto 4 4 to 10 10 to 30 30 to 50 Over 50 Very Loose Loose Medium Dense Dense Very Dense Relative Density 0 to 20% 20 to 40% 40 to 70% 70 to 90% 90 to 100% Rock Core Contains appreciable deposits of calcium carbonate; generally nodular Having inclined planes of weakness that are slick and glossy in appearance Composed of thin layers of varying color or texture Containing cracks, sometimes -filled with fine sand or silt Cone No Pen · Recovery Soil Structure Calcareous Slickensided Laminated Fissured lnterbedded . Composed of alternate layers of different soil types, usually in approximately equal proportions TERMS DESCRIBING PHYSICAL PROPERTIES OF ROCK Hardness and Degree of Cementation Very Soft or Plastic Soft Moderately Hard Hard Can be remolded in hand; corresponds in consistency up to very stiff in soils Can be scratched with fingernail Can be scratched easily with knife; cannot be scratched with fingernail Difficult to scratch with knife Very Hard Cannot be scratched with knife Poorly Cemented or Friable Easily crumbled Cemented Bound together by chemically precipitated material; Quartz , calcite, dolomite, siderite, and iron oxide are common cementing materia ls. Degree of Weathering U nweathered 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 Laboratory Classification Criteria Sym. <ii 'in' Well-graded gravels, gravel-I!! 060 (030)2 e> "' (I) GW sand mixtures , little or no ro .!!! -C: .!!! c.= ••••• greater than 4: Cc= ···--···---between 1 and 3 .!!! ~<.: fines ·c5 D,o o,o X DGO (IJ 0 U) C: 6i C: -0 a.. 0 ,(/) .Q 'iii ffi 0 Ql CJ) CJ) .8 Poorly graded gravels, gravel C: ti -~ '§ ~:i ~ 'iii" ~"' Q) .!!! -;:: GP sand mixtures, little or no 0) (f) Cl) Cl) Not meeting all gradation requirements for GW N -Q) (.) d. ,i, "iii Cl) Q) > fines ~ • c.5 ro Q) -en Ql fu (!) -6 Q) L.•-"' > > (IJ Cl) 0 Q) ~ 8 '<t w "E 0 -:i O> .iii (!) .... ci of :s: (!) .5 Liquid and Plastic limits 0 2z Q) ::, Silty gravels, gravel-sand-silt .!:! ~ = ·s Liquid and plastic limits 0 C: 0 GM below "A" line or P .1. N -C: i;:: E mixtures ai 1/) : : Ci plotting in hatched zone m ro §:i i:: ~ • • Q) greater than 4 ci .c: .c: . : ._ between 4 and 7 are z C: - ::, Ql : en ~ ::0 ~ 0 "in C: m : Q) borderline cases £ .!!l .m "-Q) 0 "' (I) ro Q) 0 -0 No ro Liquid and Plastic limits == .c: ~ > ~ Clayey gravels, gravel-sand-·en N 0 requiring use of dual o-GC C: ci above "A" line with P.1. (I) ... 0 ~ a. clay mixtures • Cl) syrribols "O (I) 6 (!) 0. "iijZ [~ greater than 7 Q) e> ~ ,_ C: .!: .!!! O> ro : Cl) m (I) E :5 ; -e ,_ ·-,_ 0 ... :o O>-.9:2 'in' ... Q) 1 Cl! {030)2 ' m Well-graded sands, gravelly -= Doo Q) ·-iii (I) (I) SW -m U) ... a> E c.= ··-·· greater lhan 6: Cc= ········-··-· between 1 and 3 ... Q) E -g ~ sands , little or no fines m-io 1/) D,o D,o x Doo o ro (I) m o '-C o E .!!! "' C: O> 0 Q) C ,_ -0:::, £ 5'a> m o C: 0 '+-:;:; N (I) Q) Poorly graded sands; ro g :c 0 0 ·-c3 E SP gravelly sands, little or no -0~ "E a> Not meeting all gradation requirements for SW '+-ro w ::J C: 1/) Q) 0 iii .:= Q) m Q) 0 .... Cl) Q) a, ...... fines "'~ \-,. Q) : .c: Q) a.....: C: -0 1/) ·-Ob a. N C: (IJ C '-(I) 0 lO .... ~ £ m gi '<t C/l Cll Cl) 0 • 1/) "E Q) 0) C: C: ... Liquid and Plastic limits ~ .... 0 Silty sands, sand-silt O> ro ro ro a> oz Q) ::, SM co C .c. .J: a. below "A" line or P.1. less 0 C: 0 c B ;,;--N Liquid and plastic limits E :!::: C: i.: E mixtures Q) ~ ~ Cl) ~ .Y-than 4 ...... m ro .c: ro ,...., ~:g_,g:30.9 plotting between 4 and 7 .c: £ -Cl) l!i C: .2 ...J :::E l() C 3: .9:2 ~ ·-are borderline cases ro (/) -l6 i;:: 0 1/) :S (I) 0)"' Liquid and Plastic limits requiring use of dual Q) -g ·u Clayey sands, sand-clay .!: .!: 'O ,_ l1J ~ SC §-g ~ above "A" line with P .I. symbols 0 (JJ 0. mixtures 6 Q) Cl.I 1/) 0. -a. 1/) greater than 7 $ (I) Cl.I (l) 00'13 Inorganic silts and very fine s ML sands, rock flour, silty or tO clayey fine sands, or clayey C: silts with slight plasticity <JI m >, .c 60 QI ro ..., Inorganic clays of low to I/ > u~ Q) -0 Q) medium plasticity, gravelly "iii C: -Cl 0 ro 4~ clays, sandy clays, silty clays, / 0 "'E 50 N ~ :.: and lean clay·s V ci u5 :E CH z ::, / .!:! C: d Organic silts and organic silty m Ol 40 "7 .c: clays of low plasticity !fl :: >< I/ Cl.I ·-(!) 'O g~ C -o E ~30 Q) Cl) Inorganic silts, micaceous or ·u ~ .s C/l s ~ m ·-tO MH diatomaceous fine sandy or ro 6' OHa1 dMH ,_ -a: Cl)Cll C: Q) ·c ro silty soils, elastic silts ·~ C: 2 Cl) .c: 20 >,-V ·-ro ro ,_ LL E o 2 · CL 0 111 Inorganic clays of high ./ "'C Q) CH C: ,_ -m Cl plasticity, fat clays 1,~ ro 1/):::: V .c :EE C 7 CL-ML / MLa hd OL m (/) :.:: £ -0 4 V ·5 Q) er Organic clays of medium to 0 ... d, OH 0 10 20 30 40 50 60 70 80 90 100 0 high plasticity, organic silts E. Liquid Limil ' 0 >-·-Peat and other highly organic -C: "' Plasticity Chart .c: m = Pt r ei g soils 0 UNIFIED SOIL CLASSIFICATION SYSTEM PLATEA.37 Boring B-1 8-1 8-3 B-3 8-4 8-6 . ~ .. B-7 B-8 8-9 B-10 8-10 B.:.11 B-11 B-12 8-13 B-15 B-15 8-16 . 8-16 B-17 B-17 -8-18 B-19 8-20 8-21 8-21 B-22 B-22 -· Sample Depth (ft) S-1 0-2 S-3 4-6 S-1 0-2 S-5 8-10 S-1 0-2 S-1 0-2 S-1 0-2 S-2 2-4 S-3 4-6 -S-2 2-4 ---S-3 4-6 S-1 0-2 S-3 4-6 S-1 0-2 S-2 2-4 S-1 0-2 S-2 2-4 SWELL TEST RESULTS PROPOSED PAVEMENT IMPROVEMENTS COUNCIL DISTRICT 5 FORT WORTH, TEXAS STL PROJECT No. 09w1402 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 Load (psf) 125 625 125 1125 125 125 125 375 625 375 625 125 ·--·-625 125 375 125 ·-375 ·--· ., __ . S-2 2-4 45 21 24 20 25 375 S-4· 6-8 45 20 25 19 21 875 ----------.. -·-S-1 0-2 49 21 28 14 18 125 --------S-3 4-6 31 18 13 6 19 625 --------·--· S-2 2-4 75 28 47 22 33 375 ---·-S-2 2-4 44 20 24 11 24 375 S-2 2-4 41 19 22 14 19 375 S-1 0-2 32 16 16 12 18 125 ·-· S-2 2-4 35 17 18 14 20 375 --S-2 2-4 33 16 17 11 22 375 S-4 6-8 24 15 9 9 20 875 .. ~-.. -= __ ...___ Swell Swell (%) Ratio 1.5 1.44 2.1 2.00 2.1 2.52 0.7 0.84 0.4 0.24 2.9 1.74 3.2 3.07 0.5 0.60 2.9 2.78 0.1 0.12 0.1 0.12 0.3 0.22 ----------0.1 0.07 -----0.5 0.30 0.7 0.50 3.3 3.17 0.2 0.19 0.4 0.48 0.1 0.12 4.6 5.52 3.4 4.08 -----2.8 3.36 --2.6 3.12 0.3 0.36 1.7 2.04 0.1 0.12 0.1 0.09 0.1 0.09 -Plate A.38 Boring Sample Depth (ft) 8-23 S-1 0-2 B-24 S-1 0-2 8-24 S-3 4-6 B-25 S-2 2-4 B-26 S-2 2-4 8-27 S-1 0-2 B-27 S-3 4-6 B-28 S-2 2-4 B-29 S-2 2-4 8-30 S-2 2-4 8-31 S-2 2-4 B-32 S-3: 4-6 -B-33 S-1 0-2 NT=Not Tested SWELL TEST RESULTS PROPOSED PAVEMENT IMPROVEMENTS COUNCI L 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 l'JT 19 21 36 · 17 19 17 18 -40 18 22 11 20 45 19 26 15 17 146 19 27 12 20 45 20 19 15 18 31 16 15 10 21 ----__________ i_, Load Swell Swell (psf) (%) ~atio . 125 3.1 1.86 125 0.9 0.86 625 0.1 0.09 375 1.2 1.15 375 0.1 0.12 125 1.5 1.8 625 0.1 0.12 ' 375 0.1 0.12 375 3.1 3.72 375 0.4 0.48 375 0.3 0.36 ------------625 1 .0 1.2 125 2 .7 1.94 ~. Plate A .38 Boring No. Depth (ft} -B-3 0-2 B-5 4-6 B-12 0-2 . B-16 2-4 -· 8-19 2-4 _, .. _, B-21 2-4 B-22 0-2 LIME SERIES TEST RESULTS GEOTECHNICAL INVESTIGATION PROPOSED PAVEMENT IMPROVEMENTS COUNCIL DISTRICT 5 FORT WORTH, TEXAS STL PROJECT No. 09-1402 Description Percent Liquid Plastic Lime ·(%) Limit (!:!:L Limit (PL) Clay, silty, 0 37 17 brown to 3 37 23 light brown 6 36 29 9 36 34 Clay, light 0 73 26 -brown and 3 74 32 ··--gray 6 73 37 ·-· -----------. 9 74 44 -· ·-~--------Clay, sandy, 0 28 15 -· light brown 3 28 21 --6 28 26 -9 28 26 --· ---Clay, silty, 0 45 21 dark brown 3 44 27 -- ------to brown · 6 45 31 ------·---·---9 44 36 ---· . -·-Clay, silty, 0 44 20 -------·-· -------·----brown to 3 44 26 -·--·-·-·----·---light bi·own 6 44 33 ----9 44 37 ·-Clay , sandy, 0 35 17 . ,-. brown to 3 35 25 ------· ----·-----light brown 6 36 30 9 36 35 Clay, sandy , 0 36 17 reddish 3 35 22 brown to 6 35 29 light brown 9 34 30 Plasticity . Index {Pl) 20 14 7 2 '47 42 ·----·-36 ---·-30 13 --7 3 2 24 17 14 8 -·· 24 -------18 ---11 ---------7 -18 10 --6 1 19 13 6 4 Plate A.39 Boring No. Depth (ft) B-27 0-2 8-28 0-2 -8-31 0-2 -· B-33 0-2 - LIME SERIES TEST RESULTS GEO.TECHNICAL INVESTIGATION PROPOSED . PAVEMENT IMPROVEMENTS COUNCIL DISTRICT 5 FORT WORTH, TEXAS STL PROJECT No. 09-1402 ··-· Descl'iption Percent liqµid Plastic Lime(%) Umit(LL) Limit (PL) ·-Clay, silty. 0 41 18 dark brown 3 41 25 to brown 6 41 30 9 42 37 Clay, sandy, 0 32 16 --· -· brown to 3 32 20 light brown 6 32 25 --------------··---9 33 31 ·-Clay, brown 0 48 19 .to light 3 49 23 brown 6 48 29 -------·R-0 9 49 36 Clay, sandy, 0 31 16 ---reddish 3 32 22 ---brown to 6 32 28 light brown 9 33 31 .. ··----- Plasticity . Index (Pl) 23 16 12 5 16 12 7 ----·--2 29 26 -19 _, .. __ ·-- 13 15 10 4 2 Plate A.39 8 XION3dd'1 FIELD OPERATIONS Subsurface conditions were defined by 33 sample borings drilled within existing paved areas to be reconstructed. The borings were advanced between sample intervals using continuous flight auger drilling procedures. The results of each boring are shown graphically on the Logs of Boring, Plates A.3 through A.35. Sample depths, descriptions, and soil classifications based on the Unified Soil Classification System are shown on the Logs of Boring. Keys to the symbols and terms used on the Logs of Boring are presented on Plates A.36 and A.37. Groundwater observations during and after completion of the borings are shown on the boring logs. Upon completion of the borings, the boreholes were backfilled as recommended in the manual from the top and the pavement was patched . at the surface. Relatively undisturbed samples of cohesive soils were ?btained with Shelby tube samplers in general accordance with ASTM 0-1587 at the locations shown on the Logs of Boring. The Shelby tube sampler consists of a thin-walled steel tube with a sharp cutting edge connected to a head equipped with a ball valve threaded for rod connection . The tube is pushed into the undisturbed soils by the hydraulic pulldown of the drilling rig. The soil specimens were extruded from the tube in the field, logged, tested for consistency with a hand penetrometer, sealed, and packaged to maintain "in situ" moisture content. The consistency of cohesive soil samples was evaluated in the field using a calibrated hand penetrometer. In this test a 0.25-inch diameter piston is pushed into the undisturbed sample at a constant rate to a depth of 0.25-inch. The results of these tests are tabulated at respective sample depths on the logs. When the capacity of the penetrometer is exceeded, the value is tabulated as 4 .5+. Some samples were obtained using split-barrel sampling procedures in general accordance with ASTM 0-1586. In the split-barrel procedure, a disturbed sample is obtained in a standard 2 inch OD split barrel sampling spoon driven into 18 inches into the ground ,using a 140-pound hammer falling freely 30 inches . The number of blows for the last 12 inches of a standard 18-inch penetration is recorded as the Standard Penetration Test resistance (N-value). The N-values are recorded on the B-1 boring logs at the depth of sampling ~ The samples were sealed and returned to our laboratory for further examination and testing . The limestone encountered was evaluated using the Texas Cone Penetration test at selected locations. Texas Department of Transportation (TxDOT) Test Method Tex-132-E specifies driving a 3- inch diameter cone with a 170-pound hammer freely falling 24 inches . This results in 340 foot-pounds of energy for each blow. In relatively soft materials; the penetrdmeter cone is driven 1 foot and the number of blows required for each 6-inch penetration is tabulated at respected test depths, as blows ;: per6 inches on the log. In hard materials (rock and rock-like), the penetrometercone is driven with the resulting penetrations, in inches, recorded for the first and second 50 blows, a total of-100 blows . The penetration for the total 100 blows is recorded at the respective testing depths on the boring logs. B-2 LABORATORY TESTING General Laboratory tests were performed to define pertinent engineering cha racteristics of the soils encountered. The laboratory tests included moisture content, percent passing a #200 sieve; Atterberg limits determination, unconsolidated-undrained (UU) triax ial compression tests , lime series , solubl.e sulfate content, and visual classification. Classification Tests Classifications of soils were verified by natural moisture content; Atterberg limits determinations, and percent passing a #200 sieve. These tests were performed in general accordance with the American Society for Testing and Materials (ASTM) Procedures . The Atterberg limits, percent passing #200 sieve, and natural moisture content determinations are presented at the respective sample depths on the Logs of Boring. Unconsolidated-Undrained (UU) Triaxial Tests -Soil U U tests were performed on selected samples of cohesive soils . In _the UU test, a cylindrical specimen is subjected to axial load and confining fluid pressure at a constant rate of strain until failure occurs. The applied confining pressure was equivalent to approximately the existing overburden pressure on the samples. Test procedures were in general accordance with ASTM D 2850. Strengths determ ined by this test are tabulated at their respective sample depths on the logs of borings. Results of natural moisture content and dry unit weight determinations are also tabulated at the respective sample depths on the logs . Free Swell Tests Selected samples of the near-surface cohesive soils were subjected to free swell tests . In the free swell test, a sample is placed in a consolidometer and subjected to the estimated overburden pressure. The sample is then inundated with water and allowed to swell . Moisture contents are determined both before and after completion of the test. Test results are recorded as the percent swell, with initial and final moisture content. The results are shown on Plate A.38 . B-3 Lime Series Tests A lime series on selected samples of the near-surface cohesive soils were performed . The lime was added to the soil samples at 3%, 6% and 9% by dry weight. Test results of the lime series on selected samples are shown on Plate A.39. B-4 APPENDIXC 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 Bideker Avenue, Council District 5, Fort Wo11h, 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-vnlue Reliability Level Overall Standard Devia(ion Load Transfer Coeflicient, J Overall Drainage Coefficient, Cd Calculated Design Thickness Rigid Structural Design JPCP 625,000 4.5 2 650 psi 4,400,000 psi 39 psi/in 80% 0 .35 3 0.7 7.47 in PnPP. 1 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 Bright Street, Cotmcif District 5, Fort Worth, Texas 09-1402 Pavement Type I 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 Slandard 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,,c,p 1 1993 AASHTO Pavement Design DARWin Pavement Design and Analysis System A Proprietary AASHTOWare C01nputer Software Product STL Engineers 8908 Ambassador Row Dallas, Texas USA Rigid Structural Design Module Burton Avenue, Council District 5, Fort Worth, Texas 09-1402 Pavement Type 18-kip ESALs Over Initial Perfonnance 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 J,ligid 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 Pane 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 Avenue M, Council District 5, Fort Wo1th, 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<10P 1 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 Stn1ctural Design IV1odule Edgewood terrace Street, 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 Coefficienl, 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 1993 AASHTO Pavement Design DAR Win Pavement Design and Analysis System A Proprietary AASHTO Ware Computer Software Product STL Engineers 8908 Ambassador Row Dallas, Texas USA Rigid ~tructural Design Module Capers Avenue, Council District 5, Fort Worth, Texas 09-1402 Pavement Type 18-kip ESALs Over Initial Performance Period Initial Serviceability Terminal Serviceability 28-dayMean 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 StructmraB Design JPCP 625,000 4.5 2 650 psi 4,400,000 psi 38 psi/in 80% 0.35 3 0.7 7.48 in P:ioP I 1993 AASHTO Pavement Design DARWin Pavement Design and Analysis System A Proprietary AASHTO Ware 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 I &~l<ip 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 le-value Reliability Level Overall Standard Deviation Load Transfer Coefficient, J Overall Drainage Coeffic;ienl, Cd Calculated Design Thiclmess Rigid Structural Design JPCP 6is,ooo 4.5 2 6SO psi 4,400,000 psi 60 psi/in 80% 0.35 3 0 .7 7.33 in Pncr"' I 1993 AASHTO Pavement Design DAR Win Pavement Design and Analysis Syste1n A Proprietary AAS I-ITO Ware Computer Software Product STL Engineers 8908 Ambassador Row Dallas, Texas USA Rigid Structural Design Module Osborne Lane, Council District 5 , Fort Wo11h, Texas 09-1402 Pavement Type 18-kip ESALs Over In itial Performance Period Initial Serviceability Terininal 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 Dra inage Coefficient, Cd Calculated Design Thickness Rigid StructuraB 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:ir>P. 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 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 PnoP I 1993 AASHTO Pavement Design DAR Win Pavement Design and Analysis Syste1n A Proprietary AASHTO Ware Computer Software Product STL Engineers 8908 Ambassador Row Dallas, Texas USA Rigid Structural Design M.odule Valley Vista Drive (High Volume), Council District 5, Fort Worth, Texas 09-1402 Pavement Type 18-kip ESALs Over Initial Performance Period lnil!al Serviceability Terminaf Serviceability 28-day Mean PCC Modulus of Rupture 28-day Mean Elastic Modulus of Slab Mean · Effective k-value Reliability Level Overall Standard Devi11lio11 Load Transfer Coefficient, J Overall Drain11ge 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 1993 AASHTO Pavement Design DARWin Pavement Design and Analysis System A Proprietary AASHTOWare Computer Software Product STL Engineers 8908 Ambassador Row Dallas, Texas USA Rigid Structural Design Module Valley Vista Drive (Collector), Council District S, Fmi Worth, Texas 09-1402 Pavement Type 18-kip ESALs Over Initial Performance Period Initial Serviceability Terminal Serviceabi lily 28-day Mean PCC Modulus of Rupture 28-day Mean Elastic Modulus of Slab Mean Effective k-value Reliability Level Overall Standard Deviation Load Trnnsl'er Coefficient, J Overall Drainage Coefficient, Cd Calculated Design Thickness Rigid Structural Design JPCP 3,051,500 4.5 2 6SO psi 4,400,000 psi 70 psi/in 80% 0.35 3 0.7 9.32 in P:1Pr. I Ana-Lab Corp. P.O. Box 9000 Kilgo1·e, TX 75663 ~-=a. Ill P?:7tVT tnAC' l ,~ ... .,...,_,..,.......,~----"'·-"'--™-'"''-"'"'"'"" ____ ....,.._,_.,..,11;~~ ifJ!i. .=. Phone 903/984-0551 FAX 903/984-5914 c-!\"lllil corprr(ana-lab.com LELAP-ll'ccn~ditl•d #02008 ANA:f' -~ l Results CORY.'" -_ THE COMPLETE SERVICE LAB~ manxmlln.11 Brian M Martinez STL Engineers 8908 Ambassador Row . Dallas, TX 75247 Accredited Parameter t·rnct= e:,-t:e,• 089248 Solid B-1 S-1 0-2 SM 2540 G, 20th Ed. AN Total Solids Tex-145-E = Sulfate by rurbidity ~ Dry Weight Basis ......... ....,.., ... ,_,,,,..t.ma:t..~~::l,:.OC n:mrra~~ 089249 Solid B-3 S-1 0-2 SM 2540 G, 20111 Ed. AN Total Solids Tex-145-E Sulfate by Turbidity • D1y Weight Basis Accozmt Printed:. 04/06/2009 STLS-N Page I of 17 Project 436967 Paying Imp. District 5 Results Results Units Drkgray ·~yellowclayw/LSF RL Flags Collected by: Client Afjilialio1r s·n, Engineers Annly::ed: MI.C 0:/102/2009 92 % 0.1 iln/ll)'::ed: AlX 04/02/2009 <211 * mg/l<g 217 yellowBrsdclayw/gravel Collected by: Client llfjilial/011: STL Eng . 1/naly::ed: MLC 04/02/2009 93.1 % 0.1 Analy::ed: ALX 04/02/2009 <215 • mg/l<g 215 .. CAS Bottle /434 1440 J,/34 1440 Received: 04/02/2009 QCgroup QCgroup 312805 01 313135 01 Received: 04/02/2009 QCgroup 13/2805 01 QCgroup 3/3135 01 ::-... .:s=~o:,o.i.,.s:act ~~\11~~~~'M~"rl,,'CiLIN»~~h11)'Jn'lf~--~~..:#f~tJ~~~1'.k~"fln::;I 089250 H-5 S-1 0-2 Solid SM 2540 G, 20th Eel. AN Total Solids Bryellowclayw/LSF Collected by: Clicnl 91.3 % Received : 04/02/2009 Afjilimion: STL Eng. Ana(v::ed: J.,fLC 04/02/2009 /434 QCgroup 3/2805 0.1 01 ·--·----· Tex-145-E Analy::ed: :IL'( 04/02/2009 1440 QCgroup 3/3135 Sulfate by Turbidity <219 • mg/kg 219 01 ~ Dry Wcighl Basis ~,'>t~:llltM~n=,rl.t""...toro:>J,!:'::.V~tla'U;"'.:.WUU,,~.r.::-::=,r~~~.'l~~-~~Jl'fflf.."1-,.~~r~~.W•(tlU tn.'./:':Jt.<J!#~~-.."'*'~A°~~~~~;l.fW;Tt,ur.fCtt'.tA:"~ 089251 Solid B-7 S-I 0-2 SM 2540 G, 20th Eel. 1JN Total Solids Tex-145-E ( 1>rpurat1· Shippiu!!: :!/,till J)ll(ltt·f Htl . l~il~urc, T:\ ':%(,2 IS0-17025 f# 0637-01 I.DSC/ie11t vl.0. /.2.l2 GrnyBrclayw/LSF Collected by: Client 86.7 o/o Received: 04/02/2009 11fji/i/ltio1r STL Eng. 1/naly:ed: MLC 04/02/2009 1434 QCgroup 3/2805 0.1 01 1/11a/y:ed: ALY 04/(l]/2009 1440 QCgroup 3/3/35 '"rth 'I <:\as .Hl'!!inn : I <,II I I·:. l .:rnrnr Bh ti # 11 (, ,\rlin!(ton T\ 7<,1111 MEMBER '.~IE '. ,,. -' ~ ' (. ' .... N ELA P-accredited f/T I 04 70420 I -08-TX 2007 Seal of Excellence www.itna-lab.com For1111111PROJRl':SCrenled /0//31}004 v/.2 Brian M Martinez STL Engineers 8908 Ambassador Row . Dallas, TX 75247 Accredilcd Parameter 089251 Solid Tex-145-E B-7 S-1 0-2 Sulfate by Turbidity * Dry Weight Basis Ana-Lab Corp. P.O. Box 9000 Kilgore, TX 75663 tort,,.., NttSfflrt«t n;:s a::ac .::rllCU'Oll'9'D.'1Gtl"##I.A:QIQtl#-da.ur.uo_.,~v,11:oqcte'li' ,~~~"''"'"""'"""'"".aw=-•--.,,,,.,_._,,....,n="""""=a Phone 903/984-0551 FAX 903/984-5914 l'-M11il corp(ii.;ann-hih .wm LE LA P-ia:crcclitcu 11020(1!! Printed: 04/06/2009 Page 2 of 17 Project Results Results Units GrayBrclayw/LSF Col/ecled by: Client Account STL5-N Rt Flags Affiliation· STL Eng . 1/nabt::ed.' ALY 04/0211009 <231 • 111g/11g 231 436967 Paving Imp. District 5 CAS Bottle Received: 04/02/2009 1440 QCgroup 313135 01 r::,,-=,,~~:,~tmr.ar~~~~~~~~"""""'°~~o,;q,~-.w.,;or~~,~~" 089252 B-8 S-1 0-2 ReddishBrsdclayw/LSF Received: 04/02/2009 $(llid Col/cc/ed by: Client Affiliatio" STL Eng . SM 2540 G, 20/h Ed. 1l11aly=ed: Ml.C 04101/20()9 1434 QCgroup 3/2805 ;b\l Total Solids 80.0 % 0.1 01 Tex-145-E Anafy=ed: Al)( 04/0212009 /440 QCgro11p 313135 Sulfate by Turbidity <250 * mgll<g 250 01 0 Ory Weight Bas is ~~\IIJ\o1P,~11C11N~':.f.~~~~~~lr.f.'ttt):;Q'k,~~lrft',~fPJO~!f~~~~T~~J~~~~'V41W/O,O,~~.N2,~~lfflV~ 089253 Solid B-9 S-3 4-6 SM 2540 G, 201/J Ed. AN Total Solids Tex-145-E YellowBrshel lyclayw/CN Collected by: Client Affiliation: STL E11g. 85 .1 % .A110/y::ecl: MLC 04/0212009 0 .1 ;Jiia{1ced: AJX 04/02/2009 /.134 /4.JO Re<;eived: · 04/02/2009 QCgroup QCgroup 3/2805 01 Sulfate by Turbidity <235 • mgll<g 235 31313.'i 01 • Dry Weight Bnsis . . . ~Jif.Jot:w:~lo':l~Y,IN~"'.ct~~~-"faW-IIAr.lf,.':'1:~TJ.C.«N\».:.~~~Ml.~~~~k~""loYt-\.".t'".ul.:"R"..;~;qt:.•,t;-..r.;.,:.,1"~ai".J."n°rA~'t.'"Tl'.lffii.:.~-:,a,j\~Jt'J."MCNllt.QOM/....,,,_.;ftU~~-- 089254 Solid B-tOS-10-2 SM 2540 G, 20th Ed. 1b\' Total Solids Tex-145-E Sulfate by Turbidity • Dry Weight Basis ( orp11n111· Shipping: :!(,Ull lludk~ Rd. l,i1~11rc, T'\ 7:-M,2 TanBrsiltyclayw/FG,CN .Co/Jcc1edb),: Client Afjilwtioll' STL Eng . 1l1w/Jt::ed: MLC 0.f/01i1009 90.3 % 0.1 Analy=ed: ,,Jf.X 04/02/2009 <221 ~ 111g/kg 221 Received: 04/02/2009 -----------.. ·---·--·-/434 QCgro11p 3/2805 01 1440 QCgro11p 3}3/35 01 'ul'lh I ,•,a, 11,·i:inn : 1(,01 1-.. l.:1111:ir 111\fl ,1 11(, \rlin~ton T\ 7<.tll I MEMBER IS0-17025 # 0637-0 I NELAP-accredited f1Tl04704201-08 -TX 2007 Seal ofExcellence ~~~pa~U~~A~~f('C,u.,.,,.,~~~,:,q~~'W~'l~~~r.:t'~t:t~,i,.ftN'"k<-,>"4flt A ;~ LDSC/le1111•l .O.J.232 www.111111-lllh .com Farm rptPRO.IRESCreated 101/3/200•1 v/.2 Ana-Lab Corp. P.O. Box 9000 Kilgore, TX 75663 119'1' . ..a.a..:=:;uarw~t &I Z ~ t :rm~A:a:.tblsct•....a~ 1r:11i:nz•1 t =~= az:am J m Phulll' 903/984-USS I FAX 903/984-5914 c-iVhiil corf)(iii,nna-hlb.com LELAP-accrcditcd 1402008 coKY. i Results Tl-IE COMPLETE SERVICE LAB v.y, Brian M Martinez STL Engineers 8908 Ambassador Row . Dallas, TX 75247 Accredi!ed l'aramctcr 089255 Solid B-llS-10-2 SM 2540 G, 20/h Ed. AN Total Solids t~x-145-E Sulfate by Turbidity Printed : 04/06/2009 Page 3 of 17 Results Results Unils Accounl STLS-N RL Brownclayw/FE,gravel Collected br Client Affiliation: STL £ng. 92.1 <217 ~ % Ana/Jced: MLC 04/02/2009 0.1 Anafr..ed: ALY 04/02/2009 mg/kg 217 Project 436967 Paving Imp . District 5 CAS Bollie Received: 04/02/2009 . 1134 1440 QCgroup 312805 Ol QCgroup --313135 01 • Dry Weight Bnsis . ~~~~~W~tt:tt,l.,,......,.~Jlel~M~WA"'~r::et1:tnecc: WltCC~~~ 089256 Solid B-13 S-1 0-2 SM 2540 G, 20/h Ed. AN Total SoHds DrkBrsdclayw/CN .LSF Cof/ected l>y: Client 11/jilialion: STL Eng . Ana(v:ed: MLC 04102/2009 86.2 % 0.1 Received: 04/02/2009 1434 QCgro11p 312805 01 ---·------------R--~--R----------- Tex-145-E Sulfate by Turbidity • Dry Weight Basis 0894.57 Solid B.-15 S-1 0-2 SM 2540 G, 20th Ed. i lN Total Solids ----------------- Tex -145-E Sulfate by Turbidity * Ory Weig.ht Basis 089258 Solid B-f 6 S-1 0-2 SM 2540 G, 20th Ed. AN Total Solids Tex-145-E C'orpor:11,• Shippinl(: 2C,IJU l>udl,·y !lo.I. l,ill!lll'C , T\ ~%Ci2 IS0-17025 # 0637-0 I LDSC/ie111vl .0./.232 <232 ~ DrkBrclayw/FE Collecled by: Client 80.9 294 • DrkBrsiltyclay Callected by: Cliclll 90.2 1l11aly:ed: 1/L\' mg/ltg 232 Affi/ia//011: AnalJ,;ed: M!.C % 0.1 Analr-ed: AIX rng/l1g 247 Afjillatio1i· Analy:ed: MLC % 0.1 Analy:eq: 1/l,"( 04/02/2009 N40 QCgroup 313/35 01 Received: 04/02/2009 STI..Eng. 04/02/2009 /434 QCgroup 312805 Ol 01//0212009 1440 QCgroup 313/ Jj OJ Received : 04/02/2009 STL Eng. 04/02/2009 1"34 QCgroup 312805 01 04/02/2009 1440 QCgro11p 313135 ,orlh Tc~n~ Ht·j!inn : I <,fl I I:. l.,1 nrnr !Uni JI I I c, .\ t'lin(.tton T.\ 7(,ll 11 MEMBER 2007 Seal of Excellence ,vww.nna-lab .com Form rptPROJRESCrearad JOI/ 312004 vl.2 Ana-Lab Corp. P.O . Box 9000 Kilgore1 TX 75663 Phone 903/984-0551 FAX 90 3/984-5914 t•-M ail corp(i'i~a nn-lah.com LELA P-at·crcdilcd #0200S Af1 . ! Results THE COMPLETE SERVICE LAB 'Qli' Brian M Martinez STL Engineers 8908 Ambassador Row . Dallas, TX 75247 Accredited Parameter Results Re.suits Units Printed: 04/06/2009 Page 4 of 17 Accou/11 Project STL5-N 436967 Paving Imp . District 5 RL flags CAS Boule _.,...,..,.,.-H..,::lS-•""=-"'wz."""_."""''!""""""'"'"""""' .. """""'"'"""'""""'"""' .... "''"'""~"°"'"""'cu"'""o=o"":s:=:'"'"==="""'"""''*"--"""=-01~•~=: 089258 Sol id Tex-145-E B-16 S-1 0-2 DrkBrsiltyclay CofJected b)•: Client Received: 04/02/2009 Ajfi/i{ltio11· STL ~:ng . A11aly::etl: ALY 04/0112009 /440 QCgroup Sulfate by Turbidity <222 • mg/kg 222 3/3/35 OJ * Dry Weight Basis · :m.:.N.rA,:.,:.,:. Jc su~laai~CR:111 t:tlCfllt):lmDC:Mt'a'fll"'=11 :tt"'ri:tl P i,;,e :.:Mwf~a:c~crr:a:~t :t.=-:.= . . rM.1.t:11 ta~A.~;q~,eall,(,"1~"n;(gljl~,,..'Rll>IJX~b ~'Wr.rm1=1ea.,wwi:onr.o~~ 089259 Solid B-18 S-l 0-2 Brsiltysdclayw/FE Co/fected by: Client .· Received: 04/02/2009 Affi/iatio,r STL Eng. -------- SM 2540 G, 20th Eel. AN Total Solids Tex-145-E Sulfate by Turbidity 0892.60 Solid • Dry We ight Basis B-19 S-1 0-2 SM 2540 G, _20th Ed. AN . Total Solids Tex-145-E Sulfate by Turbidity • Dry Weight Basis Analy::ed: Ml,C O,f/0212009 82 .2 •1. 0.1 A11 a(l ,::ed: AlX 04/02/1009 <243 • mg/lig 243 Tanclayw/weatheredLS Collected by: Client Affiliat ion: ST L Eng . Ana/y::ed: MLC 04/02/1009 90.5 % 0.1 A1w(l•::ed: AL'( 04102/1009 <221 " mg/Ilg 221 /434 QCgroup 312805 01 /440 QCgroup 313135 OJ Received : 0419212009 /434 QCgroup 3/2805 Of J,t,/0 QCg roup 313135 OJ 1r-,-..cu~11t:1fc!r.#UT~~~~~~~dl.l:i~t.ta1":.':"'~~~.n.:.uia,11r~-...·~ww~Al!#'~'>:l'1t"J:CU.~=,,;;":11U.'\o»1.."'\.lff.w.k:.tki:a.-.:,~:1 089261 Solid B-20 S-1 0-2 SM 2540 G, 201/1 Ed. AN Total Solids Tex-145-E Sulfate by Turbidity • Dry Weight Basis ( orpurn11• Shipping: '.!61)11 f>udh-y /hi. h.il!!m ·e, T\ 7S<,<,2 l .DSC/ientv/.0. 1.231 Re<;eived : 04/02/2009 ReddishBrclayw/FErock s Colfoctl!d by: Clicnl ;Jffihat ian: STL Eng . A1w/y::1!d: MLC 04/02/1009 1434 QCgroup 311805 88 .3 % 0.1 OJ Amdy::cd: ALY 0410212009 /440 QCgroup 313/35 <227 * mg/lig 227 01 ,,,.·th ,~~11, lh·1!i1111: li,lll l·. l.:1111ar Bh•tl Ii 11(, Arlinatnn I':\ 761111 l~lt. ,'., ·-. "· ,-. www .a1111-Jab .co111 For1111 1>1PJIOJ!IESCreated /01/3/200 4 vl.2 Ana-Lab Corp. P.O. Box 9000 Kilgore, TX 75663 '" .1% .:.u.w Phone 903/984-0551 FAX 903/984-59 J 4 <.'~Mail corp(tihrna-ln b.com LELA P-,iccrcclitcd 1102008 Brian M Mm1inez STL Engineers &Results 890& Ambassador Row . Dallas, TX 75247 Accredited Parameter 089262 B-20 S-2 2-4 Solid SM 2540 G, 20th Ed. . AN Total Solids 0Tex-145-E = Sulfate by Turbidity • Dry Wcighl Basis , Results Results RcddishBrclay Col/l!cllul by: Client 86.S <231 ,, Printed: 04/06/2009 Page .5 of I 7 Account Project STL5-N 436967 Paving Imp . Districl 5 Unics RL Flags · CAS Bollie Received: 04/02/2009 Aff/liati011· STLEng. 1/naly::ed: MlC 04/02/2009 /434 QCgroup 3/2805 % 0.1 01 A naly:ecl: Al.X Ot/102/2009 1440 QCgroup 3/3/35 mg/1tg 231 OJ ~~~~~~nltAl"~UWll'.,..t'.,,-rl t:m~«Mt"mJ='5111SQ:z~~J:IW.~'i•..:z 1.'CCl:!.~~~~r~~ 089263 Solid B-21S-22-4 SM 2540 G, 20th Ed. 11JV Total Solids Tex-·/45-E = Sulfate by Turbidity * Dry Weight Bnsis DrkreddishBrclay Col/ec1ed by: Clicnl 90.5 <221 ~ . Affiliation· STL Eng . Ann/y::ed: MLC 04102/2009 · 143•1 % 0.1 Received: 04/02/2009 QCgro11p 3/2805 01 -,-----------------····-----------Analy::ed: 11/)( 04/02/2009 mg/Ilg 221 /,f,/0 QCgro11p 313/35 01 . ,~~~"'1J:d0*'1~~~~~-~-0111~-~u,,~-~~~.sia.~~-~-,~~·~ll'l.t.¥.~n,r,,~wc=a::.ui.-.~-a""* 089264 solid B-22 S-1 0-2 SM 2540 G, 20th Eel. AN Total Solids ----------------·---Tex-145-E Sulfate by Turbidity • Dry Weight Basis 089265 Solid B-24 S~l 0-2 SM 2540 G, 20th Ed. AN Total Solids Tex-145-E Corp11ra11· Ship11ing; '.!<illll l)nclk~ lttl. h:ilgorc, I'\ 7:-(,62 ReddishGraysiltysdclay Co/leered by:· Client Afji/ialion: STL Eng . 92.3 ReddishBrsdclay Co/foctad by: Client 85.1 Analy=ed: MJ,C 04/02/2009 % 0.1 ·----·-- Ana~v::ed: AJ.X 04/02/2009 mg/l<g 217 Afjilitttion: STL Eng . Analy=ed: MLC 04/0212009 % 0.1 Analy:.ed: AIX 04/02/2009 Received: 04/02/2009 /434 QC.group 3/2805 01 1440 QCgro11p 3/3/35 01 Received: 04/02/2009 1434 QCgroup 3/2805 01 /440 QCgroup 3/3135 :,ir,rlh Tc,n~ lfrJ(inn : tr.Ill l· .. 1.anmr Blltl :it !I, .\rlin~11>n I\ 7(>1111 MEMBER ;~It. ..... t ... ;,:, • '., ... IS0-17025 #0637-01 NELAP-accredited #TJ0470420J-08-TX 2007 Seal ofExceJlence lf~CTte l'b11$1i"'9'Mh~~t0..~~~_.:e::,..~~~~ .. ~~=™=,,.~~~~~ LDSC/iem vl.0. /.232 www.nmJ-lah.com FormrprPJIOJRESCreared /0/13/2004 v/.2 Ana-Lab Corp. P.O. Box 9000 Kilgore, TX 75663 _,,,,;;aMtZ..,,...,:t:;.c...ea=-www,.,.,..._..,,.,.IQ'.,...,...,..._,_..,,.,.~namrm romrnt~»..:c;:.r4;r Phone 903/984-0551 FAX 903/984-59 I 4 c-Mail corp(t1~ana-Jab.com LELAP-accredit,:d #02008 Brian M Martinez STL Engineers 8908 Ambassador Row . Dallas, TX 7 524 7 Accredited Parameter 089265 Solid B-24 S-1 0-2 Tex-145-E . 089266 So.lid Sulfate by Turbidity ~ Dry Weight Basis B-25 S-2 2-4 · SM 2540 G, 20th Ed. 1/N Total Solids Tex-145 -E :: Sulfate by Turbidity • Dry Weight Bnsis 089:?.67 Solid B-26 S-1 0-2 SM 2540 G, 20th Ed. AN Total Solids Tex-145-E :: Sulfate by Turbidity • Dry Weight Basis 089268 Solid B-26 S-2 2-4 SM 2540 G, 20/h Ed. AN Total Solids Tex-145-E = Sulfate by Turbidity * Dry Weight Basis Corpnnt!f Shi11pin,t: 2Ml!l Dudtcr Hll. h:il~urc , T:\ 7%f,2 Account Printed: 04/06/2009 STL5-N Page 6 of 17 Project 436967 Paving Imp. District 5 Results Results ReddishBrsdclay Collected by: Client <235 • Units RL 1!ffiliat1on: STL Eng . Analy::ed: ;1/X 04/0212009 mg/kg 235 CAS Bottle }4,/0 Received: 04/02/2009 QCgmup 3/3135 01 Received: 04/02/2009 Tangraysiltyclayw/FE Collected by; Client . 1(/Ji//atlon: STL Engineers . Analr-ed: MLC 04/02/2009 87.9 % 0.1 1/1mly::ed: ALY 04/02/2009 <228" mg/kg 228 Ye .llowtanclay1;V/CN,LSF Collected by: Client A.f/iliatio1r STL Eng. Anoly:ed: MLC 84.0 % O.l , A1111/y::cd: AU' <238 1' mg/kg 238 YellowTanclay Collected by: Client Aj/ilimion· "·--~·------··-··-------1/11nly:l!d: Ml.C 85.9 % 0 .1 ;/110/y::ed: AL'( <233 • mg/kg 233 04/02/2009 04/0212009 STLEng. 04/0212009 04102/2009 /434 QCgroup 312805 OJ 1440 QCgro11p 3/3/35 01 Received: 04/02/2009 1434 QCgroup 3/2805 OJ 1440 QCgroup 3/3135 Ol Received: 04/02/2009 143:/ QCgroup 3/2805 01 /555 QCgroup 313148 01 \11r1h ·1 e,:1.< lll·gion: !/,Ill L 1.amnr lllnl li 11(, :\rlini.:mn 'I\ 7f,UI I MEMBER Ana-Lab Corp. P.O. Box 9000 Kilgore, TX 75663 UPWWW -::r, -JI tttt• $p" d.S: ,.,nwa..a.c..;.......::. ~m~DIOfalM:11"'~.cK-----...... u ............ ~ .......... ,_ Phnnt• 903/984-0551 FAX 903/984-5914 c-1Vlail corp(t1),i1na-l:1b.com LEl.,AP-act:rcditcd #02008 A(oRY. £ Results THE COMPLETE SERVICE LAB <i!W Brian M Martinez STL Engineers 8908 Ambassador Row . Dallas, TX 75247 · Accredited Parameter 089269 Solid B-27 S-1 0-2 SM 2540 G, 20th Ed. AN Total Solids Tex-145-E j•; Sulfate by Turbidity :; Results Results Units DrkBrsiltyclayw/CN Collected by: Client 83.9 % Printed: 04/06/2009 Page 7 of 17 Account Project STL5-N 436967 Paving Imp.· District 5 RL CAS Bottle Received: · 04/02/2009 Affiliation: STL Eng. Analy::ed: MLC 04/0}/2009 f,/3:/ QCgroup 312805 0.1 01 Analy::ed: ALY 04/0}/2009 1555 QCgroup 313148 <238 * mg/l<g 238 01 • Dry Weight Bosis ~~~~'l),,~~~~JU:m"'1C3i4Ul.otli=i: ~~b)V:O...,m=,iw ~·~;»..~~~~~ 089270 Solid 8-28 S-1 0-2 SM 2540 G, 201/J Ed. AN Total Solids Tex-145-E = .Sulfate by Turbidity * Dry Weight Basis ----·-------· Olivegraysiltyc)ayw/FE Colll!cted by: Client Affilimio,1· STL Eng. A1m61=ed: Ml,C 0410}/}009 84.4 % 0.1 ,lnoly=ecl: ,ux 04/02/2009 <237 • mg/.l<g 237 Received: 04/02/2009 1434 QCgro11p 312805 01 1555 QCgroup 313/48 01 W~":'ir:Ttft..""u::r...'1:M:C~.A..~~~~~.w,.!'ro:;:o.1,,-v._.,.,~~~~1,:-,~~..»',IU~.~-...W:m....-,~..t!IO'~~~~A.~..tu,,.~~.,...,o.~".eeo:1~1~c:&1...:.'~~""~ 089~71 B-29 S-1 0-2 · Brsdclayw/fE Received : 04/02/2009 .·,. Solid Collected by: Client Affiliation: STL Eng . SM 2540 G, 20111 Ed. A11cd)>:ed: MLC 04102/}009 1434 QCgroup 312805 AN Total Solids 91.0 % 0.1 OJ Tex-145-E Ana6•:ed: AL\' 04/0212009 /555 QCgro11p 313N8 Sulfate by Turbidity <220 * nig/l<g 220 01 • Dry Weight Basis ~~JN~nsl'h:14'-H"ol'~"".Cllll'~~~.,.'T~~otW,l:t,~l\"'11.~'f'd~~.~ttP,VII Ce::a:q>o,'K'M~~,_~>t;~~~-.cA(tt~N~~•~~ 089272 Solid B-30 S-1 0-2 SM 2540 G, 20th Ed. AJV Total Solids Tex-145-E LDSClient v/.0. J.232 Brclayw/CN Collected by: Cl icnt 86.3 % www.a nn-la b.corn Received: 04/02/2009 Affilimion: STL Eng . tl1wlJ1=ed: MLC 04/02/}009 1434 QCgroup 31}805 0.1 01 tln(lly::ed: AU{ 04/0212009 1555 QCgraup 313148 '\11r1h l'C\ll> lfrl!iun: 1r.nt t-:. J.,imar BIHi;: ! !(, ,\rlini:ionT.\ 7(,01 I MEMBER f!AGli:S \o. • • • , FormrptPIWJRJ;SCreated /0/13/2004 l'l.2 Ana:-Lab Corp. P.O. Box 9000 Kilgore, TX 75663 r;c,qeeer em::a:rs~ .... w~, .. = ... ,_,_,.,.. .................. == ...... ·-·-· ~~ Phout' 903/984-0551 FAX 903/984-5914 ·t·-!Vliiil curp(ii;i111a-lnb .co111 LE LA P-11~·crcditt•d 110200H Brian M Martinez STL Engineers i Results 8908 Ambassador Row . Dallas, TX 75247 Accrediled Parameter .............. -................... -.. ............. :t ... ,,., ....... ~ 089272 Solid Tex-145-E B-30 S-1 0-2 = Sulfate by Turbidity 089273 Solid " Dry Weight Basis B-31 S-1 0-2 SM 2540 G, 20th Ed. AN Total Solids Tex-145-E Sulfate by Turbidity ~ Dry Weight B11sis Results Results Brdayw/CN Collected by: Client <232 * Printed: 04/06/2009 Page 8 of 17 Account Project STLS-N 436967 Paving Imp . District 5 Units RL CAS Boule Received: 04/02/2009 Afflliation: STL Eng. Analy=ed: AIX 0://0212009 1555 QCgroup 111g/l1g 232 3/3148 01 ReddishBrsiltysdclayw/FE Collected by: Client Affiliatioit· STL Eng. Received: 0.4/0212009 Analy.:ed: MlC 04/02/2009 143 ,f QCgro11p 312805 82.3 % 0.1 OJ Analy:ed: AI.X 04/02/2009 1555 QCgroup 3/3/48 <:243 * mg/kg 243 OJ )tt~~-,:O&IDNf~Cl~,...,.,--=-.. ~-U$1,'C,i::c:r~~~'N#/iU'~.-.mt'~~~-~ .. ~~1.in'llj-:.1:C(l.lfdt~~#Nl,i.:t:l;ttOttJ( 089274 .B-31 S-3 4-6 Solid SM 2540 G, 20th Ed. 1bV Total Solids Tex -145-E Sulfate by Turbidity * Dry Weight Basis 089275 B-32 S-2 2-4 Solid SM 2540 G, 20th Ed. ;IN Total Solids Tex-145-E Sulfate by Turbidity • Dry Weight Basis C'orpurnH· Shipping: 21ilJU l)ndlty Rd . 1,il gur~, I'\. i;',M,2 . Tangrayclayw/CN,FE Col/acted by: Client 84.l % .t!(/ili{ltio11· STL Eng. 1lnt1/y.:ed: MlC 04/02/2009 0.1 Analy::cd: ALX 04/02/2009 <238 • mg/Jig 238 Oliveclayw/CN,FE Collected by: Clicnl 83.5 % 1/fflliation· STL Eng. 1/naly:ed: MLC O:/!Oi/2009 0.1 Received: 04/02/2009 /434 QCgrnup 3/2805 OJ 1555 QCgroup 313148 OJ Received: 04/02/2009 1434 QCgroup 312805 01 --·---------------- //na6-::ed: Al.X 04/0212009 /555 QCgroup 3/3148 <240 * mg/leg 2,)0 OJ '\or1hTc,11~H\•gi11n: 1/,UI l .. l.n111arBl1"cl 11111,.\rl i n!!.11111 r> 71,1111 MEMBER IS0-17025 # 0637-0 J NELAP-accredited #Tl 04704201 -08-TX 2007 Seal of Excellence c,;,=:,:ee m~•~.,~~'Ullt;t'~~~~~#;llt,~.ir.,111~~i:.~www etnU,.....;:'RC = ~...w.~~"U1u.~o :. 4AIA~ , 4•M»...-..-.::c LDSC/iem vl.0. 1.232 \\·W\\',llllll-)llb.<.'0111 Formq,tPROJRESCreatecl /011312004 v/.2 Ana-Lab Corp. P.O. Box 9000 Kilgore, TX 75663 .-.-,..,-=,..•-• ____ ,.,....,,_.,..,.,,., .,.,,....,.._...,.,_._,,_..~.R1:aim~•~:.At..1 ,.,.,.rc · ~~,o,:1u~~~r Phone 903/984-0551 FAX 903/98 ,t-5914 c-Mllil corp(li~,111n-lab.co111 LF.LAP-i1ccrcdi1cd #02008 AtlKY. i Results THE COMPLETE SERVICE LAB "W m;.wm Brian M Martinez STL Engineers 8908 Ambassador Row . Dallas, TX 75247 Accrediled Pnrnmeter 089276 Solid B-33 S-1 0-2 SM 2540 G, 20th Ed. AN Total Solids ,Tex -145-E Sulfate by Turbidity * Dry Weight Basis · Printed: 04/06/2009 Page 9. of 17 Account Project STLS-N 436967 Results Rrsults Units RL Redclishtansdclayw/FE Collected by: Client Affiliation: Anafy:ed: MLC 91.7 % 0.1 Ana/y:ed: AIX <218 * mg/kg 218 Pav in g Imp . Dist rict 5 Flngs CAS Boule Received: 04/02/2009 STL Eng.. 04/01/2009 1434 QCgro11p 3/1805 01 04/02/1009 /555 QCgro11p 3/3/48 01 )rUNl!P»J~"""°"'1*c:t¥l,~~·•= -=i•· == ·,,..,,,.rm.t.~=~JCD~bt:rf,#,l,,..~.•~"''""'v'c1;e1~.ti:,.'9~~'11alf""..o1ll":'llt~'"~~ 089277 Solid B-33 S-2 2-4 SM 2540 G, 20th Ed. 1/N . Total Solids Tel<-145-E Sulfate by Turbidity • Dry Weight Bnsis 089:Z48 B-1 S-1 0-2 Bottle Temperature on Receipt Calculation RedBrsdclay Collected /Jy : C:liclll A,[filiat/o,r STL ·i:ng. Received: 04/02/2009 . ··---·----------------------A11aly:ed: M/,C 04/0112009 143.f QCgro11p 312805 01 . 38.4 %, 0.1 A1udy=ed: IIL'< 04/02/2009 <226 ,, mg/leg Z26 Sample Preparation Drkgray+yc I lowclayw/LSF 21 AnC/{v::ed: K1/T Ot/10211009 degrees /555 QCgro11p 313/48 01 Received: 04/02/2009 01 ---·----------·-··----1l1wly:1!d: CAL 04/06/2009 /4 :/8 As Received to Dry Weight Basis Calculated :;',:,.ll;t1~:.t:,:n..,)r01C,lltJ~,~~~~~W'l~t.~•>=-.!MV.U""'°~~~~..w:,.;~~~:-,r,ct,~ttc11t~=.:ei:-tta1W~!Q'.Wr.t"~~~.m:tOlrl'1tr~~-:-~a~-.....,,"°''N~'ll'l')tt~~~flt"~l'I.~ 089249 B-3 S-1 0-2 Bottle Temperature on Receipt yellowBrsdclayw/grnvel 21 llnaly=ed: KAT 04102/2009 degrees Received: 04/02/2009 01 --------·-·--·-------------···-·---··----- ,nrlh T(·,a~ llr((ioo: 1<,1>1 E. l .,1111111 · l!htl :, 11<, .\rlini:1011 T\ 7(,(11 I MEMBER ?.Afllri \,_ -:. ' -· ... IS0-17025 II 0637-0 I NELAP-accredited #Tl 04704201-08-TX 2007 Seal ofExcellence •= -S..<.:w.=-=-.cew11a.scx...A~CJ.......OS~~~tr~~~~~~~QI L ; w.:..•.->w4taM~.~~ln':l~~-~IO':·~~,arnf'#r.,,:.~~ J,DSC/ient 1•/.0.l .232 ..-. ww .a n,1-la b.com Fur1111ptl'ROJRi.:SCrearctl JOI/ 31200:/ v!.l -;·~~ Ana;-Lab Corp. P.O. Box 9000 Kilgore, TX 75663 .....,,..,. C. s:nctW ;;,; .""~QU&I~~~~~ -~-5 ,.=.. Phnnc 903/984-0551 FAX 903/984-5914 .c-Mnil corp{i'i~ana-lah.com LELAP-accrcditcd 1/()2008 coFJ'._,--:: i Results THE COMPLETE SERVICE I.AB 'W Brian M Martinez STL Engineers 8908 Ambassador Row . Dallas, TX 75247 089249 B-3 S-1 0-2 Sample Preparation yellowBrsdclayw/gravel Account Printed: 04/06/2009 STLS-N Page JO of 17 Project 436967 Paving Imp . District 5 Received: 04/02/2009 Calculation Ana(v;ed: CAI, 04/06/2009 14 :18 As Received to Dry Weight Basis Calculated .. ~~,:._,. ~IICl:ll"~~'"«C!l~~~ci;O-.,C,:,~•~~JSC1111,J"tr;QO~~,U~~~~~.t 089250 B-5 S-1 0-2 Bottle Temperature on Receipt Ca/cu/a/ion Bryellowclayw/LSF 21 ilnaly;ed: KAT 04/02/2009 degrees llnalJ•=ed: Ci/ l 04/06/2009 · Received : 04/02/2009 01 /4:/8 As Received to Dry Weight Basis Calculated :~-awer""'~l.~':OttlWfl"llM 'l,_:a:r:.tll~lt'~~*'l~~=t4~~~~.,ll;:lfa'40!'»c"~~~~p~..,..,...~e,t~~Joi1r'-.R,l,l"..,.~~,~~/c;:: 089251 B-7 S-1 0-2 GrayBrclayw/LSF Received: 04/02/2009 -------------------1 / 11 a/ y:: e d: KIIT 04/0212009 Bottle Temperature· on Receipt 21 degrees 01 ---------------------------·-----~-Calc11/a/io11 Analy::ed: C1/L 04/06/2009 · /,/: /8 As Received to Dry Weight Basis Cnlculatcd ;:::rJ~.IM-T~~~~:l'lOft'M'flUJl~\'n-~2.~Ql:'~"""lM'$'1,1JIJl'lil2l.~~~~r.oct/~l~'<:ta'~.'A;>t,7fC.W1u;::.or~m.~ 089252 B-8 S-1 0-2 ReddishBrsdclayw/LSF Received: 04/02/2009 ·--·-------··--------·----.. --1/,u,(1,:;ed: KAT 04102/WM Bottle Temperature on Receipt 21 degrees 01 ·-------------·-------·-·-·-··'--------·---·--·-·····------·--·--- Calculation tlnuly::ed: CAI, 041061?.009 /4:18 As Received to Dry Weight Basis Calculated ~~~~!l)."!t."1'.i:m.t\:'~TF,:.,...~°O'NI\Wffl~~~:o:P!ICCN.~~J::ifl0.l',l't$~1~~-M~'fMW~Rl':'ll'm'~W"~~";.tt~r.JUd."CW({'ot"~~~~)\fll.UC1C~,.,,.l~~ 089253 B-9 S-3 4-6 YellowBrshellyclayw/CN Received: 04/02/2009 <·urpor;th' ~hi11pirt!!: 2Mll l)udlc)·.l~tl. 1,il!!lll"C. T\ "5C,<,! "\11rth Tc~ns Ht•giun: l<,111 1-.. I .:111111r BIi ii # 11 Co ,\rlin!ltt1n I\ 7<,!ll I ,:,M:to,, MEMBER ,,~~A-i~J.~~~~· ,,.,.,f, ~~~r:,11!•:.: ,, r . t:.;~e· . .t .. v..l.::1 ~ IS0-17025 fl 0637 -01 . NELAP-accredited '#T104704201-08-TX 2007 Seal of Excellence ~;...::=11.a:.:..:=;z;t2~1~~:'fld'qtffl!(it~~.tr.Uf11.~~-«A'\t**COIC•; _.. W: I \~~~ur.ir.l\~,'-T.f~;ffl\,ff<WiCOOlllf... ~~ LDSC/ient i•I.O.J.232 \\ ww.trna-)ab.com For111rp1/'RO.ll?ESCrea1ed /0//3/.?004 v/.2 Ana-Lab Corp. P.O. Box 9000 Kilgore, TX 75663 ltr.l ~ia,_ -== -~, ,iffl)'..-,.;,,:;ctl:;,1 .:. IID4Qa;:. Q-nnpQfl:~.,....,.,.., IO"W".cA.~~ Phone 903/984-0::;SJ FAX 903/984-5914 l•-Mail corp(<iinna-lab.com LELA P-,1<:crcdilNI #ll2llll8 Brian M Martinez STL Engineers !Results 8908 Ambassador Row . Dallas, TX 75247 089253 B-9 S-3 4-6 Bottle Temperature on Receipt Account Printed: 04/06/2009 STL5-N Page 11 of 17 Project 436967 Paving Imp . District 5 Sample Preparation YeHowBrshellyclayw/CN 21 Anal:r-ed: KA1' 04/02/2009 degrees Received: 04/02/2009 01 Calculation llnaly::ed: CAL 04/0612009 14:18 As Received to orj Weight Basis Calculnlcd 11.-~~~-.-=eu;....imew,p,-.,:,a.miu:1,a:A-~~~'!VnQl'.l.~~~>.>..11~.,n:!JOO'NCrd:rftnx4.~"~lftf.JM.~.au:o~~•~tttte~~~...:.&«< 089254 B-10 S-1 0-2 Bottle Temperature on Receipt TanBrsiltyclayw/FG,CN · 21 Am,~o:ed: KAT 0410212009 degrees Received: 04/02/2009 01 ---------·--Calculation Analy::ed: CAL 04/06/2009 14: 18 As Received to Dry Weight Basis Cnlculntcd . :~-~JIY;.tllW':,~.0:.hlC •a»~~~~:i'CS'~t'f.~q,.~.c.-.~~~~~=,,>_q~,~t~:lll,_.>.1 »""'94-tlt,:::t~N'tl'fN~~.,:.c,"*"•lffl'ln,v.,,:c 089255 B-1! S-1 0-2 . Brownclayw/FE,gravel Received: 04/02/2009 ·-----·-----------1J11a/y;ed: KAT 04/0212009 Bottle Temperature on Receipt_ 21 deg.recs 01 ·----·-----------------------------------·------ Calculation 1l 11aly:ecl: c,n 041//6/2009 14:18 As Received to Dry Weight Basis .C11lc11ln1cd :~,~,:~.t,-MA"'~~~~M'&ltf"l'~>:\:t:;,.:.A\l'>tl'l"..!'~';!'rm~~~/::.<1,.~~,.b,.,l'1~'""'·"t'.e.,:.i,ct\,"SJ,1:1,lf;(~~,:~~~~,...~C"'./f,.,r,:l,~~.:;,~y.Y< ... ~"~'1!";1',,...M'l~.M.'"tC"J'X\ll~~lt'r/t.:'li!~ut-:Hl11Q;ll'l:'itef'lt:e•·~,,..~;:::!!J:.•<fl 089256 B-13 S-1 0-2 Bolile Temperature on Receipt Calculation As Received to Dry Weight Basis ( orp11r:11r Shipping : :?<,UO /.)udl1·y Rd. h:ill!111 ·c, T:--7:'>(,C,2 IS0-17025 # 0637-0 I LDSC/ie/11 vl.0.1 .231 DrkBrsdclayw/CN .LSF Received: 04/02/2009 ·--------·------------------·---------·----------- 21 C11lcul.1ted Analy:ed: KAT 0410212009 degrees 1/11aly:ed: C1/L 04/06/2009 01 14: /8 "nrlhTr,n~ Rrl!ion: I Ml I E.1 .anrnr Bini;/ 11 /, ,\rlini.tllln I'\ 7(,1111 · MEM8ER tACit ,.,:, <.,-'• ,H. ' ,,· I NELAP-accredited#TJ 04704201 -08-TX 2007 Seal of Excellence www.am1-lah.com Farm r/JIPROJIU:SCmucd /Oil 3/200,f vl.1 Ana-Lab Corp. P.O. Box 9000 Kilgore, TX 75663 ~vxrr::rr =~tlilD4M01SC"1$1:7:s;o::tt"tll'a',eee'm =:. ~~~~= q,11 Phon<-' 903/984-0551 FAX 903/984-5914 <.'-Mail corpfri.)ann-lab.com LELAP-,H'Cl'Cdi!t·d //02008 Brian M Martinez STL Engineers 8908 Ambassador Row . Dallas, TX 75247 089257 B-15 S-1 0-2 Bottle Temperature on Receipt Calculation Printed: . 04/06/2009 Account STLS-N Page 12 of 17 Project 436967 Pnving lmp:Dis1ric1 5 Sample Preparation DrkBrclayw/FE 21 Cnlculnted Analy:ed: K1IT 04102/2009 degrees Ana(l•=ed: CAL 04/06/2009 Received: 04/02/2009 01 14:18 As Received to Ory Weight Basis IOMFOOre'Ht""Scrwt.~IIC<i"':'t::ocn z....-.~~ ....... -............... ~T-.............. ..,, .... ..,r».~-:wee::w :it=,~~~~~~~~~ • 089258 ll-16 S-l 0-2 Bottle Temperature on Receipt Calculation DrkBrsiltyclay Received: 04/02/2009 ----------------------·~--- 21 Ana(l•;ed: /:..'111' 0410211009 degrees 01 ---------------------Analy;ed: C;I/, 04/06/2009 J.f: 18 As Received to Ory Weight Basis Calcul~tcd f~~~~~.t~~M"84':li,l:.C:Aiff##l~~-l,Ml)tl~pWlll'~fU1~~1ol~i::.~~""--~tfl1/tO~~,:crq 089259 B-18 S-1 0-2 Bottle Temperature on Receipt · Calculation Brsiltysdclayw/FE 21 Analy::cd: KtlT 04102/2009 degrees A1w(J•;cd: CAI. 0410612009 Received: 04/02/2009 01 14:18 As Received to Dry Weight Basis Calculnted 1uu~~/'°"~UO'!Ntt:ciO,...';r:n!O'ft,~q~~~>~~~(;~~~~~~~J ...... •~,31~~~ .. ~.:W~:H~\t'f.~~~A""°JKT'd' 089260 B-19 S-1 0-2 Bottle Temperature on Receipt Calculation As Received to Dry Weight Basis Corporn11· Shipping: 21,t)fl ihulh·~· l(ll. Kiluort, T~, 7~/,6 ?. I.DSC/ientvl .O. l .232 Tanclayw/weatheredLS 21 Calculated Analy;.ed: Kt/T 04/0112009 degrees Ana{l';.ed: CAL 0410612009 Received: 04/02/2009 01 14:18 '\11r1h I <·~a ., Ht·v.i•,n : !liO I I·. I :llllur llh·d ·;i 111> .\ rli11~11111 ·i:, 7(,1111 r~Ifs ., .. -:. .. ,._, . , -·-;:. www.1111a-lab .com FarmrptPIIOJflESCreated /0//3110041•/.2 -Ana-Lab Corp. P.O. Box 9000 .C:A Zi Kilgore, TX 75663 iiiw ~-r mens ~IISR.~~a,ior-~ ~~ == .-=:. PIHllll' 903/984-0:i51 FAX 903/984-5914 l·~Mail corp(ti).ana-lab.com -LELAP-al•crc<litt•d 110200H AtU(~ l Results CORP:~-. -' I THE COMPLETE SERVICE LAB "<Bl' Brian M Martinez STL Engineers 8908 Ambassador Row . Dallas, TX 75247 089261 B-20 S-1 0-2 Bottle Temperature on Receipt Calculation ··• As Received to Dry Weight Basis Printed: 04/06/2009 Page 13 of 11 Account STLS-N Sample Preparation ReddishBrclayw/FErocks 21 Calculated A11ctly=ed: KAT 04/02/2009 degrees 1l11al)ced: CAI, 04/06/2009 Project 436967 Paving Imp . Di strict 5 · Received: 04/02/2009 01 14:/8 ~~Q rm,u ~~,_,........,_. ..... ,...._,,...,._,_,....,_,.,.. ...... ~~~~~~en:rrrer::mc~~'Dt~~=,J....-~ 089262 B-20 S-2 2-4 ReddishBrclay Bottle Temperature on Receipt 21 Calculation Analy::ed: KAT 04/02/2009 degrees A1111~1ced: CAL 04/06/2009 Received: 04/02/2009 01 /4: 18 . As Received to Dry Weight Basis Cnlculalcd . ~rrio~·dc'Mlll t:I WwlDl .... ,S,,UIW""~M IJIO _.,.-~~llfflU~~,t~ACOm~Jn~'l'ttin"lfflr:YW~Ok'.IWJ~~~~l~./.-.rcc 089263 B-21S-22-4 Bottle Temperature on Receipt DrkreddishBrclay 21 !11111/;ced: KAT 04/0.?/2009 de grees Received : 04/02/2009 ---------------------. ______ ,, __ _ Ca/culation tlnctfy=ed: C1JL 04/06/2009 /./: /8 As Received to Dry Weight Basis Cnlculalcd i~:='iPR~.s!*"•CIO~~~~W~(¥t.~~~o!'.~~~~..,,_-6'.,...,,Wrtl~ll.l::,vf,"'-fl ll"IU'fhi:2'WllfflN'.tfM~.w1¢neh)f,'t)';:;r~:~~0,~tlt:c~u;,,r,tJ)'..c"•l1>~~~A,IQ;¥.•.1t~VIC' 089264 B-22 S-1 0-2 ReddishGraysiltysdclay Received: 04/02/2009 ·----··----·---- Bottle Temperature on Receipt Calculalfon As Received to Dry Weight Basis ('orpora1r Sh i pping: 2(,l)U f)ll(l!t·y !{ti. 1-:i h!nl'l·. T :\ 7%(,Z IS0-17025 # 0637-0 I LDSC/ient v/.0./.232 21 Calculated Anctly=ed: KAT 04/02/2009 deg r ee$ AnClf),=ed: CAL Oo/10612009 01 /4:/8 \0 1·1h ·1 r ,as l{t'l!iun: I (,I) I I· .. l.;1 111:ir llhtl ti { l (, \rlin~l!Ht TX 7(,111 1 MEMBEH '.A€11h .. :· .... ·" ' , 2007 Seal of Excellence www.nna-lab .com Form rp1PROJRt::SCrea1ed /OIi 3/200.f vl.2 Brian M Martinez STL Engineers 8908 Ambassador Row . Dallas, TX 75247 089265 B-24 S-1 0-2 . Bottle Temperature on Receipt Account LELAP-atcrcdilNI f/02008 Printed: 04/06/2009 Page 14 of i7 Project STLS-N 436967 Paving Imp. District 5 Sample Preparation ReddishBrsdclay 21 1/11aiJ ,;ed: KAT 0410212009 degrees Received: 04/02/2009 01 Calculation Ana~•;ed: CAL 04/0612009 ' 14:/8 · As Received to Dry Weight Basis Calculated . . =u~~ftCltWotnfSC::&lmttf::i! e ~IIC\M~~~~.,.~~AU~~ 089266 ;. B-25$-2 2-4 Bottle Temp!:lrature on Receipt Tangraysiltyclayw/FE 21 i/n(l/y;ed: K;/T 04/0212009 degrees Received: 04/02/2009 01 Calculation Analy:cd: C:11. 04/06/2009 14:/8 As Received to Dry Weight Basis Calculated .. ·1t,r erru~~~~~'<#i.~~_,,.~tt.:'~"OIOt,x.'IIIPIIP.W1JtN~~~A~~;,o.ow.~,~~~~~~w:s 089267 B-26 S-1 0-2 Yel lowlanclayw/CN,LSF Received: 04/02/2009 Bottle Temperature on Receipt 21 Calculation As Rece i ved to Dry Weight Basis Calculnted A,w(>,;ed: KAT 04/02/2009 degrees 01 ·-----·----------------Ana/y;cd: CAL 04/0612009 /.f:/8 f~~~l':'L.~.'!,,,'*'~Jd~~'lln.~l ~N:U~~~:\'-~"""'l lr.:P.1.~~tc:wm,r~~~~~n::01(v.U-~~JE::Cvr.cJ.C ~~TC:l"~~~r~ 089268 B-26 S·2 2-4 YellowTanclay Bottle Temperature on Receipt 21 Calculation As Received to Dry Weight Basis Cnlculntcd Analy::ed: KAT 04/02/2009 degrees A1ml>1=ed: CAI. 04/0612009 Received: 04/02/2009 01 14:49 ',c;nhTt·~Hs lh·~i1111: l<,111 t . l.,nnur Hhtl :/III, \l'lin~11,11 ·1:--7 6tll l MEMBER f~trt • -· ,._. ' ft ' ' ' ·~ IS0· 17025 II 0637-0 I NELAP-accredited #Tl 0470420 J-08·TX 2007 Seal of Ex<:ellence ~~~~Cllll~#n"rffl 1"\~~~*"°""""~Q1,..._.1~t~~--~11>,1>~-M ..... ~M'~l~·bT,w,ir',W'~~~~.'li,,f\~~ LDSC/ienl vl.0.1.232 www.a 11a-la h.com Form rp1PRO.IIU::SCret11ed 10/13/2004 vl.2 Ana-Lab Corp. P.O. Box 9000 . Kilgore, TX 75663 ......,..,,_.._ ___ ,_, .. .,.., __ , _____ .....,_.,_,..., .. ..,..,~o,aac~ b U.*«~ldlc.,,,,..,_...,....,......,....,,.,_,,_..,."""'""""'"""""" B1ian M l'Vfartinez STL Engineers 8908 Ambassador Row . Dallas, TX 75247 089269 B-27 S-1 0-2 Bottle Temperature on Receipt · Calculation As Received to Dry Weight Basis LELAP-accrc~di.(cd 1102008 Printed: 04/06/2009 Acco 11111 Sample Preparation DrkBrsiltyclayw/CN 21 Cnlculated 11/wly:ed: KAT 04/01/2009 degrees Analy:cd: CAL 04/06/2009 Project 436967 Pavi ng Imp . Distr ict 5 Received: 04/02/2009 01 14:49 r=~~y.,:.,e :=o~~A":ISIS4Z..,,.,.._...,= ............ f.ll'l'.,..,.,.,.... .... ,...,,..,. ... ..,..u .. tc:~~~~~~~•~oe:r ei a, trd,.,~,u~xe 089270 B:-28 S-1 0-2 Bottle Temperature on Receipt Olivegraysiltyclayw/FE 21 Annly:ed: KIIT 0410?.l.?009 degrees Received: 04/02/2009 01 Calculation Amily:ed: Clll 01/06/2009 /4:49 As Received to Dry Weight Basis . Cnkulntcd . ;.n:,wC'!WP':~-~~~CIIRl.~~,r;llzt~~Mtao',t,;7'..::,,,.'t'll'~"f-.~~4~~~~~~~~-n.~~~>::-r,t,t . 089271 B-29 S -1 0-2 Bottle Temperature on Receipt Calculation As Received to Dry Weight Basis 089272 B-30 S-1 0-2 Bottle Temperature on Receipt Calculation As Received to Dry We ight Basis ( or p111 ·a11• S hippinJ!: 1/,0IJ Oudlty Ht!. Ki ll.!urt. J"\ 7 %(,2 LDSC/ie111v/.O. l .232 Brsdclayw/FE 21 Cnlculatcd Brclayw/CN 21 Cnlcu lnted l?eceived : 04/02/20G9 ---------1/n(lly:cd: KA T 04/02/2009 degrees Analy:ed: CA I. Q4!06i2009 An(l/y;ed: KAT 0.J/0212009 degrees 01 /,(;,19 Received : 04/02/2009 01 ------~~·---------------i/naly:ed: CII L 04106i 2009 /4::/9 '\ort h ·1,·~11 s Hti:iu n : lf>llf l·:.1.nm a r Bh d ;i l 1/, .\r lin!(ll\11 T\ 7(,1111 www .ana-h1h.c·orn Form 17,tPROJIIES Crco ied /Ol/ 31100/ v/.2 .Ana-Lab Corp. P.O. Box 9000 Kilgore, TX 75663 U,G,U tl&idl~o:.t,:(11--.b;L , l"<W'=1"r;li*'IS:,RMa,::I~ ar,c,'l:ncu== Brian M Martinez STL Engineers 8908 Ambassador Row . Dallas, TX 75247 FAX 903/984-5914 l.'-Mail corp(ii~ana-lab.com LELAP-;1cc1·cclit(•d #02008 Sample :Preparation Account Printed : 04/06/2009 STLS ~N Page 16 of 17 Project 436967 Paving Imp . District 5 "'""""'"""""'::01--.....-"'-""'™=""----... ====""=""=--..... -....... ,__""''"'' .. ;; .. .--= ... ·=-·"'=--=--"'""°'"""':r ......... :11:C!li-·--.. ,"'.'""!1t:"Ulll ... l~ ........ ==. -= ..... .,~ ............................................ -... ................... _ 089273 B-31 S-1 0-2 Bottle Temperature on Receipt Ca/c11fation As Received to Dry Weight Basis ReddishBrsiltysdclayw/FE 21 llna/y::ed: KAT 04/02/2009 degrees Received: 04/02/2009 OJ llnaly;ed: CIIL 04/0612009 14 :49 Cnlculnled ,.,,.,.,,..._ ............... ._ .................. """" .......... ,.....,,_ ..... ...,~ .. ~~~~:cb,:.~!1NMSma.l'JLltf;:;,,"".Q.,_S'l•"""""""'....,""''III°"""'*'. "'~J,..::.11Uc:IICC'~ 089274 B-31S-34-6 Tangrayclayw/CN,FE Received: 04/02/2009 ---------·----------·----------------------------- Bottle Temperature on Receipt 21 ;/na{v::ed: KAT 04102/2009 degrees OJ Ca/c11/atio11 Analy::ed: CA I, 04/0612009 14:49 As Received to Dry Weight Basis Cnlcul~tetl :;,~~~~~~A':lt"~f".:i.,.~'IW'l~'lltJ.Ol'~~~WV~'Tftn:t«~~~~o,.ir,t~\oft!MJ,)'~~ff'IHM~~«fHW~l~~(UA.,...,,."N""'~ 089275 B-32 S-2 2-4 . Bottle Temperature on Receipt Calc11/ation Oliveclayw/CN ,FE 7.1 Aim/y::ed: KAT 04/0?./20//9 degrees 1/1wly::ccl: CAL 04///612009 Received:. 04/02/2009 OJ 14:49 As Received to Dry Weight Basis Calcul:1te<I ~~o::qJ~..,~'"l.l,ll r:acli R =.Ullll#WWW '":S:lomr.JIII.OP.;nf 'l~'W~'l"<'IN!r/'~~>'-"~),1:WAAW,..'Ol.W"~~ .... ~....-;:"",U4~~~~-..;~.1,~,~~-..ra,,',b~~·-·,-.iM;,>~~ 089276 B-33 S-1 0-2 Bottle Temperature on Receipt Reddishtansdclayw/FE 21 Ana/y:ed: KAT 04102/21/09 degrees Received : 04/02/2009 ·------·-------.. ---- 01 ·------------------·---------------------------------~ Calculation A11a(1,;ed: CAL 04/06/2009 /4:1/9 As Received to Dry Weight Basis Calculated Corpor:111· Sh ippi ng: '.!600 Dmlk~· Rtl . l~i l!!n l't, !'\ 7:-(,(,2 :"1-urih ·1 l'"'~ 1{1·1µ011 : 1@1. L l.:1111 a r Bini :: I IC, 1.rlilll!.lt1<1 I\ 7Mll I MEMBER [S0-17025 # 0637-0 I . NEl.,AP-accredited #Tl 04704201 -08 -TX 2007 Seal ofE~cellence ~ ,:z1111ca i!M#itld e:::r@Pl..,...n:n=rtc:rccu.Rllo&.t·'tllv:neemn~r.11J.0.1~~~~uicu~~~~~a.;1= •== .mr;;:........::.:zr~"UC.s.7.<~x:"',,:;a ,me.a.r= '"==~~ «:..ii -' LDSC/ient vl.0.1.232 \\ ww.a na-1 ~1 b.com For111171tPROJRE.SCrea1e~I IOI/ 31200:/ v/.2 Brian M Martinez STL Engineers 8908 Ambassador Row . Dallas, TX 75247 089277 B-33 S-2 2-4 Ana-Lab Corp. P.O. Box 9000 Kilgore, TX 75663 ~ .Ji.I n,m, AIIQltl • w,,r --Phone 903/984-0551 FAX 903/984-5914 l'0 Mail corp(ii;am1-l:1b.com LELAP-accrcditcd #02008 Printed:· 04/06/2009 Page 17 of 17 Account Project STLS·~N 436967 Paving Imp . District 5 Sample Preparation RedBrsdclay Received: 04/02/2009 Bottle Temperature on Rece i pt 21 Analy::ad: K1/T 04/02/2009 degl'ces DI Calculation Analy::cd: C1Jl 04/06/2009 14 :49 .• As Received. to Dry Weight Basis Calculaled . ~~" Qualifiers: We repo1t results on an 'As Received' or wet basis unless marked 'Dry Weight'. Unless otherw ise noted, testing was performed at Ana -lab's corporate laborato1y that holds the following Federal and State certificates: 'rexas Department of Health Lead 'Firm Certificate. 21 l 0076 , EPA National Lead Laboratory Accreditation Program 11637 .01, US Consumer Product Safety Commission #1095, US Department of Agriculture Soil Import Permit S-37592 , Texas Commission on Environmental Quality Drinking Water Laboratory Certificate TX2 I 9, Texas Commission on Environmental Quality NELAP Tl 0470~201-06-TX, Oklahoma Department of Environmental Quality Drinking Water Certification Lab ID# D9913, EPA Lab Number TX00063, USEPA Approved Perchlorate Testing Lab, USEPA UCMR2 App;.oved Lab , Oklahoma Department of Environmental Quality Laboratmy Certificate 8125, Arkansas Dep,artment of Environmental Quality Certification #03-070-0, Louisiana Department of Environmental Quality Labo1'atory Ce rtification (NELAP , LELAP) f/02008, Louisiana Depai-tn1'ei1t of Health and Hospitals brinking Water (NELAP) # LA030020, US Department of Energy Approved, State of Kansas Department of Health and Environment Waste Water and Solid/1-lazarclous Waste Cert. E-10365, Alabama De{Jartment of Environmental Management Drinking Water f/41540. Ana-Lab is also accredited to the intern atio nal IS0-17025 standard by the American Association for LaboratOI)' Accreditation (A2LA Certificate# 0637-01). 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 rep rodu ced EXCEPT in FULL without written approval of Ana -Lab Corp . Unless otherwise specified, these test results meet the requirements ofNELAC. RL is the Reporting 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 .«:J.'..f:;JOy?:~)'::.fS:~"'· . ( or p11 rn 1,· S hippinl!: :.C,Ull l111tl!l-v Ht!. l,il~on'.. T\ 73(,Ci:. '-11 1·111 I l·,11~ !h·gio n: l<,111 I· .. i .unrnr Bl\11 ii I JC, Ar li nfllllll T\ 7 C,11 l I IS0-17025 # 0637 -0 l NELAP-accredited #Tl 04704201 -08 -TX 2007 Seal ofExcellence tt'i'11~61Rlnl n,Mill,Vl~~~~lna.J"...,,,...,..'l'lir.~.d~~ ..... '"11'~~~.-#J~~.:lll ;B irM l'O'FP/11,!A-~':Jltt'-Qt~i.11"-',t.)ri(~~'o:l'J.IK.~O~tn,.',;i.if~~ :.:i::.. Z:.:CJIX::a:41:ir.t"'-C 1./)SC/ienl vl.0. /.232 www.nna-Jah .com FormrptPIIOJRESCre(J/ed 10//3/2004 vl.2 , .. -Ann-Lab Corp. P.O. Box 9000 Kilgore, TX 75663 ..... ._.,.,., .. ______ ..,.,._....,.,... .................... _,,~-...... =-............... ....._.,,.., .......... __ ,.... ............. ~Ql',.,l~'4ISIIQ~,~tni:a.,n"'-'"'""" ........ =-•11:111::11KII(~~ ;>.?.:i?*:iz... ~ ---=--Phone 903/984-0551 FAX 903/984-5914 c-M:1il corp(ti~1rna-lab.com LELAP-accrcclikd 11020(18 (0;' ~-:; i Quality Control THE COMPLETE SERVICE LAB~ Brian M Martinez STL Engineers 8908 Ambassador Row . Dallas, TX 75247 12805 w Solid ammeter Type 01al Solids Blank Total Solids Blank ammeter S11mple Type Total Solids 089031 Duplicate Total Solids 089030 Duplicate 01al Solids 089248 Duplicate . otal Solids 088957 Duplicn1e 313135 w Solid Parameter Type <:ulfate by Turbidity Blunk P11r11meter S11111ple Type <:ulfate by Turbidity 089248 Duplicntc ulfate -by Turbidity 089258 Du11licatc "tm1mcter Type ulfate by Turbidily Standard .513148 w Solid ·r1r11111efl!r _Type Sulfate by Turbidity Blank 'tm,meter S11111ple 'f)'pe Sulfate by Turbidity 089268 Duplicate 'nr11111ecer Type Sulfate by_Turbidity Standard Blank Result -0.000100 0:000100 Duplicate Result Duplicate 88.9 88.8 90.2 89.6 91.8 91.4 98 .7 98 .& Blank Result <200 Duplicate Result /)11plic11te ND ND ND 1'lD Standard Rewlt /(11011111 18 .8 20 .0 Blank Result <200 Duplicate Result D11p/iC(I((! ND ND Standard Result 1(11ow11 19 .1 20.0 RPD is Relative Percent Difference: abs(r l-r2) / mean(r I ,r2) "' I 00% C11rp11nilt Shippiul!: 2/ilJll l}udlt-y Rd. Kilg ,,n-. TX 7:\C,C,~ Printed 04/06/2009 Page I of I Project Unit grams grnms Unit RPD Limit% % 0.113 25 % 0.667 25 % 0.437 25 % 0.101 25 Unit mg/kg U11it RPD Limit% mg/kg mg/kg Unit Recover% limits% mg/l<g 911.0 90-110 Unit mg/kg Unit RPD limit% mg/kg U11fr Reco1•er% Limits% mg/kg 95.5 90-110 Recovero/o is Recovery Percent: result / known * I 00% 'iorth T~l;ls Rt·!!ion:· l(,01 I·:. 1.nmar Bini " JI(, \rli11;!1,,11 T.X i(i(I I! MEMBER r~tllli L,., , .. •·'-· --~• •• , ~"'- ISO-I 7025 # 063 7-0 I LDSClienivJ.O. l .232 www.a m1-h1 b.com 2007 Seal of Excellence Fnrm1p1PIWJQCGrp1Crea1ed 0//17/2005 vl .0 r· I _ .. ·,-·:'·. . .1.·.··.· .... -.• ,', 2p60oo90Dxud9 10e0y0Rd Panhandle Oklahoma North-TX 11N /'(o~H_tm', R t'!=.~.·· ! 91(0113g.o9r8e4 •• 0TX55175662 I (!;fiainID.~~ttB~Y. li 806.355,3556 405.292.6530 617.261,6404 Ml IM ~V n " .'I.: : :i." 1 , ,.,. •. ·: ' .,. ... •• •• • •• Rio Grand Valley Louis iana Gulf Coast I CORr.: .• y ·.b,( :· _ (fX) 903.984.5914 956.831.6437 318.219.9300 281 .333.9414 Central-TX s12;s21.004s Alabama 256.651. 7264 1 <HE COM>LET€ seAVICE •~s-e-mail: corn®ana-lab.com Analysis Requested I Company na~: _ l. BIiiing Jtddress (if different) ··· m ,- )> a, · j Address: C.., I f f:: """j' 1 I t----: ! City ti //&.s sta1"" ,,,_ :!J $" 2 t./ 1 I City Sampler Signature I Pri nted Name I Lab Number 1 I Affiliation Tlme I Matrix Do Not Use Field Identification i Da te I I I I I i I ! I I I ' ! ! ' ' I I I I I I I I I l I I I • , I I z 5.;:;-f?!l.ov.Jd P.&..v ....., IF t Jfl("~l/(,v I ! i Date Time Relinquished by: State Fax #of Containers I ( ( I I I I ( I I I Zip P?tumb~ · I S-:.$ Notes . <?-l ~--, I)-~ ~--J S-1 o -2 I liz-i I I f:,-/o c; -J D -2 I i~,1 ({_\ 6·'2. iB-n ';:.-/ o-"Z I I :,( \~ / I I . ! I l I I Received by: I 0Wastewater 0Drinklng Water 0SW846 Samples contain O HF O CN OS= 0 other//# Printed Name Signature ~ffillatlon ! f:'finted Name· ~f .A · Signature Affiliat ion L{-1 t/.'Oc) -g,.,>'er•J rl ~ ... l,~<e:C. ?:.#/. /-"? :5TL ! D nnA .. r _/ /J i I I I I I •. i I ~ j ! I i--,Vfd-0_,,1·9-t-___ (0~6<""""-t--hD.one-Staa-r. ______ '_'-___ -!-! l_<a_!h..:....y_Tarver __ An_a-la_-J/b h{._./J~(.d'l,~"'./.'4-~~:A~-/.//,4,0~AA~~-=--=---l 1! I i i ~i----~~~~~~~~---~~~~~~~--1· l -! i I.__ _ _. __ __,_ ________________________ ~..,---------------------------' ' Samples Received on Ice ? Cl y,es Q/'No Me\hcd of Sh ipment O Bus O FedEX ~e Siar O UPS O Hand delivered O Airborne Oother ll#conl)GaE,89 S-} Cooler/Sample Secure? .16'" Yes O No Trac king or Shipping Number Z. 5Z G 6 3 ~6 003233 O 2 / i Requested TAT O Rou ti ne c;r 3 day D 2 Day O 24 Hr D 2·8 Hour Samples conta in HF CN ·· 0 (__; Ana-Lab ersonnel collect sam les~s s eclfled b Ana-Lab SOP #000323 . · 003532 0 ' Sample analysis will be provided according to Ana-lat>'s Standard Terms a_nd Cond itions of Agreement . ava ilab l!:! upon request and at ::·;.,.; .. :.!:.):£!·' ;..21·1 . Any other lerms ;0006sa;119re -I l · · deemed -material alte rations and are re]ecled unless express ly agreed to in writing by Ana-lab. ' f -, l 2600 Dudley Rd Panhandle Oklahoma North-TX Central-TX ili I. 11t,JcoKr..,··· •.. .!,, ... , ... ,ii ~~g!;:.~~075662 I ~~fntmitofi~~l~lj~ I 806.355.3556 405.292.6630 817.261.6404 512.821 .0045 ~~ M.l l 903 .984.0551 · '"""'·" .,."'' •,,, .•. ····.· .·.,,., .... ,,,., ··1 ··•-·,,r. '' · · Rio Grand Valley Louisiana Gulf co·ast Alabama . v ~ . (fx) 903.984.5914 956.831.6437 316.219.9300 261.333.9414 256.651.7264 ~m '' ij THE CO!.IPLflc s~nv;C£ lAS-W e-mail: £.2[.E®.ana-lab .com I l Report to : m ; I Analysis Requested :9 \ ,1-. C-::c-o_m_p_a_n_y-na_m_e_:---------~------M=--:-:-:----::::--:,~--:-:--------------+---.--,---'--r-".;..::....r"-"-~.cc..c--,.--......;;C'l!>--' m ; CJ Address : i Project-name/location l Billlng Address (If different) I l I Ill, "~~~ Gu--=--\~ I City State Zip \.,... City State Zip I Phone Sampler Signature Lab Number Do Not U~e Fax Phone I Printed Name . Field Identification Date I Fax I AfTlllation # of Time Matrix Contai ners ( ! ( I I I ( ~ PO Number ·'< I \~ I Notes .. I l~I(.. S-lo -?-/ I I I ~-(If <;-/ [y-Z, I g...cq <;.\ D -2 I ~-zo .s-1 V-i. I 16-2-o S"-2. 2--<-I I I I 2.JaZ. 'LiJ.rJ·<.L ~ ,_In . ./ 1---E:::::..=:::::. :..µ::==~-J:~_ ~=,_,i:... -----11-----,1---+---+-----''----r'::.....::~_.e....:::...-=::._-HI-H--+--+--+--+--+---.f--l 2-l. ~ ao Jr, "(l;, J..J. i<J... ~ " r t..J I lr<-·'Z( ~-,-~ -Lf I ~--Z.. -Z. S-/ D -2. I tu 5'-1 o-2 -z-!../ ! I 0 -2.. I Date Time . Relinquishe~ By: Received by : 0Wastewater 0Drl nk i ng Water 0SW846 I Samoles contain O HF O CN OS= D other## Printed Nap!I / /. -4--Signature I / . u · l __x,.(f?ft'\ ~ Affillation %J"in ted Name . t"'JL-Slgnaty;e Affiliation I u nnA ~1ioir . ~/ /) / V J I I II. ~~~:7~a~:'y~~~;~~e? ~~~ \3 ~~-~~~:i~;~;~~i~!~~ N;?m;~rs 9-~rz nr~ Si ar -D UPS D Hand delivered . 0 Airborne Octher ##c= 52 / Requested TAT D Routi ne D 3 day O 2 Day O 24 Hr 0-2:s Hour Samples contain HF . CN 003532 CJ · Ana-Lab personnel collect samples as specified by Ana -Lab SOP #000323. · i I Sample an~lysis w.11 be provided according io Ana-lab ~s Slandard Terms and Conditions ol Agreemem, ava ilable upon request and al ~lll.lg:Q£12. Any other term0836St\, dJi1 are ~ . · deemed malerial alterations and a·re rejecled unless expressly ag reed to in wri ling by Ana-lab. 0 I l I c, j I _..J "J ~ .,, ..... ~ ..,, ::::! 2600 Dudley Rd Panhandle . Oklahoma North-TX Central-TX iii ·.-; A~~··· . i THE C0~1PlETE SERVI<:£ LAB°""' i<~g~~:.~075662 I ·mtftt~,l,iffiW.t I 806.355.3556 405.292.6630 817.261.6404 512 .821.0045 ij~ 903.984.0551 Rio Grand Valley Louisiana Gulf Coast Alabama :,;;i . (fx) 903.984.59'14 956.831.6437 318 .219.9300 281.333.9414 256.651.7264 6. ,i, ·m ,,. Report lo : Company name: Address: ~ City State Zip Phono Fax Sampler Signature I Printed Name ! Lab Number Do Not Use Field ldontificatlon I . City I Phone i Date I Affillallon Time j Matrix I I l I I State Fax # of Containers I ( ( I I Zip PO Number Notes \ I ()-2 ~ >I h-'2.. &20. 5-' n ~-z. I '. t----'2"'--'--7-=-5. -+i ...... 0 ..... 1 :_v ___ <: ~c..,=l"'-+''r_.....i ___ l-=-iCN---;-,._~ ...... f---+-----+------+--{ __ «'--·'$~-z.-""5_.-z-·.,.. !i· ...... -v.._..-+-+---+l-;-1 1 --+-.--~ j. 2:7 fo J~J;~J., ~ ... · cJ rffilr 'AJ/Ff I I j { ~-3') ~-J D-"2-J ~1'----2-,:....:.:;;_1.µ;~=:L.:.L.~!....!.:::c.!-l)(.£~r10. .. G/=-1-.----.:~_,,,___-!-__ --!-i---+i----l--/'--f:.:<s....:<-"'J-=-:r_...,_$·-'Z.;__.;.'Z-_·-i--+--+--l--!-I -+-+--l---l--4----! ! i.:-·-D-a-te-,-Tc;,i-m-e...:..+-'R..:;e"'t:::.in,._q-=u-is-'h><e'-'d-"'b""y"'·1'------'-----'-----'------'---,!'-R-e-c-e-iv'"'e=-d-b:...y-: =----,+--0.,_W_a_s-te'--w-a-te-'r-O_o..,_rl-nk-in_g.,_W_at--'er'--0-S-'W-8-46--'---l i i Samples contain O HF O CN OS= D other## I / I J / sl,----+---+----------------------+-----------------------1 11 I I '------'-----'---------·----~-------------'------------------------~.--J Samples Rece ived on Ice? (:] ;tes 6No Method of Shipment O Bus O FedEX · Gl"'Lone Siar O UPS O Har.d delivered O Airborne Oolher ##comme)t03362 8393 E)-CJ Cooler/Sample Secure? jd"""Yes D No Tracking or Shipping Number z. 'SIG :5:3 l./o . ~o 2/ 0 Requested TAT D Routine O 3 day D 2 Day D 24 Hr O 2-8 Hcur Samples contain HF CN 003532 CJ Ana-Lab personnel collect samples as specified by Ana-Lab SOP #000323. A~MA Q Sample analysis will be provided according lo Ana-lab's Standard Terms and Conditions of Agreement, available upon request and at ~wM.an!l-!l.'1?££:m . Any other terms propJliMitli\feit are j deemed malerial alterations and are rejected unless expressly agreed lo in writing by Ana-lab. . I l I I i ~ c:, c:, -